1

DRAFT NIT

NIT NO:- DB/5(NIT)/TEDS/07-08/263. Dated:- 20.04.07

Name of work:- S/I/T/C of 1.5 HP Submersible pump set for BTS station at New Bldg. BHATLI. AMOUNT : Rs 60952.00

Certified that this Draft NIT contains 25 pages & PWD-8 only.

Approved For Rs 60952 /-

Executive Engineer (E) BSNL Electrical Division Sambalpur

SDE(EP) SW(E) 2

The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Arch./Corporate office for non-executive employees and all SSA in a circle including circle office/Chief Eng./Chief Arch./Corporate office for executive employees (including those called as Gazetted officers at present).

Therefore, it has been decided by the competent authority that a clause must be added in the tender and other related documents that the tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender work. In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company.

Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

The executive Engineer shall obtain a certificate in the format as given below from all the firms/persons before the sale of tender documents which shall form the part of the agreement.

Format of the certificate to be given by the firm/person:

I ______S/o______R/o ______here by certify that none of my relative(s) as defined below is/are employed in BSNL unit as per details given in the tender document. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have absolute right to take any action as deemed fit/without any prior intimation to me. The near relatives for this purpose are defined as: a) Members of a Hindu Undivided family, b) They are husband and wife, c) The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter-in-law), Daughter(s) & daughter’s husband (son-in-law), brother(s) & brother’s wife, sister(s) & sister’s husband (brother in-law).

Signature of the firm/person

I N D E X

SDE(EP) SW(E) 3

SL.NO DESCRIPTION Page No

1 Net Notification 4-5

2 Notice Inviting Tenders (form PWD 6) 6-8

3 Important Terms & Conditions of Contract 9-13

4 Schedule of Quantities 14-15

5 Product list. 16-17

6 Specifications. 18-20

7 Physical Verification 21

8 Correction Slip. 22

Item rate tender and conditions of contract 9 23-25 (Form PWD 8)

This NIT contains 25 pages only.

NET NOTIFICATION

SDE(EP) SW(E) 4 The Executive Engineer (Elec.), BSNL Electrical Division, Sambalpur invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractors satisfying the under mentioned eligibility conditions: - T I M E FOR NAME OF WORK ESTD.COST EMD COMPLETION Name of work:- S/I/T/C of 1.5 HP Submersibale pump set for BTS Rs 60952.00 Rs 1219 /- 1 Months from station at New Bldg. BHATLI. date of Award

Eligibility Criteria: - I. Financial: The Contractor should have satisfactorily completed at least three works of Similar nature in Central Government / PSU/ State Government and the works execution turnover shall not be less than 30 lakhs in past 3 years reckoned from the date of NIT.

II. Physical: A) The firm should have successfully completed at least 3 works of similar nature each work minimum of 75% of the Estimate Cost during the last 3 years in Central Government / State Government / PSUs reckoned from date of NIT.

OR

C) Appropriate Class of BSNL Enlisted contractors III. The firm should have valid PF, ESI registration.

Documentary proof of satisfying above conditions and Chartered accountant certificates in regards to IT to be furnished along with application.

Conditions and tender forms can be had from division on payment of Rs.520/-. (Non- refundable).

Last date of receipt of application: 03.05.2007 Last date of issue of tender: 04.05.2007 Last Date of Submission of tender: 07.05.2007 up to 15.00 Hrs Date of opening of tender: : 07.05.2007 at 15.30 Hrs.

Validity of tender shall be for 90 days from the date of opening of tender.

The tenderer shall submit the tenders in 2 sealed covers marked as cover Ist and 2 nd with name of work. Both should be separate & they should not be enclosed in a common 3rd cover. The first cover should contain the earnest money deposited in the shape of a CDR/FDR/DD/BG in favour of A.O. BSNL Electrical Division, Sambalpur is acceptable. However, Bank guarantee as per Performa attached with the Tender Documents towards EMD is also acceptable. The Bank guarantee is to be extended for one year or later date as called for before award of work. The second cover should contain the tender documents. If the Ist cover is not annexed or Earnest Money is not in proper form, the 2 nd cover containing tenders will not be opened at all. Note: (i) The company or firm or any other person is not permitted to tender for works in BSNL unit in which his near relative(s) is (are) posted. (ii)The tender documents shall not be sent through Courier /Post. The tender Documents received through Courier/ Post shall not be opened / Considered at all.

