part - c · part-a 158 cor nil cc cor nil ins nil omi nil ovw nil ae(e) ee&sm(e) index code...
TRANSCRIPT
PART-A 157
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
PART - C (ELECTRICAL COMPONENT)
Name of Work: Construction of Annexe Building G+2 (PEB Structure) including internal water supply, sanitary installations, drainage, electrical installations & External Service connections, Firefighting system, Sub-station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam.
PART-A 158
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
INDEX
Code Content Page No.
PART- C (E & M- minor component) 157-223
1 Index 158
2 Schedule A to F (E & M component) 159-165
3 Special conditions& Eligibility criteria for E&M works 166-170
4 Form “G”, “H”, “I” 171-174
5 General terms & conditions applicable for E&M components, Additional
conditions & List of preferred makes
175-223
PART-A 159
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
PROFORMA OF SCHEDULES A to F
(E & M Components)
SCHEDULE ‘A’
Schedule of quantities (E & M works): (Pages from 258-293)
Electrical work Minor component: Rs. 1,45,44,020/-
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any,
------------------- are attached-------------------------
SCHEDULE ‘E’
Reference to General Conditions of contract: GCC 2020 for Construction works& CPWD 7 as amended
/modified up to last date of submission of e-tenders..
Name of work:
Construction of Annexe Building G+2 (PEB Structure) including internal water supply, sanitary
installations, drainage, electrical installations & External Service connections, Firefighting system, Sub-
station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam.
Estimated cost of work (E&M Services) :Rs. 1,45,44,020/-
E & M Components:
1: IEI & Fans, Street lighting, Pump Sets, etc. : Rs. 64,90,104.00
2: Substation : Rs. 58,80,319.00
3: Lift : Rs. 16,83,954.00
4: Fire Fighting System : Rs. 4,89,643.00
(i) Earnest Money : As per major component
(ii) Performance Guarantee : As per major component
(iii) Security Deposit: :As per major component
SCHEDULE ‘F’ – General Rules & Directions
Officer inviting tender Executive Engineer & SM (C-I),
CPWD, Visakhapatnam.
Maximum percentage for quantity of items of work
to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 & 12.3
See below under Clause 12.
PART-A 160
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Definitions:
2(v) Engineer-in-Charge Executive Engineer & SM (E),
CPWD, Visakhapatnam.
or Successor thereof.
2(viii) Accepting Authority As per major component
2(x) Percentage on cost of materials and
labour to cover all overheads and profits
15%
2(xi) Standard schedule of Rates Market Rates / DSR 2018 (E&M), DSR 2019
for Firefighting and BLDC fans with up to
date correction Slips + Effective Cost index
as on 01/10/2020.
2(xii) Department
Central Public Works Department.
9(ii) Standard CPWD contract form GCC 2019,
CPWD-7 as modified & corrected upto
GCC 2020 for Construction works & CPWD
7 as amended /modified up to last date of
submission of e-tenders.
Clause 1
i)
Time allowed for Submission of
Performance guarantee,
Programme Chart (Time and
Progress) and applicable labour
licenses, registration with EPFO,
ESIC and BOCW Welfare Board or
proof of applying thereof from the
date of issue of letter of acceptance.
As per composite tender provisions
ii)
Maximum allowable extension with
late fees @ 0.1% per day of
performance Guarantee amount
beyond the period provided in (i)
above.
As per composite tender provisions
Clause 2 Authority for fixing compensation As per major component
under Clause 2
Clause 2A
Whether clause 2A shall
be applicable
As per major component
Clause 5
Number of days from the date of
issue of letter of acceptance for
reckoning date of start
As per composite tender provisions
PART-A 161
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Milestones for E&M Works
C1 – IEI & Fans, Street Lighting & Pump sets
S. No Description of Milestone (Physical)
Time allowed in
percentage of
days (from the
date of start)
Amount to be withheld in case of
non-achievement of milestone
(% of tendered amount of
respective E & M Component)
1.
Submission of Electrical drawings for
approval. 45 days 0.5%
2. Supply of conduits, switch boxes, DBs
with accessories. 60 days 0.5%
3. Laying of conduits up to F2 level slab of
all buildings 90 days 0.5 %
4. Laying of conduits up to F3 level slab,
fixing of conduit, drops, switch boxes, DBs
etc in ground floor.
120 days 0.5 %
5. Laying of conduits up to F4 level slab,
fixing of conduit, drops, switch boxes, DBs
etc in ground floor.
135 days 0.5 %
6. Completion of all DBs in 1st & 2nd floors
& wiring works i/c switch boards upto 2nd
floor. Supply of all light fittings, fans,
pumps, street light equipments and cables
185 days 0.5 %
7. Completion of all internal light fittings &
fans, street lights, installation of pump sets 210 days 1%
8. Completion of all miscellaneous works,
testing and commissioning and handing
over along with inventory
240 days 1%
C2– Substation
Sl.
No.
Description of Milestone (Physical)
Time allowed
in percentage
of days (from
the date of
start)
Amount to be withheld in
case of non-achievement of
milestone (% of tendered
amount of respective E & M
Component)
1 Submission of drawings for approval. 60 days 0.5%
2 Supply Transformers and VCB panels, LT
panels, cables and all related equipment with
all accessories.
180 days 1.5%
3 Installation of Transformers and VCB panels,
LT panels, cables and all related equipment
with all accessories
200 days 1.0%
4 Testing complete of installation. 230 days 1.0%
5 Commissioning and handing over of complete
Substation Equipments .
240 days 1.0%
PART-A 162
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C3– Lift
S.
No. Description of Milestone (Physical)
Time allowed in
percentage of
days (from the
date of start)
Amount to be withheld in case of
non-achievement of milestone (% of
tendered amount of respective E &
M Component)
1 Submission of drawings for approval. 60 days 0.5%
2 Supply of all lift material including
guide rails, brackets, door frames, ropes
all sundry materials etc.
180 days 1.5%
3 Fixing of guide rails, door frames, cars
machinery etc.
220 days 1.0%
4 Testing of complete Lifts installation
and final finishing etc.
230 days 1.0%
5 Commissioning and handing over of
complete Lift installation.
240 days 1.0%
C4- Fire Fighting with First Aid Hose reel System
Sl.
No.
Description of Milestone (Physical)
Time allowed
in percentage
of days (from
the date of
start)
Amount to be withheld in
case of non-achievement of
milestone (% of tendered
amount of respective E & M
Component)
1 Submission of drawings for approval. 60 days 0.5%
2 Supply of all materials as per agreement 180 days 1.5%
3 Fixing of pipes & valves, Erection of
pumps, complete fire fighting installation
210 days 1.0%
5 Testing of complete Fire Fighting
installation.
230 days 1.0%
6 Commissioning and handing of complete
Fire Fighting installation i/c. obtaining
approval from local Fire officer
240 Days 1.0%
PART-A 163
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
PROFORMA OF SCHEDULES
Authority to Decide:
i). Extension of time As per major component
ii) Rescheduling of mile stones
Competent authority
iii) Shifting of date of start in case of delay in
Handing over of site.
As per major component
As per major component
Clause 7 Gross work to be done together with net
payment/adjustment of advances for
material collected, if any, since the last
such payment for being eligible to
interim payment.
20 lakhs or part there of as decided by
Engineer–in-charge (for E&M works)
Clause 7 A
Clause 10A
Whether Clause 7 A shall be applicable
List of testing equipment to be provided
by contractor at site lab
As per major component
As per major component
Clause10B (i)
Clause10B (ii)
Whether clause 10-B (i) shall be
applicable
Whether clause 10-B (ii) shall be
applicable
As per major component
As per major component
Clause 10C Component of labour expressed as percent of value of work
i) For component C-1 : 25%
ii) For component C-2 to C-4 : 15%
Clause 10CA
Whether clause 10CA shall be Applicable Not Applicable
Clause 10CC Not Applicable
PART-A 164
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Clause 11
Specifications to be followed
For execution of work
CPWD General specifications for Electrical
Works, Part–I: Internal, 2013, Part-II:
External, 1994, Part-IV: Substation; Part –
V: Wet Riser & Sprinkler System 2020,with
correction slips issued up to last date of
submission of tender
Clause 12 :
12.2 & 12.3
Type of Work
Deviation limit beyond which
clauses 12.2 & 12.3 shall apply
for E & M work
Original Work
100% (One Hundred percent)
12.5 (i)
(ii)
Deviation limit beyond which
clauses 12.2 and 12.3 shall apply
for foundation work (except Earth work).
Deviation limit for items in earth work
Sub head of DSR or related items.
100% ( One Hundred per cent)
100% (One Hundred per cent)
Clause 16
Competent Authority for deciding
Reduced rates.
Superintending Engineer & PD, CPWD,
Visakhapatnam or Successor thereof.
Clause 18
List of mandatory machinery, tools &
plants to be deployed by the contractor at
site
As required for timely execution of work as
per direction of Engineer-in-charge.
Clause 19C Authority to decide penalty for each
default
EE & SM (E), Visakhapatnam CPWD, Visakhapatnam
Clause 19D
Authority to decide penalty for each
default
EE & SM (E), Visakhapatnam CPWD, Visakhapatnam
Clause 19G
Authority to decide penalty for each
default
SE & PD, Visakhapatnam CPWD, Visakhapatnam
Clause 25
Constitution of Dispute Redressal
Committee: --
As per major component
For total claims up to 25 lakhs.
For total claims more than 25.00 lakhs
Clause 32: Requirement of Technical Representative (S) and Recovery Rate for each of following
E&M components - As mentioned in Part A
PART-A 165
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Clause 38
i) (a) Schedule/statement for determining
Theoretical quantity of cement &
Bitumen on the basis of Delhi
Schedule of Rates 2013 printed by C.P.W.D.
ii) Variations permissible on theoretical quantities.
a) Cement for works with estimated cost put to As per major component
Tender not more than Rs.5 lakhs for works
with estimated cost put to tender more than
Rs.5 Lakhs.
b) Bitumen for all works.
c) Steel Reinforcement and structural steel
sections for each diameter, section and
category.
d) All other materials.
PART-A 166
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
SPECIAL CONDITIONS FOR ALL SPECIALIZED/E & M COMPONENTS
1. The applicant should either himself meet the eligibility conditions for the respective E&M components or otherwise he will have to associate with agencies, fulfilling the eligibility requirements and hence consent letter from at least One eligible Associate Agency of the respective components of E&M work shall also be submitted as per attached Proforma asper Form “H”. In case the main contractor is himself eligible (as per eligibility criteria) for executing any specific minor component and intends doing the job himself, he may not be required to associate with another agency for that minor component of work. In such cases the main contractor also has to submit the documents as per eligibility criteria mentioned for associated agency of individual E&M component. However, the Composite category contractor shall also be eligible to carry out himself any or all of these works without associating any specialized agency provided: (a) He fulfills the prescribed eligibility criteria respectively for these work(s)
Or (b) He directly procures the equipment of approved make from manufacturer and gets it installed from authorized agency/service provider of the manufacturer/specialized agency, all as per the eligibility criteria mentioned in NIT.
2. The main tenderer have to submit the following documents for association of contractor within one month of award of work.
(i) In support of the eligibility conditions of the proposed Associated Contractor, copy of their
registration documents, Electrical License, GST Documents duly attested by the applicants (Main Contractor) shall be submitted to the EE & SM (C) who will submit these documents to the Executive Engineer & SM (Electrical), CPWD, Visakhapatnam, for deciding the eligibility. Each such Associated Contractor will certify that they are not debarred as on the day of application for sale of tender. Proposal for associating agency for minor components of work shall be submitted in Form- “G” of this tender document from each associate independently for all electrical and mechanical components.
(ii) The main contractor will submit an Affidavit of MOU signed with eligible associated. The Affidavit of MOU in the enclosed Form ‘I’ shall be signed by both the parties’ main contractor i.e.as 1st party and associated contractor as 2nd party. Independently for all electrical and mechanical components.
3. In the event of the concerned E&M agency not performing satisfactorily or failure of associate contractor to complete the E&M work, the main contractor on written directions of the department, shall remove the Associate contractor deployed on the work and shall submit name of new associate who fulfil the conditions mentioned in NIT to execute the left over work without any loss of time or variation in cost to the department. Such associates shall also give an
undertaking along with the main tenderer but both of them together will stand guarantee
for the equipments already supplied for which payment has been released by the
department in part. If any equipment supplied for the work, during the currency of the earlier Associate contractor and paid partly by the Dept., becomes redundant /not in a position to be installed and commissioned and put to beneficial use due to change in agency for execution of E&M work, the main contractor shall be liable for replacement of the equipment(s) at no cost to Department. No change of Associated Contractor will be allowed without prior approval of the Engineer-in-charge of the work.
PART-A 167
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
In respect of all works i.e Construction of Annexe Building G+2 (PEB Structure) including internal water
supply, sanitary installations, drainage, electrical installations & External Service connections, Firefighting
system, Sub-station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam the
materials shall be procured only from the original equipment manufacturers/authorized dealers of OEM. The
contractor shall submit all documentary details in fulfilment of this conditions regarding procurement of
materials including relevant test certificates.
4. Executive Engineer & SM (E) shall be the Engineer-in-charge as far as E & M works are concerned. Separate tender schedule abbreviated CPWD-7 and Special Conditions for E & M Work are appended with this tender. It will be obligatory on the part of the contractor/tenderer to sign the tender documents for all the component parts.
5. The main contractor shall be responsible and liable for proper and complete execution of the E & M
work and ensure coordination and completion of both civil and E & M work.
6. The main contractor has to enter into agreement with contractor associated by him for execution of minor component. Copy of such agreement shall be submitted to Executive Engineer & SM (E) in charge of minor component as well as E.E. in charge of major component.
8. The associate contractor shall attend the inspection of the work by the Engineer-in-Charge of E&M
works as and when required.
PART-A 168
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
THE MINIMUM ELIGIBILITY CRITERIA FOR E&M COMPONENTS AND SPECIALIZED
WORKS WHEREVER APPLICABLE
Sl.
No
Component of
E&M works
Estimated cost in
Rs. Eligibility
1 IEI & Fans,
Street lighting,
Pump Sets, etc
Rs. 64,90,104/- If the main contractor does not have valid Electrical license for
executing the work then, he shall associate with eligible class
registered contractor, possessing valid Electrical Contractor License
of appropriate Voltage issued by competent authority and fulfilling
the following eligibility criteria processing valid electrical license
issued by competent authority having successfully completed during
last seven years ending up to previous day of last date of submission
of tender as given below with completion certificate issued by an
officer not below the rank of Executive Engineer or equivalent
duly attested.
Three similar completed works each of value not less than Rs. 25.96
Lakhs
or
Two similar completed works each of value not less than Rs.
38.94 Lakhs
or
One similar completed work of value not less than
Rs. 51.92 Lakhs
2 Substation Rs. 58,80,319/- The main contractor shall have to associate with agency fulfilling the
following eligibility criteria processing valid electrical license issued
by competent authority (if he himself does not fulfill the eligibility
criteria) having successfully completed during last seven years
ending up to previous day of last date of submission of tender as
given below with completion certificate issued by an officer not
below the rank of Executive Engineer or equivalent duly attested.
Three similar completed works each of value not less than Rs. 23.52
Lakhs
or
Two similar completed works each of value not less than Rs. 35.28
Lakhs
or
One similar completed work of value not less than
Rs. 47.04 Lakhs
Similar work shall mean "SITC of Substation equipment with
individual transformer capacity not less than 315 KVA”
However, the Composite category contractor shall also be eligible to
carry out himself without associating any specialized agency
provided:
(a) He fulfills the prescribed eligibility criteria respectively for this
work
Or
(b) He directly procures the equipment of approved make from
manufacturer and gets it installed from authorized agency/service
provider of the manufacturer Or specialized agency as per criteria
mentioned as above.
3 Lifts 16,83,954/- 1. The lift manufacturer shall comply with BIS standards,
PART-A 169
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
duly certified by the manufacturer itself.
2. The manufacturer shall be compliant to the Public
Procurement (Preference to Make In India), Order 2017
(as amended from time to time) issued by the Department
of Industrial Policy and Promotion (DIPP), Ministry of
Commerce and Industry.
3. The manufacturer should have experience of having
successfully completed works during last seven years
ending on previous day of last day of submission of
tender.
Three similar completed works each of value not less than
Rs. 6.74 Lakhs
or
Two similar completed works each of value not less than
Rs. 10.10 Lakhs
or
One similar completed work of value not less than Rs.
