<<

STATE BANK OF V.M.C. BRANCH NELLORE (20553) REGION 5, NELLORE – (A.O) ELECTRICAL WORK BILL OF QUANTITIES SL. NO. DESCRIPTION QTY. UNIT RATE AMOUNT Rs. Rs. BRANCH AREA: 1 Supply, installation, testing & commissioning of 3 nos. patty type 320 A Kit Kat fuse with carrier and Nuetral link on a wooden board and to be installed near the APSEB Meter Board. 1 No.

2 Supply, installation, testing & commissioning of 160 A TPN SFU with 3 Nos. 125 A HRC fuses for R,Y,B phases and neutral link in a sheet steel enclosure with connector box and to be installed near the APSEB Meter Board. Double compression type cable gland shall be used for cable entry. 1 No.

3 Supply, installation, testing & commissioning of 250 A On- load Four Pole Change Over Switch in a sheet steel enclosure with connector box. The cable entry should be through a double compression type cable gland for all cables. 1 No.

4 Supply, installation, testing & commissioning 1 No. of cubicle type compartmentalized wall mounting panel board with following: 1 No. 160 A 4 pole MCCB 25 KA as incomer Outgoing: 1 No. 125 A 4 Pole MCB 1 No. 63 A 4 Pole MCB 4 Nos. 32 A 4 Pole MCB 3 Nos. 32 A DP MCB 160 A Bus Bar with 50x3 mm copper flats for three phases and neutral and provided with heat shrinkable PVC sleeves. 1 No. Ammeter 0-300 A and CTs and with phase selector switch for the incoming side. 1 No. Voltmeter 0-500 V and phase selector switch with 3 A control fuses on the incoming side. R-Y-B LED type lamp indicators with switch control on the incoming side. All meters are digital type. The panel should be manufactured with 16 SWG sheet steel and zinc passivated before painting. The panel should be painted with one primary coat of red oxide and finished with two coats of Siemens grey above the primary coating. (Main Panel). All cable entries should be through double compression type cable glands.

5 Supply, installation, testing & commissioning of double door 8 way Vertical TPN DB with following: 1 No. 125 A FP MCCB 25 KA as incomer 5 Nos. 32 A SP MCB} 6 Nos. 25 A SP MCB} 5 Nos. 10/16 A SP MCB} as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used. (Branch AC&RP DB). 1 No

6 Supply, installation, testing & commissioning of double door 4 way TPN DB with following: 1 No. 32 A RCBO 100 mA as incomer 6 Nos.10/16 A SP MCBs as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used.(LDB 1 GF). 1 No

7 Supply, installation, testing & commissioning of double door 4 way TPN DB with following: 1 No. 32 A RCBO 100 mA as incomer 9 Nos.10/16 A SP MCBs as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used.(LDB 2 FF). 1 No.

8 Supply, installation, testing & commissioning of 32 A FP MCB in a Four Pole DB box. DB manufactured by original MCB vendors is to be used (Control for LDBs). This item is to be installed near Entrance Doors each one at GF &FF. 2 Nos.

9 Supply, installation, testing & commissioning of double door 4 way TPN DB with following: 1 No. 1 No. 63 A FP MCB as incomer 3 Nos. 32A FP MCB as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used. (UPS Input DB).

10 Supply, installation, testing & commissioning of 40 A DP MCB in a Double Pole DB box. DB manufactured by original MCB vendors is to be used (Control for UPS Output). 1 No.

11 Supply, installation, testing & commissioning of double door SPN DB with following: 1 No. 32 A DP MCB as incomer 6 Nos. 10 / 16 A SP MCB as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used. (UPS DB Branch). 1 No.

12 Supply, installation, testing & commissioning of 63 A FP MCB in a Four Pole DB box. DB manufactured by original MCB vendors is to be used (Control for APFC Panel). This item is to be installed near 160 A TPN SFU. 1 No.

13 Supply, installation, testing & commissioning of 4 stage Automatic Power Factor Control Panel (APFC Panel) of 20 KVAR capacity (7.5+7.5+3+2 KVAR capacitors) as below: 63 A TP MCB as incomer. Three Pole MCBs and Heavy duty contactors for outgoing 32 A for 7.5 KVAR 2 Nos. 16 A for 3 KVAR and 2 KVAR Necessary power and control wiring with 1.1 KV grade copper wire suitably and sensing CT and Relay as required. 1 No.

