t e n d e r d o c u m e n t - food corporation of …fci.gov.in/app2/webroot/upload/amc hanuman...
TRANSCRIPT
FOOD CORPORATION OF INDIA ELECTRICAL ENGINEERING DIVISION
REGIONAL OFFICE: HYDERABAD
T E N D E R D O C U M E N T
NAME OF WORK:
MAINTENANCE CONTRACT (PERIOD
FROM APRIL 2012 TO MARCH 2013)
FOR ELECTRICAL INSTALLATION AT
FCI, BSC, HANUMAN JUNCTION.
Contractor Asst. General Manager(Elect)
THE FOOD CORPORATION OF INDIA ENGINEERING DIVISION
HYDERABAD
CHECK LIST
1. The contractor /Firms should sign in the percentage /item rate tender form i.e. CE-6B
TENDER FORM with witness and be signed in all pages of the tender document before
submitting tenders.
2. The organization chart, work experience, and the format of description of plant
and equipment etc., (available with the contractor/firms) to be duly filled –up and
signed while submitting the tenders.
3. The tender percentage above or below / item rate as well as the tendered amount in
figures and words should be filled up in CE-6B TENDER FORM without fail by the
tenderer.
Contractor Asst.Genl.Manager(Elect)
FLYLEAF NO.1
FOOD CORPORATION OF INDIA
ELECTRICAL DIVISION
HYDERABAD
NAME OF WORK : Maintenance contract (period from April
2012 to March 2013) for Electrical
Installation at FCI, BSC, HANUMAN JUNCTION.
PLACE OF WORK : BSC, HANUMAN JUNCTION.
ESTIMATED COST
PUT TO TENDER : ITEM RATE
EARNEST MONEY DEPOSIT : 7200/-
PERFORMANCE GUARANTEE : 5% of the tendered and accepted value of work
SECURITY DEPOSIT : 5% of the tendered value of work put to
tender without any limit in addition to
the performance Guarantee.
TIME FOR COMPLETION : 12 (Twelve) months
a) Name of contractor to whom issued :
b) Date of application for issues of :
tender by contractor
c) Date of receipt of application in :
Divisional Office
d) Date of issue of tender documents :
e) Date of receipt of tender documents. : 17.03.2012
Contractor Asst. General Manager (Elect)
I N D E X
S.L. Page Numbers.
1 Notice Inviting Tenders (CE-5) 1 to 6
2 Item Rate Tender and contract work(CE-6A
& CE-6B)
7 to 10
3 Tender organization charts 11 to 13
4 General Description of work 14 to 19
5 Conditions of Contract Can be seen/ collected from office
(will be part of agreement)
6 Additional conditions and specifications 20 to 21
7 Blank Agreement form 22 to 23
8 Blank Form Indenture for secured Advance Can be seen/collected from office
9 Schedule of quantities
24 to 30
10 Fly. Leaves 2. No
This Index documents containing 1(one) to 30(Thirty) pages and Fly leaves 2.Nos has
been issued to
M/s/Shri____________________________________________________________________
_______________________________________________________________
On Receipt of DDNo._______________________________Dated_________________
For Rs __________________________________
Details of Earnest Money Deposit
CONTRACTOR ASST.GENL.MANAGER (ELECT)
THE FOOD CORPORATION OF INDIA FLY LEAF –NO.2
ELECTRICAL ENGG DIVISION
REGIONAL OFFICE:: HYDERABAD-4
Lr.No.Engg/ E-4/25(MC)2012-13 Dated 03.03.2012
TENDER NOTICE
Sealed “Item Rate” tenders are invited on behalf of Food Corporation of India for the
following works from the appropriate class of approved Electrical Contractors of CPWD, State
P.W.Ds, MES, Railways, P&T and Public Sector undertakings of the Central Government and State
Government who have satisfactorily completed during the last 5 (Five) years ending last day of the
month previous to the one in which the tenders are invited at least 3 similar works of costing not less
than the amount equal to 40% of the estimated cost put to tender or two similar works costing not less
than the amount equal to 60% of the estimated cost put to tender or one similar work of aggregate cost
not less than the amount equal to 80% of the estimated cost put to tender in any of the organization
listed in the NIT or above, registration, also possessing ‘A’ Grade Electrical license for works issued
from Electrical Inspectorate of Government of AP.
Name of work Estimate
cost
Earnest Money
Time of
completion
Cost of
tender
document
Maintenance contract (period from
April 2012 to March 2013) for
Electrical installation at
12(Twelve)
months
1.FCI , FSD, Kazipet -- 7200/- -do- 575/-
2. FCI, BSC, Jammikunta -- 7200/- -do- 575/-
3. FCI, BSC, Khammam -- 7200/- -do- 575/-
4. FCI, BSC, Miryalaguda -- 7200/- -do- 575/-
5.FCI ,BSC, Nalgonda -- 7200/- -do- 575/-
6. FCI ,BSC, Zangalapally -- 7200/- -do- 575/-
7. FCI , BSC, Hanuman Junction -- 7200/- -do- 575/-
8. FCI, BSC, Gudivada -- 7200/- -do- 575/-
9. FCI, BSC, Pennada -- 7200/- -do- 575/-
Application for the Tender documents shall accompany copies of documents/certificates such as Registration
,work experience, VAT Registration , PAN Card (original credentials should be produced for verification and
return at the time of sale/opening of Tender) will be received and issued to eligible contractor on all working days
between 11.00 AM and 4.00 PM up to 15/03/2012 payment shown for each work in the form of Demand draft of
Scheduled Bank in favour of Food Corporation of India, Hyderabad by the Asst.Genl.Manager (Elect), Food
Corporation of India, Regional Office, HACA Bhavan III floor, Hyderabad-4. The Earnest Money Deposit in the
form of DD of Scheduled Bank in favour of Food Corporation of India, Hyderabad must accompany each tender.
Tenders not accompanied by the Earnest Money in the prescribed form shall be summarily rejected.
The tender details can be seen and downloaded from website http;//tenders.gov.in and
http://www.fciweb.nic.in.
FCI will not enter in to any negotiations even with the lowest tenderer.
Completed tenders will be received by the Asst.Genl.Manager (Elect), Food to Corporation of India,
Regional Office, and HACA Bhavan III floor, Hyderbad-4 up to 2.30 PM on 17/03/2012 opened on the same
day at 3.00 PM in the presence of tenderers or their authorized representatives.
.
ASST.GENL.MANAGER (ELECTRICAL)
FOR & ON BEHALF OF FOOD CORPORATION OF INDIA
(CE-5)
FOOD CORPORATION OF INDIA NOTICE INVITING TENDERS
1. Sealed Item rate tenders are invited on behalf of the Food Corporation of India for Maintenance contract (period from April 2012 to March 2013) for Electrical
installation at FCI , BSC, HANUMAN JUNCTION.