13.47 Lakhs
4. The manufacturer shall furnish an undertaking regarding
availability of spares for the entire expected life of the lift
i.e. 15 to 20 years.
5. The complete lift installation including its components,
safety devices, various types of controls etc., testing,
inspection, operation & maintenance shall conform to
relevant Codes, Standards, code of practices, guidelines,
safety rules, inspection manual(s), rules issued by Bureau
of Indian Standards, as amended up to the last date of
receipt of tenders.
6. Quality standards shall conform to latest IS/ISO-
9001:2015.
7. The down time of installed lifts being maintained by the
manufacturer shall not be more than 8 hours (average) in
case of minor faults and 7 days (average) in case of major
faults during the last one financial year.
4 Fire Fighting
System
Rs. 4,89,643/- The main contractor shall have to associate with agency fulfilling the
following eligibility criteria having successfully completed during
last seven years ending up to previous day of last date of submission
of tender as given below with completion certificate issued by an
officer not below the rank of Executive Engineer or equivalent
duly attested.
Three similar completed works each of value not less than Rs. 1.96
Lakhs
or
Two similar completed works each of value not less than Rs. 2.94
Lakhs
or
One similar completed work of value not less than
Rs. 3.92 Lakhs
Similar work shall mean "SITC of Fire Fighting System."
However, the Composite category contractor shall also be eligible to
carry out himself without associating any specialized agency
provided:
PART-A 170
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
(a) He fulfills the prescribed eligibility criteria respectively for this
work
Or
(b) He directly procures the equipment of approved make from
manufacturer and gets it installed from authorized agency/service
provider of the manufacturer Or specialized agency as per criteria
mentioned as above.
Note: 1) The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum calculated from the date of completion to last date of submission of tender. For other conditions, refer special conditions specified in Part C.
(i) The applicant shall either himself meet the eligibility conditions for the respective E&M
packages or otherwise, he will have to associate an agency meeting the eligibility requirements as given in this tender document and submit the details as per Form “G” given in Part C of this tender document within 30 days of award of work OR before start of minor component of work whichever is earlier. The applicant/ main contractor has to submit consent letters as per Form “H”, given in Part C of this tender document from at least one eligible associate agency of the respective component of E&M work for each of the component of E& M works by clearly indicating the component of work within 30 days of award of work OR before start of minor component of work whichever is earlier.
The main contractor will submit Affidavit of MOU signed with eligible associated contractor. The Affidavit of MOU in the enclosed Form “I” shall be signed by both contractors, Main contractor as 1st party and associated contractor as 2nd party, independently for Construction of Annexe Building G+2 (PEB Structure) including internal water supply, sanitary installations, drainage, electrical installations & External Service connections, Firefighting system, Sub-station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam. specified as above.
If the main contractor fails to associate agency for execution of minor components of work within 30 days of award of work OR before start of minor component of work whichever is earlier or furnishes incomplete details or furnishes details of ineligible agencies even after the tenderer is given due opportunity, the entire scope of such component of work shall be withdrawn from the tender and the same shall be got executed by the Engineer-in–Charge at the risk and cost of the main contractor.
(ii) Verifiable completion certificates of the work, registration/approval documents, Valid
Electrical license, self-attested GST registration documents in respect of the associated agencies as the case may be, duly attested by the applicant shall be submitted within 30 days of award of work OR before start of minor component of work whichever is earlier.
Executive Engineer & SM (E)
PART-A 171
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
FORM –G
PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MINOR COMPONENTS
OF WORK
I/we hereby propose the following agencies as per mentioned against each for executing corresponding
minor components of work. Their consent letters are also attached.
Sl.No Name of
Associated
Contractor
Category and
Class of
registration
Enlistment
copy/completion
Certificates
attached
Monetar
y Limit
of work
Validity
of
registrati
on
Consent
letter
attached
(Yes/No)
C-1:IEI & Fans, Street Lighting & Pump Sets
C-2: Substation
C-3:Lift
C-4:Fire Fighting System
Note: Self Attested photocopies of enlistment order, valid electrical contractor license, work
experience certificates of each agency for each component of E&M work shall be submitted.
Signature of contractor
PART-A 172
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
FORM –H
CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR COMPONENT OF
WORK Name of work:
Construction of Annexe Building G+2 (PEB Structure) including internal water supply, sanitary
installations, drainage, electrical installations & External Service connections, Firefighting system, Sub-
station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam.
I / We hereby give my consent to associate with M/s …………………………………, for executing the
minor component of work of …….……… (Mention category).
1. I / We will execute the work as per specifications and conditions of the agreement and as per directions
of the Engineer –in-Charge for the corresponding minor work till the completion of the work.
2. I / We will be responsible for necessary action to handover the installations and for rectification of
defects and repair during the maintenance / warranty period.
3. Also I / We will employ full time technically qualified Engineer / supervisor for the minor component
of the work as required for the work. I / We will attend inspection of officers of the department as and
when required.
Date:
Signature with date of Major component Signature with date of Associate/ Minor Component
Contractor Contractor
Address Address
Witness with address Witness with address
(From major component contractor side) (From minor component contractor side)
PART-A 173
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
FORM-“I”
AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU) (to be submitted for each and every E&M component)
1. M/s. (Name of the firm with full address)
Enlistment Status
Valid Upto:
(Henceforth called the main Contractor)
2. M/s. (Name of the firm with full address)
Enlistment Status
Valid Upto:
(Henceforth called Associated Contractor)
For the execution of E & M Work
Name of work:
Construction of Annexe Building G+2 (PEB Structure) including internal water supply, sanitary
installations, drainage, electrical installations & External Service connections, Firefighting system, Sub-
station, Lift, Pump sets & Development works, for IIPE at AU Campus, Visakhapatnam.
We state that M.O.U between us will be treated as an agreement and has legality as per Indian
Contract Act (amended up to date) and the department (CPWD) can enforce all the terms and conditions
of the agreement for execution of the above work. Both of us shall be responsible for the execution of
work as per the agreement to the extent this MOU allows. Both the parties can be paid consequent to the
execution as per agreement to the extent this MOU permits. In case of any dispute, either of us will go for
mediation by the Engineer In charge. Any of us may appeal against the mediation to the Chief Engineer,
CPWD, Vijayawada. His decision shall be final and binding on both of us.
We have agreed as under:
1. The Associated Contractor will execute all E & M works in the wholesome manner as per terms and
conditions of the agreement.
2. The Associated Contractor shall be liable for disciplinary action if he fails to discharge the action(s)
and other legal action as per agreement.
3. All the machinery and equipments, tools and tackles required for execution of the E & M works, as
per agreement, shall be the responsibility of the Associated Contractor.
4. The site staff required for the E & M work shall be arranged by the Associated Contractor as per terms
and conditions of the agreement.
5. Site order book maintained for the said work shall be signed by the main contractor as well as by the
Engineer of the Associated Contractor and by Associated Contractor himself.
6. All the correspondence regarding execution of the E & M work shall be done by the department with
the Associated Contractor with a copy to the main contractor. In case of
non-compliance of the provisions of agreement, the main contractor, as well as the associated
contractor shall be responsible. The action under clauses 2 and 3 shall be initiated and taken against
the main contractor.
SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED
PART-A 174
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
CONTRACTOR
Date: Date
Place: Place:
1. Witness with address 2. Witness with address
(From major component contractor side) (From minor component contractor side)
NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-
PART-A 175
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
GENERAL TERMS AND CONDITIONS APPLICABLE FOR ALL E&M COMPONENTS 1 GENERAL
1.1 The work shall be generally carried out in accordance with tender/bid specifications and the
following specifications / rules with upto date amendments. a) CPWD General Specifications for Electrical work Part I Internal – 2013, as amended upto
date b) CPWD General Specifications for Electrical work Part II External, as amended uptodate c) CPWD General Specifications for Electrical work Part III (Lifts) asamended upto date. d) e) CPWD General Specifications for Electrical work Part IV (Substation) as amended Upto
date
f) CPWD General Specifications for Electrical work Part V (Wet Riser & SprinklerSystem) as amended upto date.
g) Commercial and Additional conditions for this work. h) The Indian Electricity Act, 2003, as amended upto date. i) Indian Electricity Rules 1956 amended upto date.
1.2 Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the Schedule of Quantities, technical specifications for individual items of work (including additional and commercial conditions) and IS Codes etc., the following order of preference shall be followed:
a) Description of Schedule of quantities. b) Commercial and Additional conditions for this work. c) Drawings. d) CPWD General Specifications of that particular work. e) Relevant IS or any other International code in case IS code is not available.
Commercial and Additional conditions of that particular work are to be read in conjunction with above and in case of variations, specifications given in these additional conditions shall apply. However, nothing extra shall be paid on account of these additional specifications and conditions, as the same are to be read along with schedule of quantities for the work.
1.3 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all preparatory work, assembly and installation, commissioning putting into operation of equipment of all E&M components of the tender.
1.4 The tenderer should in his own interest visit the site and get familiarize with the site conditions
before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
2 COMMERCIAL CONDITIONS
Type of Contract: The work to be awarded by this tender shall be treated as indivisible works contract. Income tax, GST, labour cess& other statutory deductions etc. shall be made at source as per the
prevalent laws. The deductions of Security Deposit, Income-Tax etc. shall be done as applicable
on the gross payments and net payment shall be paid accordingly.
PART-A 176
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
3 RATES
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST, labour cess etc.,). and all charges for packing forwarding, insurance, freight and delivery, installation, testing, commissioning etc. at site including temporary construction of storage, risks, over head charges, general liabilities/obligations and clearance from CEA. However, the fee for the CEA inspections shall be reimbursed/ borne by the department. EPF & ESI contributions are to be made by the contractor. The department will not issue Octroy exemption certificate.
4 4.1 The contractor has to carry out maintenance as per CPWD General Specifications / manufacturer’s
standards for a period of 12 months or as decided by the Engineer –in – Charge from the date of handing over. Nothing extra shall be paid on this account.
4.2 In case of Specialized E&M works if Engineer-in-charge desires, the tenderer should submit the following documents from OEM for that particular minor component
a) Authorization certificate. b) The OEM is unconditionally support the lowest tenderer technically throughout the execution of
contract as well as for Maintenance/Comprehensive Maintenance Contract for the useful life of the system, and
c) OEM is provide all the spares required for healthy functioning of the equipment for at least seven years from the date of supply of equipment.
4.3 In case the same item appears more than once in the schedule of work under the same sub head or
among the different subhead of works, the lowest rate quoted for that item elsewhere shall be considered for other items also during evaluation of tender.
5 COMPLETENESS OF TENDER All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination lugs for electrical connections, and all other items which are useful and necessary for efficient assembly and installation of equipment and components of the work shall be deemed to have been included in the tender irrespective of the fact whether such items are specifically mentioned in the tender documents or not.
6 STORAGE AND CUSTODY OF MATERIALS
The agency has to make his own arrangements. No storage accommodation shall be provided by the department. Watch and ward of the stores and their safe custody shall be the responsibility of the contractor till the final taking over of the installation by the department/client.
7 CARE OF THE BUILDING: Care shall be taken by the contractor while handling and installing the various equipments and components of the work to avoid damage to the building. He shall be responsible for repairing all damages and restoring the same to their original finish at his cost. He shall also remove at his cost all unwanted and waste materials arising out of the installation from the site of work.
8 COMPLETION PERIOD
The completion period indicated in the tender documents is for the entire work of planning, designing, approval of drawings etc., arrangement of materials &equipments, delivery at site including transportation, installation, testing, commissioning and handing over of the entire system to the satisfaction of the Engineer-in-charge.
9 GUARANTEE 9.1 All equipments shall be guaranteed for a period of 12 months (except LED fittings which shall be
guaranteed for minimum 5 years), from the date of taking over the installation by the department,
PART-A 177
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
against unsatisfactory performance and/or break down due to defective design, workmanship or material. The equipments or components, or any part thereof, so found defective during guarantee period shall be repaired or replaced free of cost, to the satisfaction of the Engineer-in Charge. In case it is felt by the department that undue delay is being caused by the contractor in doing this, the same will be got done by the department at the risk and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final & binding on the contractor.
Security deposit of 2.5% will be deducted from all the Bills. Additional SD of 2.5% of the value
of LED Light fittings will be deducted from the final bill. The first SD of 2.5% will be released
after completion of normal defect liability period of 1 year. The balance 2.5% SD will be released
after completion of 5 years.
9.2 The tender shall guarantee among other things, the following: a. Quality, strength and performance of the materials used as per manufacturers standards. b. Safe mechanical and electrical stress on all parts under all specified conditions of
operation. Satisfactory operation during the maintenance period. 10 POWER SUPPLY:
The contractor has to make its own arrangement for power supply required for execution of the work.
11 WATER SUPPLY:
The contractor has to make its own arrangement for water supply required for execution of the work.
12 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:
The acceptable makes of various equipments/components/accessories have been indicated in “Acceptable Makes” appended with the tender documents. The tenderer shall work out the cost of the offer on this basis. Alternate makes are not acceptable.
13 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER:
After award of work
The successful tenderer would be required to submit the following drawings after award of work for approval as per mile stones of tender.
a) General arrangement drawing, including detailed shop drawings of all E&M components, conduit
size and route layout, Panel Drawing, Light Fitting Distribution Drawing, Fire fighting Layout and other drawings of all E&M components to be submitted by the agency well in advance to get the approval from the AE(E)/EE & SM (E) and care shall be taken not to avoid any delay in the slab casting for all individual E&M component.
b) Details of foundations for the equipments and the weights of assembled equipments. c) Any other drawings necessary for the job.
14. The successful tenderer should furnish well in advance of start of work, three copies of detailed
instructions and manufacturer’s manuals of all equipments regarding installation, operation and maintenance, preventive maintenance & trouble shooting with all the relevant data sheets, spare parts catalogue, etc.
15. EXTENT OF WORK 15.1 The work shall comprise of entire labour including supervision, all materials necessary to make a
complete installation, tests and adjustments and commissioning, as may be required by the
PART-A 178
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
department. The term complete installation shall not only mean major items of the plant and equipments covered by specifications but all incidental sundry components necessary for complete execution and satisfactory performance of installation with all layout charts whether or not been mentioned in details in the tender document in connection with this contract as this is a turnkey job.
15.2 The cables and all other items shall be brought to site only after taking correct measurements as per actual requirement of work. Excess quantities shall not be accepted and paid. i.e., Quantity of item brought to site and used in work as per actual requirement shall only be measured and paid
irrespective of quantities of BOQ / work schedule. The item brought at site and paid, if not used
in the project have to be taken back by the contractor and deductions in the payment shall be
adjusted in subsequent bills. The decision of the Engineer-in-charge in this regard shall be final & binding on the contractor.
15.3 In addition to supply, installation, testing and commissioning, of all E&M equipment, following
works shall be deemed to be included within the scope of work to be executed by the tenderer.
a) Minor building works necessary for installation of equipments, foundation, making of opening in walls or in floors and restoring them to their original condition finish and necessary grouting etc. as required.
b) All necessary supports may be arranged. c) Testing of PTs/CTs for metering & protection purpose & relay calibration & setting. d) Getting inspection done & obtaining approval from Central Electrical Authority and local fire
authority for energizing the installation. However, necessary fees for inspection shall be borne by the Department.
16 Exclusion and work to be done by other agencies:
The following shall be excluded from the scope of the work: a) Major dismantling of any existing building work.
17. INSPECTION AND TESTING
17.1. All major equipments shall be offered for initial inspection contractor will intimate the date of
testing of equipments at the manufacturer’s works before dispatch. The successful tenderer shall
give advance notice of minimum two weeks regarding the dates proposed for such tests to the
department’s representative to facilitate his presence during testing.
The Engineer-in-charge or his representative may witness such testing. The cost of the Engineer’s visit to the factory will be borne by the Department. Equipments will be inspected at the manufacturer/ Authorized Dealers premises, before dispatch to the site by the contractor if so desired by the Engineer-in-charge. Engineer-in-charge at his discretion may waive off inspection at factory /at the manufacturer’s works before dispatch.
17.2. Copies of all documents of routine and type test certificates of the equipment, carried out at the Manufacture’s premises shall be furnished to the Engineer-in-charge. The decision of the Engineer-in-charge in this regard shall be final & binding on the contractor.