14 Supply, installation & termination of 3.5 core 70 sqmm. XLPE armoured aluminium cable with No.8 bare GI earth wire fixed on the wall / ceiling with clamping for connecting 160 A SFU and 250 A COS and from COS to Main DB in the UPS Room. 15 Mtrs.

15 Supply, installation & termination of 3.5 core Mtrs. 50 sqmm. XLPE armoured aluminium cable with No.8 GI earth wire fixed on the wall / 18 ceiling with clamping for connecting Main Panel and Branch AC & RP DB (1st Floor)and for APFCR Panel.

16 Supply, installation & termination of 4 runs 25 sqmm. 1.1 KV grade PVC insulated FRLS multi strand copper wire for connecting from EB meter to Cut Out, from Cut Out to 160 A TPN SFU. 10 Mtrs.

17 Supply, installation & termination of 4 runs 6 sqmm.and 2 runs 2.5 sqmm for earth in green colour, 1.1 KV grade PVC insulated FRLS multi strand copper wire in 32 mm. Dia. Rigid PVC conduit fixed on the wall / ceiling with clamping for connecting Main DB to LDBs & UPS Input DB. 38 Mtrs.

18 Supply, installation & termination of 3 runs of single core 6 sq mm. 1.1 KV grade pvc insulated FRLS flexible copper cable (green colour for earth) in 25 mm. Dia. ISI marked rigid PVC conduit on the wall and flexible PVC conduit on the ground for UPS and servo-stabiliser input and output. 12 Mtrs.

19 Supply, installation & termination of 3 runs of single core 6 sq mm. 1.1 KV grade pvc insulated FRLS flexible copper cable (green colour for earth) in 25 mm. Dia. ISI marked rigid PVC conduit on the wall /ceiling for connecting UPS Output DB and Branch UPS DB. 17 Mtrs.

20 Supply & installation of 16 A modular DP switch housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / work stations as master control above the counter for UPS power points. 9 Nos.

21 Supply, installation, testing & commissioning of 4 nos. 6 A modular type switch & sockets housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / work stations for UPS power points. 12 Nos

22 Supply, installation, testing & commissioning of 2 nos. 6 A modular type switch & sockets housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / work stations for raw power points. 12 Nos

23 Supply, installation, testing & commissioning of 2 nos. 6 / 16 A modular type switch & sockets housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / wall as required. 3 Nos

24 Supply, installation, testing & commissioning of industrial type 25 A three pin socket housed in powder coated sheet steel enclosure with 25 A DP MCB with locking connector for split Acs. 12 Nos

25 Supply, installation, testing & commissioning of special industrial type 32 A three pin socket housed in powder coated sheet steel enclosure with 32 A DP MCB with locking connector and 32 A plug pin for Locker Room split Acs. 2 Nos.

26 Supply, installation, testing & commissioning of 32 A DP MCB in a Double Pole DB box. DB manufactured by original MCB vendors is to be used (for Locker Room ACs). 2 Nos.

27 Supply, installation & termination of 3 runs of 2.5 sq mm. 1.1KV grade FRLS flexible copper wire (green colour for earth) in 20 / 25 mm. Dia. rigid PVC conduits as per IS 9537 Part I for UPS / Raw power circuits to be laid on wall / partitions.

(a) UPS circuit 25 Mtrs (b) Raw power circuit 25 Mtrs. (c) Lighting circuit 145 Mtrs.

28 Same as Item 27 above but laying circuit in the already laid conduit. (a) UPS circuit 65 Mtrs (b) Raw power circuit 65 Mtrs.

29 Supply, installation & termination of 2 runs of 4 sq mm. and one run of 2.5 sq. mm.(green colour for earth) 1.1KV grade pvc insulated FRLS flexible copper wire in 25 mm. Dia. ISI marked rigid PVC conduit for A/Cs. 165 Mtrs.

30 Supply & installation of wiring using 3 runs of 1.5 sq. mm.1.1 KV grade PVC insulated FRLS flexible copper wire (green colour for earth) in 20 mm. Dia. ISI marked flexible conduit for connecting light fixtures and fans. 100 Mtrs.