EXECUTIVE ENGINEER (E) B.S.N.L., Elect. Division Sambalpur.

Procedure for submission of tenders downloaded through website.

SDE(EP) SW(E) 5

The tender documents can be downloaded from the website and submitted subject to the following conditions: -

A) The first envelope should contain

i) Credential documents self attested and certified by any officer not below the rank of Executive Engineer / GM /Originals should be produced at the time of opening of tender. ii) Cost of tender paper in the proper shape as per NIT iii) EMD in proper shape as per NIT

In case of any deficiency of any of the above three items the second envelope will not be opened.

B) The second envelope should contain the price bid.

C) If at any stage during the tender process it is found that the tenderer has made any modifications in the NIT then it will be rejected forthwith and the EMD deposited will be forfeited as per rules.

Important Note: -The envelopes shall be clearly super scribed on top as

FIRST ENVELOPE - TENDER COST/EMD/CREDENTIALS SECOND ENVELOPE - TENDER DOCUMENT

Executive Engineer (E) BSNL, Electrical Division Sambalpur

NOTICE INVITING TENDER C.P.W.D.

SDE(EP) SW(E) 6 CPWD-6 BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

NOTICE INVITING TENDER

Item rate tenders are invited on behalf of the BSNL from eligible contractors for the work of: - Name of work:- S/I/T/C of 1.5 HP Submersibale pump set for BTS station at New Bldg. BHATLI.

The work is estimated to Rs 60952.00 This estimate however is given merely as a rough guide.

1.2 Tenders will be issued to eligible DOT as well as non DOT contractors, provided they produce definite proof from the appropriate authority of having completed work of magnitude as specified in press notification at page No.4.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No.8 which is available as a Govt. of India Publication, Tenderer shall quote his rates as per various terms and conditions of the said from which will form part of the agreement.

3. The time allowed for carrying out the work will be one months from date of award.

5. Receipt of applications for issue of forms will be stopped by 1600 Hrs. four days before the date fixed for opening of tenders. Issue of tender forms will be stopped three days before the date fixed for opening of tenders.

Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary document can be seen in the office of the EE (E), B.S.N.L.ELECTRICAL DIVISION, Sambalpur between hours of 11.00 A.M & 04.00 P.M. every day except on Sunday and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above on payment of Rs.113/-(one hundred thirteen only) in cash.

6. The tender must produce a Chartered Accountant certificate instead of Income Tax clearance certificate before tender papers can be sold to him. However tenderer shall quote their PAN along with certified copy of PAN Card in their tender.

7. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the EE (E), B.S.N.L. ELECTRICAL. DIVISION, Sambalpur up to 03.00 P.M. on 07.05.2007_ and will be opened by him or his authorized representative in his office on the same day at 03.30 P.M.

NOTICE INVITING TENDER CPWD

SDE(EP) SW(E) 7

8. The tender shall be accompanied by earnest money (unless exempted) of Rs 1219 /-in the form of CDR/FDR/DD/B.G. (as specified) of a scheduled Bank issued in favour of Accounts Officer B.S.N.L., ELECTRICAL DIVISION, Sambalpur the amount being credited to Nationalized Bank/State Bank.

9. The description of the work is as follows: - Name of work:- S/I/T/C of 1.5 HP Submersible pump set for BTS station at New Bldg. BHATLI Copies of other drawings and documents pertaining to the work will be open for inspection by the tenderers at the office of the above-mentioned officer.

It is hereby mentioned that site may be any BSNL Building within the state of Orissa. Therefore Tenderer are advised to Consider all aspects like nature of site, transport, nature of ground and subsoil etc in the state of Orissa before submitting their tenders. A tenderer shall be deemed to have full knowledge of the places of Orissa and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores , tools and plants, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

10. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

Tenders with any condition including the conditional rebate shall be rejected forthwith. How ever tenders with unconditional rebate will be considered.

11. Canvassing whether directly or indirectly , in connection with tenders is strictly prohibited the tenders submitted by the contractors who resort to convassing will be liable to rejection. 12. The competent authority on behalf of the BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13. The contractor shall not be permitted to tender for works in the B.S.N.L. Circle (Responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Sub-Divisional Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the DOT. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

NOTICE INVITING TENDER CPWD

SDE(EP) SW(E) 8

14. 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 contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractors service.

15. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

16. The Notice Inviting Tender shall form a part of the contract document. The successful tenderer /contractor, on acceptance of his tender by the Accepting Authority, shall sign the contract consisting of:-

(a). The Notice Inviting Tender , all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

(b). Standard C.P.W.D. Form 8.