17.3. After completion of the work in all respects the contractor shall offer the installation for testing and operation. The contractor should submit all the related documents of completed E&M equipment to the department for further handing over to client department.
18. COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS
18.1
All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification.
In particular, the equipment and installation will comply with the following:
PART-A 179
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
i) Factories Act.
ii) Indian Electricity Rules.
iii) B.I.S. & other standards as applicable.
iv) Workmen’s compensation Act.
v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., Fire authorities, etc.
18.2 After completion of the installation, the same shall be offered for inspection by the representatives
of the Central Electricity Authority if required and local fire authority. The contractor will extend all help including test facilities to the representatives of CEA/Local fire authority. The observations of CEA/Local fire authority will be attended to by the contractor. The installation will be commissioned only after getting clearance from CEA/Local fire authority. Contractor should get inspection done & obtain approval from Central electrical Authority and local fire authority.
18.3 Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory regulations and safety codes.
19. INDEMNITY:
The successful tenderer shall at all times indemnify the department. Consequent on this works contract, the successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any cause and the contractor shall be responsible for any accident or damage incurred or claims arising there during the period of erection, construction and putting into operation the equipment and ancillary equipment under the supervision of the successful tenderer to the extent the latter is responsible. The successful tenderer shall also provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment would be made to the successful tenderer on account of the above.
20. ERECTION TOOLS: No tools and tackles either for unloading or for shifting the equipments for erection purposes would be made available by the department. The successful tenderer shall make his own arrangement for all these facilities.
21. COOPERATION WITH OTHER AGENCIES:
The successful tenderer shall co-ordinate with other contractors and agencies engaged in the construction of buildings, if any, and exchange freely all technical information so as to make the execution of this work/contract smooth. No remuneration should be claimed from the department for such technical cooperation. If any unreasonable hindrance is caused to other agencies and any completed portion of the work has to be dismantled and re-done for want of cooperation and coordination by the tenderer during the course of work, such expenditure incurred will be recovered from the successful tenderer if the restoration work to the original condition or specification of the dismantled portion of the work was not undertaken by the tenderer himself.
The work will be carried out with least disturbance during shifting & shut down taken in consultation with the client department.
22. INSURANCE AND STORAGE:
All consignments are to be duly insured upto the destination from warehouse at the cost of the contractor. The insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned.
23. VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:
The contractor shall have to produce all the relevant records to certify that the genuine equipments from the manufacturers has been supplied and erected to the satisfaction of the Engineer-in-charge.
PART-A 180
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
24. PAINTING: This shall include cost of painting of the entire installation. The major equipments like HT panel, transformers, L T panel, bus duct, cable trays, etc. shall be factory final finish painted. The agency shall be required to do only touching to the damages caused to the painting during transportation, handling & installation at site, if there is no major damage to the painting. However hangers, supports etc. of bus trunking& cable tray etc. shall be painted with required shade including painting with two coats of anticorrosive primer paint at site.
25. TRAINING:
The scope of works includes the on job technical training of two persons of Department at site as decided by Engineer – in - charge. Nothing extra shall be payable on this account.
26. MAINTENANCE:
Sufficient trained and experienced staff shall be made available to meet any exigency of work during the guarantee period of one year from the handing over of the installation. The maintenance, routine as well as preventive, for one year from the date of taking over the installation as per manufacturer’s recommendation.
27. Approval of drawings, makes and models of equipment/materials for all E&M components : 27.1. The agency shall submit drawings and details such as makes and models of the
equipments/materials offered by him along with specifications for all E&M components to the Engineer-in-charge of the work, before ordering the equipment/materials for approval of the department.
27.2. The Engineer-in-charge shall scrutinize the proposal and approve the makes and models which are acceptable as per the schedule, specifications, conditions of the agreement and inform the agency for procurement.
27.3. After approval of the equipment/materials by the department the agency shall procure the equipment/materials from the OEM/authorized distributor/dealer as the case may be.
28. Adequate care that only tested and genuine materials of proper quality are used in work shall be ensured by firm. The firm shall also ensure that: i. Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery. ii. As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles,
other main items etc, its copy shall be endorsed to the Engineer-in-charge of work. iii. The contractor will submit makes & brands of electrical fittings wires & cables,
conduits and switchgears, rising mains, poles , outdoor fittings etc. of preferred make list as per tender documents for approval of Engineer-In-Charge, whose decision will be final in the matter.
iv. The firm will be required to procure material directly from the manufacturer/ authorized dealers to ensure genuineness & quality and as per the approved makes only. Proof in this regard shall be submitted by the contractor if required by the department.
v. Inspection at factory or at godown, as required, shall be arranged by the firm for a mutually agreed date.
vi. Delivery of material shall be taken up only with the consent of department, after clearance of the material.
vii. Department shall reserve the right to waive off inspection in lieu of suitable test certificate, at its discretion.
viii. All the materials to be supplied by the contractor shall be procured & brought to site as per requirement at site of work in consultation with department so that these materials are not damaged & their manufacturer’s warrantee.
PART-A 181
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
29. Safety Codes & Statutory Regulations:
a. Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the design, manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory regulations and safety codes.
b. Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and departmental requirements of safety codes in respect of labour employed on the work by the tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of Rs.1000/- for each default. In addition, the department will be at liberty to make arrangement for the safety requirements at the cost of tenderer and recover the cost thereof from him.
Executive Engineer & SM (E)
PART-A 182
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-1: ADDITIONAL, COMMERCIAL & TECHNICAL CONDITIONS FOR
INTERNAL ELECTRICAL INSTALLATIONS
1. General:
The work shall be generally carried out in accordance with schedule of quantities and the following
specifications and conditions.
a) CPWD General Specifications for Electrical work Part II External – 1994, as amended
up to date.
b) CPWD General Specifications for Electrical work Part I Internal – 2013, as amended
up to date.
c) Commercial and Additional conditions for this work.
d) The Indian Electricity Act, 2003 as amended up to date.
e) Indian Electricity Rules 1956 amended up to date.
2. Guarantee & Defect Liability Period:
All equipments shall be guaranteed for a period of 12 months (except LED fittings which shall be guaranteed for minimum 5 years), from the date of taking over the installation by the department, against unsatisfactory performance and/or break down due to defective design, workmanship or material. The equipments or components, or any part thereof, so found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in Charge. In case it is felt by the department that undue delay is being caused by the contractor in doing this, the same will be got done by the department at the risk and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final & binding on the contractor. Security deposit of 2.5% will be deducted from all the Bills. Additional SD of 2.5% of the value of
LED Light fittings will be deducted from the final bill. The first SD of 2.5% will be released after
completion of normal defect liability period of 1 year. The balance 2.5% SD will be released after
completion of 5 years.
The tenderer shall guarantee among other things, the following vis-à-vis specifications.
a) Quality, strength and performance of the materials used.
b) Satisfactory operation during the maintenance period.
(i) Ceiling fans, Exhaust fans are to be guaranteed for 1(one) Year including lamps.
(ii)LED fittings, as a whole including driver are guaranteed for 5 years. All the LED fittings are to be
suitably engraved/ stickered inside with for date of handing over
(iii) The guaranty for LED fittings is to be got submitted from the manufacturer also in addition to the
guarantee from the contractor. The manufacturer should give undertaking that in case of
discontinuation of model and non-availability of spares, they will replace the fittings with
equivalent/ high end model in case of manufacturing defect during the warranty period of 5 years
in Annexure – X.
PART-A 183
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
(iv) Data and Programme to be furnished by the tenderers:
General arrangement drawing ( including detailed shop drawings) of all conduit route layout for all related E&M components to be submitted by the agency well in advance to get the approval from the competent authority and care shall be taken not to avoid any delay in the slab casting for all individual E&M component.
The Contractor shall prepare the Programme chart for the execution of the work showing clearly all
activities from the start of work to the completion required for the completion of the work within the
stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the issue of
letter for commencement of the work. The Contractor shall also submit monthly Programme and
progress reports and update / re-schedule the same every month. These shall be submitted by the
contractor in soft copy also besides forwarding hard copy of the same.
(v) Extent of work:
The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation and such tests and adjustments and commissioning as may be required by the
department.
Minor building works necessary like making of opening in walls or in floors and restoring to their
original condition, finish and necessary grouting etc as required to be undertaken.
(vi) Verification of correctness of material at Destination:
The contractor shall have to produce all the relevant records to certify that the genuine material from
the manufacturers has been supplied and erected.
3 The main contractor shall also enter into an Affidavit of ‘Memorandum of understanding’ with the
approved associated contractor on Non-Judicial Stamp Paper as per the enclosed proforma and submit
this ‘MOU’ duly completed (duly signed by him and the associated Contractor) before commencement
of work.
4. Executive Engineer & SM (Elect.) shall be the Engineer-in-Charge as far as E & M works are
concerned. Separate tender form for E & M component is appended with this tender. It will be
obligatory on part of the main contractor to sign the tender documents for all the components.
5. The main agency shall be responsible for all acts of omissions and submissions of the Associated
Contractor engaged by him, even with approval of department.
6. Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be supplied
and used in all the works by the contractor.
7. The contractor has to make his own arrangements for stores and watch and ward and no extra claim for
this will be entertained.
8. Running payment for Electrical/Mechanical components shall be made by the EE & SM (E) directly to
the main Contractor. The main contractor shall make the payment to associated Contractor within 15
days of receipt of each running account payment.
PART-A 184
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
9. Payments terms:
On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not exceeding
the percentage indicated against the stages of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and light
plug wiring.
B] Items of Distribution Boards, MCBs, RCBOs, fittings etc.
For other items, the part rates will be decided by the Engineer-In-Charge of the work and shall be
binding on the contractor.
10. The main contractor shall be responsible for coordinating the activities of all works and will ensure
progress of works as per laid down Programme.
11. The main contractor and / or his Associated Contractor or his representative is bound to sign the site
order book as and when required by the Engineer-in-charge and will comply with the remarks therein.
12. The contractor shall make his own arrangement at his own cost for electrical / General Tools and plants
required for the work.
13. The connections, inter-connections, earthing and loop earthing shall be done by the contractor wherever
required to be done for energization of the installation and nothing extra shall be paid on this account.
14. The contractor must be able to work on concrete slabs / walls as and when required and in complete
coordination with the civil works. Cutting of chases in the plastered wall shall in no case be allowed.
The contractor shall fix conduits and boxes in the walls soon after the brick work is completed and
finish the chase to rough surface with proper cement sand mixture. Only in exceptional cases e.g. where
S.N Stage of work Percentage of Rate
A On laying of conduits with accessories, switch
boxes, etc.
35%
B On drawing of wires i/c terminations, switches,
sockets, cover plates etc.
50%
C On completion of item and after testing and
commissioning.
10%
D At the time of payment of final bill 5%
S.N Stage of work Percentage of Rate
a On initial inspection of material and delivery at
site in good condition on pro-rata basis.
60%
b On completion of installation on pro-rata basis. 25%
c On completion of testing and commissioning. 10%
d At the time of payment of final bill. 5%
PART-A 185
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
cutting of plastered surface cannot be avoided it will be contractor’s responsibility to ensure that
plastering is done to match the original finish at no extra cost.
15. The contractor shall remove all the debris due to the E & M works from the site as soon as the work is
completed.
16. The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be got
approved from the Engineer-in-charge.
17. The rupturing capacity of the MCBs shall be 10 KA minimum. The MCBs shall have ISI mark.
Quantities of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation with the
Engineer-in-Charge or his representative.
18. All the MCCBs shall be rated for Ics only, as specified.
19. The copper wire to be used on this work shall be FRLS type and ISI marked.
20. a. The make of switch boxes shall be the same as that of switches. Only the required knockouts
of the switch boxes are to be removed for terminating the conduit pipes with PVC glands /
check nuts.
b. Make of MCB/MCCB shall be the same as the make of MCB DB. All Horizontal TPN MCB
DBs shall have a provision for incomer slot for accommodating 4 P MCB and 4 P RCCB.
c. All the switch boxes, MCBDBs are to be covered with plastic sheet / petroleum jelly when
installed in brick work till the plastering / painting is done to avoid sticking of cement plaster/
splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid
rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of
handing over.
d. If two module sockets are used, one blanking plate is to be fixed by the side of socket to avoid
interference of larger size plug to PS. Nothing will be paid extra for blanking plate.
21. The E & M works shall be carried out by the contractor, along with the progress of the civil works.
22. The Contractor shall furnish documentary proof like delivery challans of purchasing Wires, Modular
switches & accessories, MCBs, MCBDB, Fittings, accessories and other items from the manufacturers
or their authorized dealers to the satisfaction of the Engineer-in-charge.
23. All PVC conduits accessories shall be of the same make as conduits. The Conduits shall be terminated
at switch boxes/metallic junction boxes with suitable PVC glands/check nuts.
24. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall be
neatly carried out to match the original finish and to the entire satisfaction of the Engineer in Charge.
25. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCBDBs. No payment for these loose wires shall be made. However wires within the cubicle panel
will be measured and paid under relevant item of work.
All the circuits / sub-main wiring are to be suitably numbered with stickers / marker pen at LT panel,
MCBDBs, switch boards (on backside of cover plate) for ease of maintenance. Nothing shall be paid
extra on this account.
26. The contractor shall submit the completion plan separately in triplicate on blue print/ computer plotted
as per Clause-8 of the contract within 30 days of the completion of work. In case, the contractor fails to
submit the plans aforesaid, he shall be liable to pay a sum equivalent to 2.5% of the value of the work
subject to a ceiling of Rs. 15,000/- (Rupees Fifteen Thousand Only) or limit prescribed in Schedule-F,
‘whichever is more’ as may be fixed by the Engineer-in-charge concerned and in this respect the
decision of the Accepting Authority is final & binding on the contractor.
PART-A 186
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
27. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of recessed
conduit for which no extra payment shall be made. Conduits laid for other services, like fire alarm, PA
etc., where wiring is not done along with IEI works, fish wire shall be invariably drawn.
28. The connection between incoming switch / isolator and bus bar shall be made with suitable size of thimble
and cable at no extra cost.
29. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and terminals provided
with crimped lugs.
30. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness not less
than 3mm and for which nothing extra shall be paid on the account.
31. All sub-main wiring shall be terminated in the main board with suitable copper lugs and thimbles for which
nothing extra will be paid on this account.
32. All hardware items such as screws, thimbles, GI wire etc. which are essentially required for completing an
item as per specifications will be deemed to be included in the item even when the same have not been
specifically mentioned.
33. All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work shall be zinc/ cadmium
plated iron.
34. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for wiring by some
other agency subsequently. Nothing extra shall be paid for the same.
35. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the decision
of the E-in-C.
36. The make of the materials have been indicated in the list of acceptable makes. No other makes will be
acceptable. The materials to be used in the work shall be got approved by the Engineer in Charge / his
representative before its use at site. The E-in-C shall reserve the right to instruct the contractor to remove
the material which, in his opinion, is not acceptable.
37. Where switches/ sockets/ regulator/ telephone/ TV / internet outlets including metal boxes are to be
provided, the same shall be of only one make.
38. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the
direction of the Engineer-in-Charge for detectors as required, for which no extra payment shall be made.
39. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan point
wiring will have to be brought upto the terminal of the light fittings / fans by the contractor. Flexible metal
conduits shall be used for drawing wires from PVC conduits on ceiling to fittings on false ceiling and
nothing extra shall be paid to the contractor for the same. The height from false ceiling to ceiling is about
1.2 meters or as per site conditions. The switch boards are to be fixed at heights in all locations in
accordance with CPWD specifications / as per the directions given by Engineer-in-charge.
PART-A 187
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
40. LED Luminaire Specifications.
S.No Criteria Specification
1 Luminaire configuration/ technical
requirement
As per the description mentioned in BOQ
2 Housing/ body of fitting CRCA/ Pressure Die cast Aluminum/ Polycarbonate as
specified in Schedule of work
3 Cover/ Diffuser Poly carbonate/ Acrylic UV protected/ PMMA for
indoor and Toughened glass / PMMA for outdoor.
4 Finish Aesthetically designed housing with corrosion resistant
powder coating.
5 Protection (minimum) IP 20 for indoor & IP 65/IP 66 for outdoor
6 Operating Voltage 150V to 270V universal electronic driver with internal
surge protection.