Estimated Cost of Rs:- 7200/-
2. Contract documents consisting of the detailed plans, complete specifications, the
schedule of quantities of the various classes of work to be done and set of conditions of
contract to be complied with by the persons whose tender may be accepted, which will also be
found printed in the form of tenders, can be purchased at the Office of the Assistant General
Manager (Elect), Food Corporation of India, Regional Office, Hyderabad between 11 A.M.
and 4 P.M. every day except on Sunday and Public Holidays up to 15.03.2012.
2A. The site for the work is available.
3. Tenders, which should always be placed in sealed covers, with the name of the work
written on the envelopes will be received by the Assistant General Manager (Elect), Food
Corporation of India, Regional Office, Hyderabad up to 2.30 P.M. on 17.03.2012 and will be
opened in his office on the same day at 3.00 P.M.
4. Tenders are to be on the prescribed form, which can be obtained from the Office of the
Assistant General Manager (Elect), Food Corporation of India, Regional Office, Hyderabad on
payment of Rs.575/- in the form of Demand Draft of a Scheduled Bank issued in favour of
Food Corporation of India, Hyderabad. The time allowed for carrying out the work will be
12(Twelve) months from the 7th day after the date of written orders to commence work.
Contractor 1 Asst. General Manager (Elect)
5. The contractors should quote in figures as well as in words the rates and amount
tendered by them. The amount for each item should be worked out and the requisite totals
given.
6. When a contractor signs a tender in an Indian Language, the Percentage above or below
and the tendered amount and / or the total amount tendered should also be written in the same
language. In the case of illiterate contractors, a witness should attest the rate or the amount
tendered.
7. Receipt of application will be stopped three days before the date fixed for opening of
the tenders. Issue of tender form will be stopped two days before the date fixed for the
opening of tenders.
8. Earnest money amounting to 7200/- by Demand Draft of a Scheduled Bank
guaranteed by the Reserve Bank of India except United Industrial Bank Limited and
Bhawanipur branch of Dena Bank, Kolkata in favour of Food Corporation of India
must accompany each tender is to be in a sealed cover superscribed tender for Maintenance
contract (period from April 2012 to March 2013) for Electrical installation at FCI, BSC,
HANUMAN JUNCTION and addressed to the Assistant General Manager (Elect), Food
Corporation of India, Regional Office, Hyderabad.
9.(a) The successful tenderer has to deposit an amount equal to @ 5% of the tendered and
accepted value of the work (without any limit) as performance guarantee in the form of:-
i) Demand draft /Bankers check in case of guarantee amount is less than Rs.10,000/-
(Rupees Ten thousand only).
ii) Deposit of Call Receipt / Banker’s Cheque / Demand draft / Pay Order of Scheduled
Bank in case the guarantee amount is above Rs.10,000/- (Rupees Ten thousand only) and upto
Rs.1 lac (Rupees One lakh).
Contractor 2 Asst. General Manager (Elect)
iii) Fixed Deposit receipt in the name of Food Corporation of India, Hyderabad
If the guarantee amount is more than Rs. 1 lac (Rupees One lakh).
The time allowed for submission of the performance guarantee by the contractor shall be
decided by the NIT approving authority for a period ranging from 4 to 15 days of issue of the
letter of acceptance, depending upon the magnitude and / or urgency of the work. This period
can be further extended, if required, by the Engineer-in-charge for a maximum period ranging
from 3 to 7 days at the written request of the contractor. The date of start of work may
accordingly be fixed reckoning it after 7 to 22 days from the date of issue of letter of
acceptance.
Performance guarantee amount shall be deposited before issue of formal work order for
commencement of the work.
“ If the tenderer whose tender considered for acceptance fails to furnish the prescribed
Performance Guarantee within prescribed period, the EMD will be absolutely forfeited
by the Food Corporation of India”
9 (b) The contractor whose tender is accepted will be required to furnish by way of security
deposit for the due fulfillment of his contract, such sum as under:
@ 5% of the tendered, value of contract put to tender without limit. The security
deposit will be collected the rate mentioned above along performance guarantee and the
earnest money, if deposited at the time of tender will be treated as part of Security Deposit.
The Security Deposit will be in addition to the performance Guarantee.
10. The acceptance of a tender, will rest with the competent authority who does not bind
himself to accept the lowest tender, and reserves to himself the authority to reject entire or any
part of the tender received, without assigning any reasons. All tenders in which any of the
prescribed conditions not fulfilled, or are incomplete in any respect are liable to be rejected.
10(a) Tenders containing any condition leading to unknown / indefinite liabilities are liable to
be summarily rejected.
If at all any rebate(s) is/are to be offered the tenderer shall first quote his rate strictly on
the terms and conditions stipulated in the tender document and then show separately then
rebate(s) offered specifying the conditions for such rebate(s). Failure to follow this procedure
will render the tender liable to summarily rejection.
Contractor 3 Asst. General Manager (Elect
10(b) The Corporation is at its liberty to reject summarily any such tender submitted by
the tenderer who has been black listed / whose contract has been prematurely terminated /
rescinded / EMD / SD has been forfeited etc.
11. Canvassing in connection with tender is strictly prohibited and the tenders submitted by
the contractors who resort to canvassing will be liable to rejection.
12. All rates shall be quoted only on the proper form of the tender.
13. Item rate Tender containing percentage below/above will be summarily rejected.
14. On acceptance of the tender, the name of the accredited representative(s) of the
contractor who would be responsible for taking instructions from the Engineer-in-charge shall
be communicated to the Engineer-in-Charge.
15. Special care should be taken to write the rates in figures as well as in words and the
amounts in figures only, in such a way that interpolation is not possible. The total amount
should be written both in figures and in words. In case of figures, the work ‘Rs’ should be
written before the figures of rupees and word ‘P’ after decimal figures e.g. ‘Rs.2.15P’, and in
case of words; the word ‘Rupees’ should precede and word ‘Paise’ should be written at the
end. Unless the rate is whole rupees and followed by the word ‘only’ it should invariably be
up to two decimal places.
16. The Food Corporation of India does not bind itself to accept the lowest or any tender
and reserves to itself the right of accepting the whole or any part of tender and the tenderer
shall be bound to perform the same at the rates quoted.
17. Sales Tax or any other tax on material and cess in respect of this contract shall be
payable by the contractor and the Corporation will not entertain any claim whatsoever in this
respect.
18. Clause deleted.
Contractor 4 Asst. General Manager (Elect)
19. No. Engineer of Gazetted rank or other Gazetted Officer employed in engineering or
administrative duties in an Engineering Department of the government of India is allowed to
work as a contractor for a period of two years of his retirement from Government service
without the previous permission of Government of India. This contract is liable to be cancelled
if either the contractor or any of his employees is found at any time to be such a person who
had not obtained the permission of the Government of India as afore-said, before submission
of the tender or engagement in the contractor’s service.