31 Supply & installation of 600 x 600 mm square type modular 36 W LED light fixture complete with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for recessed mounting in gyp board or metric false ceiling. The fixture shall be provided with atleast three nos. 20 mm dia. Knock-out holes on the top side of the body for fixing down rods and wiring purposes. 19 Nos.

32 Supply & installation of 15 W LED Down light fixture complete with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for recessed mounting in gyp board or metric false ceiling. 21 Nos.

33 Supply & installation of 15 W LED Bulk Head light fixture with prismatic louvre, complete with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for surface mounting. 3 Nos.

34 Supply & installation 15 W LED Portico light fixture complete with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for surface mounting. 4 Nos.

35 Supply & installation of box type 1x28 W, 4' slim tube light fixture with fluorescent lamp, electronic ballast and complete wiring with lamp. 23 Nos.

36 Supply & installation of 48” ceiling fan with suitable down rod. 25 Nos.

37 Supply and fixing of 300 mm. Dia exhaust fan with frame and gravity louvres. 3 Nos.

38 Supply and installation of earthing pit with 600X 600X3.15mm. Copper plate, GI pipe, 25x3 mm copper flat connection and funnel arrangement for watering and with chamber on the ground level as per IS 3043. (UPS earth) 1 No.

39 Supply and installation of earthing pit with 40 mm dia GI pipe as per standard IS 3043 – 1987 (EB earth). 2 Nos.

40 Supply and installation of 1.1 KV grade single core 10 sqmm. PVC insulated flexible copper wire in 20mm. Dia. PVC conduit from earth pit to UPS Room. 18 Mtrs.

41 Supply and laying of 25x3 mm. GI flat from pipe earth to Main DB, COS and SFU etc. 15 Mtrs.

42 Supply and laying of ISI marked 25 mm. Dia medium grade PVC conduit for telephone wiring. 48 Mtrs.

43 Supply and installation of two pair 0.5 mm. telephone wire in the already provided PVC conduit. 160 Mtrs.

44 Supply and installation of one module box with one module front plate and RJ-11 telephone outlet. 10 Nos.

45 Supply and installation of 20 pair Krone type telephone connector box. 1 No.

46 Supply & fixing of 3 nos. of LED indicator lamps (R,Y,B) with 3 nos, lamp holders and 3 nos. 5A piano type switches on a suitable board and wiring with 1.1 KV grade 3 x 1.5 sq. mm. Copper flexible wire in pvc pipe tapping power from of EB cut out. 1 Set

47 Supply & fixing of 3 core 1.1 KV grade 2.5 sq mm. Flexible copper cable 3 metre long connected at one end with 15 A three pin 4 Nos. socket and other end connected permanently to the switch board of Safe Room / Locker Room.

48 Supply and laying of ISI marked 25 mm. Dia medium grade PVC conduit for data cabling with fish wire. 75 Mtrs

49 Supply and installation of zinc passivated MS boxes for data outlet (I/O). 12 Nos

50 Supply, installation, testing & commissioning of calling bell and point wiring with 3 nos. 1.5 sqmm. PVC insulated FRLS copper wires in PVC conduit. 2 Nos.

TOTAL (A)

e-LOBBY AREA:

51 Supply, installation, testing & commissioning of double door 4 way TPN DB with following: 1 No. 32 A FP RCBO 300 mA as incomer 2 Nos. 25 A SP MCBs 4 Nos.10 A SP MCBs as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used. (e-LOBBY AC & RP DB). 1 No.

52 Supply, installation, testing & commissioning of 40 A DP MCB in a Double Pole DB box. DB manufactured by original MCB vendors is to be used (Control for UPS Output). To be installed in UPS Room. 1 No.

53 Supply, installation, testing & commissioning of double door SPN DB with following: 1 No. 32 A DP MCB as incomer 4 Nos. 10 / 16 A SP MCB as outgoing Blank plates at empty ways DB manufactured by original MCB vendors is to be used. (e-LOBBY UPS DB). 1 No.

54 Supply, installation & termination of 4 core 16 sqmm. XLPE armoured aluminium cable with No. 8 bare GI earth wire fixed on the wall / ceiling with clamping for connecting from 10 Mtrs. Main Panel to e-LOBBY AC & RP DB.