7 Frequency 50 Hz
8 Fixture Ambient + 40 deg. Centigrade
9 Operating temperature Range 0 to +55 deg. Centigrade
10 Power factor >0.9
11 Optical assembly Array of medium power LEDs/ COB for Indoor
Array of medium power LEDs for Outdoor
12 Luminous flux As per BOQ
13 Efficacy of luminaire (including power
loss)
>80 lumen per watt for Outdoor
> 90 lumen per watt for Indoor
14 Efficacy of LED >100 lumen per watt
15 Co-related colour temperature 5700 deg. Kelvin to 6500 deg. Kelvin
16 C.R.I. >70
17 Heat dissipation/ Heat sink Well designed thermal management system with
aluminum heat sink.
18 LED drive current Not more than 750 mA
19 Driver efficiency > 85%
20 Make of LED CREE/ Philips Lumileds/ Osram/ NICHIA Or As per the
manufactures standard with the permission of the
Engineer – in – charge.
21 Certificates to be submitted LM 79 and LM 80
PART-A 188
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
ANNEXURE – X
UNDERTAKING LETTER FROM MANUFACTIRERES OF LED FITTINGS
We hereby agree that
a) All the LED fittings supplied by us are guaranteed for five years including drivers from
the date of handing over.
b) In case of discontinuation of model and non-availability of spares, we will replace
the fittings with equivalent/ high end model in case of manufacturing defect
during the warranty period of 5 years.
For M/S …………………..,
………………………….
(Authorized signatory of manufacturer of LED luminaries)
Counter Signature,
Major contractor
PART-A 189
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-1: LIST OF PREFERRED MAKES OF MATERIAL
(IEI & Fans, Street lighting, Pump sets, etc)
Sr.
No. Product Make
1. PVC insulated FRLS copper wires i/c
Control cables / Telephone cables
Finolex/Havells/polycab/RR Kabel/
Anchor/Asmon/Mescab/L&T/KEI/Power flex/Q flex
2. XLPE insulated PVC sheathed Al, cu &
Control cables
Universal /RPG Cables/Finolex/CCI/ Waina/ Lappakable
/Anchor Panasonic / Havells / Batra / Henlay / RR Kabel /
Gloster / Havells / Torrent / KEI / Ravin / Polycab
3. UTP Cable Legrand / Molex/ Finolex / Commscope / Panduit – Pannet /
Havells / Batra / Henlay
4. MS Conduit & Accessories of MS conduit
(ISI Marked)
BEC / AKG / NIC / Steel Craft / Gupta / Vimco RMcon /
Javeri
5.
PVC Conduit (Color – Gray / Ivory)
Precision / Polycab / AKG / Finolex/ Konseal / BEC / Asian /
Nihar / Anchor Panasonic / Avon plast / Modi / Anchor /
Vasavi / Emjay / Javeri / DEC
6.
MCB DBs /ELCB / RCBO
Legrand Ekinox3/Schneider ACT19/Siemens Betagard /
Myrius / Crabtree / Panasonic / Havells / Eaton / ABB / GE /
Hager / L&T / Asmon / Panasonic by Anchor / Polycab / C&S
/ HPL
7.
MCCB
L&T Dsine /ABB Tmax /Legrand DPX3/equivalent from
Schneider /Siemens / Eaton / C&S / HPL
8. MCBs Legrand DX3/Schneider ACT19/Siemens 5SX4 / Havells /
L&T / ABB / Eaton / GE / Hager / Asmon / Panasonic by
Anchor / Polycab / C&S / HPL
9. Modular type Switches/GI Boxes/Sockets
T.V/Telephone/LAN socket Outlet etc for
Normal application
Legrand-Myrius-Arteror/Schneider-Opale-Livia / MK
Elements/Crabtree/Panasonic/ HaveIls (ORO) / MK-Logic
Plus/Honeywell(Benz plus)/Anchor/(Roma Plus)/Savic / Crab
tree-Athena/polycab/C&S
10. Rising Main-Compact type i/c tap off
boxes, End Feed Boxes, & MCCBs
Legrand/Zucchini/Siemens/ABB-Megaduct( lf Air Insu lated
)/Godrej (S. M.A. R.T,)/C&S/L&T/ Sch neider
11. Ammeter/Voltmeter/MF M eter/Energy
Meter/lntelligent Meter
AEIMECO/L&T/(only Digital type to be used )/Scomec(
Diris)/Schneider/HPL / C&S/ Conserv/Kaycee/Crom pton
Greaves
12. Selector Switch BCH/Rishabh/Conserv/Kaycee/AE/Crompton Greaves
13. Multifunction Meter/Load Managers Schneider /Siemens/Legrand/ Secure/Socomec(Diris)
14. LED Indication Lights Schneider/L&T/Legrand/BCH/Eaton/polycab/ Luker
15. Push Buttons L&T/Siemens/BCH/Eaton/C&S
16. Cable Gland
Peeco/Comet/Gripwell/Dowells/Jainsons
/Prabath/Raychem/Grandlay
PART-A 190
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Sr.
No. Product Make
17. Lugs and Thimbles
Dowells/Multi/Capital/Jainsons/Comet/ Prabath/Schneider
Electric
18.
Indoor Lighting Fixtures
Philips/Disano/lgguzini/Regent/Osram/LT ( Lighting
Technologies)/Evereday / Bajaj/ Halonix/ Surya/Jaquar
/Wipro / Havells/Corvi/Syska/ Wipro/ Crompton
Greaves/Polycab/Luker/H PL
19. Outdoor Lighting Fixtures Philips/Disano / Bega/ lgguzini/ LT( Lighting Technologies)/
Evereday /Bajaj/ Halonix/Surya/ Jaquar /Wipro/
Havells/Corvi/Syska/ Wipro/ Crompton
Greaves/Trilux/Regent/ Osram / Polycab / Luker/H P L
20. Ceiling Fan Oreint/Crompton/Havells/Atomberg
21. Exhaust fan Crompton/Havells/Orient/ Bajaj/Almonard/Polycab
22. Call bell/Buzzer Anchor/Leader/Rider/Polycab
23. G.I Pipes Jindal/Tata/Sail/Zenith
24. Street Light Poles Bajaj / Philips / K Lite / Disano / Twinkle / Lasma
25. Monobloc Submersible Pump Sets Kirloskar / KSB / Crompton Graves
26. Submersible cables Finolex/Gloster/Havells/Anchor/RR Kabel/KEI
27. DWC HDPE pipe Tele Rex / Dutron / Veekay Plast / Duraline / Sri Tulasi
28. Panel Boards /Feedar Pillar / Meter Board Tricolite Electric Industries (Pvt.)Ltd./Advance Panel and
Switchgears Pvt. Ltd/Adlec Mundka/ Neptune/Power Control
Equipments/Load Controls/Leela Electric/CPRI approved for
relevant bus bar rating/Scheider/ABB /Sie men/ L&T
Technology/Equipments/ EAP/M ilestone/
Neptune/Balaji/Electro Control/Pragathi Controll Elims Swich
board Pvt. Ltd/Manufacturer having in-house 7 tank
process,powder coating facility, CNC Machine and having
CPRI approved for relevant bus bar rating.
29. All other items not covered above The decision of the Engineer-in-charge will be final and
Binding.
Note:-
1. Tenderers quoting for make & models other than above will be rejected.
2. The department, reserves the right to add or delete any materials and Brands in the list of approved
materials/brands subject to the recovery of financial implications.
3. Modular Switch/Bell Push/Socket/Fan regulator shall be of same make.
Executive Engineer & SM (E)
PART-A 191
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C- 2: GENERAL TERMS AND COMMERCIAL CONDITIONS FOR SubStation
1 SCOPE
These specifications cover the detailed requirements for supply, installation, testing and commissioning
of Substation equipment (Transformers, HT Panels and other related items).
2 TYPE OF PANELS:
a) Vacuum circuit breaker.
VACUUM CIRCUIT BREAKER/ H.T. PANEL
2.1 The panel shall be outdoor type, having the incoming sectionalization and outgoing switch gears as per
IS 13118-1991 of VCB, IEC 62271-100 for Breakers and - 200 for Panels / IS 3427 of switch
board. The degree of enclosure protection shall be IP-4X for indoor panel and IP-67 for SF6 gas filled
stainless steel tank and IP54 for outer enclosure of outdoor type panel.
Updated and current Indian Standard Specifications and Codes of Practice will apply to the
equipment and the work covered by the scope of this contract. In addition the relevant clauses of the
Indian Electricity Act 2003, Indian Electricity Rules 1956, National Building Code 2016, National
Electric Code 1985, Code of Practice for Fire Safety of Building (general): General Principal and Fire
Grading - IS 1641 - 1988 as amended up to date shall also apply. Wherever appropriate Indian
Standards are not available, relevant British and/or IEC Standards shall be applicable.
Detailed requirements shall be in accordance with the schedule of works.
2.2 Rating: All panels assembled to form a board shall be suitable for the nominal operation voltage and
rupturing capacity as specified. They should be rated as specified with a minimum of 630 Amps. And
suitable for operation on 11 KV, 3 phase 50 Hz system. Type test certificate for the breaking capacity of
the panel shall be supplied. A circuit breaker for a given duty in service is best selected by considering
the individual rated values required by load conditions and fault condition.
2.3 Type: The HV panel Board shall be metal clad, indoor/outdoor, floor mounting, free standing type. It
shall be totally enclosed dust, damp and vermin proof.
2.4 General Construction: Separately earthed compartments shall be provided for circuit breakers, bus
bars, relay & instruments, CT & PT and cable boxes, fully and effectively segregating these from one
another so that fault in anyone compartment do not cause damage to equipment(s) in other
compartment(s).
The housing shall be of bolted construction to ensure compact and rigid structure, presenting a neat and
pleasing appearance. The sheet steel used should not be less than 2mm. thick.
The panels shall be bolted together to form a continuous flush front switch gear suitable for front
operation of board and for extension at both ends. For Outdoor panel suitable size of brick / RR
masonry / cement concrete plinth shall be provided at site as per OEM standards and to suit easy access
and operational convenience.
2.5 General Design Aspects: The HV panel board shall be designed such that the switchgear, instruments,
relays, bus bars, small wiring etc. are arranged and mounted with due consideration for the followings:
i) Facility for inspection, maintenance and repairs of testing terminals and terminal boards for ease of
external connection.
ii) Minimum noise and vibrations.
-- Risk of accidental short circuits and open circuits.
-- Secured and vibration proof connections for power and control circuits.
iii) Risk of accidental contact and danger to personnel due to live connections.
iv) Mountings at approachable height.
PART-A 192
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
3 CIRCUIT BREAKER:
3.1 General Arrangements: The circuit breaker panels shall be complete with the following:
a) Racking in / Racking out mechanism.
b) Isolating plugs and sockets.
c) Mechanical inter-locks and safety shutters.
d) Mechanical ON/OFF indicator.
e) Minimum of 4 NO and 4 NC Auxiliary contacts directly operated by the circuit breaker.
f) Anti condensation space heaters suitable for operation on 240V, 1 Ph 50 Hz A.C. for each panel
wherever specified.
g) Suitable tripping arrangement
h) Mechanical counter to assess the total number of operations of the breaker (if asked for specifically).
3.2 Type: The circuit breaker shall be of horizontal isolation, horizontal draw out pattern.
3.3 Breaker Truck: The breaker carriage shall be fabricated from steel, providing a sturdy vehicle for the
circuit breaker and its operating and tripping mechanism. The carriage shall be mounted on wheels,
moving on guides, designed to align correctly and allow easy movement of the circuit breaker and for
removing the carriage for inspection and maintenance purposes.
Vacuum interrupters shall be hermetically sealed and shall be designed for minimum contact erosion,
fast recovery of di-electric strength, maintenance free vacuum interrupter, suitable for auto-reclosing.
The drive mechanism shall preferably be provided with facility for pad locking at any position namely,
"Service", "Test" and "Fully Isolated". It should be possible for testing the circuit breaker for its
operation without energizing the power circuit in the "Testing" position. The contacts shall be made
only after the breaker is inserted into service position. Interlocking should prevent contacts from being
disconnected if circuit breaker is tried to be moved from service position.
3.4 General Features: Single break contacts are provided in sealed vacuum interrupter.
3.5 Rating: The circuit breakers shall be continuously rated as specified with a minimum rated current of
630 Amps with voltage rating and breaking capacity as specified.
3.6 Operating Mechanism: The operating mechanism shall be one of the following as specified:
a) Manually operated spring charged / motor wound spring charged with both mechanical and electrical
release for closing. The operating mechanism shall be trip free.
b) External auxiliary supply shall be made available for charging motors & heaters operation.
4 BUS BAR SECTION:
General Requirement: The switch board shall be single bus bar pattern with air insulated encapsulated
bus bars housed in a separate compartment, segregated from other compartments.
Material: The bus bars shall be of high conductivity electrolytic copper rated as specified. The bus bars
shall be sized for carrying the rated and short circuit current without over-heating. Maximum bus bar
temperature shall not exceed 95 degree C.
PART-A 193
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
5 CURRENT TRANSFORMERS:
5.1 General Requirements: Accommodation shall be provided in the circuit breaker panel to mount one set
of three numbers dual core dual ratio CTs for metering and protection purposes. Access to the CTs for
cleaning, testing or changing shall be from the front, back or top of the panel.
5.2 Rating: Dual core & dual ratio CTs of suitable burden (15 VA/Suitable VA burden as per OEM
standard design ) shall be preferred:
(a) 400/200/5/5 (b) 300/150/5/5 200/100/5/5
(c) 100/50/5/5 (d) such other as required
CT ratio shall be compatible with the loading pattern on HV side.
The CTs shall conform to relevant Indian Standards. The design and construction shall be robust to
withstand thermal and dynamic stresses during short circuits. Secondary terminals of CTs shall be
brought out suitably to a terminal block which will be easily accessible for testing and terminal
connections. The protection CTs shall be of accuracy class 5 P 10 of IS 2705Part III-1992.
The metering CTs shall conform to the metering ratio and accuracy class 0.5 of IS 2705-1992 for
incomer and class 1 for outgoing Panels.
6 VOLTAGE TRANSFORMERS:
General Requirements: A voltage transformer of burden not less than 100 VA and of proper ratio as
specified shall be provided at the incoming panel. The accuracy class for the VT shall be class 0.5 as
per IS 3156 parts I to III for incomer and class 1 for outgoing Panels.
The transformer shall be of cast epoxy resin construction. It shall be fixed / draw out type. HRC fuses /
MCBs shall be provided on both HV and LV sides.
7 PROTECTION AND TRIPPING ARRANGEMENT:
7.1 Protection: The Relays shall be microprocessor based numerical relays with O/L , E/F and S/C protection
Tripping relay shall be used for tripping signal to the Shunt Trip Coil of Circuit Breaker operating on
24V/30V DC supply / Power pack / 110 V VT supply.
Alternatively Power Pack converters fed through PT / 230V externally could be provided with batteries.
In cases where tripping is fed through PT, VA burden of PT shall be suitably increased (say 200 VA) as
recommended by the manufacturer depending upon the number of panels and connected controls. In
addition external 24 volt / 30 volt DC supply shall be provided for indications etc. through 2 Nos. SMF
batteries of 12/15 volts of minimum 100 AH capacity with a battery charger as per recommendation of
the manufacturer.
7.2 Relays: Over current Relays shall have adjustable setting for current from 50% to 200% and earth fault
from 10% to 40% or 20% to 80%. These should be of manual reset type. All relays shall have a LED
indicator which will indicate operation for each function. It shall be possible to reset it only by manual
operation. The number and types of relays shall be as specified.
8 SMALL WIRING
The small wiring shall be carried out with minimum 1.5 sq.mm FRLS / HFFR insulated copper
conductor cables. CT wiring shall be done with minimum 2.5 sq mm wires with colour code: R Y B,
Gray for auxiliary DC circuits and Black for auxiliary AC circuits. The wiring shall be securely fixed
and neatly arranged to enable easy tracing of wires. Identification tags shall be fitted to all wire
terminals to render identification easy and to facilitate checking in accordance with IS 375. Necessary
terminal blocks and cable entries shall be provided for RTD relay wiring, power supply etc.
PART-A 194
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
9 METERING INSTRUMENT, PANEL ACCESSORIES (DIGITAL):
9.1 Metering: Energy metering shall be done either on the incomers or on the feeders as specified in schedule
of work.