Signature of Divisional Officer ______For and on behalf of B.S.N.L.

SDE(EP) SW(E) 9

IMPORTANT TERMS & CONDITIONS OF CONTRACT 1.0 Tax and Duties

The firm shall quote rates for all items inclusive of all taxes, duties , octroi including loading, unloading and transportation upto site.

1.1 Tendered rates will be inclusive of taxes and levies payable under the respective statutes. However, pursuant to the Constitution (Forty six Amendment) Act, 1982, if any further tax or levy is imposed by state after the date of receipt of tenders and the contractor (s) thereupon necessarily and properly pays taxes or levies the contractors (s) will be reimbursed such amounts paid provided such payment if any is not in the opinion of SE (whose decision shall be final and binding) attributable to delay in execution of work.

1.2. The contractor (s) shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of BSNL and shall furnish such other information/documents as the Engineer-in-Charge may require.

1.3. The contractor (s) shall within a period of 30 days of imposition of any further tax or levy pursuant to the Constitution (Forty Six Amendment) Act 1982 give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition together with all necessary information relating thereto.

1.4 No additional condition whatsoever will be accepted for turnover tax/sales tax on works contract. In case of additional conditions for the payment of such claims by the contractor the tender may be liable to be summarily rejected by the accepting authority.

1.5 No Octroi exemption certificate or any other concessional form except form ‘C ’for sales tax on supply of Cable, will be issued by the Deptt.

2.0 Works Contract Tax

The rates offered by the firm shall be inclusive of the works contract tax as applicable in the State. The BSNL shall deduct works contract tax from payments due to the firm and as per rules of the State Government. The certificates for such deductions will be issued to the firm by the Accounts Officers of the Division.

3.0 Variation in Excise Duty

In case of statutory variation in excise duty in respect of Engine Alternator Set only within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase.

4.0Escalation / Clause 10cc The rates during the entire period of the contract shall remain firm and final except for variation in W.C Tax/ Excise duty. No claim under clause 10cc shall be entertained.

5.0Location of site Telephone Exchange,Bhatli. Dist:-Bargarh.

6.0 Earnest Money Deposit

SDE(EP) SW(E) 10 6.1 Firm has option to Deposit Earnest Money in the form of Bank Guarantee in the prescribed format given hereunder.

6.2. The earnest money deposit will be refunded in full after deduction of security deposit for entire quantity.

6.3. In case the work is not started in full or parts (including deviation) by the contractor (s), the EMD will be forfeited for the proportionate quantity of work. 6.4. In case the contract is awarded to more than one agency, the EMD will be adjusted for the part contract awarded. The proportionate EMD for the contract not awarded, will be refunded on demand.

6.5. Model Form Of Bank Guarantee

Whereas______(hereinafter called “the contractor(s)”) has submitted its Tender dated______for______(Name of work)______known all men by these presents that we ______of ______having our registered office at ______(hereinafter called “the bank”) are bound up to ______(hereinafter called “the BSNL”) in the sum of ______for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS OF THE OBLIGATION ARE

 If the Contractor(s) withdrawn its Tender during the period of Tender validity specified on Tender Form : or

 If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity.

 Fails or refuses to execute the Contract.  Fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document.

We undertake to pay the BSNL up to the above amount upon receipt of its first written demand, without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions. Specifying the occurred condition or conditions.

This guarantee will remain in force as specified in the tender document up to and including thirty (30) days after the period of the tender validity, and any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank

Signature of the Witness

Name of witness

Address of witness

7.1 Performance Bank Guarantee :

SDE(EP) SW(E) 11 The contractor is required to furnish bank guarantee for an amount equal to 5% of the contract value on a Nationalized / Scheduled Bank in a standard format /CDR /FDR/ DD within two weeks from the date of issue of award letter. The validity period of the performance security in the form of performance bank guarantee shall be one year form the date of actual completion of work.

7.2 Security Deposit : In addition to performance guarantee stated above, a sum of 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the sum already deposited as Earnest Money, will amount the security deposit of 5% to the tendered value of the work.

7.3 Compensation for delay. If the contractor fails to maintain the required progress or complete the work and clear the site on or before the contract or extended date of completion, he has to pay the compensation for delay which is limited to 0.5% per work of work order value for the first 10 week and 0.7% per work for next 10 weeks and thereafter subject to a maximum of 12% of the work order value for the location where the work is delayed and the firm is found responsible for the same. Flow chart of the procurement process / contract shall be supplied by the contractor and approved by Executive Engineer concerned.