55 Supply, installation & termination of 3 runs of single core 6 sq mm. 1.1 KV grade pvc insulated FRLS flexible copper cable (green colour for earth) in 25 mm. Dia. ISI marked rigid PVC conduit on the wall /ceiling for connecting UPS Output Control (Item No.52)and e-LOBBY UPS DB. 8 Mtrs.

56 Supply, installation, testing & commissioning of 4 nos. 6 A modular type switch & sockets housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / work stations for UPS power points. 4 Nos

57 Supply, installation, testing & commissioning of 2 nos. 6 / 16 A modular type switch & sockets housed in single manufacturers zinc passivated MS box with cover plates. The boxes are to be fixed on partitions / wall as required. 2 Nos

58 Supply, installation & termination of 3 runs of 2.5 sq mm. 1.1KV grade FRLS flexible copper wire (green colour for earth) in 20 / 25 mm. Dia. rigid PVC conduits as per IS 9537 Part I for UPS / Raw power circuits to be laid on wall / partitions. (a) UPS circuit 12 Mtrs (b) Raw power circuit 12 Mtrs. (c) Lighting circuit 9 Mtrs.

59 Supply, installation & termination of 2 runs of 4 sq mm. and one run of 2.5 sq. mm.(green colour for earth) 1.1KV grade pvc insulated FRLS flexible copper wire in 25 mm. Dia. ISI marked rigid PVC conduit for A/Cs. 13 Mtrs.

60 Supply, installation, testing & commissioning of industrial type 25 A three pin socket housed in powder coated sheet steel enclosure with 25 A DP MCB with locking connector for split Acs. 2 Nos

61 Supply & installation of 600 x 600 mm square type modular 36 W LED light fixture complete 2 Nos. with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for recessed mounting in gyp board or metric false ceiling. The fixture shall be provided with atleast three nos. 20 mm dia. Knock-out holes on the top side of the body for fixing down rods and wiring purposes.

62 Supply & installation of 15 W LED Down light fixture complete with electronic driver, wiring, heat sink, opal acrylic diffuser etc. suitable for recessed mounting in gyp board or metric false ceiling. 7 Nos.

63 Supply and laying of ISI marked 25 mm. Dia medium grade PVC conduit for data cabling with fish wire. 15 Mtrs

64 Supply and installation of zinc passivated MS boxes for data outlet (I/O). 4 Nos

TOTAL (B)

GRAND TOTAL (A) + (B)

NOTE: 1) MCCB FAULT LEVEL SHALL BE OF MINIMUM 16 KA. 2) FAULT LEVEL FOR ALL MCBS SHALL BE OF

MINIMUM 3 KA 3) ALL COPPER WIRES & ALUMINIUM CABLES SIGNATURE OF THE

SHALL BE 1.1 KV GRADE CONTRACTOR WITH SEAL 4) ALL COPPER WIRES USED FOR WIRING SHALL

BE FRLS.

DATE:

LIST OF APPROVED MAKES OF MATERIALS

SL. NO. MATERIAL APPROVED MAKE 1 ELCB / MCB / DB LEGRAND / HAGER / HAVELLS / SCHNIEDER 2 WIRES FRLS FINOLEX / Q FLEX / ANCHOR / HAVELLS / L&T / RPG / POLYCAB / KEI / RR KABEL 3 PVC CONDUIT SUDHAKAR / MODI 4 MS CONDUIT GUPTA / BHARAT 5 MODULAR SWITCHES M K INDIA / TOYOMA / MDS &SOCKETS 6 CABLE UNIVERSAL / GLOSTER / POLYCAB / CCI 7 MCCB / SFU L&T / HAVELLS / HPL / C&S 8 TELEPHONE WIRES DELTON / 9 METERS AE / IMP / L &T 10 C.T. KAPPA / KALPANA 11 LIGHT FIXTURES PHILIPS / CROMPTON / WIPRO / BAJAJ 12 CEILING FAN / EXHAUST CROMPTON / HAVELLS / ALMONARD / BAJAJ FAN / WALL FAN

STATE BANK OF INDIA RBO 5, NELLORE – TIRUPATI AO 8-804, ANICUT ROAD, RANGANAYAKALUPETA, NELLORE 524001 . PH: 0861-2359800/01/01

NOTICE INVITING TENDER

State Bank of India (SBI), RBO 5, NELLORE, ANDHRA PRADESH invites sealed tenders from the contractors for the following Work: Details of the tender are as under:

1) Name of the work : ELECTRICAL WORK AT V.M.C.BRANCH, NELLORE NEW PREMISES

2) Time Allowed For Completion : 4 WEEKS

3) Earnest Money Deposit : Rs.7100/- in the form of Banker's cheque / Demand Draft / Pay order issued by any Scheduled Bank favouring THE REGIONAL MANAGER, RBO 5, SBI, NELLORE.