20. Tenders for works shall remain open for acceptance for a period of forty five (45) days
from the date of opening of tenders. The Corporation shall have the option to extend the
validity of the tender for a further period of 45 (forty five) days. Should the tenderer fail to
keep the tender open for acceptance as stated above, or if the tenderer withdraws his tender
before the expiry of said period or makes any modifications in the terms and conditions of the
tender which are not acceptable to the Corporation, then the Corporation without prejudice to
any other right or remedy, be at liberty to forfeit the earnest money.
21. The tender for the work shall not be witnessed by a contractor or contractor(s) who
himself / themselves has / have tendered or who may and has/have for the same work. Failure
to observe this condition will render tenders of the contractors tendering, as well witnessing the
tender, liable to summary rejection.
22. While quoting the rates in the schedule of quantities the word ‘only’ should be written
closely following the amount and it should not be written in the next line.
23. The contractor shall submit list of works with value which were executed by him so far
and which are in hand at present.
Contractor 5 Asst. General Manager (Elect)
24. The Contractor should give full and correct address along with the tender, further if
there is any change of address during currency of the contract, the same should be intimated to
the Assistant General Manager (Elect), Food Corporation of India, Regional Office, Hyderabad
immediately, otherwise Food Corporation of India is not responsible for wrong delivery or
delay of the notice etc., served with regard to the above work.
Contractor Signature of Assistant General Manager (Elect)
For and on behalf of the Food Corporation of India.
-6-
CE-6A
FOOD CORPORATION OF INDIA
STATE: Andhra Pradesh A.P. Region
ZONE: South Works.Division- Elect.Engg
ITEM E RATE TENDER & CONTRACT FOR WORKS
General Rules & Direction for the Guidance of Contractors.
1. All works proposed for execution by contract will be notified in a form of invitation
to tender posted in public place signed by the Assistant General Manager (Elect),
Food Corporation of India, Regional Office, Hyderabad.
This form will state the work to be carried out as well as the date for submitting and
opening tenders and the time allowed for carrying out the work, also the amount of earnest
money to be deposited with the tender and the amount of the Security Deposit to be deposited
by the successful tender and the percentage at which the security deposit shall be deducted
from the bills of the successful tender. Copies of the specifications, designs and drawings and
schedule of quantities and of rates of the various description of works and any other documents
required in connection with the work signed for the purpose of identification by the Assistant
General Manager (Elect), Food Corporation of India shall also be open for Inspection by
the contractor at the office of the Assistant General Manager (Elect), Food Corporation of
India, Regional Office, Hyderabad, during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately by
each other partner thereof, or in the event of the absence of any partner, it must be signed on
his behalf by a person holding a power of attorney authorizing him to do so, such power-of-
attorney to be produced with the tender, and it must disclose, that the firm is duly registered
under the India Partnership Act.
3. Receipts for payments made on account of a work, when executed by a firm must
also be signed by the several partners, except where the contractors are described in their
tender as a firm, in which case the receipts must be signed in the name of firm by one of the
partners, or by some other person having authorizations to give actual receipts for the firm.
Any person who submits a tender shall fill up the usual what rate he is willing to undertake
the work. Tenders which propose any alteration in the work, specified in the said form of
initiation to tender, or in the time allowed carrying out the work or which any other conditions
of any sort, will be liable to rejection. No single tender shall include more than one work, but
contractors who wish to tender for two or more works shall submit separate tender of each.
Tenders shall have the name and number of the work to which they, refer, written outside the
envelops.
Contractor 7 Asst. General Manager (Elect)
4A. the rate(s) and / or amount(s) must be quoted in decimal coinage.
5. The Assistant General Manager (Elect), Food Corporation of India or his duly
authorized assistant will open tender in the presence of any intending contractors who may be
present at the time and will enter the amount of the several tenders in a Comparative Statement
in suitable form. In the event of a tender being accepted, a receipt for the earnest money
forwarded therewith shall be given to the contractor who shall there up to, for the purpose of
identifications, sign copies of the specifications and the other document mentioned in Rule, 1.
In the event of a tender being rejected, the earnest money forwarded with such unaccepted
tender shall thereupon be returned to the contractor making the same.
6. The Food Corporation of India shall have the right of rejecting all or any of the tenders,
and will not be bound to accept the lowest tender.
7. The receipt of an accountant or clerk for any money paid by the contractor will not be
considered as any acknowledgement of payment to the Food Corporation of India Regional
Office, Hyderabad and the contractor shall be responsible for seeing that he procures a receipt
singed by the Assistant General Manager (Elect), Food Corporation of India, Regional
Office, Hyderabad or a duly authorized cashier.
8. The memorandum of work tendered for, and the schedule of materials to be supplied by
the Corporation and their issue rates shall be filled in and completed in the office of Assistant
General Manager (Elect), Food Corporation of India, before the tender form is issued. If a
form issued to an intending tender without having been so filled in and completed he shall
request the office to have this done before he completes and delivers his tender.
Contractor 8 Asst. General Manager (Elect)
CE-6B
TENDER FORM
ITEM RATE TENDER & CONTRACT FOR WORKS
I/We hereby tender for the execution for the Food Corporation of India of the work
specified in the under written memorandum within the time specified in such memorandum
at an the rates entered in the Schedule mentioned in Rule1 and in accordance in all respects
with the specifications, designs, drawings and instruction in writing referred to in Rule1 hereof
and in clause1 of the conditions of contract, and with such material as are provided for, by,
and in all other respects in accordance with such conditions so far as applicable.
Memorandum ( a)General Description Maintenance contract (period from April 2012 to March
2013) for Electrical installation at FCI, BSC, HANUMAN JUNCTION.
( b ) Estimated Cost -- ( c ) Earnest Money : 7200/-
(d) The successful tenderer hereafter referred to as the Contractor shall deposit an
amount equal to 5% of the tendered and accepted value of the work put to tender (without
limit) as performance Guarantee as mentioned at para 9 (a) in form No. CE-5.
(e) Security deposit @ 5% of the tendered value of work put to tender without any limit
in addition to the performance Guarantee.
The Security Deposit will be collected by deduction from the running bills of
the contractor at the rates mentioned above and the earnest money, deposited at the time of
tender, will be treated as part of Security Deposit.
f) Time allowed for the work is from the 7th day after the date of written order to
commence is 12 (twelve) months only
Should this tender be accepted, in whole or in part, I/We hereby agree to (i) abide by
and fulfill all the terms and provisions of the said conditions annexed hereto and all the terms
and provisions contained in notice inviting tenders so far as applicable, and or in default there-
of to forfeit and pay to the Food Corporation of India, the sum of money mentioned in the said
conditions. A sum of 7200/- is hereby forwarded in the form of Demand Draft of a schedule
Bank issued in favour of Food Corporation of India as Earnest Money. If I/We fail to
commence the work specified in the above
Contractor -9- Asst. General Manager(Elect)
Memorandum. I/We agree that the said Food Corporation of India shall, without prejudice to
any other right or remedy, be at liberty to forfeit the said earnest money along with
performance guarantee absolutely, otherwise the said earnest money shall be retained by them
towards security deposit along with performance guarantee mentioned against clause(e) of the
above mentioned Memorandum; (ii) to execute all the works referred to in the tender document
upon the terms and conditions contained or referred to therein and to carry out such deviations
as may be ordered, upon a maximum of 50%(Fifty) percent, at the rates quoted in the tender
documents and those in excess of that limit, at the rates to be determined in accordance with
provisions contained in clause 12-A of the form.