9.2 Voltage Selection Scheme: Where a bus coupler is incorporated and only one incomer feeder (out of two
available) is intended to be operated at a time, a VT Transfer Relay shall be incorporated to provide
necessary potential for metering. This will be necessary when energy metering is done on individual
feeders or where VT supply is used for trip circuits. Alternatively PTs shall be provided on both the bus
sections (incomers) with individual metering on each incomer.
9.3 Instrument Panels: The instrument panel shall form part of the housing. Relays, meters and
instruments shall be mounted as per general arrangement drawings to be submitted by the tenderer.
They shall be preferably of flush mounting type at a maximum height of 1800 mm.
9.4 Instrumentation:
a) A voltmeter of class 1.5 accuracy as per IS-1248 shall be provided at each incomer panel, with
selector switch. The instrument shall be calibrated for the ranges specified.
b) Energy meters of class 1.0 conforming to IS - 722 (Part IX) and power factor meter of class of
accuracy of 2 shall be provided, if specified.
c) Ammeter of specified range of class 1.5 accuracy as per IS-1248 shall be provided at both incomer
and outgoing panels along with necessary selector switches.
d) The panel assembly shall also take care of the following requirements:
i) Lamp indication shall be provided to indicate ON / OFF (BY red / green respectively) of switch gear.
ii) Panel illuminating lamp.
iii) Mechanical indication for spring charged status. If possible an indicating lamp could be provided.
iv) Lamp indicating tripping at fault status.
v) Healthy trip supply shall be indicated by clear lamp.
vi) Separate fuses / MCBs. shall be provided for lamps, heaters, voltmeters and other instrumentation
etc. on each panel.
vii) Anti-condensation space heaters shall be provided, and shall be suitable for operation on 240 V, 1
phase, 50 Hz A.C. for each panel if specified.
viii) Where there is more than one incomer and bus sections, these shall be castle key interlocked as per
interlocking scheme as specified.
10 CABLE BOXES
Cable boxes shall be situated in a compartment at the rear / side of the housing as specified / OEM standards.
11 Cable Entry:
Provision for top (bus ducts preferred for top entry) / bottom or such other side entry shall be made as
per requirement with sufficient head room for cable termination. 3mm thick removable gland plate shall
be provided for cable termination.
12 Earthing: The earthing of the breaker body and moving portion shall be so arranged that the earthing of
the noncurrent carrying structure to the frame earth bar is completed well before the main circuit
breaker plugs enter the fixed house sockets.
The entire panel board shall have a common tinned copper earth bar of suitable section with 2 earth
terminals for effectively earthing metallic portion of the panels. The frame earthing of the panel shall be
in accordance with the CPWD specifications.
13 Installation: The installation work shall cover assembly of panels lining up, grouting the units etc. In the
case of multi panels switch boards after connecting up the bus bar all joint shall be insulated with HV
PART-A 195
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
insulation tape or with approved insulation compound. A common earth bar shall be run preferably at
the back of the switch board connecting all the sections for connecting the earth system. All protection,
indications & metering connections and wirings shall be completed. Where trip supply battery is
installed the unit shall be commissioned, completing initial charging of the batteries.. All relay
instruments and meters shall be mounted and connected with appropriate wiring. Calibration checks of
units as necessary and required by the licensee like CTs , VTs, Energy Meters etc. shall be completed
before pre-commission checks are undertaken.
14. Test at Manufacturers Works
Copies of type tests and of routine tests carried out at manufacturer's works shall be furnished along
with the delivery of the panels. Engineer-in-Charge reserves the right to get the panels inspected by
their representative at manufacturer's works prior to dispatch to site to witness the routine tests, for
which purpose the manufacturer / supplier shall provide the necessary facilities and also give due
notice.
15. Tests at Site
Pre-commissioning tests as per manufacturer's recommendations shall be carried out on the panels at
site after installation including but not restricted to the following
Physical checking of the panels including checking for damage or cracks in components, bolt tightness,
gasketting etc. Checking of vacuum bottles to ensure leak tightness' Insulation testing of Bus bar
supports by 5 kV megger Insulation testing of Control wiring by 5 kV megger.
Testing of relays and CTs with secondary injection kit.
Checking of breaker operation.
The agency has to arrange for all the T&P, testing equipment required for such testing.
Checking of earth continuity.
16. TESTING AND COMMISSIONING
Procedure for testing and commissioning of relay shall be in general accordance with good practice.
Commissioning checks and tests shall include in addition to checking of all small wiring connections,
relays calibration and setting tests by secondary injection method and primary injection method.
Primary injection test will be preferred for operation of relay through CTs. Before panel board is
commissioned, provision of the safety namely fire extinguishers, rubber mats and danger notice board
shall be ensured. In addition all routine megger tests shall be performed. Checks and test shall include
following.
a) Operation checks and lubrication of all moving parts.
b) Interlock function checks.
c) Continuity checks of wiring, fuses etc. as required.
d) Insulation tests.
e) Trip test and protection gear tests.
f) The complete panel shall be tested with 5000V megger for insulation between poles and poles to
earth. Insulation test of secondary of CTs and VT to earth shall be conducted using 500 V megger.
g) Any other tests as may be required by the Licensee / Inspector shall be conducted.
h) Where specified, the entire panels shall withstand high voltage test after installation.
TECHNICAL SPECIFICATIONS OF MV / LT PANELS
17 Scope
This Section covers the detailed requirements of medium voltage switch Panel for 433V, 3 phase 50 Hz
4 wire system. All switchgears shall be fully rated at an ambient of 40° C.
18 Type of Panel
The medium voltage switch board panel shall comprise of anyone of the following types of switchgears
or combination thereof as specified.
a) Air Circuit breakers shall be draw out type.
PART-A 196
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
b) MCCBs of suitable Ics ratings. MCCBs shall invariably be Current Limiting type. Features like
Double Break, Positive Isolation functions shall be preferred.
The Panel shall be indoor /outdoor type having incoming sectionlisation and outgoing switchgears as
specified. The design shall be cubical type. The degree of enclosure protection shall be IP 42 for indoor
and IP 54 for outdoor panels as per IS: 13947 (Part-I).
19 M. V. Panel
19.1 General Construction
The switchboard shall be floor mounted free standing totally enclosed and extensible type. The switch
board shall be dust & vermin proof and shall be suitable for the climate conditions as specified. The
design shall include all provisions for safety of operation and maintenance personnel. The general
construction shall conform to IS: 8623/1993 for factory assembled switch board.
19.2 Cubical Type Panels
19.2.1 Cubical type panels shall be fabricated out of sheet steel not less than 2.0 mm thick. Wherever
necessary, such sheet steel members shall be stiffened by angle iron frame work. General construction
shall employ the principle of compartmentalization and segregation for each circuit. Unless otherwise
approved, incomer and bus section panels or sections shall be separate and independent and shall not be
mixed with sections required for feeders. Each section of the rear accessible type panel shall have
hinged access doors at the rear. Overall height of the panel shall not exceed 2.4 meters. Operating
levers, handle etc. of highest unit shall not be higher than 1.7 meters.
Multi-tier mounting of feeder is permissible. The general arrangement for multi-tier construction shall
be such that the horizontal tiers formed present a pleasing and aesthetic look. The general arrangement
shall be approved before fabrication. Cable entries for various feeders shall be either from top or
bottom. Through cable alleys located in between two circuit sections, either in the rear or in the front of
the panel. All cable terminations shall be through gland plates. There shall be separate gland plate for
each cable entry so that there will not be dislocation of already wired circuits when new feeders are
added. Cable entry plates shall therefore be sectionalized. The construction shall include necessary
cable supports for clamping the cable in the cable alley or rear cable chamber.
Cubicle panels with more than 1000 Amps BUS shall be made of tested structural modular sections.
19.2.2 Bus Bar and Connections
The bus bars shall be of Copper/Aluminum as specified of high conductivity electrolytic quality and of
adequate section. Current density shall not exceed 160 amps for Copper per sq. cm and 130 amps per
sq. cm for aluminum. The bus bar system may comprise of a system of main horizontal bus bars and
ancillary vertical bus bars run in bus bar alleys on either side of which the circuit could be arranged
with front access cable entries. In the case of rear access, horizontal bus system shall run suitably either
at the top or bottom. All connections to individual circuits from the bus bar shall preferably be solid
connections; however flexible connections shall also be permitted as per recommendations of the Panel
Manufacturer. All bus bars and connections shall be suitably sleeved / insulated in approved manner.
19.2.3 Incomer / Termination
Incomer termination shall be suitable for receiving bus trunking / underground cables. Cable
terminations shall invariably be through terminal blocks (Polyamide or superior) or brought out solid
terminals.
19.2.4 Instruments
All voltmeters , ammeters and Multi-function meters shall be flush mounted as specified in schedule of
work , conforming to class 1 of IS:1248 for accuracy. All meters shall be protected with MCB
19.2.5 Indicating Lamps
PART-A 197
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
On all the incomers of M.V panels, ON/OFF indicating LED lamps shall be provided and shall be
suitable for operation on AC supply.
19.2.6 Small Wiring
All small wiring for Controls, Indication etc. shall be with suitable FRLS/HFFR (halogen free fire
retardant) copper conductor cables. Wiring shall be suitably protected within switch board. Runs of
wires shall be neatly bunched, suitably supported and clamped. Means shall be provided for easy
identifications of the wires. Where wires are drawn through steel conduits, the works shall conform to
CPWD General Specifications for Electrical works (Part 1- Internal) - 2005 and IS: 732 as the case may
be. Identification ferrules shall be used at both ends of the wires. All control wiring meant for external
connections are to be brought out of terminal board.
OPERATIONAL REQUIREMENTS
The indoor/outdoor type MV panel shall conform to the following:
a) The panel shall comprise of incomers, outgoing feeders and bus coupler as specified. The incomer shall
be either a double break / contact repulsion MCCB or an Air Circuit Breaker. The bus coupler shall be
either a circuit breaker or a double break / contact repulsion MCCB as specified. The outgoing feeders
shall be circuit breakers/MCCBs as specified.
b) Bus bars for phase and neutral shall have a rating as per specifications.
c) The entire switch panel shall be cubical type generally conforming to IS: 86231-1993 for factory
assembled switch board.
d) The incomer panel shall be suitable for receiving bus trunking or MV cable of size specified either from
top or from bottom.
e) All incoming AIRCIRCUIT BREAKER/MCCB shall have suitable adjustable tripping current and the
time delay settings.
f) The entire panel shall have a common earth bar of size as specified with two terminals for earth
connections.
A suitable size of brick / cement concrete plinth shall be provided for out door panels at site as specified
in Schedule of Work and to suit easy access and operational convenience.
20 Rating and Requirements
20.1 Air Circuit Breaker
All Air Circuit Breakers shall be 3/4 pole with minimum 50 KA breaking capacity (35 MV A at 433V)
conforming to IS: 13947 (Part-II). Rated current shall be as per capacities specified. The equipment
shall be complete with the following:
a) Necessary circuit breaker carriage with 3 position (isolate, test, service) draw out mechanism.
b) Necessary isolating plugs and sockets.
c) Necessary mechanism interlock and automatic safe shutters gear with arrangement for pad
locking.
d) Necessary independent manual spring mechanism with mechanical On/Off indication as well as
electrical On/Off indication.
e) Necessary bus bars with bolted type neutral links.
f) ACB shall be provided with microprocessor based releases having built in over load, short
circuit & earth fault protection. Microprocessor release shall be EMI(electromagnetic induction)/EMC
(electromagnetic compatible) certified.
g) Necessary set of auxiliary switches.
h) Necessary set of CTs with ratios as specified
i) Necessary identification, metering requirements as specified i/c. ON/OFF indication lamps, selector
switches, fuses, ammeter, voltmeter etc.
j) In case of 4 pole breaker neutral shall be fully rated with adjustable settings from 50% to 100% of In.
k) ACB terminals shall be suitable/suitably brought out for direct aluminum termination as per IS:
13947 Part-II.
PART-A 198
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
20.2 MCCB
All MCCBs shall be current limiting type with features of load line reversibility and suitable for
Horizontal / Vertical mounting without any derating. Beyond 300Amps capacity MCCBs shall have
positive isolation and preferably double break contact repulsion & double insulation features. The
MCCBs shall invariably be used with terminal spreaders. For all MCCBs, Ics= Icu.
20.3 TESTS AT MANUFACTURERS WORK
All routine tests shall be carried out and test certificates produced to the department.
21 INSTALLATION, TESTING & COMMISSIONING
21.1 The installation work shall cover assembly of various sections of the panels lining up, grouting the
units etc. In the case of multiple panel switch boards after connecting up the bus bars etc., all joints
shall be insulated with necessary insulation tape or approved insulation compound. A common
earth bar as specified shall be run inside at the back of switch panel connecting all the sections for
connection to frame earth system. All protection and other small wirings for indication etc. shall be
completed before calibration and commissioning checks are commenced. All relays, meters etc.
shall be mounted and connected with appropriate wiring.
21.2 Commissioning checks and tests shall include all wiring checks and checking up of connections.
Relay adjustment/setting shall be done before commissioning in addition to routine Megger tests.
Checks and tests shall include the following:
a) Operation checks and lubrication of all moving parts.
b) Interlock function checks.
c) Continuity checks of wiring, fuses etc. as required.
d) Insulation test: When measured with 500V Megger the insulation resistance shall not be less than
100 mega ohms.
e) Trip tests and protection gear test.
TECHNICAL SPECIFICATIONS OF TRANSFORMERS
22 SCOPE
This section covers the detailed requirements regarding supply, installation, testing, commissioning and
handing over of ONAN type transformers as per schedule of quantities required for the sub-station.
23 OIL COOLED TRASFORMERS
23.1 General Construction
The oil filled Transformers shall comply with the following Indian Standards as amended upto date:
i) IS 2026 - Part I to V power transformers.
ii) IS 335 - Transformer oil
iii) IS 10028 (Part II & III) - Installation and Maintenance of Transformers.
iv) IS 2099 – Bushings
v) IS 2705 - Current Transformers.
vi) IS 6600 - Guide for loading of oil immersed transformers.
vii) IS 1180 (Part 1-2014) with efficiency level 2
23.2 Insulation Oil
Insulation oil shall conform to IS 335. Transformer oil to be supplied with initial fill of filtered oil.
23.3 General Requirements
The transformer shall be indoor or outdoor type as specified. Unless otherwise specified the transformer in
addition shall have thermal and dynamic ability to withstand external short circuit as per clause 9 of IS 2026
(Part I) 1977.
PART-A 199
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
23.4 Capacity and Rating.
The KVA ratings for three phase transformers shall be as specified in the schedule of work and shall be
irrespective of tapping position:
TEMPERATURE RISE
The reference ambient temperatures assumed for the purpose of this specification are asfollows:
Maximum ambient air temperature 50° C.
Maximum daily average ambient air temperature 40° C.
Maximum yearly weighted average ambient temperature 32° C.
Minimum yearly weighted average ambient temperature (-)5° C
The temperature rise at the above conditions and at the altitude not exceeding 1000 meters shall be as follows:
By resistance method 55° C (maximum temperature being 95° C). By thermometer 50° C. If the site conditions
indicated for a particular job is more severe than the refereed ambient temperature mentioned above, the
temperature rise shall be suitably scaled down such that the hot spot temperature shall not exceed the values for
the reference conditions.
23.5 Tap Changing Device
Tap changing device shall be provided on H.V side, circuit type, externally hand operated with necessary
indications for tap position and locking arrangement at any of the tapping positions. It shall be designed for bi-
directional operation and shall be of self-positioning type and shall have the following steps +/- 2.5%, +/- 5% &
-7.5%
Tap changing device shall be on-load type as per Schedule of Work
23.6 Voltage Ratio
Unless otherwise specified, the transformer shall be suitable for a voltage ratio of 11 KV/433V.
VECTOR GROUP
In case of step down transformers, the winding connections shall conform to vector group dyn11 unless
otherwise specified. In case of step up transformer the vector group unless otherwise specified shall be Star
delta.
23.7 Cooling
Unless otherwise specified, the transformer shall be oil immersed natural air-cooled type(ONAN).
23.8 Accessories
The transformer shall be a single tank type with termination on bushings or cable end box as specified both on
HV and MV side. The MV side shall be suitable to receive bus bar trunking or MV cable inter-connection
suitable for full load current of the transformer.
FITTINGS
The transformer shall be complete with the following fittings:
a) Oil conservator with oil level indicator, minimum level marking and drain plug for all transformers of
capacity 50 KVA and above.
b) Off circuit type tap changer with position indicator and locking arrangement for all transformers.
c) Thermometer pocket with plug for all transformers of capacity 100 KVA and above.
d) 100 mm dial type /stem type thermometer with metal guard Dial type thermometer mayhave max.
