Central Coalfields Limited

Central Repair Shop

PO: Barkakana NTS, Dist- Ramgarh PIN - 829103, Ph: 06553-255028; Fax: 06553-254216

Ref. N o.:- CRS/BRK/S.O.(E&M)/Notice Inviting Quotation/2019-20/ 1520 Date:- 29.06.2019

NOTICE INVITING QUOTATION No.- 05 of 2019-20

1 Sealed Quotation in single part are invited from reputed and experienced contractors for the works detailed as below:- Sl. Name of work Estimated Cost Earnest Money Period of No. (Rs.) (Rs.) Contract

I. “Replacement of damaged distribution board, Rs. 169137.00 Rs. 2114.00 15 (Fifteen) MCB’s, SFU and separate power arrangement for days installed AC’s of River View Officers Club at NTS Colony Barkakana.”

2. Earnest money is to be deposited in the form of Bank Draft/Demand Draft from any Nationalized bank/scheduled bank in a separate envelope super scribing “Earnest Money Deposit” and not inside the envelope containing Part-I or Part-II of the bid. Bank Draft/ Demand Draft submitted as earnest money/bid security should be drawn in favour of “ Limited, CWS-CS Barkakana” payable at Ramgarh cantt./Barkakana on any nationalized bank/scheduled bank and its date of issuance should be on or after the date of issue of Tender Notice. The Earnest Money / Bid Security of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requisite earnest money deposit as stated above.

3. Eligibility Criteria to qualify for the award of contract:- a) The intending quotation must have in its name as a prime contractor experience of having successfully completed similar works during last 7 (Seven) years ending last day of month previous to the one in which bid applications are invited (i.e; eligibility period) should be either of the following:-

Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR One similar competed work costing not less than the amount equal to 80% of the estimated cost.

In all the above cases, while considering the value of completed works, the full value of completed work be considered whether or not the date of commencement is within the said seven years period. In case the bidder is not a prime contractor but a sub-contractor, the bidder’s experience as sub-contractor will be taken into account if the contract in support of qualification is a sub-contract in compliance with the provision of such sub-contract in the original contract awarded to prime contractor. The intending quotationer must submit documentary evidence in support of above in the form of (i) Certified copy of work order, (ii) completion certificate including value and period of work. TDS certificate / Bill of Quantity be submitted during clarification, if any, (iii) in Case of Sub- contractor, suitable documents as per provision above.

Similar nature of work shall mean: - For Sl. No. I :- “L.T. House Wiring”. b) Average Annual Financial turnover of E&M work during the last 3 (Three) years, ending 31st March of the previous year should be at least 30% of the estimated cost. The intending quotationer must submit documentary evidence in support of the above in the form of certificate from Charted Accountant or audited balance sheet or suitable acceptable documents. Financial turn over and cost of completed works of previous works shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidder.

4. Availability of Bid document:- Quotation documents along with BOQ including terms and conditions of work, is available in the office and may be obtained from the office of Staff Officer (E&M), CRS Barkakana, CCL from 01.07.2019 to 06.07.2019 upto 11:30 AM in the office of Staff Officer (E&M), CRS Barkakana. There is no application fee. Quotation document can be also be downloaded directly from the CCL website (www.centralcoalfields.in) during above mentioned period.

5. Validity period of offer:- The rate offered in price bid should be valid for 120 days from the last date of submission of bid.

Contd…P/2

Page-2

6. General Instruction for submission of bid

(i) The technical bid shall be put in one envelope super scribing as “Technical Bid” (ii) the price bid (Financial bid) shall be put in another envelop super scribing as “Price Bid” and (iii) Demand Draft or photocopy of the cash receipt of ‘EMD” shall be put in a third envelop super scribing as EMD. The envelopes shall clearly contain the name of work, Quotation notice no. and the address of the Party/ quotationer and should be duly authenticated with signature and stamp of party / quotationer.