Dated:_______________
The _______________________day of __________________200__
Witness*_____________________________________
Address
____________________________________________________________________________
_
Occupation
____________________________________________________________________________
_**
Signature of Contractor
(s)
The above tender is hereby accepted by me on behalf of the Food Corporation of India.
Date ____________________.
The _________________________day of _________________________200__
Assistant General Manager(Elect)
Signature of witness to contractor’s signature
Designation of the Officer***
** Signature of the contractor(s)
*** Signature of the officer by whom accepted.
Contractor -10- Asst. General Manager(Elect)
The tenderers shall furnish below complete details of major Repairs and Maintenance
of Electrical installation works executed by him during the last 5(five) years. Xerox copies of
documents to be enclosed.
Sl.
No.
Description of work Name of Client Year of
work
Value of
work
Period of
Completion.
-11- Contractor
THE FOOD CORPORATION OF INDIA
The tenderer shall list below key men giving short resume of their experience
together with estimated peak and average labour force that he proposes to employ on this
contract.
Designation of key personnel Name and short resume of experience.
LABOUR FORCE:
Estimated peak Force :
Estimated Average Force :
12 Contractor
THE FOOD CORPORATION OF INDIA
The tenderer shall furnish below complete description of all the tools & plant and equipment
he proposes to use for execution of this contract.
Sl.No. Description of Plant and Equipment No.
13 Signature of Contractor
Appendix `A’
THE FOOD CORPORATION OF INDIA
ELECTRICAL ENGINEERING DIVISION
REGIONAL OFFICE:: HYDERABAD -4
Drawing, specifications for works, General rules Directions for Guidance of
Contractors, conditions of contract, safety code. Contractors labour regulations and additional
conditions and specifications, organization chart, Blank Agreement form, Blank Indenture for
secured advance could be seen in the office of the Asst. General Manager(Elect), Food
Corporation of India, Regional Office, Hyderabad- 500 004 during working hours.
Contractor Asst. General Manager(Elect)
12. (ii). If the rates for the additional altered or substituted work are not specifically
provided in the contract for the work, the rates will be derived from the rates for a
similar class of work as are specified in the contract for the work.
13. (iii). If the altered, additional or substituted work include any work for which no
rate is specified in the contract for the work, or cannot be derived from similar class
of work in the contract, then such work shall be carried out at the rates entered in
CPWD Delhi schedule of rate DSR 2007 for Electrical works minus/plus
percentage which the total tendered amount bears to the estimated cost of the entire
work put to tender.
Contractor 14 Asst. General Manager (Elect)
GENERAL DESCRIPTION OF WORK
1. SCOPE:-
Electrical maintenance of the building consisting of office building. Food grain storage godowns and other Related
ancillary building, pump houses etc, as applied in one case mean that all Electrical and Mechanical services included in
the schedule of work are kept in healthy condition and wherever operation is called for, the Same is also carried out.
Specific details of maintenance activities required with regard to each service are detailed under:-
2. METHODOLOGY:- It is presumed that contractor will provide minimum staff at the site as per agreement for optimum utilization one person
shall be responsible for number of services.
In case of faults beyond the capacity of the staff provided as above, contractor shall immediately provide extra specialized
work force, so as to attend to the fault in minimum reasonable time.
3. TOOLS AND PLANTS:-
All tools and plants required for carrying out various tasks relevant to operation and maintenance have to be arranged by
the contractor. The contractor should possess the following T&P at site of work.
a) Earth megger b) Insulation megger c) Multi meter d) Tong tester
e) Other maintenance T&P.
Certain type of ladders are available in the depot for use, however any additional ladder or equipment required have to
arrange by the contractor. The contractor may inspect the depot for availability of such ladders before quoting his rates.
(A) E.I. FANS AND STREET LIGHTS OR COMPOUND LIGHTING.
SCOPE OF WORKS:-
a) Attending to day to day routine complaints of Electrical installation of the building carryout additions and alterations
of minor nature as directed by the Engineer in charge.
b) Regular inspection of Electrical installation with a view to ensure that entire installation are in healthy working
condition. Any short – coming noticed shall be attended and brought to the notice of Engineer in charge.
c) In case of power failure same should be restored on priority at the earliest by attending to the fault or contacting
Electricity Board as demanded by the situation.
d) The contractor has to maintain power capacitors and rectification of faults and maintaining of record of readings to be
taken up daily ensuring of power factor should be maintained as per E.B. Rules. If any penalty imposed on account of
low power factor the same will be recovered from the bills.
e) Maintaining of electrical lighting fixtures, fans, switch boards (main boards sub-main boards and switchboards etc)
Transformer HT panel LT panels etc, in clean condition. This includes ensuring proper, sign board writing also as
directed by Engineer- in-Charge.
f) Carrying out tests and measurements whenever required / as directed by Engineer in Charge. This also includes
Testing of IR values & ear thing values and other safety measures as per I.E. Rules and meggering the installation for
proper insulation resistance.
g) Operation, maintenance and attending day to day routing complaints of compound / street lighting systems / OH and
cable system (including jointing ) and maintaining the same including checking / attending / replacing the lamps,
chokes, condensers, time switches, MCBS, control boxes, feeder pillars, ignitors, holders, Starter, starter base
(excluding the supply) with connection etc. With dismantling the light fitting from the pole if required and re-fixing
the same supplying and replacing fuses wires/ fuse base and grips, PVC connections, if any as & when required to put
the installation / part of the faulty installation / back in proper working condition within a reasonable time.
CONTRACTOR 15 ASST GENL MANAGER (ELECT)
Reasonable time. Observing IE rules and following of specifications attached while taking all safety precautions to
avoid any accident / damage to human life / assets etc. including supply of minor items such as nails / screws / nuts
bolts / tapes, earth wire attending all the loose connections/ minor with crimping lugs / ferules, cleaning of the
installation with all required tools and plants ladder / all labour charges / cutting of trees, branches etc, complete as
required.
(h) The FCI is having food grain storage godowns of various capacity having different number of light points & power
/ light plug points ie., inside the godowns and outside the godowns, box type fittings are installed on wall as well as
hanging fittings on conduit. The height of each fittings ground is around 20ft. The Varanda platform fittings are at
height of 15 feet. In addition if required, the water cooler and Air coolers in office building are also required to be
maintained for proper working.
i) To attend day to day routine complaints of the electrical installations including all required T&Ps checking /
attending of switch boards, fans / fixtures plugs of all types / DBS / SDBS/ MBS / Wiring etc, & LT / HT panels &
Transformer ie., dismantling of the items requiring repairs / rectifications of the same and re-installing(including
departmental supply) with all connections etc, to put the installation part of the faulty installation back in proper
working condition with in a reasonable time observing IE rules and taking all safety precautions to avoid any accidents
/ damages to human life assets etc., I/C supply of small items as detailed below attending all the loose connections /
minor Civil repairs / painting / sign. Writing etc, replacing burnt terminals of accessories wires with crimpting of lugs /
ferules, cleaning of installation etc, as required.
j) In case FCI is not able to supply the materials not included in schedule for repairs / maintenance. The same shall
have to be arranged by the contractor, for which FCI shall make payments after the contractor produces his bill for
same at assessed market prices.