Temperature indicator and resetting device for all transformers of capacity 250 KVA and above.
e) Lifting lugs for all transformers.
f) Bi-directional / Unidirectional Rollers to be specified.
g) Rating diagram and terminal marking plate for all transformers.
h) Explosion vent for all transformers of capacity 400 KV A and above.
PART-A 200
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
i) Additional Neutral separately brought out on a bushing for earthing for all transformers.
j) Earth terminals (2 Nos.) for body earthing for all transformers.
k) Valves for filtration, drainage and filling etc. with necessary plugs for all transformers.
l) Radiator assembly for all transformers.
m) Silica gel breather for all transformers.
n) Air release plug for all transformers.
o) First filling of oil to IS 335/1993 including make-up fill during installation for all transformers.
p) Facility to connect up Buchholtz relay for all transformers of capacity 800 KV A and above.
q) Inspection covers on tank cover for access to terminal connections for all transformers.
r) Bushing terminations or cable box terminations as specified.
s) Necessary hardware, clamps, lugs etc. for termination on HV /MV etc. for all transformers.
23.9 Explosion Vent
Explosion vent or pressure relief device shall be provided of sufficient size for rapid release of any pressure
that may be generated within the tank and which might result in damage to the equipment. The device shall
operate at a static pressure less than the hydraulic test pressure for transformer tank. Means shall be provided
to prevent the ingress of moisture and of such a design to prevent gas accumulation.
23.10 Accommodation/or Auxiliary Apparatus
Where specified, such as, for restricted earth fault protection, facilities shall be provided for the mounting of a
neutral current transformer.
RATING AND DIAGRAM PLATES
The following plates shall be fixed to Transformer in a visible position.
a) A rating plate of weather proof material bearing the data specified in the appropriate clauses of IS:
2026/1977.
b)A diagram plate showing the internal connection and also the voltage vector relationship of the several
windings in accordance with IS: 2026-1977 and Ii plan view of the transformer giving the correct physical
relationship of the terminals.
23.11 Joints and Gaskets
All gaskets used for making oil tight joints shall be of proven material such as granulatedcork bonded with
synthetic rubber gaskets or synthetic rubber or such other good material.
GAS AND OIL ACTUATED (BUCH HOLTZ RELAYS)
Buchholtz Relay shall be provided for transformers of capacity 800 KVA and above. The design of the relay
mounting arrangements, the associated pipe work shall be such thatmal-operation of the relays shall not take
place under normal service. The pipe work shall bes o arranged that all gas arising from the transformer shall
pass through the gas and oil actuated relay. The oil circuit through the relay shall not form a delivery path in
parallel with any circulating oil pipe, nor shall it be tied into or connected through the pressure relief vent,
Sharp bends in the pipe work shall be avoided.
All wiring connections, terminal boards, fuses and links etc. connected with gas actuated relays shall be suitable
for tropical atmosphere. Any wiring liable to be in contact with oil shall have oil resistant insulation and the
bared ends of stranded wire shall be sealed together to prevent seepage of oil entering connection boxes used for
cables or wiring.
23.12 Cable Box
Cable box shall not be mounted on the tank covers. It shall be feasible to remove the tank covers for inspection
during maintenance etc. without recourse to breaking the joints or disturbing the cables already terminated.
Necessary removable links in oil approachable through inspection cover in tank cover etc. after lowering oil
shall be provided for test purpose.
PART-A 201
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
23.13 Parallel Operation
For parallel operation of transformers, the transformers shall have the same percentage impedance, same
voltage ratio, same vector group, phase sequence etc.
23.14 Tests
23.14.1 Tests at Works
All routine and other tests prescribed by IS 2026 shall be carried out at the manufacturer's works before
dispatch of the transformer in the presence of inspecting officer if required. Copies of the test certificates shall
be furnished to the department. In addition to the prescribed routine tests, temperature rise test shall be
invariably done on one transformer of each design. A copy of the impulse test certificate done on the same
type/design of the transformer shall be furnished in accordance with IS for purpose of record. If no impulse test
was done in an earlier unit of the same design and capacity, one transformer will be subjected to impulse test in
consultation with the Inspector at the firm's cost. Copies of the certificates for pressure test, test for bushings,
and type test for short circuit shall be supplied to the Department.
23.14.2 Tests at Site
In addition to tests at manufacturer's premises, all relevant pre-commissioning checks andtests conforming to IS
code of practice No.10028 (Part II & III) shall be done beforeenergization. The following tests are to be
particularly done before cable jointing orconnecting up the bus bar trunking.
a) Insulation test between HV to earth and HV to MV with 5000 volts Megger.
b) Insulation test between MV to earth with 500 volts Megger.
c) Di-electric strength Test on oil.
d) Buchholtz relay operation by simulation test when fitted.All test results are to be recorded and reports should
be submitted to the department.
23.15 Installation and Commissioning
23.15.1 The transformer shall be installed in accordance with IS 10028 (Part II & III)-Code of practice for
Installation and maintenance of transformer. Necessary support channels shall be grouted in the flooring.
The Transformer shall be moved to its location and shall be correctly positioned. Transformer wheels shall be
either locked or provided with wheel stoppers. All parts of the transformers which are supplied loose, such as
conservator, radiator banks, Buchholtz relay, dial thermometer, bushing etc. shall be fitted on the transformer.
Transformer oil supplied in drums shall be topped up into the transformer after duly testing/filtering upto the
correct level required.
23.15.3 Wiring of devices such as Buchholtz relay, dial thermometer etc. shall be carried out as per drawings,
Earthing of neutral and body of the transformer shall be done in accordance with section (7) of these
specifications.
23.15.4 Drying out of transformer winding will be necessary when the di-electric strength of the oil is lower
than the minimum value as per IS-I0028 or the transformer has not been energized within 6 months of leaving
the works or where the radiator assembly is done at site. The transformer shall be dried out by one of the
methods specified in IS -10028. Drying out with, centrifugal or vacuum type filters will, however, be preferred.
The contractor shall carry out the process of drying without interruption and shall maintain a log sheet
indicating time, oil temperature and insulation resistance.
23.15.5 After complete drying out of the transformer, oil sample shall be collected by the contractor and shall
be tested for dielectric strength as specified in IS:335-1993 with approved test kit.
23.15.6 All devices such as dial type thermometers, Buchholtz relays and main alarm and trip contacts shall be
checked for satisfactory operation.
PART-A 202
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
23.15.7 All tests specified in these specifications shall be carried out by the contractor in the presence of
inspecting officer/consignee free of cost.
23.16 Guaranteed Technical Data
Guaranteed technical particulars shall be supplied as per CPWD Specifications
24. AUTOMATIC POWER CORRECTION CAPACITOR BANK & PANEL
24.1 GENERAL
The specification covers requirement of Medium voltage capacitors and control panel to be used for
power factor improvement of the electrical system and shall be connected to main L.T. panels.
Automatic Power correction panel shall be functional to improve power factor of the system in which it
is connected. It shall improve power factor up to 0.99 from initial power factor of 0.70, 10% to 20% of
the total capacitor rating shall be fixed permanently to ensure power factor compensation at low load/
night mode condition.
24.2 CODES AND STANDARDS
The design, manufacture and performance of power capacitors and accessories shall comply with all
currently applicable status, regulations and safety codes for power installation as prescribed in relevant
IS codes and to requirement of Local Electricity supply Authority to which the equipment shall be
installed.
Unless otherwise specified the capacitor banks shall conform to following:
IS: 13340 & IS: 13340 – amended up-to-date.
Properly designed APFC panels shall be provided to maintain power factor automatically at
desired level.
Technical Specifications
a. Supply Voltage: - 440V, 50Hz
b. Permissible over voltage - + 10%
c. Permissible over current - + 30%
d. Temperature range - 10°C to 50°C
e. Reference Standard Capacitor - IEC 831/1 & 831/2
Panel - IEC 439/1 – 2
f. Panel Constructions - Modular, Free standing, Sheet metal, Powder coated
with Antirust treatment
g. Isolation - Delta connected built in harmonic separation filter,
correction in steps as specified in schedule of work
h. Sensing - Through C.T. connected to 415 V, 3 Phase line current
24.3 The control panel shall be outdoor, cubical type, floor mounted, dust and vermin proof enclosure
enclosing capacitor bank. The power capacitor, Control relay & electronic switches should be as
per specification & from same manufacturer only.
24.4 Cubical panel shall comprise rigid structural frame enclosed by 2 mm thick cold rolled sheet steel; for
frame work, doors and covers. Structural framework with foundation bolts etc. shall be provided at the
bottom to mount control panel directly on concrete/floor/steel channel base.
24.5 All doors, removable covers shall be gasketed all around preferably with neoprene gaskets.
PART-A 203
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
24.6 The capacitors control panel shall, in general, comprise of the following and shall be housed in well-
ventilated panel. Capacitors and their control elements may be installed in such a manner so that
minimize the space requirement.
Capacitor panel shall be of step system. Each step shall comprise of capacitor banks. Each step shall be
suitable for accommodating capacitors of required KVAR rating, of electronic switching as required for
each steps and protecting MCB / MCCB of suitable rating.
Capacitors mounted inside the panel shall be three phase, low loss ISI marked capacitors only. The
system shall have microprocessor based power factor controller with 8 steps provided in the command
module for target P. F setting with digital P. F. display. All three, phase to phase voltages and phase to
neutral voltage supports MODBUS-RTU protocol. Cooling fan shall be provided for efficient
performance.
24.7 The Capacitor panel door shall be interlocked mechanically with the suitable mechanical lock so that
the door cannot be opened without the lock key. The APFC panel, ISI marked power capacitor and
relay shall be as per NIT preferred makes only.
24.8 Each section of bank shall be controlled by a separate MCCB and provided with rapid discharge for
protection of shunt Capacitor as per the schedule of quantity.
24.9 Indicating lights shall be provided to indicate the number of capacitors in circuit. The capacitors
manufacturing firm should have valid manufacturing license from BIS and all the capacitors shall be
MPP Heavy duty box (resin filled) type with ISI marked only from same firm. Indicating lamps shall be
LED type.
TESTS
24.15 Routine tests shall be carried out on assembled capacitors and control panel as per relevant Indian
Standards.
24.16 Type tests reports for similar capacitors units shall be submitted.
24.17 Copies of type test and routine test certificates as per IS: 2834, conducted at manufacturer’s works shall
be submitted for Engineer-in-charge approval before dispatch of capacitor and control panel.
INSTALLATION:
24.20 Capacitor banks shall be installed at least 30 cm away from the walls on suitable metal frame work of
welded construction. The earth terminals provided on the body of capacitor bank shall be bonded to the
main capacitor panel earth bus with 2 Nos. 8 SWG copper or 6 SWG GI earth wires.
TESTS AT SITE:
24.21 Insulation resistance with 500V DC Megger shall be carried and record test results.
SAFETY REQUIREMENTS
24.23 SCOPE
This section covers the requirements of items to be provided in the sub-station for compliance with
statutory regulations. Safety and operational needs.
24.24 REQUIREMENTS
Safety provisions shall be generally in conformity with appendices (A) and (C) of CPWD General
specifications of Electric Works (Par I Internal) 2013. In particular following items shall be provided:
(a) Insulation mats
Insulation mats conforming to IS: 15652-2006 shall be provided in front of main switch boards as well
as other control equipments as specified.
PART-A 204
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
(b) First Aid Charts and First Aid Box
Charts (one in English, one in Hindi, one in Regional language), displaying methods of giving artificial
respiration to a recipient of electrical shock shall be prominently provided at appropriate place.
Standard first aid boxes containing materials as prescribed by St. John Ambulance Brigade or Indian
Red Cross should be provided in each sub-station.
(c) Danger Plate
Danger Plates shall be provided on HV and MV equipments. MV danger notice plate shall be 200mm x
150mm made of mild steel at least 2 mm thick vitreous enameled white on both sides and with the
descriptions in signal red colour on front side as required. Notice pates of other suitable materials such
as stainless steel, brass or such other permanent nature material shall also be accepted with the
description engraved is signal red colour.
(d) Fire Extinguishers
Portable CO2 conforming to IS: 2878-1976/Chemical conforming to IS: 2171-1976 extinguishers,
HCFC Blend A(P-IV) shall be installed in the sub-station at suitable places. Other extinguishers
recommended for electric fires may also be used.
(e) Fire Buckets
Fire buckets conforming to IS: 2546-1974 shall be installed with the suitable stand for storage of water
and sand.
TECHNICAL DETAILS OF 315 KVA ONAN TYPE TRANSFORMER
as per IS 1180 (Part 1-2014) level 2
S.No. Details of particulars
1 Type ONAN type, 11 KV/0.433KV Step
down, Distribution type
a) Type of winding Copper
2 Output in KVA (Continuous rating) 315
3 Frequency 50 Hz
4 Voltage between phases (HV on no-load) 11000 Volts
5 Voltage between phases (MV on no-load) 433 Volts
6 Impedance at normal voltage ratio at 75°C 4 to 5%
7 Total maximum losses at 50% loading IS 1180 (Part 1-2014) level 2 /CPWD
specifications
8 Total maximum losses at 100% loading IS 1180 (Part 1-2014) level 2 /CPWD
specifications
25. Payment terms
On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not exceeding
the percentage indicated against the stages of work.
A] The following percentage of contract rates shall be payable against the stages of work shown herein:
PART-A 205
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
S.N Stage of work Percentage of Rate
Transformer/LT/HT
Panels
All other
Items
A After initial inspection (wherever
specified) & delivery at site in good
condition on pro-rata basis
70%
75%
B On completion of pro-rata installation 20% 15%
C On commissioning and completion of
successful running in period & taking
over of the equipment by the
department.
5%
5%
D At the time of payment of final bill 5% 5%
PART-A 206
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-2: LIST OF PREFERRED MAKES OF MATERIAL (SUBSTATION)
S. No. Product Make
1. Transformer Crompton Greaves / Kirloskar / ABB / Voltamp
2. HT Panel (11KV VCB Panel) GE / ABB / Siemens / Schneider / Eaton / C&S / L&T /
Crompton
3. H.T. Cables CCI / UNISTAR / Gloster / Finolex / Havells / KEI
4. 11 KV AB Switch Sahal/Pactil/GEC/SEW
5. 11 KV Horn Gap Arrestor Sahal/Pactil/GEC/SEW
6. 11KV Pin & Disc Insulators BHEL / Bharat Industries
7. 1.1 KV grade Aluminium & Copper
Power & Control cables
Universal /RPG Cables/Finolex/CCI/ Waina/ Lappakable
/Anchor Panasonic / Havells / Batra / Henlay / RR Kabel /
Gloster / Havells / Torrent / KEI / Ravin / Polycab
8. H.T Cables Jointing Kits Rayhem / 3M / CCI-Xicon / Denson / M-Seal
9. Selector Switches for LT Panels Kaycee / BCH / Rishabh / Conserv/AE/Crompton Greaves
10. Contactors for APFC panels Siemens / ABB / L&T / GE / C&S / Schneider Electric
/Legrand
11. Electronic Load Manager /
Multifunction / Single function metres
Secure / Schnieder / Socomec /Legrand/Siemens / L&T
12. Indicating Lamps (LED type) Secure / Schnieder / Socomec /Legrand/Siemens
13. Push Buttons Siemens / L&T / BCH / C&S / Eaton
14.
M. V. Power Capacitors Legrand -/ L&T Heavy Duty Box Type / Siemens Epcos V
(AC) 3PH,50HZ / Neptune Model Ducati / Schneider
Varplus Energy(MDXL) 440V Range - Box Type
15. MCCBs
L&T Dsine /ABB Tmax /Legrand DPX3/equivalent from
Schneider /Siemens / Eaton / C&S / HPL
16. APFC relay Siemens / L&T / Legrand / Schneider / NEPTUNE
17.
Current Transformers for LT panels Kappa/ AE / BCH / L&T /ABB / Siemens / GE / MECO
/Rishab/
Schneider / IMP / PERFECT ELECTRICALS
18. Relays SEGC / Crompton / Siemens / GE / ABB / Schneider / L&T
19. Fire extinguishers Minimax / Safex / Ceasefire / Agni / Usha Fire Safety
20.