7.4 Rejection of Tender The tenders with any condition including the conditional rebates shall be rejected forthwith. However tenders with unconditional rebate will be acceptable.

8.0. Terms of Payment

Payment to the contractors during progress of work is regulated for all the items as below: a) 80% of prorata of the approved price breakup of contract value on receipt of equipment at site and after satisfactory physical inspection. b) 10% of prorata of the approved price breakup of contract value after successful installation of equipment. c) 5% of the approved contract value after successful testing at site. d) 5% of the approved contract value after successful commissioning at site.

9. Program for Execution

The firm shall supply detailed program to Engineer-in-Charge for execution of contract within fifteen days of award of work. The program shall contain details about submission of drawing, supply of materials i/c control panel, cables etc. Tentative dates for installation, testing, commissioning shall also be submitted.

9.2 Stores and Safety

All the stores and materials required for the satisfactory completion of the work shall be arranged at site by the contractor from his own sources. Lockable space for storing the material may be provided on request . However, safe custody of the material stored at site will be responsibility of the contractor.

SDE(EP) SW(E) 12 9.3. Coordination at site

At the site of work more than one agency may be working. Full co-operation shall be extended to other agencies during progress of work. The work will be carried out in such a way so that it may not cause abnormal noise and hindrance to the officers of the BSNL engaged in erection as well as to normal routine work.

9.5. Test Certificate

The firm will submit following test certificates along with supply of the materials at site.

 Test certificates for switchgears, cable.  Routine test certificates for individual items. 9.6 Date of Completion

Date of successful commissioning at site shall be taken as completion date of the work.

9.7. Completion Drawings The firm shall supply three sets of drawings/documents within 30 days after completion of the work as detailed given hereunder  Plan lay out of the MV panels indicating various equipments.  Schematic diagram of control wiring.  Operation and maintenance manual.

9.8. Guarantee and Defect Liability  The guarantee shall be valid for twelve months after successful commissioning . The contractor shall guarantee that all equipments are free from any defect and also the equipments work satisfactorily with performance and efficiencies not less than the guaranteed values.  Any part found defective during this period shall be replaced free of cost by the contractor. The service of the contractor’s personnel, if required during this period shall be made available free of cost to the BSNL.  The contractor shall depute his representative within 24 hours of notification of the defect by the BSNL.  A joint report shall be prepared by the representative of BSNL and the contractor regarding nature of defects and remedial action required. Time schedule for such action shall also be finalized.  In case the contractor fails to depute his representative within 36 hours of notification of the defect or fails to cause remedial measure within reasonable time as decided during joint inspection, the BSNL may proceed to do so at the contractor’s risk and expenses and without prejudice to any right of the BSNL to recover such expenses.

10. Near relative(s) of BSNL employee not permitted to tender:

The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Arch./Corporate office for non-executive employees and all SSA in a circle including circle office/Chief Eng./Chief Arch./Corporate office for executive employees (including those called as Gazetted officers at present). Therefore, it has been decided by the competent authority that a clause must be added in the tender and other related documents that the tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender work. In case of proprietorship firm certificate will be

SDE(EP) SW(E) 13 given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company.

Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. . Format of the certificate to be given by the firm/person:

I______S/o______R/o______here by certify that none of my relative(s) as defined below is/are employed in BSNL unit as per details given in the tender document. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have absolute right to take any action as deemed fit/without any prior intimation to me. The near relatives for this purpose are defined as: a) Members of a Hindu Undivided family, b) They are husband and wife, c) The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter-in-law), Daughter(s) & daughter’s husband (son-in-law), brother(s) & brother’s wife, sister(s) & sister’s husband (brother in-law)

NOTE:_ The above mentioned conditions are in addition to the conditions laid down in PWD 8. If any particular condition is mentioned in both the places, then details of the condition laid down in “ IMPORTANT TERMS & CONDITIONS OF THE CONTRACT.” Shall be in force.

Signature of the firm/person.

SDE(EP) SW(E) Name of work:- S/I/T/C of 1.5 HP Submersibale pump set for BTS station at New Bldg. BHATLI.