7. Following documents are required to be submitted with the technical bid of quotation:-

(a) Firm registration details/any other document of the firm. (b) Power of Attorney in the case the tender is signed by an authorized representative of the tenderer. (c) Photocopy of PAN card either of the firm or of the individual as the case may be/PAN. (d) Proof of Goods and Service Tax (GST) registration. GST has come into effect from 01.07.2017. GST as per company rule will be applicable. The bidder should accept the Terms & Conditions of company rules w.r.t GST unconditionally. (e) W.E.F. 01.07.2017, all the invoices shall be raised by the supplier in the new format prescribed under GST and tax will be Paid as per NIT. (f) An affidavit is to be submitted by the supplier of goods/services to the effect that the GSTR-1 should be filled by him by 10th of succeeding month. If any tax credit to CCL is disallowed due to noncompliance by service provider then the said amount may be recovered from the service provider along with interest penalty as levied to CCL with intimation to service provider. (g) Credentials of satisfactory performance of contracts completed with full details of clients location of work, cost & time taken for Completion during the period as indicated at Sl No. 5. (h) An undertaking in the format enclosed with quotation documents. (i) Particulars of registration /clearance from appropriate provident fund authority or affidavit in original in non-judicial stamp paper of ‘ 5/- or above as per Annexure – IX of Tender document duly authenticated by Notary. (j) Authorization of all payment through electronic fund transfer system / RTGS / CBS / intra bank transfer as per format enclosed with quotation document. (k) Valid Electrical Contractor and Supervisory License.

8. PRICE BID: This will contain bill of quantity (Financial bid).

All the pages of BOQ, documents credentials should be signed by the bidder and stamp of the bidder including cutting/overwriting if any.

9. Receipt of Quotations:- Quotation are to be received in sealed cover in the Tender Box kept in the Office of Staff Officer (E&M), CRS Barkakana upto 03:00 PM on 08.07.2019

In the event of specified date of submission is declared a Holiday by employer, the quotation will be received up to the appointed time on the next working days.

10. Opening of Quotations:- Quotation will be opened at 03:30 PM on 08.07.2019 in the Office of Staff Officer (E&M), Central Coalfields Limited, Central Repair Shop, Barkakana. 11. The company is not under any obligation to accept the lowest bid / bids and reserve the right to reject any or all the bids without assigning any reason whatsoever, and also to distribute / split up the work and allot the work / works to more than one bidder or accept the quotation in part and not in its entirety, as its sole discretion. 12. The company reserves the right to extend the date of submission and opening of bid or to cancel the bid without assigning any reason whatsoever. 13. No subletting of work by the contractor is permissible, subletting of work in piece rate jobs is permissible with the prior approval of the department.

Staff Officer (E&M) CRS, Barkakana Distribution:

1. G.M., CRS, Barkakana. 2. CGM/GM, Barkasayal/Argada//Dhori/Kathara/Kargali/Kuju/Charhi/Piparwar/ Rajhara. 3. Staff Officer (P&A), CRS Barkakana. 4. Staff Officer (C), CRS Barkakana. 5. AFM (CWS/CS), Barkakana. 6. Sr. Manager (Excv.), Satellite Store,CRS Barkakana. 7. Sr. Manager (F), CRS Barkakana. 8. Asstt. Manager (E&M), Elect. Maint., CRS Barkakana. 9. Notice Board, CRS Barkakana. 10. S.I., CRS Barkakana – With a request to please arrange for Security on 08.07.2019

CENTRAL COALFIELD LIMITED CENTRAL REPAIR SHOP, E&M ENGINEERING DEPARTMENT, BARKAKANA

QUOTATION

DOCUMENT

Contents: - 1. Details of EMD. 2. Quotation Notice. 3. Detailed Quotation Notice. 4. CONTRACTORS BID AND ACCEPTANCE OF BID CONDITIOS. 5. Undertaking. 6. Declaration form 7. Price bid format. 8. E-Mandate Format 9. Bill of Quantities (To be detached & submitted in Price bid envelope)

DETAILS OF EARNEST MONEY

I/We hereby submitting Earnest Money of Rs.……………………………….

Vide DD. No...……………………………………dated……………………….

(Signature of Bidder)

Note: - Demand draft as earnest money/bid security should be drawn in favour of “Central Coalfields Limited, CWS-CS Barkakana” Payable at Ramgarh Cantt. Branch issued by any Nationalized bank and its date of issuance should be on or after the date of issue of NIQ. DETAILED QUOTATION NOTICE

1. Sealed Tender / Quotation for the work “Replacement of damaged distribution board, MCB’s, SFU and separate power arrangement for installed AC’s of River View Officers Club at NTS Colony Barkakana” are invited from bonafide and experienced contractors and will be received upto 03:00 PM ON 08.07.2019 and all the received quotation will be opened at the office of the Staff Officer (E&M), CRS Barkakana at 03:30 PM ON 08.07.2019 in the presence of the tenderers or their authorized representatives.