Sub Station Fire accessories ISI marked (Wherever available) (Note: Where no ISI mark
is available, the decision of the Engineer - in - charge shall
bebinding and final on the contractor)
21. First Aid Box As approved by the State Fire Services Department
22. GI pipes SAIL / Jindal / Tata / Zenith
23. LV Glands & Lugs Jainsons / Comet / Dowells / Prabath
24. Sandwich type bus trunking Legrand / L&T / Schneider / C&S / ABB
25. Electric insulation mat with ISI mark Dozz / Padmini / Raychem / Jyoti Rubber Udyog
26. DWC HDPE pipe Tele Rex / Dutron / Veekay Plast / Duraline / Sri Tulasi
27.
Electrical LT Panel Boards Tricolite Electric Industries (Pvt.)Ltd./Advance Panel and
Switchgears Pvt. Ltd/Adlec Mundka/ Neptune/Power
Control Equipments/Load Controls/Leela Electric/CPRI
approved for relevant bus bar rating/Scheider/ABB /Sie
PART-A 207
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
men/ L&T Technology/Equipments/ EAP/M ilestone/
Neptune/Balaji/Electro Control/Pragathi Controll Elims
Swich board Pvt. Ltd/Manufacturer having in-house 7
tank process,powder coating facility, CNC Machine and
having CPRI approved for relevant bus bar rating.
28. All other items not covered above As per approval of the Engineer-in-charge.
Note:
1. Tenderers quoting for make & models other than above will be rejected.
2. Department reserves the right to add or delete any materials and Brands in the list of approved materials/brands
subject to the recovery of financial implications.
Executive Engineer & SM (E)
PART-A 208
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-3: ADDITIONAL CONDITIONS FOR LIFTS
(1) GENERAL
a. This specification covers manufacture, testing as may be necessary before dispatch, delivery at
site, all preparatory work, assembly and installation, commissioning putting into operation of
lifts and final testing of lift at IIPE at AUCE premises, Viskhapatnam
b. The work shall be executed as per CPWD General Specifications for Electrical Works Part-III,
Lifts & Escalators-2003 as amended upto date and as per relevant IS and as per direction of
Engineer-in-charge. These additional specifications are to be read in conjunction with above
and in case of variations; specifications given in this additional condition shall apply.
c. However, nothing extra shall be paid on account of these additional specification & conditions
as the same are to be read along with schedule of quantities for the work.
d. The tenderer should in his own interest visit the site and get familiarize with the site conditions
before tendering.
e. No T &P shall be issued by the Department and nothing extra shall be paid on account of this.
(2) TERMS OF PAYMENTS
The following percentage of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein.
75% after initial inspection on delivery at site in good condition of pro-rata basis.
15% after completion of installation in all respects.
Balance 10% will be paid after testing, commissioning, trail run, handing over to the Department for
beneficial use including obtaining statutory approvals.
(4) The contractor has to carry out maintenance through Lift manufacturers only for a period of
12 months from the date of handing over. Nothing extra shall be paid on this account.
(5) DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDER:
After award of work, the successful tenderer would be required to submit the following drawings
after award of work for approval before commencement of installation.
a) General arrangement drawing of the equipment like lift car, rail, controls, doors,
supporting arrangements,
b) Details of fixing arrangements for the equipment and the weights of assembled
equipment.
c) Cable/ layout between each equipment etc.
d) Any other drawings necessary for the job.
e) Any specific requirements in lift shaft, O.H, etc.,
(6) The successful tenderer should furnish well in advance three copies of detailed instructions and manuals
of manufacturers for all items of equipment regarding installation, adjustments operation and
maintenance including preventive maintenance & trouble shooting together with all the relevant data
sheets, spare parts catalogue etc. all in triplicate.
(7) INSPECTION AND TESTING
a) All major equipment i.e. lift shall be offered for initial inspection at manufacturers works. The
contractor will intimate the date of testing of equipment at the manufacturer's works before
dispatch. The successful tenderer shall give advance notice of minimum two weeks regarding the dates
PART-A 209
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
proposed for such tests to the department's representative to facilitate his presence during testing. The
Engineer-in-charge may witness such testing. The cost of the Engineer's visit to the factory will
be borne by the Department. Equipment will be inspected at the manufacturer/ Authorized Dealers
premises, before dispatch to the site by the contractor if so desired by the Engineer-in-charge.
b) Copies of all documents of routine type test certificates of the equipment, carried out at the
Manufacturers’ premises shall be furnished to the Engineer-in-charge.
c) After completion of the work in all respects the contractor shall offer the manual for testing and
operation.
d) Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
Rs.1000/- for each default. In addition, the department will be at liberty to make arrangement for
the safety requirements at the cost of tenderer and recover the cost thereof from him.
(10) If the lift is used for transport of material by the main contractor or his other minor associate’s
constituents before handing over the lifts, the damages shall be made good by the civil contractor.
(11) The Lift manufacturer has to submit undertaking to the following effect through the main contractor at
the time of approval of associate agency.
a. Agree for one year warranty and will provide one year free maintenance, breakdown calls, as
well as preventive maintenance of lifts from the date of handing over.
Executive Engineer & SM (E)
PART-A 210
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
DETAILED SPECIFICATION FOR LIFTS
1. Type of Lift : Passenger Lift without machine room
2. No. of Lifts : 1 No.
3. Load / No. of persons : 884 Kg/ 13 persons
4. Rated speed : 1.0 MPS
5. Travel in meters : 8.3 mtrs approximately
6. Number of Floors Served : Ground + 2 floors
7. a. Inside size of Lift well : 2600 mm (W) x 1900 mm (D) (Approx)
b. Pit Depth : 1600 mm/As per manufacturer’s specifications
c. Head Room : 4500 mm/ As per manufacturer’s specifications
8. Clear inside size of the lift car : 2000 mm Wide x 1100 mm Deep
9. Position of the counter weight : Back/side of the car
10. Type of Machine : Gearless
a) Type of Control : Microprocessor based AC Variable Voltage Variable
frequency control
b) Type of operation : Simplex selective collective with or without attendant
c) Potential free contacts : Required for each floor position and up & down movement
of the lift for building automation & Central Indicating
Panel.
11. Car Entrance door :
a) Number : 1 No. centre opening stainless steel
b) Size : 900 mm wide x 2000 mm high (made with 1.5 mm thick
stainless steel Moon rock finish )
c) Type of door : Horizontal Sliding - Centre Opening scratch proof design
d) Car open in front only or open
through
: Open in front only
e) Operation : Power operated with full door length infra-red beam
detecting system in addition to the safeties provided by
mechanical retraceable edges. The time of an automatically
closing door should be minimum 5 seconds and the closing
speed should not exceed 0.25 M/Sec
12 Construction Design &
finish of Car body works
: Scratch proof finished 1.5 mm thickness stainless steel panels
on all the four sides with mirror finished centre panel
opposite to entrance, and with stainless steel drop ceiling and
LED light fittings for lighting inside the car and car fan which
automatically switch ON when lift moves and switch off with
time delay when lift stops, granite flooring. All other items as
per CPWD General Specifications for Lifts 2003
a. Hand rail : At a height of 900mm on all three sides of the car except
PART-A 211
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
below the operating panel
13 Type of signal system : a) Digital floor position indicator in the car and at all landings
b
)
Travel direction indicator in the car and at all landings.
c
)
Gongs & visual indication through directional arrows on all
landings for pre arrival of the car at all floors.
d
)
Overload warning Audio & Visual indicator, inside the car
(lift should not start on overload)
e
)
Battery operated alarm bell and emergency light duly fed
by a suitable inverter with SMF batteries for 30 minutes
backup.
f) Car operating panel with fade proof luminous buttons in car
and with intercom. Braille switches to be provided in the lift.
g
)
Luminous hall buttons at all landings with Braille switches.
Landing call registered indicator at all floors.
h
)
Firemen’s switch at ground floor.
I) Voice annunciation system. This will announce the
position of the car landing in Hindi & English besides
facilities for any other announcement to be made from the
central control room/ reception of the building.
j) Intercom system with inbuilt intercom in the car and two
phones (One each at Ground floor & near the lift control panel).
k
)
Protection against over-voltage, under-voltage and single
phasing should be provided.
14 Landing Entrance
Location of Landing
entrance on different
floors
: All doors on the same side
a) Number : 3
b) Size : 900 mm wide x 2000 mm high
c) Type of Doors : Horizontal Sliding - Centre Opening 1.5 mm thickness stainless
steel scratch proof design.
d) Lift in Use/ Lift out of
Order Sign
: A suitable box above the landings with LED illuminated bilingual
(in English & Hindi) sign of “LIFT OUT OF ORDER”
coming up simultaneously on all floors.
15 Electric supply : a) Power: 415 V (+/- 10%), A.C., 50 Hz, 3 phase, 4 wire system.
b) Lighting: 230 V, A.C., 50Hz, 1 phase
16 Lift motor The motor shall be of copper wound
17 Environment conditions at site of installation
a) Summer conditions : 42.0 Deg. C DB Max.
PART-A 212
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
b) Winter conditions : 18.0Deg. C DB Min.
c) Monsoon conditions : 34.0 Deg. C DB, Max.
d) Storage space provided : No
18 Additional items
a) Operating panel inside
Car
: For Automatic cum manual operation, flush mounted with luminous
Braille switches suitable for barrier free environment for physically
challenged persons- 2 nos on both sides
b) Automatic Rescue
Device (ARD):
: Provisions of Automatic Rescue Device for the purpose of bringing
the lift car to the nearest floor should be provided lift. ARD provided
shall consist of the following.
a) Control panel with necessary interface/ integration of device with
the main controller.
b) Inverter of required capacity
c) Maintenance free batteries of required Ampere-hours capacity.
d) Battery charging unit.
e) “Rescue Operation on” indicator in the lift car.
Executive Engineer & SM (E)
PART-C 213
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
Annexure–(Lifts)
Undertaking Letter From Lift Manufacturers
(to be submitted along with consent letter)
We hereby agree for the following
1) One year warranty and will provide one year free maintenance, breakdown as well as preventive
maintenance of lifts from the date of handing over.
SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF OEM Date: Date Place: Place:
Witness with address
(from Major Component contractor side)
Witness with address
(from Minor Component contractor side)
PART-C 214
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-3: LIST OF APPROVED MANUFACTURERS
(LIFTS)
Sr. No. Product Manufacturer
1. 13 Passenger Lift
Johnson
Kone
OTIS
Schindler
MITSUBISHI LIFTS
Original manufacturers of Lifts who are in line with
"Make in India" policy of Govt. of India, the Firm for
Lift works the company shall have manufacturing and
testing facilities in India
2 All other items not covered above As per approval of the Engineer-in-charge.
Note:-
1. The above manufacturers shall give an undertaking that “they are eligible based on Make in India
policy issued by Government from time to time”.
2. Tenderers quoting for make & models other than above will be rejected.
Executive Engineer & SM (E)
PART-C 215
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-4: GENERAL, COMMERCIAL, ADDITIONAL & TECHNICAL CONDITINS FOR
FIRE FIGHTING SYSTEM
1. LOCATION
The work is to be executed at IIPE at AU Campus, Visakhapatnam. The Contractor is advised to visit the
site before submission of their tender and ensure that equipment being offered by them shall be
accommodated in the spaces available.
2. ACCEPTABLE MAKES
The acceptable make of various equipment are indicated in the list attached. Alternative or equivalent
make will not be accepted.
3. TIME OF COMPLETION
The entire work shall be completed within stipulated time of completion. The time when the materials
are to be supplied is given in the mile stones/ Annexure.
4. QUALITY OF MATERIALS AND WORKMENSHIP
i) The components of installation shall be of such design so as to satisfactorily function under all
conditions of operation.
ii) The entire work of manufacture/ fabrication, assembly and installation shall confirm to sound
Engineering practice.
iii) All equipments and materials to be used in work shall be manufactured in factories of good repute
having excellent track record of equality, manufacturing, performance and proper after sales
service.
iv) Satisfactory operation during the maintenance period.
The BOQ is comprised of all the items necessary for making provisions of above mentioned fire
fighting installations as per the provisions laid in NBC - 2016 & CPWD General Specifications for
Electrical Works Part V: 2006. However any discrepancy in the BOQ / Specifications noted by the
participating bidder shall be brought into the notice of the Department during pre-bid conference
otherwise it is construed that tender BOQ/Specifications are acceptable in Toto to the participating
bidder.
7 The contractor will make his own arrangements for transportation of his materials upto the site of work,
the security and watch and ward of the materials brought at site and the electrical installation executed
by him shall be his responsibility till the work as a whole is completed and handed over to the
department.
8 Any damage done to the building or installation during the execution of work shall be made good by the
contractor free of cost. In the event of his failure to do so, the same shall be got rectified through
another agency at his risk and cost.
7 The contractor or his authorized representative will have to sign site order book to acknowledge the
instruction issued by Engineer-in-Charge or his authorized representative for all matters relating to the
execution of work. The instructions noted in the site order book shall have to be complied within
reasonable time as decided by the Engineer-in-Charge.
8 Intent of Specifications
10.1 The work shall be carried out in accordance with the following relevant & applicable codes amended up
to date, and to the best available standards of engineering practice, design & workmanship.
a) Items of BOQ & Technical Specifications of the Agreement,
b) CPWD General Specifications for Electrical Works: Part V (Wet Riser & Sprinkler system)
2006).
PART-C 216
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
c) Indian Standards Specifications by BIS, IS Code
d) National Building Code 2016
e) Indian Electricity Rules & Statutory Regulations.
f) TAC Regulations
g) Local Fire Authority Regulations.
10.2 Nothing extra shall be paid for executing the work as per these specifications/ codes. The material
having ISI mark shall have precedence over the one confirming to IS Specifications. In case of any
discrepancy in the description of any item in the schedule of quantities and the specifications/ code, or
if the specifications of any of the items are not available, the decision of the Engineering-Charge or his
authorized representative shall be final and binding and work shall be executed in the manner as may be
prescribed by him.
11. Execution
11.1 The contractor shall depute well experienced / skilled Engineer / Supervisor / Foreman & licensed
wireman / electrician for execution of work. The Engineer-in-Charge reserves the right to reject/remove
any person which is not suitable/ fit in his opinion.
11.2 The work shall be executed in well planned & engineered like manner. Poor/Bad workmanship shall not
be accepted. The same shall be redone as per the directions of the Engineer-in-Charge, for which no
extra payment shall be made.
12. Payment Terms
12.1 No advance payment shall be made.
12.2 On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not exceeding
the percentage indicated against the stages of work.
Stage of Work % of rates payable
a) Delivery at site in good condition after initial inspection (Wherever specified) on pro-rata basis
………….75 %
b) On completion of Pro-rata installation (a )……. 15%
c) The final payment shall be made after Completion, testing & commissioning of the installations to
the entire satisfaction of the Engineer-in-Charge, approval from local bodies, Fire Authority and
handing over the site/installation to the Department in good working condition ………10%.
d) The Sub Standard work, if any, shall not be accepted & measured unless approved by the
competent authority.
12.3 The rates of any Extra/Substituted/Deviated Items of work shall be derived by the Department as per
the provisions in the agreement or as decided by the Engineer-in-Charge, and the same shall be binding
& acceptable to the contractor.
12.4 The Engineer-in-Charge reserves the right to recover any part/item not executed, due to site
requirements etc. The rates of such items shall be derived by the Department as per the provisions in the
agreement or decided by the Engineer-in-Charge, and shall be binding & acceptable to the contractor.
13 Completion & Guarantee
13.1 The completion of the work shall be certified by the competent authority of the department, the defects
if any shall have to be rectified to the entire satisfaction of the competent authority.
13.2 The contractor shall stand guarantee/warranty for a period of at least 12 months from the date of
completion of work or after taking over the installations by the department whichever is later, against
any manufacturing defect in material, unsatisfactory performance/ working of system/ installation and /
or breakdown due to defective design, workmanship.
PART-C 217
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
13.3 The material / equipment / installation so found defective shall be replaced / repaired free of cost to the
satisfaction of the Engineer-in-Charge. The delay in rectification/ replacement shall not be accepted.
The department reserves the right to get it done at the risk and cost of the contractor. The decision of
the Engineer-in-Charge, shall be final & binding to the contractor.
13.4 The contractor must carry out routine inspection/ testing as the manufacturer’s recommendation or as
per decision of the Engineer-in-Charge during the guarantee period and attend to the defects taking
place during this period. Sufficient number of trained and experienced staff shall be made available to
meet any exigency/ emergency at site of work during the guarantee period.