Sl.No Description of item Qntity Rate Unit Amount 1 S/I/T/C of Submersible pump set capable of delivering 1.1cum per hour of water at head of 130 mtrs directly coupled with well winding type 1.5 HP ,3 phase 50 HZ motor complete as reqd.(Model-KSB CORA100 2C/25 +UMA 100 similar superior make ) 1 Set Set 2 P/F the following valves i/c testing complete as reqd. ( Leader / similar superior make ) 1 Each a) 40mm dia. full way wheel valve. No.

b) 40 mm dia. non-return valve. 1 Each No. 3 S/F G.I. pipe of 40mm dia. medium class i/c cutting,threding jointings and providing necessary bends/ union/ flange/ elbow etc. as reqd. ( TATA make ) 65 Mtr Mtr 4 S/D 0f 3 core 2.5 sqmm submersible cable along with column pipe complete with cable clip bolt & nuts etc as reqd. (Copper cable shall be flat and multi strand ) 70 Mtr Mtr 5 S/D of 3 core 2.5 sqmm submersible cable through 20 mm dia medium class G.I.pipe I/c supplying & fitting of G.I. pipe etc as reqd. (Copper cable shall be flat and multi strand ) 7 Mtr mtrs 6 S/F40mm dia. pipe clamp with nuts and bolts, washers made out of 10mm m.s. plate for keeping the pump and motor and delivery line in position over over tube well i/c painting etc. as reqd. 1 Set Set 7 S/F of metering panel made of with 16 SWG M.S sheet with front cover I/c direct reading of ( 0-20 amp ) ammeter ,selector switch , Space provinding DOL starter testing ,commissioning etc as reqd. 1 job job 8 S/F of DOL starter suitable for 3HP,3 Phase motor with NO 1 each VOLT, overload relay 2.5 to 4 amp as reqd. 15 -

( Make - L & T ) no 9 S/F of 32Amp TPN SFU with HRC fuse w/o inclosure in the existing metering panel I/c enterconnection, testing ,commissioning complete reqd. ( Make - L & T FN model ) 1 each no