2. The Bill of Quantity of the work along with terms and conditions will be obtained from the office of the Staff Officer (E&M), CRS Barkakana on the payment of the requisite cost (Non refundable).

3. 1.25% (One percent) earnest money of the estimated value of the work i.e. Rs. 2114.00 (Rupees Two Thousand and One Hundred Fourteen) only should be deposited by the quotationers in shape of Bank Draft of any Nationalized Bank in favor of “Central Coalfields Limited, CWS-CS Barkakana” has to be enclosed with Envelope-III superscribing EMD.

4. No Tender / Quotation will be considered unless accompanied by the said earnest money deposited receipt number. No adjustment of earnest money from any dues will be allowed.

5. The earnest money will retained in the case of successful tenderers and will not carry any interest. It will be dealt with as provided in the tender.

6. SECURITY DEPOSIT: Security Deposit shall consist of two parts:

(a). Performance Security to be submitted at award of work and

(b). Retention Money to be recovered from running bills.

The first part of Security Deposit including the earnest money already deposited shall be 5% (Five percent) of the contract value and should be submitted within 28 days of receipt of LOA by the unsuccessful bidders in any of the form given below:

A. Any Govt. Securities Bank Guarantee in the prescribed firm

B. Demand Draft of any Nationalized Bank of in favor of “Central Coalfields Limited, CWS-CS Barkakana payable at S.B.I, Ramgarh Cantt. The Earnest Money/Bid security deposited in the form of Bank Guarantee shall be discharged when the Bidder has signed the Agreement and furnished the required performance Security/Security Deposit. The bid security deposited in the form of Demand Draft/Cash shall be adjusted against the security deposit. In case, where agreements are not required to be executed, security deposit should be deposited within the period to be mentioned in the work order and under no circumstances the period should be prior to commencement of any payment made to the contractor.

All running on account bills shall be paid at 95% of the work value. This 5% deduction towards Retention Money will be the second part of the security deposit.

5% Performance Security will be refunded within 14 days of the issue of defect liability certificate (Taking over certificate with a list of defects). Retention Money will be refunded after issue of No Defect Certificate.

Bank Guarantee is to be submitted in the standard prescribed form duly vetted by Finance and Legal Department of the company. The Bank guarantee will be accepted, issued by any Nationalized Bank operating near Barkakana / Ramgarh Cantt. In District – Hazaribagh (Jharkhand). It will stipulate that the Bank guarantee must be unconditional and should be encashable on presentation to the issuing bank. A provision will be incorporated in the Bank guarantee for exclusive jurisdiction of a court at a location convenient to the company for contesting legal cases arising out of encashment of the guarantee. The validity of the Bank Guarantee shall be a period of One Year or 90 Days beyond the period of contract, whichever is more. Failure of unsuccessful bidder to compile with the requirement as above shall constitute sufficient ground for cancellation of the award of work and for future of the bid security.

7. All running on A/c Bill shall be paid up to 95% of the work value. The balance 5% will be paid along with the final bill of the work.

8. Every quotationer are expected before quoting his rates to inspect the site of proposed work. BOQ of the work is enclosed with Tender / Quotation Notice. The tender should quote percentage above or below the estimated rates for finished item of work inclusive of all incidentals overhead lead lift, carriage etc. as may be attendant upon execution and completion of the items.

9. The validity of the Quotations shall be 120 days from the date of opening of the quotation if any. 10. After ascertaining the justified rate the variation in award of work should generally be ± 10% of the justified rate. 11. Corrections were unavoidable shall be made by crossing out initial dating and rewriting every page of the tender document shall be signed by the tenderer. 13. The work shall be completed within 15 (Fifteen) days from 10 days after issue of letter of intent or handing over the site whichever is earlier / later. 14. On completion of the work all rubbish debris bricks bat etc. shall be removed by the contractor at his / their own expense and the site cleaned and banded over the company.