(B) PUMPS : To attend the pumping system including its panel board to keep the water supply of the depot in tact.
SCOPE OF WORK
1) Checking of pumps suction and delivery/ lines up to over Head Tank as well as the control panels.
II) Contractor to arrange rectification of all type of faults (i.e.) Mechanical and Electrical for the different types of pumps.
Submersible, Monoblock, centrifugal. Ejectro / Jet pumps. This includes dismantling of pumps (any type i.e.,
submersible monoblock or ejecto with their piping assembly ) for repairs and recommissioning after repairs at NO
EXTRA COST. However cost of Mechanical repairs and Electrical repairs (rewinding etc) shall be paid as separately.
III) Maintenance of different types of pump sets as mentioned in (11) above to maintain regular water supply in the depot
for smooth depot operation. To check / attend routine complaints on control panel board E.I Distribution Boards
switches. To see observe safety system is proper working conditions to avoid any accident damage to human life /
assets. To dismantle the pumps / its assembly for repairing the same, reinstallations and supplying and fixing all
routine item like insulation tapes, gaskets / V-belts / Gland / packing Rubber coupling. /flanges nut bolts / Earth
wire/fuse holder / fuse wire replacement / pilot lamps with holders/foot valve washers/C-1 flanges minor civil work
like foundations / painting etc. He is also to attend the cleaning of installation in and around ground the pump room,
attend the leakage in pipes, suction delivery, proper working of wheel valve gate valve N.R. Valve, lubricating the
mechanical system. In general the regular water supply should remain unhampered all the time.
2. METHODOLOGY:-
In consultation with the Engineer-in –charge inventory of maintenance materials to be kept at site should be finalized
and materials should be maintained at site as per this inventory.
Immediately after award of work following items should be carried out by the contractors within first One month.
1) Measuring earth resistance value of each earth station and also checking entire earthing system for continuity and
proper
connections. Results should be shown to the Engineer-in-charge and corrective measure should be taken if required
charges for corrective measure as per rates decided will be paid.
CONTRACTOR 16 ASST GENL MANAGER (Elect)
Testing and inspection of main board. SDBS. For any (a) Loose connection (b) Putting proper fuse ratings and (c)
Cleaness, corrective measures as required should be taken to set things right. The cost of major materials only shall be
borne by FCI.
iii) Insulation test of main board and SDBS. In case proper values are not available fault segments should be
identified and necessary corrective action taken.
4. SCHEDULE FOR PREVENTIVE MAINTENANCE E.I. PROPER /
LIGHT PLUG FANS AND COMPOUND LIGHTING.
1. MAIN BOARD AND ( SMBS) HT / LT PANEL, TRANSFORMER.
a) Cleaning Monthly
b) Contact checking and cleaning Monthly
c) Watering of Earth pits. Monthly
2. SWITCH BOARD
a) Contact checking cleaning and replacement Monthly
b) Earth continuity Monthly.
3. FANS PLUGS & FITTINGS LT / HT PANELS & TRANSFORMER.
a) Cleaning of fittings 6 (six) months.
b) Cleaning Greasing and over hauling
of fans / exhaust fans Yearly.
c) Earth test Once in a year
d) Insulation test. Once in a year
4. WATER COOLERS/ROOM COOLERS. Quarterly – Major
MAINTENANCE Main
5. PREVENTIVE MAINTENANCE OF PUMP.
1. To check the electrical parameters Monthly
In reference to normal load.
2. Earthing. Monthly
3. Leakage Test of Foot valve Monthly
4. Water / Air leakages in suction/ Monthly
Delivery pipe line.
5. Excessive Noise / Vibration in pump sets Daily
(Motor and pumps.)
Petty works i.e putting additional, points, shifting etc. The cost of the
Major materials only shall be paid separately by FCI.
5. MATERIALS SUPPLIED BY CONTRACTOR.
a) To be supplied by contractor without any cost insulation tapes, lugs, cleaning agents grease, screws, nuts piece of
wire (up to 2 meters), junction box / covers / round block, connectors. Paint brushes, G1 / PVC pipe fitting accessories.
CONTRACTOR 17 ASST GENL MANAGER (Elect)
6. MATERIAL SUPPLIED BY DEPARTMENT:-
a) Tubes, chokes, HPSV lamps, ignitors, condensers, Regulator, Cables, Fans and fittings switch socket, Holders.
MCB / Switches, Cables, OH wires / Insulators / Poles.
b) In case for the reasons one or other, the department, if unable to supply the materials, the same will be arranged by
the contractor and cost as decided by Engineer-in-charge as per prevailing market rate or as per rates in annexure III
which ever will be less will be paid to the contractor.
7. MINIMUM STAFF SHALL BE PROVIDED BY THE CONTRACTOR:-
a) Qualified Wireman 1.No.
b) Khalasi 2.Nos on all working days of FCI.
c) One Wireman along with one khalasi on Sundays and holiday. The timing of staff
Will be decided by the Engineer in Charge.
d) If the required staff as mentioned above is not provided by the contractor on the
Particular day the penalty will be as follows as per day.
e) If either the wireman or the Khalasi is absent an amount of Rs. 300-00/200-00 will be
recovered from the bill.
f) If both the wireman and Khalasi are absent amount of Rs.500/- will be recovered
From the bill.
g) On the nominated day or if called on emergency and failing which wireman
Dose not attend duty an amount of Rs.300/- will be recovered from bill.
8. SECURITY DEPOSIT:-
The contractor has to deposit 10% of the contract value as Security Deposit (i.e. 0.5% S.D+5% P.G.)
Before issuing of work order which shall be refunded after satisfactory completion of contract period.
9. MODE OF PAYMENT:-
a) Quarterly :- The contractor should submit the bill alongwith Xerox copy of the
daily maintenance register after completing quarter period. Payment will be
made on monthly basis. Preferably the bill will be paid for three months or more only.
b) Extension of Contractor:-
i) 3 months extension can be given by department i.e, on the same rates, terms & condition, if desired by department
ie FCI
ii) Further 9 months can be extended if department and contractor are mutually agreed at the same rates terms and
conditions.
10. POSTING OF STAFF:-1 Qualified wiremen shall be posted by the contractors as per E.I. rules.
2. contractor has to provide local addresses of all the staff posted in Depot to the Engineer in charge
and Manager(D)
11. TERMINATION OF CONTRACT:-
FCI reserve the right to get the assigned maintenance work carried out at the risk and cost or terminating the contract
.If the maintenance is not found satisfactory by giving a suitable notice as required and the security deposit of the
contractor will be forfeited.