TOTAL Rs

SDE(EP) SW(E) 16 -

 List of Approved makes for EI and fans, Pump sets and Compound Light Works

1 ACB L&T/ SIEMENS/ CONTROL & SWITCHGEAR/ SCHNEIDER/ GE POWER CONTROLS

2 MCCB L&T/ SIEMENS/ CONTROL & SWITCHGEAR/ SCHNEIDER/ GE POWER CONTROLS

L&T/ SIEMENS/ HAVELLS/ HH ELCON/ SCHNEIDER/ STANDARD (UPTO 400A) GE POWER 3 TPN SWITCH AND HRC FUSES CONTROLS

4 CT AE/ IMP/ MARSHAL/ PACTIL/ KAPPA/ L&T/ ASHMOR/ INDOCOIL/ WACO/ MECO/

5 AMMETER / VOLTMETER AE/ IMP/ UNIVERSAL/ RISHABH/ KAYCEE/ MECO/ ENERCON

6 SELECTOR SWITCH L&T/ KAYCEE/ AE / IMP/ THAKOOR/ RECO/ VAISHNO/ SALZOR/ RASS CONTROL

7 INDICATING LAMPS VAISHNO/ SIEMENS/ L&T/ AE/ IMP/ RASS CONTROL/ TEKNIC/ SCHNEIDER/ KAYCEE

8 CAPACITORS (APP TYPE) KHATAU JUNKER/ SCHNEIDER/ L&T/ IMP/ UNIVERSAL ELECTRIC/ USHA/ ASIAN/ AE

9 CABLES

A. UPTO 1.1 KV GRADE ISI MARK

B. ABOVE 1.1 KV GRADE ISI MARK

PVC INSULATED COPPER CONDUCTOR 10 WIRE ISI MARK

11 FIRE EXTINGUISHER ISI MARK

12 RUBBER MATTING ISI MARK

13 CABLE JOINTS RACHEM/ M-SEAL/ DENSONE

14 SINGLE PHASING PREVENTOR L&T/ MINILEC/ ZEROTRIP/ SIEMENS

SDE(EP) SW(E) 17 -

15 TIMER L&T/ SIEMENS/ MINILEC/ TELEMECHANIQUE/ AE

MCB, ISOLATOR AND DISTRIBUTION 16 BOARD BENTEX/ CLARITON/ HAVELLS/ INDO-KOPP/ STANDARD/ SCHNEIDER/ MDS/SIEMENS

17 CHANGEOVER SWITCH STANDARD/ HAVELLS/ CONTROL & SWITCHGEAR/ HH ELCON

18 PIANO SWITCH ISI MARK

19 MONOBLOCK PUMP SET KSB/ BEACON/ KIRLOSKAR/ BATLIBOI/ JYOTI/

20 STARTER L&T/ SIEMENS/ BCH/ ABB/ MEI/ GE POWER CONTROLS

21 GI / MS PIPE BST/ TATA/ ATL/ ITC/ ATC/ IIA/ JUST/ ITS/ JINDAL/ ZENITH/ GSI/ TTA

22 FOOT VALVE ISI MARK

23 GATE VALVE FOUNTAIN/ TRISHUL/ SANT/ ANNPURNA/ LEADER

24 MS CONDUIT ISI MARK

25 SUBMERSIBLE PUMP KSB/ KALAMA/ AMRUT/ KIRLOSKAR/ PEC/ BE

26 ELCB STANDARD/ MDS/ HAVELLS/ DATAR/ SIEMENS/ GE POWER CONTROLS

27 CONTACTOR SIEMENS/ L&T/ SCHNEIDER/ MEI/ LAXMI GE POWER CONTROLS

SDE(EP) SW(E) 18 -

Note: Relevant IS standards will apply in case of any ambiguity in items/specifications.

SPECIFICATIONS

GENERAL DESCRIPTION OF WORK

GENERAL SPECIFICATION FOR M.V.PANEL

CONSTRUCTION FEATURES :

1. GENERAL :

1.1 M.V. switchboard shall be fabricated out of CRCA sheet steel cubicle, indoor floor mounting, freestanding front operated, fabricated in compartmentalized structure type. The design shall include all provisions for safety of operation and maintenance personnel. It should be openable from front, back & also sides. The design shall be totally enclosed, completely dust tight and vermin proof. The sheet steel used shall be 16SWG thick , gaskets of 2mm thick shall be used between all adjacent units and beneath all covers to render the joints effectively dust proof. Sheet steel work shall be of high quality. All openings and outlets in the doors shall be machine made and shall be free from burrs. Welded runs shall be ground smooth. All sheet surfaces shall be free from dents and hammer marks. A base channel of 50mm x 50mmx6mm M.S. angle painted black shall be provided to prevent corrosion of the sheet steel cubicles and to facilitate cleaning of floors. For convenience of operation and ease of cable termination, there shall be a gap of at least 75mm between the floor level and the bottom most unit.

1.2 The design of frame work and end covers shall be such as to require a minimum number of screws visible from outside. The frame work shall be made of steel sheets folded to impart strength which will also serve as continuous barriers between logically arranged switch board components. The arrangement of horizontal and vertical bus bars, switchgear compartment and cable space shall be used on modular construction. 1.3 Each module (cubicle) shall have sufficient working space for making connections and shall be fitted with individual dust proof hinged door provided with insulated thumbscrew at two ends.

1.4 Adequate number of suitable sized removable plates shall be fitted at top/bottom for fixing of cables glands while terminating the cables.

1.5 The switch boards shall be easily extensible type and shall have high degree of flexibility. The arrangement shall be logically compact and neat. Each module shall be fitted with individual dust proof doors provided with insulated thumb screws. The switchboard shall have uniform height and depth throughout its length and shall present a flush appearance. The maximum operation height shall not exceed 2000mm. Adequate lifting facilities shall be provided for each shipping section to facilitate handling and transport. The compartment doors shall be so inter locked that it shall not

SDE(EP) SW(E) 19 - be possible to open the doors with the switch in closed position. An arrangement for defeating this door inter lock shall be provided for testing purposes.

1.6 Outgoing links from feeders shall be rigidly supported and suitably extended in cable box chamber for ease of cable connections. Insulated shields shall cover Cable lugs and links. Barriers shall be provided between the modules accommodating equipments associated with the outgoing circuits. All vertical sections shall have covering at the bottom so that entry of dust, rats and vermin is not possible.

1.7 CONTROL WIRING

The control wiring shall be done with PVC insulated copper wires of minimum 1.5 sq. mm size and provided with identification ferrules at each end. More than two wires shall not be terminated at any one terminal. The wires shall be arranged and supported in such a manner that there shall not be stress on the terminals. Runs of wires shall be neatly bunched and suitably supported and clamped.