15. The company reserves the right of accepting or rejecting any tender wholly partly or distributed the work amongst more than one tenderer without assigning any reason whatsoever.

16. The tender will give adequate evidence of his experience doing similar works and financial capacity to complete the work in time.

17. 1% of total cost of work will be recovered from the contractor’s bill being water charges if water is made available by the department.

18. Canvassing in connection with the tenderers in any shape or form, is strictly prohibited and tenders submitted by such tenderers who resort to canvassing shall be liable to rejection.

19. The company does not bind itself to accept the lowest tender reserves the right to reject any on all the tenders without assigning any reason.

20. Contractor shall procure all minor miner minerals required for the work from valid lease holder / approved supplier of the State Government.

21. The tenderer to quote schedule wise overall percentage rates i.e. on building items and sanitary items separately.

22. Any deviation from the same will make the offer liable for rejection.

23. The management reserves the rights to split the work in two parts namely building and sanitary works depending n the rate quoted.

24. Final for the work will processed and passed only after verifications and clearance affidavit from M & M., Transport challans of minor minerals from the respective District Mining Officer.

25. The contractor shall also be responsible for obtaining clearance by mining department. No claim of contractor on account of delay in clearance from mining department whatsoever shall be entertained.

26. Authorization of all payment through electronic fund transfer system / RTGS / intra bank transfer.

27. All duties, taxes other levies, octroi, royalty, building construction worker cess, whether local municipal or central pertaining to the contract payable by the contractor under the contract (during the entire period of contract), or for any other cause as applicable on the last date of submission of bid, shall be included in the rates prices and the total bid price submitted by the bidder, All investment, operation expenses incidental overhead lifts.

Carriage, tools and plats etc as may be attendant upon execution and completion of work shall also be included in the rates prices and total bid price submitted by the bidder.

However, such duties, taxes, levies etc. Which is notified after the last of submission of Bid and /or any increase over the rate existing on the last date of submission of Bid shall be reimbursed by the company on production of the documentary evidence in support of actually made to the similarly if there is any decrease in such duties taxes and levies the same shall become recoverable from the contractor. The details of such duties, taxes and levies along with rates shall be declared by the bidder in the price bid.

The rates and price quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to variation on any account except the extend variation allowed as per the conditions of the contract of the bidding document.

The company reserves the right to deduct/ withhold any amount towards taxes, levies etc and to deal with such amount in the terms of provision of the statute or in terms of direction of nay statutory and the company shall provide with certificate towards such deduction and shall not be responsible for any reason whatsoever.

??????

PROFORMA FOR CONTRACTOR’S BID AND ACCEPTANACE OF BID CONDITION

To,

The Staff Officer (E&M), CRS Barkakana, Ramgarh, Jharkhand. Central Coalfields Limited, HQ.-Ranchi

Sub:-BID for the work of ……………………………………………………………………………………………… ……………………………………………………………………………………………………......

Notice Inviting Quotation No.- ……... of 2019-20, Ref. Notice No. CRS/BRK/S.O. (E&M)/Notice Inviting Quotation/2019- 20/.………… dated: ……......

Dear Sir,

This has reference to above referred bid. I/We have read and examined the condition of contract, Scope of work, technical specification, BOQ and other documents carefully.

I/We am /are pleased to submit our bid for the above work .I/We hereby unconditionally accept the bid condition and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications of the contract document as in force & available in the office of the Staff Officer (E&M), CRS Barkakana.

I/We here by submit all the documents as required to meet the eligibility criteria as per provision of the bid notice/document.

I/We hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time, penal action as deemed fit may be taken against me/us for which I/we shall have no claim against CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent letter of Acceptance/ Work Order shall constitute a binding contract between us and Central Coalfield Ltd.

Should this bid be accepted, we agree to furnish performance Security within 28 days of issue of letter of acceptance and commence the work within 10 days of issue of letter of acceptance .In case of our failure to abide by the said provision Central Coalfields Ltd. Shall, without prejudice to any other right or remedy, be at liberty to cancel the letter of acceptance /award and to forfeit the Earnest Money and also debar us from participating in future tenders for a minimum period 12 Months.