CONTRACTOR 18 ASST GENL MANAGER (Elect)
SPECIAL CONDITIONS:-
1. The rates quoted shall be on monthly basis and shall be valid for a period of (12)Twelve months, which is further
extendable up to 3+9 month from the date of expiry of contract period at the same rates, terms and condition.
2. The contractor shall enter into an agreement (as per specimen enclosed) for a period of 12 months renewable
from time to time on mutual agreement on the same rates terms and conditions.
3. The contractor shall possess the valid “A” grade license issued by Electrical inspectorate for operation and
maintenance of H.T installations up to 11.KV and the same shall be renewed from time to time
4. The rates quoted on monthly basis shall be inclusive of following.
a) One wiremen with valid license and two helper shall be stationed at depot or as directed from 9.30 AM to 6.00
PM on all working days. This staff will attend the Railway special on FCI Siding as and when required(Early & late
hours) without any extra charges.
b) The contractor should maintain daily work register and same has to be signed by the concerned Manager(Depot)
c) The contractor should operate maintenance diesel generator set if available in the depot when ever it requires.
d) In case of exigencies or unfinished work during the above working hours, the work shall be completed after
working hours on the following day before office hours or on Sunday or holidays no disturbance to the working of
the office.
e) No conveyance charges or any other charges are payable for travel, conveyance etc., to the site of work as
directed by FCI Engineer from time to time and the rates quoted shall be inclusive to this. If additional man power
is required the same will have to be arranged by the contractor, at no extra cost.
f) The material shall be supplied by FCI for addition, alteration in the existing installation and maintenance as per
the direction of Engineer in charge. Any rates not covered under the Annexure-I shall be paid at prevailing market
rates or decided by Engineer in charge. The rates are inclusive of periodic preventive maintenance work. Which
shall also be taken up on Holiday & Sunday, as directed by FCI Engineers.
g) In case of power failure it will be the duty of the Agency to use his good offices for early restoration of power
supply. However, whatever assistance from the corporation is required the same will be extended.
5) FCI shall not be responsible and liable for the safety of the workmen employed by the contractor for the
maintenance work.
6. The contractor shall obtain insurance for workmen compensation and third party risk for an adequate sum and
copy submitted to the FCI, Office.
7. Contractor shall be responsible for any of commission or omission on the part of their workmen in respect of any
damages or loss to FCI property.
8. If in the opinion of FCI the performance of the contractor is found to be unsatisfactory, the contract shall liable for
terminating given seven (7) days notice with consequent forfeiture of security deposit.
9. The contractor shall comply with the provisions of the payment of wages Act 1936, minimum wages act 1948
employees liability Act 1938. workman’s compensation act 1923 Industrial Disputes Act 1947 Maternity Benefit
Act 1962 and any modifications in these statutory rules and regulations introduced from time to time.
13. SAFETY CODE:-
The Contractor shall at his own expense arrange for the safety provisions as required by the Engineer in charge,
in respect of all workers directly or indirectly employed for the work and shall provide all facilities in connection
there with. In case the contractor fails, to make arrangements and provide necessary facilities the Engineer in
charge shall be entitled to do so, and recover the cost thereof from the contractor.
14. NUISANCE:-
The contractor shall not at any time to cause or permit any nuisance on the work site or do any thing which
shall cause un-necessary disturbance or inconvenience to other workers.
15. CONTRACTOR’S SUPERVISION:-The contractor shall either himself supervise the execution of work
or shall appoint competent man approved by Engineering in-charge to act on his behalf.
16. List of workers along with their address, telephone numbers are to be made available to the depot in charge for
easy access.17. List of Tools & Plants available with Contractor is to be enclosed along with Tender.
CONTRACTOR 19 ASST GENL MANAGER (Elect)
ADDITIONAL CONDITIONS & SPECIFICATION FOR ELECTRICAL WORKS
1. The work shall be carried out as per latest Rules/General specification for Electrical
works (Internal & External) as amended upto date. All installation shall also comply
with the required of I.E. Rules 1956 with amendments upto date. In case of item not
covered by the above specifications, the work shall be carried out as per the instructions
of the Engineer-in-charge.
2. The work shall be carried out by an Electrical contractor or appropriate class possessing
requisite licence and authority to handle this type of installation covered by the
contract.
3. Requirements, if any local Electrical Authority / Electrical, inspectorate in respect of
approval of installation and sanction of Electrical power shall also be complied with by
contract in furnishing requisite documents, plants, schematic diagram etc.
4. The contractor shall help in co-ordinating with the Electric supply authority in
obtaining the service connection and the requisite test report in the prescribed form
shall also be furnished.
5. Immediately on completion of work, the contractor shall carryout testing of the
installation and shall submit report in the form of completion certificate as per appendix
‘E’ CPWD specification referred above.
6. The contractor shall submit completion plan drawn to a suitable scale in tracing cloth
with ink along with three blue print copies of the same.
7. The Contractor should inspect the proposed site for the work and study all specification
and conditions carefully before tendering.
8. All components used shall conform to relevant Indian Standard Specifications and
where ever existing materials with I.S.I certification mark shall only be used.
9. All inter-connections on the main board and distribution boards shall be done with
suitable size of cables drawn in conduits and end-terminations with appropriate luges
thimbles.
10. M.S./C.I. junction boxes shall be used for junction of conduits as per direction of
Engineer-in—charge. These will not be measured separately but shall be measured in
all directions along with the length of conduits.
11. In case of recessed conduit system. Junction Boxes not less than 65mm shall be
provided and no extra payment shall be made on this account.
12. In places where electrical conduit is required to pass through wall/R.C.C. columns or
beam/cramped sections etc., the conduit Junction box shall be provided at an interval
of not more than 1M and no extra payment shall be made on this account.
Contractor 20 Asst. General Manager(Elect)
13. All the metal boxes housing control switches, regulators and plug socket, shall be
suitably earthed with 2.24mm dia copper conductors wire.
14. All steel poles, switch boards, sheet metal panels, M.S. clamps etc shall be applied with
primer coat of paint before erection, final painting shall be done in two coats after
erection.
15. Where conduit pipes are to be laid along the trusses, these shall be fixed as per clause
4.3.2(!!) of CPWD specification.
16. Execution of work shall be supervised by Technical person of appropriate rank as
required under the prescribed rules.
17. Any damage done by the contractor to any existing building and or roads during the
coarse of execution or work shall made good by him at his own cost to the satisfaction
of Engineer-in-charge.
18. The contractor shall maintain in good condition all work executed by him, till the
completion and handing over of the entire work and nothing extra shall be paid for
watch and ward if any.
19. The contractor shall take all precautions to avoid accidents, shall follow the safety
procedure as per appendix “C” CPWD specification referred above.