2. HEAVYDUTY COMPOSITIVE UNITS OF AIRBREAK SWITCHES AND FUSES:

All switches shall be operated from the front and shall confirm to IS 4047. The rating of switch fuses shall be as specified. Outgoing feeders shall be neatly arranged in different compartment. Normally switches shall be accommodated in separate modules.

3. BUS BARS :

Three phase & neutral copper bus bars shall be provided of rating as specified. Copper used for bus bars and connections shall be of superior grade with RMS short circuit current rating 50KA for 1 sec. duration. Degree of protection of the copper busbar system shall be IP54. Busbars shall be housed in separate busbar chambers. Bus bars shall extend through out the length of the panels. The busbars shall be supported on unbreakable non-hygroscopic fingered/SMC type insulators rigidly held to the framework of the chamber. Busbar chamber shall have a separate screwed cover and means shall be provided to identify the various phases of the busbars. Busbars shall be accessible from the front. Cable runs shall not prevent or obstruct the access to busbars. The busbars shall be arranged as closed to the units as possible. The busbar chamber should not have any access left open to prevent entry of insects inside it.

4. CABLE COMPARTMENTS :

A full height cable compartment shall be provided for easy termination of all incoming and outgoing cables entering either from top or from bottom. Adequate supports shall be provided for the cables where necessary. The cable compartment shall have it’s own hinged cover which can be removed for case of access during cabling.

5. INTER CONNECTION AND CONTROL WIRING:

Switch board shall be completely factory wired ready for connecting to the equipment Power connection of the circuits shall be done by copper flats or by adequate size of P.V.C. insulated standard copper wires. Control wiring shall be done by P.V.C. insulated wires of minimum size 1.5 Sq.mm copper. All control

SDE(EP) SW(E) 20 - wiring shall be fitted with identification ferrule at each end and not more than two connections shall be made at any one terminal. The wires shall be arranged and supported in such a manner that there shall be no strain on the terminations.

6. TERMINAL ARRANGEMENTS:

The termination shall be of adequate current rating and size to suit individual feeder requirements. The cable lugs shall be mounted in such a manner so as to facilitate easy cable connections. Terminals shall be mounted in the cable compartment. Tap off connections at the busbar shall be made with nuts, bolts and washers. Busbars shall not be threaded for terminating wire connections.

7. CABLE ENTRY:

The switchboard shall be designed to facilitate for termination of incoming cable and outgoing conductor/ cable from top and/or bottom as the case may be. Removable sheet steel plates provided with suitable size of cable glands as specified shall be fitted at the top/bottom.

8. INDICATION INSTRUMENTS:

The indicating instruments shall be of a reputed make conforming to relevant I.S. The arrangement of the instruments shall be logical. The size of the instruments shall be as specified.

10. INDICATING LAMPS

Series resistance type LED-indicating lamp shall be provided to indicate the followings.

 R-Y-B phase indication lamps.

11 LABELS:

Labels on steel plates shall be provided on all the incoming and outgoing feeder compartments. The exact legend to be engraved will be furnished by the Engineer- in-charge.

12 EARTHING BUS BARS:

The earth busbars shall be copper and should run through the length of panel and earth studs is to be provided at both ends.

13 PAINTING:

All steel work shall undergo a process of degreasing, pickling in acid, cold rinsing, phosphating, passivating and then powder coated.

14 ROUTINE TESTS

SDE(EP) SW(E) 21 - The control panels shall be subjected to following routine tests before commissioning.  Insulation resistance test with 500volts meggar.  Polarity test.  Earth continuity test.  Control circuit-wiring test.

15 The firm shall supply operation& maintenance manuals(as applicable).

16 Before connecting main supply after installation, pre-commissioning checks comprising Megger test, checking the tightness of connections, body earth connection etc. shall be carried out and recorded.

1. PHYSICAL VERIFICATION

Item Remarks

(a) Check for verticality

(b) Verify tightness of bolts and nuts and other fitting.

(c) Check of electrical wiring & suitability of gauge of cables.

(d) Neatness of laying and leads are properly terminated.

(e) Check whether the leads are properly terminated.

(i) Check of fuses.

(ii) Physical checking.

(f) Location of earth & tightness of connection.

(g) Type of earth.

(h) Suitability of gauge of leads.

SDE(EP) SW(E) 22 -

CORRECTION SLIP

Addendum / Modification to CPWD-8 and CPWD-6 forms conditions of contract definitions

All reference to:-

(I). CPWD/Public Work Department / P&T Department.