Yours Faithfully

Signature of the Bidder with seal & date

UNDERTAKING

I / We, ...... , Proprietor/Partner/Legal Attorney/Director/Accredited Representative of M/S...... , solemnly declare that:

1. I/We am/are submitting Bid for the work……...... against Bid Notice No...... Dated………………… and I/we offer to execute the work in accordance with all the terms, conditions and provisions of the bid.

2. Myself/Our Partners/Directors don’t has/have any relative as employee of Central Coalfields Limited.

* (If so, furnish the name, designation & place of posting of employee of CCL and name of the bidder/partners/directors, who are relative of the employee of CCL)

3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Bid is complete, correct and true.

4. All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic, true and valid.

5. I/ We hereby authorize department to seek references / clarifications from our Bankers.

6. *I/We have submitted particulars of existing GST registration. We also undertake that Certificate of Registration with appropriate GST Authority where the work will be executed shall be arranged before any payment is made to us.

7. *We hereby undertake that we shall register and obtain license from the competent authority under the contract labour (Regulation & Abolition Act) as relevant, if applicable.

8. *I/We hereby confirm that we have registration with CMPF / EPF Authorities. We shall make necessary payments as required under law.

Or

*I/We hereby undertake that we shall take appropriate steps for registration as relevant under CMPF / EPF authorities, if applicable. We shall make necessary payments as required under law.

9. * I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs.

(In case of JV, all partners are covered)

Or

**I / We ………………..have been banned by the organization named “______” for a period of………………… year/s, effective from ………………. to……………………..…..

[in case of JV, name(s) of the JV Partner(s) ]

10. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my/our Bid and action as deemed fit may be taken against me/us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc.

11. (a). I/We are not engaging and will not engage any child labour in any of the activities for which I/We are participating in the tender.

(b). If it is reported and proved that child labour is engaged by me/us, then I/We will be penalized 10% of the contract value and will be blacklisted.

12. I/We agree that all the workmen engaged/deployed by me/us shall be paid their wages through their respective bank account opened in bank.

13. I/We further agree that transfer of wages and any other emoluments payable to the workmen engaged/deployed by me/us will be through electronic media.

14. I/We further agree that to ensure payment of wages and any other emoluments, the particulars of the individual workman engaged/deployed by me/us shall be entered in the Contract Labour Information Portal (herein after referred to as CLIP) which as well contains entry of individuals bank A/C number, AADHAR Number, CMPF/EPF Number and the entry in CLIP system shall be made by my/our authorized representative only. 15. I/We agree that further payment of wages and any other emoluments to the workman engaged/deployed by me/us shall be transferred in their respective bank A/C through electronic media via CLIP.

16. I/We agree that attendance of the workman engaged/deployed by me/us shall be regulated only by the mode of AADHAR based Bio-metric attendance system.

17. I/We agree that the Bio-metric attendance system for attendance in respect of the workmen engaged /deployed by me/ us shall be installed operated and maintained by me/us ensuring that installation of Bio-metric Attendance System is made at the place conveniently accessible by the workmen at/near the work site.

* Delete whichever is not applicable.

(The concerned department may specify any other specific undertaking to be taken from the bidder/s while framing the NIT)

Dated......

Signature of the Bidder with seal & date

DECLARATION

I / We shall declare that there is no condition in Envelope No.II i.e; Price Bid.

Signature of bidder with seal & dated

DECLARATION

We have read the tender document and the enclosed Short Tender Notice and understood all provisions and specifications in totality. All terms and conditions are acceptable to us. We do not have any terms and conditions of our own.

Seal:

Signature of bidder

Date:-

MANDATE FORM FOR ELECTRONIC FUND TRANSFER /INTERNET BANKING PAYMENT

1. Name of the Bidder:………………………………………………………………………

2. Address of the Bidder :…………………………………………………………………..

…………………………………………………………..

City……………………..Pin code………………………

E-mail Id………………………………………………..

Permanent Account Number ………………………….. 3. Particulars of Bank:

Bank Name Branch Name Branch Place Branch City Pin Code Branch Code MICR No. (Digital Code number appearing on the MICR Band of the cheque supplied by the Bank,. Please attach Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch Name and Code Number. RTGS CODE Account Type Saving Current Cash Credit A ccount Number (as appearing in the Cheque Book.