20. The contractor shall consult the Engineer-in-charge in writing regarding collection and
stocking of materials for work. He shall not stock any materials in any other than those
approved by the Engineer-in-charge
21. The contractor shall execute the work as per programme drawn by the Engineer-in-
charge.
22. MCBS, MCCBS, BICBS/ RCCB etc., shall be of the same make as that of the
MCBDB/MCCBDB.
23. Where ever there is not provision of nitch for erection of MCBDB, the MCBDB shall
be recessed on the wall, without any extra payment
24. The switch boxes shall be only metal boxes irrespective of the type of conduit wiring
system(i.e) either metallic or non-metallic conduit wiring system.
25. Necessary Anchor bolts/dash fasteners shall be used for installation of lighting fixtures
where ver to be installed directly on ceiling for which no extra payment shall be made.
26. The rate quoted by the contractor should include all taxes (octroi) excise duty etc.,
Neither extra shall be payable to the contractor beyond the rates quoted by him.
27. The contractor will co-ordinate electrical works with the progress of civil Engineering
works. He will ensure that electrical works are completed, installation test report
submitted to electrical supply authorities and approved by the electrical inspectorate
concerned immediately after the Civil works are complete
28. In case of composite contracts where in electrical works form a part of the composite
work the main contractor shall ensure that the electrical works are executed by a sub-
contractor (who shall be approved by the tender accepting authority) having appropriate
registration for electrical license for undertaking such work-name(s) of the party (ies)
should indicated while submitting the tender, Soon after the award of work, separate
agreement of electrical works be concluded with Assistant General Manager(Electrical)
of the Corporation for electrical sub works.
Contractor 21 Asst. General Manager(Elect)
THE FOOD CORPORATION OF INDIA
PROFORMA FOR AGREEMENT FORM
THIS AGREEMENT made this________________ day of _________________
Two thousand ____________________ between the Food Corporation of India, established
under the Food Corporation Act, 1964 having its Head Office at No. 16-20 Barakhamba Lane,
New Delhi - 110 001, and its Regional Office at HACA Bhavan,III Floor, Public Garden Road,
Hyderabad-500 004(which expression shall mean and include its successor or successors in
office and assigns) acting through the Assistant General Manager (Elect), Food Corporation of
India, Regional Office, HACA Bhavan, Hyderabad – 500 004 hereinafter called " The
Corporation “on the one part M/s ………………………………hereinafter called the "
Contractor" (which expression shall mean and include their heirs executors and administrators
and assigns) of the other part.
WHEREAS the Corporation being desirous of having provided and executed certain
works mentioned, enumerated or referred to in the specifications, conditions of contract,
schedule of quantities of works, Drawings and other documents consisting of the "Tender and
acceptance thereof, copy hereto annexed, all of which are deemed to form part of this context
contract and are included in the terms "CONTRACT" wherever herein used.
.AND WHEREAS The Corporation accepted to the tender of
…………………Contractor……………………….. for the provision and the execution of the
said work at the rates stated in the Schedule of quantities work (hereinafter called the
"Schedule of rates ") upon the terms and subject to the condition of contract.
NOW THIS " AGREEMENT WITNESSETH & IT IS HEREBY agreed and declared as
follows:
1. In consideration of the payments to be made to the Contractor for the works to be executed
by him, the Contractor does hereby convenient with and Corporation that the contractor shall
and will duly provide, execute, and complete the said work on or before the dates mentioned in
the conditions attached to the tender documents and shall maintain the same at his own cost for
a period of six months thereafter, perform all other acts and things in the contract mentioned or
described or which are to be implied there form or any be reasonably necessary, for the
completion at the said works and in the manner and subject to the terms and conditions or
stipulation mentioned to the contract.
2. In consideration of the due provision, execution and completion of the said works the
Corporation does hereby, agree with the contractor that the Corporation will pay to the
contractor the respective amount for the work actually done by him at the "Schedule of Rates "
as contained in the appended schedule and such other sums as may become payable the
contractor under the provisions of the Contract, such payments to be made at such time and in
such manner as provided for in this agreement.
3. The contractor has furnished a sum of Rs ------------as Earnest Money and Rs ----------as
performance guarantee and agrees that the balance Security Deposit amounting to Rs--------
shall be recovered from the bills payable to the contractor from time to time the whole of the
Security Deposit of Rs-------stipulated in the memorandum of the. Tender and clause of the
Conditions of the Contract is recovered."
Contractor 22 Asst.General Manager(Elect)
4. In consideration of the due provision, execution and completion of the said works the
contractor does hereby agree to pay the Corporation the sum as may be due to the Corporation
for the services if any, rendered by the Corporation to the contractor, and such other sum or
sums as may become payable to the Corporation towards loss, damage to the Corporation's
equipment materials plant and machinery, liquidated damages, if any, as set forth in the said
conditions of contract such payments to be made at such time and in such manner as is
provided in the contract.
In WITNESS THEREOF, the parties have executed these presents in duplicate the date and
the year first above written.
SIGNED AND DELIVERED FOR AND ON BEHALF OF
AT
IN THE PRESENCE OF CONTRACTOR
WITNESS 1
2
SIGNED AND DELIVERED FOR ANDON BEHALF
OF THE FOOD CORPORATION OF INDIA ASST GENL MANAGER (Elect)
IN THE PRESENCE OF
WITNESS 1
2
Contractor Asst. Genl. Manager(Elect)
23
THE FOOD CORPORATION OF INDIA
ELECTRICAL ENGG DIVISION REGIONAL OFFICE: HYDERABAD.
ANNEXURE -I
Name of work: Maintenance contract (period from April, 2012 to March, 2013) for Electrical installation at FCI , BSC, HANUMAN JUNCTION.
SCHEDULE OF QUANTITIES
S. No.
Description of item Qty Rate (Fig. &words)
Unit Amount
1. Repairs and Maintenance of the following electrical/Mechanical installations details given and condition mentioned. As per IE Rules, plug points/power points etc., a) E.I.Fans and street/compound lighting arrangements as per I.E. Rules as detailed inside at page (ANNEXURE-ii). b) Water supply arrangements etc., c) Water coolers d) Air coolers e) Transformer L.T/HT panel maintenance including testing of oil and get it certified from Electrical inspector as required under I.E Rules
12 (Twelve) Months
One Month
CONTRACTOR -24- ASST. GENL. MANGER (ELECT)
THE FOOD CORPORATION OF INDIA
ELECTRICAL ENGG.DIVISION
REGIONAL OFFICE : HYDERABAD
ANNEXURE-II
NAME OF WORK:- Annual maintenance contract for Electrical Installations at FCI, BSC, HANUMAN JUNCTION for the
year 2012-13.
Details of Inventory light points/Street lights Pole/Feeder Pillar Box /Pump Sets Etc.,
Details of Transformers
HT/LT Panel to be
maintained including
filtration of Oil.