(ii). D.G Works Additional Chief Engineer CPWD / Chief Engineer of Zone.

(iii). Administrative Head of CPWD / P&T Department.

(iv). CPWD Circle / Civil Circle.

(v). Ministry of Works, Housing & Supply/D.O.T.

(vi) Govt. Of India./ President of India.

(vii) For and on behalf of President Of India / For and on behalf of Govt. Of India.

In various clauses shall be taken to mean:-

(i). B. S. N. L. (Elect. Wing. ).

(ii). Chief Engineer (Electrical),B.S.N.L.

(iii). Administrative Head of B.S.N.L.

(iv). B.S.N.L. Electrical Circle.

(v). B.S.N.L. (Govt. of India Enterprises).

(vi) B.S.N.L.

(vii) For and on behalf of B.S.N.L.

SDE(EP) SW(E) 23 -

PROFORMA OF SCHEDULES (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3) Attached from page no. to

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

S.No. Description Quantity Rates in figures & Place of Issue of item words at which the material will be charged to the contractor 1 2 3 4 5

1.

SCHEDULE ‘C’

Tools and plants to be hired to the contractor.

Sl.No. Description Hire charges per day Place of Issue

1 2 3 4

- NIL -

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any. - NIL -

SCHEDULE ‘E’

Schedule of component of Materials, Labour etc. for escalation. - NIL -

CLAUSE 10 CC

Component of materials- “X” expressed as per cent of total value of work. ______%

Component of labour- “Y”

SDE(EP) SW(E) 24 - expressed as per cent of total value of work. ______%

Component of P.O.L. - “Z” expressed as per cent of total value of work. ______%

PROFORMA OF SCHEDULES CPWD

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. FIVE THOUSAND FOR EACH WORK

Clause 11

Specifications to be followed for execution of work. _As per attached specifications

Clause 12

12.1.2 (iii) Schedule of rates for determining DSR – 94 for Internal rates for additional, altered or DSR – 95 for External substituted items that cannot be determined under 12.1.2 (i) & (ii) 12.1.2 (iii) Plus/minus the % over the rate DSR- 94 for Internal entered in the schedule of rates. DSR- 95 for External

12.1.2 (vi)A Deviation Limit beyond which sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 50% (other than AHR & ALR items) shall apply ______

12.1.2(vi)B(a) Limit for value of any item of any individual trade beyond which sub-clauses (i) to (v) shall not apply 50% (other than AHR & ALR items) and clauses 12.2 & 12.3 shall apply. ______

Clause 16 Competent Authority for Deciding reduced rates. Superintending Engineer (E)_

Clause 36(i) Minimum Qualifications & Experience required for Principal Technical Representative. a) For works with estimated cost

SDE(EP) SW(E) 25 - Put to tender more than

(i) Rs. 10 Lakhs for Civil work Graduate or retired AE possessing (II) Rs. 5 Lakhs for Elec/Mech Works. at least recognized diploma

b) For works with estimated cost put to tender.

(I) More than Rs.5 Lakhs but less Than Rs. 10 Lakhs for Civil Works. Recognized Diploma holder.

(II) More than Rs.1 Lakh but less Than Rs.5 Lakh for Elect/Mech. Works.

c) Discipline to which the Principal Civil / Electrical / Mechanical Technical Representative should belong.

d) Minimum experience of works. __3____ years.

e) Recovery to be effected from the Rs.4,000/-p.m. for Graduate contractor in the event of not Rs.2,000/- for diploma holder.

Schedule of Rates______printed by C.P.W.D.

ii) Variations permissible on theoretical quantities.

a) Cement for works with estimated 3% plus / minus. - N.A. - Cost put to tender not more than Rs. 5 lakhs.

for works with estimated 2% plus / minus. - N.A. - Cost put to tender not more than Rs. 5 lakhs.

b) Bitumen all works.

2.5% plus only & Nil on minus side.

- N.A. -

c) Steel Reinforcement and structural steel 2% plus / minus. - N.A. - Sections for each diameter, section and category.

d) All other materials. Nil.

______RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. Description of Item Rates in figures and words at which No. recovery shall be made from the Contractor

Excess beyond Less use beyond Permissible the permissible

SDE(EP) SW(E) 26 - Variation variation 1. Cement

2. Steel reinforcement

3. Structural Sections - NIL -

4. Bitumen issued free

5. Bitumen issued at stipulated Fixed price.

End of the NIT.

SDE(EP) SW(E)