4) Last Date and Time of Receipt of Tenders : 30.04.2018 @ 2.00P.M.

5) Address at which the tenders are to be submitted : THE REGIONAL MANAGER, STATE BANK OF INDIA, RBO 5, NELLORE. 8-804, ANICUT ROAD, RANGANAYAKALUPETA, NELLORE 524001. ANDHRA PRADESH. PH: 0861-2359800/01/02

6) Place of Opening tenders : At above premises on 30.04.2018, 3.00 PM

7) Defects Liability Period : One year from the date of completion of work.

8) Validity of Offer : 3 months from the date of opening the tenders.

9) Liquidated Damages : 0.5 % of the contract value per week of delay subject to a maximum of 5% of contract value.

10) Value of Interim certificate : UP TO THREE RUNNING BILLS.

11) Eligibility criteria : SBI EMPANELLED CONTRACTORS

.. 2 ..

- 2 -

For further clarifications, if any may please contact SRI M.SANYASI RAO, CM (ADMIN.), RBO 5, NELLORE. MOBILE NO.9849641033 OR A.DEVARAJAN, CM (ELECTRICAL), ADMINISTRATIVE OFFICE, TIRUPATI. MOBILE NO. 9676950049.

Contractors may down load the Notice Inviting Tender and the Bill Of Quantities (BOQ) from the Bank's website, www.sbi.co.in under 'Procurement News'. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time.

SBI has the right to accept / reject any / all tenders without assigning any reasons.

For and behalf of State Bank of India

THE REGIONAL MANAGER, STATE BANK OF INDIA, RBO 5, NELLORE.

INSTRUCTIONS TO THE TENDERERS

1. SCOPE OF THE WORK

Provision Electrical wiring, UPS wiring, LED light fixtures and electrical installations as per the Bill of Quantities for the new premises of V.M.C. Branch, Nellore. Sealed tenders are invited by Assistant General Manager RBO 5, Nellore for and on behalf of the State Bank of India for above work.

1.1 SITE AND ITS LOCATION

The proposed work is to be carried out at the new premises of V.M.C. Branch, Nellore, Andhra Pradesh.

2. ERRORS, OMISSIONS AND DISCREPANCIES

2.1 In case of difference between rates written in figures and words, the rate in words shall prevail.

2.2 The work has to be carried out strictly according to the conditions and specifications stipulated in the tender.

3. SITE VISIT

The tenderer must obtain himself on his own responsibility and his own expenses all information and data which may be required for the purpose of filling this tender document and enter into a contract for the satisfactory performance of the work.

4. CONTRACTORS SCOPE

The contractor shall carry out complete and maintain the said work in every respect strictly in accordance with the contract and with the directions of and to the satisfaction of the Bank.

5. VALIDITY OF THE TENDER

Tenders shall remain valid and open for acceptance for a period of three months from the date of opening of price bids.

6. COMMENCEMENT OF WORKS

The date of commencement of the work will be reckoned as the recorded date of handing over site by the SBI or SEVEN DAYS from the date of issue of Letter of Acceptance of Bank whichever is later.

7. FINAL MEASUREMENT

The measurement and valuation in respect of the contract shall be completed within 15 days of the virtual completion of the work. .. 2 .. - 2 - 7.1 Rates and prices

 The rates and prices will remain firm until completion of the work.  The Rate quoted should be inclusive of GST and all other taxes, overheads, trnsportation etc.

7.2 In case of item rate tender

 The tenderers shall quote their rates for individual items both in words and figures. In case of discrepancy between the rate quoted in words and figures, the unit rate quoted in words will prevail. If no rate is quoted for a particular item, the contractor shall not be paid for that item when it is executed.

 The amount of each item shall be calculated and the requisite total is given. In case of discrepancy between the unit rate and the total amount calculated from multiplication of unit rate and the quantity the unit rate quoted will govern and the amount will be corrected.