Tube Lamps/Light
Points
Plug points
5.amps /15
amps power
points
MV/HPSV/HALO
GEN METAL
HALIED
Street lights
fittings
Water
pump set
Room
/Water
Cooler /
Air
Conditio
ner
Feeder
pillar
Box
Godo
wn
Building
Transformer 200.KVA -
1.No.11000/430 Volts-DP
structure MV. Panel Board,
200 Amps - Capacitor 25.
.KVA R.
646.
Nos
268.Nos
110.Nos
35.Nos
140.Nos-122
Nos. Tubler
Poles +
Tower light
15 Mtr.1.No.
3.No.s
Submersibl
e pump Set.
1.No.A.C
Air
Coolers.
2.Nos.
with
MCCB
.& MCB
Enclosure
..
CONTRACTOR -25- ASST GENL MANAGER (Elect )
THE FOOD CORPORATION OF INDIA
ELECTRICAL ENGG DIVISION
REGIONAL OFFICE:: HYDERABAD-4
Name of work:- Maintenance contract for Electrical installations at FCI, BSC, HANUMAN
JUNCTION for the year 2012-13.
S.No. Description of item Remarks Unit Rate (Fig. & words)
1(a) Single core PVC insulated
aluminium conductor of
ISI make
1.5Sqmm Havells/Finolex 100
M
2.5Sqmm -do- -do-
4.0sqmm -do- -do-
6.00Sqmm -do- -do-
b) Single core PVC insulated
copper conductor of ISI
make
1.5 Sq mm Havells/Finolex 100
M
2.5Sqmm -do- -do-
4.0sqmm -do- -do-
6.00Sqmm -do- -do-
PVC insulated, PVC
sheathed armoured
underground aluminum
conductor cable of size
2. 3.1/20 Sqmm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 150 Sq mm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 120 Sq mm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 95 Sq mm Polycab/
Havells/
Finolex make
Metre
Contractor 26 Asst. General Manager (Elect)
Sl.No.
Description of item
Remarks
Unit
Rate (Fig. & words)
3.1/2 x 70 Sq mm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 50 Sq mm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 35 Sq mm Polycab/
Havells/
Finolex make
Metre
3.1/2 x 25 Sq mm Polycab/
Havells/
Finolex make
Metre
4 x 16 Sq mm Polycab/
Havells/
Finolex make
Metre
4 x 10 Sq mm Polycab/
Havells/
Finolex make
Metre
2x 10 Sq mm Polycab/
Havells/
Finolex make
Metre
2x6 Sq mm Polycab/
Havells/
Finolex make
Metre
3. Fluorescent tube 40 watts Philips /
Crompton/
Bajaj
Each
4. Choke copper wounded for
40 watt tube light fittings
Philips /
Crompton/
Bajaj
Each
5. Tube light starter for 40
watt tube light fittigs
Philips /
Crompton/
Bajaj
Each
6. Tube light starter base Bajaj make Each
7. Tube light side holder Bajaj make Each
8. 4.0 Mfd condensor Philips /
Crompton/
Bajaj
Each
9 Sodium vapour lamps
(HPSV)
Philips /
Crompton/
Bajaj
Each
Contractor 27 Asst. General Manager(Elect)
S.No. Description of item Remarks Unit Rate (Fig. & words)
a 400 watts Philips /
Crompton/
Bajaj
Each
b 250 watts Philips /
Crompton/
Bajaj
Each
c 150 watts Philips /
Crompton/
Bajaj
Each
d 70 watts Philips /
Crompton/
Bajaj
Each
10. Copper wounded ballast
suitable for HPSV fittings
a 400 watts Philips /
Crompton/
Bajaj
Each
b 250 watts Philips /
Crompton/
Bajaj
Each
c 150 watts Philips /
Crompton/
Bajaj
Each
d 70 watts Philips /
Crompton/
Bajaj
Each
11. Condensor suitable for
HPSV lamp fittings
a 42.0 mfd Crompton/
Bajaj
Each
b 33.00 mfd Crompton/
Bajaj
Each
c 20.00 mfd Crompton/
Bajaj
Each
d 10.0 mfd Crompton/
Bajaj
Each
12 Metal Halide lamps 70
watts
Crompton/
Bajaj
Each
13 Copper wounded ballast
suitable for metal halide
fittings 70 watts
Crompton/
Bajaj
Each
14. 5 AMP tumbler / piano
type switch ISI make
Anchor / ISI
approved
Each
15. 5 AMP 3/5 pin socket ISI
make
Anchor / ISI
approved
Each
Contractor 28 Asst. General Manager(Elect)
S.No. Description of item Remarks Unit Rate (Fig. & words)
16. 3 plate ceiling rose ISI
make
Anchor ISI
approved
Each
17. 5 / 15 AMP Tumbler
/piano socket ISI make
Anchor ISI
approved
Each
18. 15 AMP Tumbler / Piano
socket ISI make
Anchor ISI
approved
Each
19. Ceiling fan regulator for
48”
Orient / Usha /
Anchor make
Each
20. Stepped type electronic fan
regulator
Orient / Usha /
Anchor make
Each
21. 2.50mfd Fan condensor Orient / Usha /
Anchor make
Each
22. 48” ceiling fan Double Ball
bearing complete set
SKF / NBC One
Set
23. 56” ceiling fan Double Ball
bearing complete set
SKF / NBC One
Set
24. Single Box type
fluorescent fitting
Crompton/
Bajaj/ Philips
One
Set
25. Single street light weather
proof fluorescent fitting
Crompton/
Bajaj/ Philips
One
Set
26. MCCB’s
a MCB 200 AMP TP Havells/MDS/
Standard make
Each
b MCCB 100 AMP TP L&T / Havells
make
Each
c MCCB 60 AMP TP L&T / Havells
make
Each
27 TPN Main switch HRC
a. 300Amps Crystal /
Standard
Each
b 200Amps Crystal /
Standard
Each
c 100 A,[s Crystal /
Standard
Each
d. 63 Amps Crystal /
Standard
Each
28 10 KA MCB’s 5 Amps to
32 Amps
a. Triple pole Havells/MDS/
make
Each
b Triple pole & neutral Havells/MDS/
make
Each
c Single pole Havells/MDS/
make
Each
d. Single pole & neutral Havells/MDS/
make
Each
Contractor 29 Asst. General Manager (Elect)
S.No. Description of item Remarks Unit Rate (Fig. & words)
29. Isolators
a. 40 Amps Three pole Havells / MDS
make
Each
b 63 Amps Three pole Havells / MDS
make
Each
c 40 Amps Double pole Havells / MDS
make
Each
30. Time switch LT/LK
Kakatiya
Each
31. 3 Phase ML-2 Contractor LT/LK Each
32. No Volt cols 230 volts
/400 volts
LT/LK Each
33. Motor starter DOL /Star
/Delta Starter suitable
a. 3 HP motor LT / LK Each
b. 5 HP motor LT /LK Each
34. Rewinding for ceiling
Exhaust fan
Copper
winding
Each
35. Rewinding for 3 HP motor Copper
winding
Each
Contractor 30 Asst. General Manager (Elect)