13.5 The contractor shall provide the following drawings for approval of Engineer-in-Charge before
commencement of supply/ fabrication.
i) Schematic Diagram of complete Down Comer System
ii) General layout-Plans of Terrace Pumps
iii) Layout plans of internal Hydrants
iv) Plumbing Drawings showing the layout of entire piping, dia. & length, valves & accessories,
plumbing connections etc.
v) Any other drawing the Engineer-in-Charge may deem fit.
14. Works to be arranged by the department
Unless otherwise specified in the tender document, the following works shall be arranged by the
department.
a) Vacant space for accommodating all the equipment and components involved in the work.
b) Drain points at suitable location/s.
c) Terrace tank.
15. Works to be done by the contractor
Unless otherwise mention in the tender document, the following works shall be done by the contractor
and therefore their cost shall be deemed to be included in their tendered cost, whether specifically
indicated in the schedule of work or not
i) Foundation for equipment including foundation bolts and vibration isolation spring and pads.
ii) Suspenders, brackets and floor / wall supports for suspending / supporting pipes / cable trays.
iii) Excavation and refilling of trenches in soil wherever the pipes are to be laid directly in ground
including a base treatment and supports.
iv) Sealing of all floors / slabs / wall opening provided by the department or made by the contractor for
pipes and cables from fire safety point of view, after laying of the same.
v) Painting of all exposed metal surfaces of equipment and components with appropriate colour.
vi) Making openings in the walls / floors / slabs or modifications in the existing openings wherever
provided for carrying pipeline, cables etc.
vii) All electrical works including cables / wires, earthing etc. beyond power supply made available by the
department.
viii) Making good all damages caused to the structure during installation and restoring the same to their
original finish.
ix) Approval from local bodies / fire authorities as may be required as per local by-laws. (The
contractor’s responsibility shall be limited to the work executed by him). The inspection fee of local
bodies / fire authorities shall be borne by the department.
16. Inspection by Chief Fire Officer
After completion of the work to the entire satisfactory of Engineer-in-Charge, the installation shall be
offered for inspection wherever applicable by Local Fire Officer or his representative. Testing as
desired by the Fire Officer shall be carried out. The contractor will extend all help including man power
during testing. The observations of Local Fire Officer in the executed part of works of the agreement
PART-C 218
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
under the contract shall be attended by the contractor without any extra cost. Nothing extra is to be paid
for testing as above. It shall be the responsibility of the Contractor to get the System / Installations
approved / cleared by Local Fire Authority before finalizing the bills.
Executive Engineer & SM (E),
PART-C 219
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
TECHNICAL PARTICULARS FOR FIRE FIGHTING SYSTEM:
1. Scope of Work The detailed scope of work will be as under: Necessary Terrace fire pump with automatic control starter panel. One lot-pipes and accessories such as bolts and nuts, rubber insertions, Joint compound etc. limited to quantities as per BOQ One lot-valve complete with accessories such as bolts and nuts, rubber insertions etc. limited to quantities as per BOQ.
Necessary - Fire brigade inlet connections as specified. Necessary Electrical work as per specifications.
Necessary Earthing system as per specifications. Necessary testing, commissioning and handing over.
2. The control panel for the system shall incorporate the following functional requirements:- i) The control panel shall have status selection for all the pumps for `automatic' as well as
`manual' operation. ii) All pumps when under manual status shall be started manually by operation of relevant push
buttons. iii) The fire pump once started shall not be stopped automatically excepting due to low water level
in the underground storage tank. Manual shut down by push button on from the panel shall be feasible.
iv) The fire pump shall be locked out both for `Manual' and `Automatic' operation once the lower water control operates and furnish an audible and visual alarm on the panel. Accepting the alarm can silence the audio alarm. The visual alarm shall be individual for each equipment. It shall be flashing type and on acceptance remain steady. A re-set button shall be provided for each pump for returning the pump for fire duty. Automatic shut down due to pressurization of the system by closure of landing valves or yard hydrants shall be feasible.
v) Once tripped, the electric pumps shall remain locked out for Operation irrespective of the position of its operational status selection switch. Lockout indication shall be available on the panel.
vi) Return to normal operation availability shall be feasible only by manual re-set of locked out units by operation of appropriate pushbuttons/knob, etc.
vii) When fire pump is brought into operation an audible tone indication shall be available. To distinguish between tone for healthy operation and alarm for failure and lockout of any unit, the audio alarm shall not be silenced till the unit shut down but the tone shall be mellowed by the operator if required. Failure alarms shall be loud and distinguishing and can be silenced on acceptance. Healthy running alarm shall be silenced when the pump is stopped.
viii) The starting of terrace pump shall be automatic i.e. with the opening of any hydrant valve or hose reel on any floor, the pump will start automatically with fall in line pressure. In addition start /stop push buttons shall be provided at ground floor near internal hydrant for starting the pump manually. Where fire control room has been provided, remote operation of terrace pump may be done from fire control room in place of internal hydrant. The control panel for terrace pumps shall be provided near the pumps in a suitable enclosure to avoid unauthorized operation..
3. Electric Terrace Fire Pump: General
Terrace pump is to be installed near terrace tank. The tank shall be at higher level to provide positive suction to the pump. No separate pump house is required for terrace pump. However suitable
enclosure for protection of pump is to be provided without any extra cost. The pump may be located in stair case mumty if suitable space is available. The pump may be located near beam so that its load is
PART-C 220
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
not transferred to slab. The electric fire pump shall be suitable for automatic operation complete with necessary electric motor and automatic starting gear, suitable for operation on 415 volts, 3 phase, 50 Hz. A.C. system. Both the motor and the pump shall be assembled on a common bed plate, fabricated M.S. Channel type or cast iron type. Drive Horizontal type, multistage, centrifugal, split casing pump of cast iron body & bronze impeller with stainless steel shaft, mechanical confirming to IS: 1520. HP squirrel cage induction motor TEFC type suitable for operation on 415 volts, 3 phase, 50 Hz, AC supply with IP55 class of protection for enclosure, horizontal foot mounted type with Class-'F' insulation, conforming to IS-325.
Scope of installation work: The scope of installation of terrace pump installation work shall cover the following: - i) Necessary - Cement concrete foundation including vibration isolation pads, as are necessary
foundation bolts brackets, clamps, fixtures, groupings etc.
4. Power and Control Panel: - Construction: - General features:- The power and control panel shall be fabricated out of sheet steel totally enclosed and vermin proof, free standing floor mounted cubicle type and front operated. All connections shall be accessible from the front. It shall be preferably made in sections, such as mains in comer, diesel fire pump, pressurization pumps, priming pump and control etc. so that there is no mix up of power and control wiring and connections in the same sections and as far as possible they remain segregated excepting where they have to come together on a unit such as relay, contactor etc. Sheet steel used shall not be less that 2.0 mm thick Front doors shall be hinged type. All indication lamps, Instruments, meters etc. shall be flush mounted in the front.
Terminal Blocks and Wiring:- Terminal blocks of robust type and generally not less than 15 Amps. Capacity 250 V grade up to 100 V and 600 V grade for rest of the functions shall be employed in such a manner that they are freely accessible for maintenance. All control and small wiring from unit to unit inside the panel shall be done with not less than 2.5 Sq.mm. copper conductors, PVC insulated and 600 V grade cable. Suitable colour-coding may be adopted. Wiring harness shall be neatly formed and run preferably function wise and as far as feasible segregated voltage wise. All ends shall be identified with identification ferrules.
Labels:-All internal components shall be provided with suitable identification labels. Suitable engraved labels shall be fixed at the point of panel for all switches, instruments, meters, push buttons, indication lamps etc.
Electrical works:- This section covers the detailed requirements of electrical works including earthing for the wet riser installation. Electric power supply shall be terminated in the incoming switch gear (to be provided by the tenderer) of the power and control panel with necessary earth leads, by the department. All further connections to the various components of the wet riser system shall be the responsibility of the contractor, for a complete and working system, satisfying the functional requirements. All control wiring shall be with single or multi-core unarmored copper cable of sizes as approved between various control units and control panel.
PART-C 221
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
All power cable connections between the panel and motors shall be with multi-core armoured copper cables of size as approved. Either clamped on wall, run on cable trays or laid in duct etc. as the case may be, except trays/trenches, clamps/supports and all labour shall be included within the quoted cost. All indication lamps shall be flush mounted type in front of the panel and protected with HRC cartridge type fuse. The earthing system shall confirm to CPWD specifications. The work shall be carried out conforming to CPWD General specifications for electrical works Part I (internal) 2005 amended up to date and part II(external)1995 amended up to date.
5. Plumbing:-
General: - The system shall comprise of cast iron or galvanized iron pipe work with CI/GI fittings as specified. Use of CI fittings in GI pipe work also is acceptable and indicated as an alternate with adjustment rate. The system will remain pressurized during operation.
Pipes and Pipe works:- All MS pipes and accessories shall confirm to IS 1239 heavy class preferred Makes are as per Tender. Each flanged section shall be tested. Flanges shall be smooth faced. All CI pipes shall be class `B' vertically cast conforming to IS 1536 and accessories shall be heavy class conforming to IS 1538.Flanges shall be smooth faced. Where screwed joints are permitted, they shall be taper-threaded Joint sheets shall be suitable for high-pressure work. Packing sheets shall withstand at least the test pressure requirements for the pipe, which shall be taken as one and half times the operating pressure. Pipe work installation shall cover all clamps, supports, anchors, etc. Spacing between vertical supports shall not ordinarily exceed 1.5metres. Necessary anchors shall be provided as approved at location of bends or tees etc. as required. T-joints for hydrant shall be either welded construction or with specials. The pipe works shall be electrically earthed at the pump house by suitable clamps etc. by loop earthing to the earth system.
Jointing Technique:- Jointing technique proposed shall be detailed in the tender, if any patented type jointing system is proposed to be adopted. Jointing, method/technique shall be got approved before work is taken up.
6. Hose reel equipment:- First aid hose reel equipment shall comprise of reel with hand control valve, hose reel tubing, and hose guide fixing bracket and nozzle. The fixing bracket shall be swinging type for normal mounting. The equipment shall conform to IS 884. The hose size shall be 20mm dia. Length of the hose shall be not less than 40.0 mtr. Each hose reel shall be fitted with necessary engraved operating instructions on the assembly.
7. Air release valves:- An air release valve shall be installed at top most point of each riser the air release valve shall release the air trapped in the riser when charging the riser with water. One Air vessel complete with necessary connection/pipe work and fittings, accessories, gauges, safety release, Air release as well as necessary controls and interconnected cable work etc. shall be provided in the pump house to meet the functioning requirement of the system (vide clause 4.5.)All gauges and control connections shall have isolation valves.
(i) Engine shut down and block out devices due to faults or abnormalities as specified (ii) Visual / audio alarm indication and enunciator facility as specified.
PART-C 222
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
(iii) Inter-connection control and power cable work, cable glands, lugs, all internal wiring and connections etc.
8. COMMISSIONNING As soon as the work is complete, the system shall be commissioned and made available for use in accordance with Para below. Testing of the system: Testing shall be done as per CPWD specifications.
9. APPROVAL BY LOCAL BODIES It shall be the responsibility of the contractor to obtain the approval of drawings and to get the installation inspected and obtain NOC (No Objection Certificate) from the local fire authorities as may be necessary. Any License fee, if required, shall be paid by the department as per actual.
10. DETAILED PARTICULARS AND REQUIREMENTS
Scope: This Annexure covers detailed particulars and requirements for supply, installations, testing and commissioning of Fire frightening with first aid hose reel system (requirements and equipments).
Location: IIPE at AU Campus, Visakhapatnam Scheme concept: - The overall scope under proposal is to provide terrace electric fire pumps as mentioned in BOQ. Fire fighting with first aid hose reel is proposed through a suitable no. of down comers. Required number of first aid hose reel is proposed inside the building connected with down comer lines. The electric/automatic terrace pump proposed shall be of suitable capacity to maintain a pressure of 3.5 kg/cm2, at the farthest topmost outlet. The scheme also covers one lot associated complete piping work (all sizes) and valves including accessories such as bends, tees, reducer, flanges, couplings, sockets, nut and bolts and other hardware, packing sheets, orifice plates, check valves, foot valves, instrumentation control elements and switches, electrical work including power and motor Control panel etc. pertaining to the first aid hose reel installation pumping scheme, fire brigade connections, and all associated accessories, valves of different sizes etc are also included. All down comer pipes shall be interconnected at the terrace level. In case buildings are separated and terraces are not interconnected, interconnection of down comer pipe lines is not required.
The scope of the work of this tender would cover entire equipment including piping and accessories (all sizes) required together with instrumentation and controls as needed, necessary independent suction lines for the terrace pumps from the terrace tank, necessary control panels, control wiring works etc. Various pipe quantities assumed for size wise for the entire job based on the above data may be furnished by the tenderer, together with suitable layout drawing.
Executive Engineer & SM(E)
PART-C 223
Cor NIL cc Cor NIL Ins NIL
Omi NIL Ovw NIL
AE(E) EE&SM(E)
C-4: LIST OF PREFERRED MAKES OF MATERIAL
(FIRE FIGHTING SYSTEM)
S. No. Name of Product Manufactured by
1. Pumps KIRLOSKAR/Grundfoss/MATHER & PLATT/Armstrong/KSB
2. MS/GI Pipes with ISI mark JINDAL/TATA/Zenith Birla
3. Butterfly Valve AUDCO/NORMEX/HONEYWELL/ZOLOTO/KIRLOSKAR
4. NRV (Ball valve)/Y Strainer NORMEX/AUDCO /HONEYWELL /ZOLOTO/ KIRLOSKAR
5. First Aid Hose Reel with ISI mark
PADMINI/MINIMAX/NEWAGE/OMEX
6. First Aid Hose Reel, ISI mark with hose reel drum
NEWAGE/SAFEX/EVERSAFE/OMEX
7. Electrical LT Panel Boards Tricolite Electric Industries (Pvt.)Ltd./Advance Panel and
Switchgears Pvt. Ltd/Adlec Mundka/ Neptune/Power Control
Equipments/Load Controls/Leela Electric/CPRI approved for
relevant bus bar rating/Scheider/ABB /Sie men/ L&T
Technology/Equipments/ EAP/M ilestone/ Neptune/Balaji/Electro
Control/Pragathi Controll Elims Swich board Pvt. Ltd/Manufacturer
having in-house 7 tank process,powder coating facility, CNC
Machine and having CPRI approved for relevant bus bar rating.
8. 1.1 KV grade Aluminium &
Copper Power & Control
cables
Universal /RPG Cables/Finolex/CCI/ Waina/ Lappakable /Anchor
Panasonic / Havells / Batra / Henlay / RR Kabel / Gloster / Havells /
Torrent / KEI / Ravin / Polycab
9. MCBs Legrand DX3/Schneider ACT19/Siemens 5SX4 / Havells / L&T /
ABB / Eaton / GE / Hager / Asmon / Panasonic by Anchor /
Polycab / C&S / HPL
10.
MCCB
L&T Dsine /ABB Tmax /Legrand DPX3/equivalent from
Schneider /Siemens / Eaton / C&S / HPL
11. Ammeter/Voltmeter/MF M
eter/Energy Meter/lntelligent
Meter
AEIMECO/L&T/(only Digital type to be used )/Scomec(
Diris)/Schneider/HPL / C&S/ Conserv/Kaycee/Crom pton Greaves
12. Selector Switch BCH/Rishabh/Conserv/Kaycee/AE/Crompton Greaves
13. Multifunction Meter/Load
Managers
Schneider /Siemens/Legrand/ Secure/Socomec(Diris)
14. LED Indication Lights Schneider/L&T/Legrand/BCH/Eaton/polycab/ Luker
15. Push Buttons L&T/Siemens/BCH/Eaton/C&S
16. Cable Gland
Peeco/Comet/Gripwell/Dowells/Jainsons
/Prabath/Raychem/Grandlay
17. Lugs and Thimbles Dowells/Multi/Capital/Jainsons/Comet/ Prabath/Schneider Electric
18. All other items not covered
above As per approval of the Engineer-in-charge.
Note:-
1. Tenderers quoting for make & models other than above will be rejected.
2. The department reserves the right to add or delete any materials and Brands in the list of approved
materials/brands subject to the recovery of financial implications.
Executive Engineer & SM (E)