 The tenderers should not change the units as specified in the tender. If any unit is changed, the tenderers would be evaluated as per the original unit and the contractor would be paid accordingly.

 The tenderer should not change or modify or delete the description of the item. If any discrepancy is observed, he should immediately bring to the knowledge of the Bank.

 Each page of the tender shall be signed by the authorized person and cutting of overwriting shall be duly attested by him.

 Each page shall be totalled and the grand total shall be given.

 The rate quoted shall be firm and shall include all the costs, allowances, taxes, levies.

8. ACCIDENT OR INJURY TO WORKMAN

The SBI shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or injury to any workmen or other person in the employment of the contractor or any sub contractor, save and except an accident or injury resulting from any act or default of the SBI or their agents, or employees. The contractor shall indemnify and keep indemnified SBI against all such damages and compensation, save and except as aforesaid and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

9. INSURANCE AGAINST ACCIDENTS ETC TO WORKMEN

The contractor shall insure against such liability with an insurer during the whole of the time any person employed by him on the works and shall, when required, produce to the employer such policy of insurance and receipt for payment of the current premium. .. 3 .. - 3 -

10. USE OF MATERIALS

Contractor shall supply and provide materials as per the list enclosed with this tender. In case the specified make of materials are not available, the contractors shall use equivalent make of materials only with the prior approval of the Bank’s Engineer–in-charge. Any other material not in the list shall be got approved by the Engineer-in-charge before put into use.

11. COMPLETION OF THE WORK

The contractor shall carry out complete and maintain the said work in every respect in strict accordance with this contract and with the directions of and to the satisfaction of the Bank’s officials and Engineer-in-charge.

12. METHOD OF MEASUREMENT

Unless otherwise mentioned in the schedule of quantities or in mode of measurement, the measurement will be on the net quantities or work produced in accordance with up to date Rules laid down by the Bureau of Bank shall be final and binding on the contractor.

13. TIME FOR COMPLETION

Time is essence of the contract and shall be strictly observed by the contractor. The entire work shall be completed within a period of 4 weeks from the date of commencement. Any delay in completion of work shall attract liquidated damages of 0.5% per week subject to a maximum of 5% of the contract value.

14. LOCAL LAWS, ACTS, REGULATIONS

The contractor shall strictly adhere to all prevailing labour laws inclusive of contract labour (Regulation and Abolition Act of 1970) and other safety regulations. The contractor shall comply with the provision of all labour legislation including the latest requirements of all the acts, laws, any other regulations that are applicable to the execution of the project.

 Minimum Wages Act, 1948 (Amended)  Payment of Wages Act,1936 (Amended)  Workmen’s Compensation Act 1923 (Amended)  Contract Labour Regulation and Abolition Act 1970 and Central Rules 1971 (Amended)  Apprentice Act 1961 (Amended)  Industrial Employment (Standing order) Act 1946 (Amended)  Personal Injuries (Compensation Insurance ) Act 1963 and other modifications  Employees’ Provident Fund and Miscellaneous Provisions Act 1952 and amendment thereof  Shop and Establishment Act  Any other Act or enactment thereof and rules framed there under from time to time. .. 4 .. - 4 -

15. IMPORTANT NOTE REGARDING WORKING HOURS/WORKING CONDITIONS

1) The work is to be carried out in coordination with other agencies like Interior Contractor, Air- conditioning Contractor etc. 2) Vendor shall take all necessary permissions from other authorities (like Traffic etc.) especially with respect to disturbance to neighborhood as also with respect to movement of labour / material to and fro from the premises. 3.) Vendor shall ensure that labour working at night shall maintain decent behavior and shall not create nuisance or cause any disturbance to the residents within the campus.  Contractor shall keep the premises clean and tidy so as to allow the office to function smoothly at all times. Debris shall be cleared at regular intervals from the site and extra care shall be taken to ensure that the site is clean when the office resumes work in the morning.

17. RETENTION MONEY

The retention money from the running account bill at the rate of 10% of the gross value of work done will be deducted from every running bill up to a maximum of 5% of the contract value. This retention money shall be released to the contractor without interest after expiry of defect liability period of one year, provided the contractor has satisfactorily attended to all defects in accordance with the conditions of contract including site clearance.

@@@@@@@@@@@@@@