4. Date from which the mandate should be effective.

I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information .I shall not hold Company responsible. I also undertake to advise any change in the particulars of my account to facilitate updation of records for purpose of credit of amount through SBI Net/RTGS transfer/NEFT. I agree to discharge responsibility expected of me as a participant under the scheme. Any bank charges levied by the bank for such e-transfer shall be borne by us.

Place:

Date: Signature of the Party/Authorized Signatory …………………………………………………………………………………………..

Certified that particulars finished above are correct as per our records.

Banker’s Stamp Date (Signature of the Authorized official from the Bank) PRICE BID (FINANCIAL BID)

To,

The Tender Committee (E&M), CRS Barkakana, Ramgarh, Jharkhand.

Sub: - ………………………………………………………………………………………………………

………………………………………………………………………………………………………………

Ref. No. CRS/BRK/S.O. (E&M)/Notice Inviting Quotation//2019-20/…………….Dated:.……………………

Dear Sir,

With reference to your above quotation, we are quoting our lowest rate, excluding GST for the subject work, after inspection of site and thorough study of the terms & condition of Contract as below:- Particulars Amount

Estimated cost of the work :

Quoted Rate of the work (in figures) : (Excluding GST)

Quoted Rate of the work (in words) : (Excluding GST)

GST at the rate of …………….. :

SI. Category NO. 1. GST registered bidder 100% of GST is to be paid by service provider which will be reimbursed on submitting bill/Invoice/documentary evidence in accordance with the provision of relevant GST rule.

Signature of the Bidder With Seal

Bidder Name: BILL OF QUANTITY

Bill of Quantity for the work of “Replacement of damaged distribution board, MCB’s, SFU and separate power arrangement for installed AC’s of River View Officers Club at NTS Colony Barkakana”

SL Description of Works Qty HSN/SAC Rate (Rs.) Amount(Rs.) NO. Code 01. Wiring for circuit/sub main wiring along with earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface/recessed PVC conduit as required.

(a) 2x 4 sq.mm +1x 4 sq. mm earth wire. 224 Mtr. (b) 4 x 10 sq.mm +2x 10 sq. mm earth wire 38 Mtr. 02. Supplying & fixing 5 Amps to 32 Amps rate 240 V ‘C’ series MCB suitable for inductive load of following poles in the existing MCB DB 18 Nos complete with connections testing and commissioning etc as required. Single pole & Neutral 03. Supplying and fixing of 20 Amp,240 volts, SPN Industrial type Socket outlet, with 2 pole and earth metal enclosed plug top along with 20 Amps 'c' Series SP MCB in sheet steel enclosure on surface or in recess 10 Nos with chained metal cover for the socket outlet and complete with connections testing and commissioning etc. as required. 04. Supplying & fixing following way prewired TP&N MCB, distribution board of steel sheet for 415 V on surface/recessed complete with loose wire box , terminal connectors for all incoming and outgoing circuits, duly prewired with suitable size FRLS PVC insulated copper conductor up to terminal blocks, tinned copper bus bar, neutral link, earth bar, din 02 Nos bar detachable gland plate, inter connections, powder painted including earthing etc. as required (But without MCB/ RCCB/Isolator ) 6way (4 +18) Double door. 05. Supplying and fixing following rating , four pole ( three phase and neutral ) 415 volt, residential current circuit breaker (RCCB) , having a sensitivity current up to 300 millanmperes , in the existing MCB DB complete with connections, testing and commissioning , earthing etc as 02 Nos required . 63 amps . 06. Providing of wireman grade 1 for dismantling of old installation, cable etc. 10 Nos 07. Earthing with copper earth plate 600 mm x 600mm x 3 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 metre long etc. 02 Set with charcoal/coke and salt as required. 08. Providing and fixing 25 mm x 5 mm copper strip on surface or in recess for connection etc. as required. 30 Mtr 09. Providing and fixing following capacity busbar chamber with 4 strip of suitable size made of copper , with all accessories including connections, 01 Nos earthing the body, etc as required. 200 amps, 4 pole. 10. Providing and fixing following capacity 2 pole/ 4 pole ON/OFF-load changeover switch with side handle potation, in sheet enclosure in 01 Nos existing metal board including drilling holes in metal board , making connection , earting the body etc. as required. 200 amps, 4 pole. TOTAL(Rs.)

Signature of the Bidder With Seal

Bidder Name: