Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
16 views36 pages

NIT78

The document outlines the bidding process for the installation of LED street lights and related work at NRC Complex Sri Niwas Puri, New Delhi, with an estimated cost of Rs. 5,806,608. It includes instructions for bidders, required documents, and conditions for submission, emphasizing the need for a valid EMD and compliance with CPWD regulations. The bid submission deadline is set for August 4, 2025, and bidders must ensure they meet eligibility criteria and have the necessary certifications.

Uploaded by

Pankaj Verma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views36 pages

NIT78

The document outlines the bidding process for the installation of LED street lights and related work at NRC Complex Sri Niwas Puri, New Delhi, with an estimated cost of Rs. 5,806,608. It includes instructions for bidders, required documents, and conditions for submission, emphasizing the need for a valid EMD and compliance with CPWD regulations. The bid submission deadline is set for August 4, 2025, and bidders must ensure they meet eligibility criteria and have the necessary certifications.

Uploaded by

Pankaj Verma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 36

1

INDEX

CENTRAL PUBLIC WORKS DEPARTMENT

Name of Work: SITC of LED street light, LED post top light fitting along with pole, cable pannel
and earthing work at NRC Complex Sri Niwas Puri, Safdarjung Staff Quarter New Delhi.

NIT No. 78/EE(E)/SJHED/2025-26

Sl.No. Contents Page Nos.


1. Index 1
2. Information & instructions for Bidders for e-bidding. 2-3
3. List of documents to be scanned and uploaded with in the period of bid 4
submission
4. Annexure-I (Proforma for Earnest Money Deposit Receipt) 5
5. C.P.W.D. – 6 (e-Bidding) 06-10
6. e- Notice Inviting Information 11
7. CPWD-7 12-14
8. Form of Bank Guarantee for Earnest Money Deposit/ Performance Guarantee / 15-16
Security Deposit/Mobilization Advance
9. Proforma Of Schedules 17-21
10. General Term & Condition, Additional Terms and Condition and list of 22-30
accetable makes
11. Schedule of Quantity 31-34

Certified that this N.I.T. contains 1 to 34 pages (including this page)


“NIT approved for Rs. 5806608/-(Rupees Fifty Eight Lakh Six Thousands Six Hundred Eight
Only)”

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
2

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING


PART OF BID DOCUMENT

(Applicable for inviting bids on single bid system)

The Executive Engineer (E), Safdarjung Hospital Electrical Division, CPWD, New Delhi–110 029
(Phone No. 01126730418, e-mail ID: [email protected]) on behalf of the President of
India invites online percentage rate bids in single bid system From approved and eligible
enlisted contractor in Building and Roads category of CPWD for the following works:-

dk;Z lekiu dh vof/k

vfUre frfFk ,oa le;


fufonk vkea=.k l0-

dk;Z dk uke vkSj

fufonk [kqyus dh
vuqekfur ykxr

fufonk Hkjus dh
fufonk ds fy,

frfFk ,oa le;


/kjksgj jkf’k
dze l0-

LFkku

1 2 3 4 5 6 7 8
1
SITC of LED street light, LED -04-08-2025-
78/EE(E)/SJHED/2025-26

post top light fitting along with 15%00 cts -04-08-2025


:0- 5806608@&

pole, cable pannel and earthing :0- 116132@& rd 15%30 cts


work at NRC Complex Sri Niwas
Puri, Safdarjung Staff Quarter 2 ekg
New Delhi.

* To be filled by EE (E)

Note: The contractor shall quote his percentage rates including GST and any other
applicable taxes, levy or cess etc. and nothing extra shall be reimbursed on this
account. This provision will supersede all the provisions in GCC and elsewhere in the
tender document in regard to Levy/Taxes payable by contractor.
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. This Information and Instructions for bidders posted on website shall form pay of bid
document.
3. The bid document consisting of plans, specifications, Schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
3

4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within
the period of bid submission and uploading the mandatory scanned documents such as
Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit
Receipts or/ and Bank Guarantee including e-Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Bank towards EMD in favour of Executive Engineer
(E), SJHED, CPWD, New Delhi, receipt for deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE/AE), CPWD and other documents as specified.
5. Those contractors who are not registered or have not updated their profile on the website
mentioned above, are required to get registered/update their profile beforehand. The necessary
training materials including the videos with step to step process are available on download
section of https://etender.cpwd.gov.in
6. The intending bidder must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operations / transactions on the e-tendering portal / website and
the bidder should download and install the eMsigner on their system as per instructions
available on download section of https://etender.cpwd.gov.in
7. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.

9. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/Certificate from CA mentioning Financial Turnover of last 7 years or for the period
as specified in the bid document and further details if required may be asked from the
contractor after opening of technical bids. There is no need to upload entire voluminous
balance sheet.
10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turn sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted
by the bidder, rate of such item shall be treated as "0" (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.

11. The department reserves the right to reject any prospective application without assigning any
reason and to restrict the list of qualified contractors to any number deemed suitable by it, if
too many bids are received satisfying the laid down criterion.

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
4

List of Documents to be scanned and uploaded within the period of bid submission:

1 Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit
Receiptsor/and Bank Guarantee (for balance amount as prescribed) from any of the Commercial
Bank against EMD in favour of Executive Engineer (E), SJHED, CPWD, New Delhi.
2 Copy of receipt for deposition of Original EMD to division office of any EE, issued as per
Annexure-I.
3 Valid Enlistment order of the Contractor of CPWD
4 GST registration Certificate of the State in which the work is to be taken up, if already obtained by
the bidder.
If the bidder has not obtained GST registration in the State in which the work is to be taken up, or
as required by GST authorities then in such a case the bidder shall scan and upload following
undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which
work is to be taken up within one month from the date of receipt of award letter or before release
of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD or GST department in this regard.
5 The bidder shall upload certificate issued through LMS of ERP that “The existing enlisted
contractor either himself or his authorized representative shall take compulsory ERP (Enterprise
Resource Planning) training through any of the CPWD Regional Training lnstitutes (RTls) at Delhi,
Mumbai, Chennai and Kolkata, National CPWD Academy (NCA) Ghaziabad, Training arranged by
Graduates of ERP "Train the Trainers Programme" conducted by NCA, Ghaziabad or through any
other special training arranged by ERP unit of CPWD. Training will be valid only when participants
are registered in LMS (Learning Management System) of ERP and certificate is issued through
LMS of ERP”.
6 Valid Electrical Contractor License or undertaking that “I/We shall either obtain valid electrical
license at the time of execution of electrical work or associate an approved and eligible contractor of
CPWD in appropriate class having valid electrical contractor license”.
7 Email & mobile no. of the firm/ agency on the letter head of firm/ agency (For making
correspondence).
8 An affidavit on Rs.100 stamp paper duly attested by notary is to be uploaded as regard to that I/we
have not been debarred susupended for tendering in CPWD till the last date of submission of bid.

All modifications / addendum /corrigendum issued regarding this bidding process, shall be
uploaded on website only.

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
5

Annexure-I
Format of receipt of deposition of original EMD

Receipt of deposition of original EMD

(Receipt No. …………….. Date……………..)

1. Name of Work SITC of LED street light, LED post top light fitting
along with pole, cable pannel and earthing work at
NRC Complex Sri Niwas Puri, Safdarjung Staff
Quarter New Delhi.
2. NIT No. 78/EE(E)/SJHED/2025-26

3. Estimated Cost Rs. 5806608/-

4. Amount of Earnest Money Deposit Rs. 116132/-

5. Last date of submission of bid --04-08-2025----- upto 15:00 PM

(** To be filled in by tender inviting authority/NIT approving authority at the time of issue of
NIT and uploaded along with NIT)

1. Name of Contractor

2. Form of EMD

3. Amount of Earnest Money Deposit

4. Date of submission of EMD

Signature of EMD receiving Officer:

(EE / AE(P) / AAO)

Name and Designation of EMD


receiving Officer:

Office Stamp:

(# To be filled by EMD receiving EE/DDH)

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
6

CPWD-6 FOR e-TENDERING

1. Percentage rate tenders are invited on behalf of the President of India, in single bid system
from approved and eligible enlisted contractor in Building and Roads category of
CPWD for the work SITC of LED street light, LED post top light fitting along with pole,
cable pannel and earthing work at NRC Complex Sri Niwas Puri, Safdarjung Staff Quarter
New Delhi.

The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be
valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 5806608/- This estimate, however, is given merely as a
rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
descipline will consolidate NITs for calling the bids. He will also nominate Division
which will deal with all matters relating to the invitation of bids.

1.2.2. To become eligible for issue of bid, the bidders shall have to furnish an affidavit as
under: I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a violation
comes to the notice of Department, then I/we shall be debarred for bidding in CPWD in
future forever. Also, if such a violation comes to the notice of Department before date of
start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest
Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of
submission of bid)

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD -7
which is available as a Govt. of India Publication and also available on website
www.cpwd.gov.in . Bidders shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 2 Months from the date of start as
defined in Schedule ‘F’ or from the 1st date of handing over of the site, whichever is later,
in accordance with the phasing, if any, as indicated in the tender documents.

4. The site for the work is available.

5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the cost of terms and conditions of contract to be
complied with and other necessary documents except Standard General Conditions Of
Contract Form can be seen from website https://etender.cpwd.gov.in or
www.etender.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
7

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee including e-Bank Guarantee
(for balance amount as prescribed) from any of the Commercial Banks against EMD
(drawn in favour of Executive Engineer (E), SJHED, CPWD, New Delhi,) shall be
scanned and uploaded to the e-Tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission.
The EMD receiving Executive Engineer (including NIT issuing EE) shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee
including e-Bank Guarantee of any Commercial bank having validity for a period of 90
days for single bid system or more from the last date of receipt of bids which is to be
scanned and uploaded by the intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after
acceptance of the successful bidder, whichever is earlier. However, in case of two/ three bid
system, earnest money deposit of bidders unsuccessful during technical bid evaluation etc.
should be returned within 30 days of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the notice inviting e-tender shall be scanned and uploaded to the e-Tendering
website within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in e-tender notice shall have to be submitted by the lowest
bidder within a week physically in the office of tender opening authority. Online bid
documents submitted by intending bidders shall be opened only of those bidders, who has
deposited original EMD with any division of CPWD and other documents scanned and
uploaded are found in order.

The bid submitted shall be opened at 03.30 P.M. on –04-08-2025----------

10. The bid submitted shall become invalid and tender processing fee (if applicable) shall not
be refunded if:
i) The bidder is found ineleigible.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
8

ii) The bidder does not upload scanned copies of all the documents stipulated in the bid
document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of bid opening authority.
iv) If any discreapancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.
v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee
of 5% (Five Percent) of the tendered amount within the period specified in Schedule F.
This guarantee shall be in the form of Insurance Surety Bonds, Account PayeeDemand
draft or Bankers Cheque or Fixed Deposit Receiptsor/ and Bank Guarantee (for balance
amount as prescribed) from any of the Commercial Bank in accordance with the prescribed
form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule 'F', including the extended period if any, the Earnest
Money deposited by the contractor shall be forfeited automatically without any notice to
the contractor. The contractor whose bid is accepted will also be required to furnish
either copy of applicable licenses / registrations or proof of applying for obtaining
labour licenses, registration with EPFO, ESIC and BOCW Welfare Board i/c
provident fund code No. if applicable and also ensure the compliance of aforesaid
provisions by the sub-contractors, if any engaged by the contractor for the said work
and Programme chart (Time and progress) within the period specified Schedule F.

12. The description of the work is as follows:


Intending Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-soil
(so far as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect their bid. A bidders shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or otherwise
shall be allowed. The bidders shall be responsible for arranging and maintaining at his own
cost all materials, tools and 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 bidder 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
plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth
by the bidders shall be summarily rejected.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
9

14. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited
and the bidders submitted by the contractors who resort to canvassing will be liable to
rejection.

15. The competent authority on behalf of the President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidderer shall be bound to perform the
same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/ Nursery category) 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 Junior
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 Central Public Works Department or in the Ministry of
Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this department.

17. No Engineer of gazetted rank or other gazetted officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year 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 bid or engagement in the
contractor’s service.
18. The bids for the works shall remain open for acceptance for a period of 30 Days (Thirty
days) from the date of opening of price bids.
(i) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department within 7 days after last
date of submission of bids, then the Government shall without prejudice to any other right
or remedy, be at liberty to forfeit 50% of the earnest money absolutely irrespective of
letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department after expiry of 7 days
after last date of submission of bids, then the Government shall without prejudice to any
other right or remedy, be at liberty to forfeit 100% of the earnest money absolutely
irrespective of letter of acceptance for the work is issued or not
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the
bidders shall not be allowed to participate in the rebidding process of the same work

19. This Notice Inviting Bid shall form a part of the contract document. The successful
bidders /contractor, on acceptance of his bid by the Accepting Authority, shall, within 15
days from the stipulated date of start of the work, sign the contract consisting of: -

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

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
10

(b) Standard CPWD Form 7 with up-to-date correction slips.

20. The intending bidders are required to update their profile in CPWD e- tender portal and to
upload their bids well in advance of last date of submission of tender. Any issue related to
updating profile/uploading tender can be resolved through the concerned Executive
Engineer/ Assistant Engineer (Phone No. 01126730418, e-mail ID:
[email protected] ) or ERP helpline no. 18001803286 or e-mail ld
[email protected] . The e- tendering bidders are also advised not to wait
to raise any issues till the last date of submission of bid in their own interest.
21. Price Preference to SC/ST individual contractor for item rate/percentage rate
tender:
Price preference in quoted item rate/percentage rate tender shall be applicable to the
individual enlisted/non-enlisted SC/ST contractor as under:-
(i) For work(s) upto and equal to an estimated cost of Rs. 2.70 lakh a price preference upto
5% (with reference to the lowest valid tender) may be allowed in favor of individual
SC/ST enlisted/non-enlisted contractor. No earnest money is required in such case(s).
(ii) For work(s) beyond an estimated cost of Rs. 2.70 lakh and upto and equal to estimated
cost of Rs. 6.20 lakh, the price preference upto 5% (with reference to the lowest valid
tender) may be allowed in favour of individual enlisted SC/ST contractor. However,
earnest money at a reduced rate of ½% may be accepted in such cases.
The price preference upto 5% (with reference to the lowest valid price bid) may be
allowed in favour of individual SC/ST contractor only. The above concession shall be
allowed only after verification of the individual contractor's claim of belonging to SC/ST
community.

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy,


For & on behalf of President of India

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
11

la0 19¼21½@dk-vfHk-¼oS½@l-t-v-oS-e-a@2025&26@1305 fnukad% 28-07-2025

bZ&fufonk vkeU=.k lwpuk


dk;Zikyd vfHk;ark ¼oS½] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh&110029 ¼nqjHkk’k l0-
01126730418½ ds }kjk Hkkjr ds jk"Vz~ifr dh vksj ls fuEufyf[kr dk;Z ds fy, vkWuykbZu
nj izfr'kr fufonk ,dy cksyh i}fr From approved and eligible enlisted contractor in
Building and Roads category of CPWD ls vakefU=r dh tkrh gSAa

fu-vk-lw-l0- 78/EE(E)/SJHED/2025-26 dk;Z dk uke% SITC of LED street light, LED post top
light fitting along with pole, cable pannel and earthing work at NRC Complex Sri Niwas Puri,
Safdarjung Staff Quarter New Delhi. vuqekfur ykxr% :0- 5806608@& /kjksgj
jkf'k% :0- 116132@& lekiu dh vof/k% 2 ekg] fufonk Hkjus dh vfUre frfFk ,oa
le;% ------04-08-2025------ 3%00 cts rd] fufonk [kksyus dh vfUre frfFk ,oa le;%
--04-08-2025------ 3%30 ctsA
Tender forms and other details can be obtain from the website www.etender.cpwd.gov.in

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Copy to:
1. v/kh{k.k vfHk;ark] fnYyh ifjeaMy&10] ds-yks-fu-fo-] bZLV Cykad&1] ry&7] vkj-ds- iwje]
ubZ fnYyh dks lwpukFkZA
2. dk;Zikyd vfHk;ark] l-t-v-ea-] ds-yks-fu-fo- ubZ fnYyh dks lwpukFkZ
3. lgk;d vfHk;ark ¼oS½ ¼;ks½] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh dks lwpukFkZA bZ&esy }kjk
4. lgk;d vfHk;ark ¼oS½&1] 2] 3] 4 ,oa 5] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh
dks lwpukFkZA
5. uksfVl cksMZ] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyhA

dk;Zikyd vfHk;ark ¼oS½

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
12

C.P.W.D.- 7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE :-Delhi CIRCLE:- Delhi Circle-10


BRANCH :- E&M DIVISION :- SJHED
REGION :- Delhi

Percentage Rate Bid

%Bid for the work of: SITC of LED street light, LED post top light fitting along with pole, cable
pannel and earthing work at NRC Complex Sri Niwas Puri, Safdarjung Staff Quarter New Delhi.

Dear Sir,

(i) Bids to be uploaded online by 3.00 PM on—…..-04-08-2025-………..

(ii) To be opened online in presence of Bidders who may be present at 3:30 PM on ……..
…-04-08-2025-... in the office of Executive Engineer (E), SJHED, CPWD, New Delhi.

** To be filled by Executive Engineer (E), CPWD, New Delhi.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
13

CPWD Form-7
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract,
Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract
and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and
Directions and in clause 11 of the Conditions of contract and with such materials as are provided for, by,
and in respects of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for 30 (Thirty days from the date of opening of price bid and
not to make any modification in its terms and conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer
as per the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance
Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee
(for balance amount as prescribed) issued by Commercial Banks is scanned and uploaded (strike out as the
case may be). If I/We, fail to furnish the prescribed performance guarantee within prescribed period. I/We
agree that the said President of India or his successors, in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as
specified, I/We agree that President of India or the successors in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said
performance guarantee shall be guarantee to execute all the works referred to in the tender documents upon
the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the GCC.
Further, I/We agree that in case of forfeiture of Earnest Money or performance guarantee as
aforesaid, I/We shall be debarred for participation in the retendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of Department,
then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the
notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate information / derived
therefrom to any person other than a person to whom I/We, am/are authorised to communicate the same or
use the information in any manner prejudicial to the safety of the state.

Dated …***… Signature of the Contractor


Postal Address …***…
Telephone No. -----------------------

Witness…***… FAX ----------------------------------

Address: …***… E-MAIL -----------------------------

Occupation…***…
…**…To be filled by the Executive Engineer

…***…To be filled by the Contractor

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
14

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the President of India for a sum of
Rs……………………*
(Rupees………………………………………………………..…………………………)*

The letters referred to below shall form part of this contract agreement: -

(a)

(b)

(c)

For & on behalf of President of India

Signature ……….*…………

Dated: ………* ……… Designation…………*…………..

*To be filled in by the Engineer-in-charge

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
15

On Non-Judicial Stamp Paper of Minimum Rs. 100/-


(Guarantee offered by Bank to CPWD in connection with the execution of contractors)
Form of Bank Guarantee for Earnest Money Desposit/ Performance Guarantee/ Security
Deposit/Mobilization Advance

1. Whereas the Executive Engineer (E), SJHED, CPWD on behalf of the President of India
(hereinafter called “The Government”) has entered into and agreement bearing number
…………….. with …………….. (name and address of the contractor) ………………..
(hereinafter called “the Contractor”) for execution of work ……………………………
(name of work) ……………………….. The Government has further agreed to accept an
irrevocable Bank Guarantee for Rs. ………………. (Rupees ………………………… only)
valid upto ……….. (date)………………….. as Performance Guarantee/Security
Deposit/Mobilization Advance from the said Contractor for compliance of his obligations
in accordance with the terms and conditions of the agreement.

2. We, ………………(indicate the name of the bank) ……………. (herein after referred to as
“the Bank”), hereby undertake to pay to the Government an amount not exceeding Rs.
………………. (Rupees ……………….. only) on demand by the Government within 10
days of the demand.

3. We, ………………… (indicate the name of the Bank) ………………, do here by undertake
to pay the amount due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor. Any such demand made on the
Bank shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs. ……….. (Rupees ……………. Only)

4. We, ………………. (indicate the name of the Bank) ……………, further undertake to pay
the Government any money so demanded notwithstanding any dispute or disputes raised by
the contractor in any suit or proceeding pending before any Court or Tribunal, our liability
under this Bank Guarantee being absolute and unequivocal. The payment so made by us
under this Bank Guarantee shall be a valid discharge of our liability for payment there under
and the Contractor shall have no claim against us for making such payment.

5. We, ……………….. (indicate the name of the Bank) …………….., further agree that the
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation here under to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Government
against the said contractor and to forbear or enforce any of the terms and conditions relating
to the said agreement and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said Contractor or for any forbearance, act of
omission on the part of the Government or any indulgence by the Government to the said
Contractor or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
16

6. We, …………… (indicate the name of the Bank) ………………, further agree that the
Government at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor at the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee the Government may have in relation to the
Contractor’s liabilities.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor.

8. We, ………………… (indicate the name of the Bank) ……………….., undertake not to
revoke this guarantee except with the consent of the Government in writing.

9. This Bank Guarantee shall be valid up to …………………… unless extended on demand by


the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. ……………….. (Rupees ……………. Only) and unless a
claim in writing is lodged with us within the date of expiry or extended date of expiry of this
guarantee, all our liabilities under this guarantee shall stand discharged.

Date ………………….

Witness:
1. Signature ……………………. Authorized signatory
Name and address Name

Designation
Staff code no.
Bank seal

2. Signature …………………….
Name and address

* Date to be worked out on the basis of validity period of 30 days where only financial bids are
invited and 75 days for two/three bid system from the date of submission of tender.
** In paragraph I, strike out the portion not applicable. Bank Guarantee will be made either for
performance guarantee/security deposit/mobilization advance, as the case may

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
17

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities E&M Work : Attached

SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any: NIL

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract (GCC)– Maintenance Work -2023
contract: - amended/modified up to last date receipt of tender i/c extension,
if any

Name of Work:- SITC of LED street light, LED post top light fitting along
with pole, cable pannel and earthing work at NRC Complex
Sri Niwas Puri, Safdarjung Staff Quarter New Delhi.
Estimated cost of work:- Estimated Cost: Rs. 5806608/-

(i) Earnest Money Rs. 116132/- (To be refunded after receipt of P.G.)
(ii) Performance Guarantee:- 5% of tendered Value
(iii) Security Deposit :- 2.5% of tendered Value.

SCHEDULE ‘F’
General Rules & Directions: -
Officer inviting tender:- Executive Engineer (E), SJHED, CPWD,New Delhi.

Definitions:

2 (vi) Engineer-in-Charge (i) Electric Executive Engineer (E), SJHED CPWD,


al work New Delhi
2 (viii) Accepting Authority Superintending Engineer, DC-X, CPWD, R.K. Puram, New
Delhi or his successor thereof.
2 (x) Percentage on cost of materials and 15%
labour to cover all overheads and
profits.
2 (xi) Standard schedule of Rates Elect. i)DSR 2022 & DSR (E&M) Vol-II 2025 for E&M
works
(All above with withup to date correction
slipsamended/modified up to last date receipt
of tender i/c extension, if any)

2 (xii) Department Central Public Works Department


8 (ii)a Standard CPWD contract form GCC Maintenance work-2023, CPWD form 7 as modified
and corrected up to date amended/modified up to last
date receipt of tender i/c extension, if any)

Clause 1

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
18

(i) Time allowed for submission of Performance Guarantee,


Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and BOCW:
Welfare Board or proof of applying thereof from the date 7 days
of issue of letter of acceptance, in days.

(ii) Maximum allowable extension with late fee @ 0.1% per


day of performance guarantee amount beyond the period
3 days
as provided in (i) above.

Clause 2
Authority for fixing compensation under clause 2. Superintending Engineer, DC-X, CPWD, R.K. Puram,
New Delhi or his successor.

Clause 2A
Whether Clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of letter of acceptance 10 days
for reckoning date of start :

Mile stone(s) as per table given below:


Sl. No. Description of Time allowed in days Amount to be with-held in case of non-
Milestone (Physical) achievement of milestone.
(From date of start)

-------------- Not applicable ------------------

Time allowed for execution of work : 2 Months

Authority to decide:
Authority to convey the decision of Executive Engineer (E), SJHED CPWD, New Delhi
(i)
shifting of mile stone & extension of time or his successor thereof
Authority to decide rescheduling of Superintending Engineer, DC-X, CPWD, R.K.
(ii)
milestones & extension of time Puram, New Delhi or his successorthreof
Shifting of date of start in case of delay in Superintending Engineer, DC-X, CPWD, R.K.
(iii)
handing over of site Puram, New Delhi or his successor thereof
Schedule of handing over of site

Time Period for handing over


Part Portion of site Description reckoned from date of issue of letter
of intent
Part A Full Site of
Portion without any hindrance NA
Work
Part B Portions with encumbrances Nil NA

Part C Portions dependent on work of other


Nil NA
agencies

Clause 5A
Whether Clause 5 shall be applicable Not Applicable

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
19

Clause 6

Electronic Measurement Book (EMB)


Mode of measurements Electronic Measurement Book (EMB)
(EMB initiated by contractor through ERP Portal)

Clause 7
Gross work to be done together with net payment Rs. 34.80 Lakh (Electrical work)
/adjustment of advances for material collected, if any,
Or Mutually Agreed by Engineer-in- charge and
since the last such payment for being eligible to interim
Agency
payment

Clause 7A
Whether Clause 7A shall be applicable Yes

Clause 8

Competent authority to inspect and issue completion Executive Engineer (E), SJHED, CPWD, New
certificate (Electrical Work) Delhi

Clause 10A
List of testing equipment to be provided by the contractor at As per requirement of site and direction of
site lab. Engineer-in-charge.

Clause 10B(i)
Whether Clause 10B(i) shall be applicable Not Applicable

Clause 10C Applicable


Component of labour expressed as percent Electrical For CMC & Day to Day
of value of work work Maintenance
For CMC & Day to Day
Maintenance

Clause 10CC
Whether Clause 10CC shall be applicable Not Applicable

Clause 11
Specifications to be followed for execution of work
1. Electrical works: a) CPWD General Specifications for Electrical work Part I Internal - 2023, amended
upto date.
b) CPWD General Specifications for Electrical work Part II External -2023, amended
upto date.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
20

Clause 16
Superintending Engineer, DC-X, CPWD, R.K. Puram, New
Competent Authority for deciding reduced rates.
Delhi.
(Shall be limited upto 5% of the Contract Value.)

Clause 18
List of mandatory : Electrical works:
machinery, tools & plants
1. Earth Tester 2. Megger 500 V 3. Line Tester 4. Test Lamp 5. Die &Vice
to be deployed by the
6. Chase Cutting Machine 7. Crimping Tools 8. Tong Tester and /or as
contractor at site
per requirement at site / as per the contract provisions and as per direction
of Engineer-in-charge.

Clause 19
Clause 19 C ………….. Authority to decide penalty for each Engineer – in - charge
default
Clause 19 D ………….. Authority to decide penalty for each Engineer – in - charge
default
Clause 19 G ………….. Authority to decide penalty for each Engineer – in - charge
default
Clause 19 K ………….. Authority to decide compensation for Engineer – in - charge
each default

Clause25
Settlement of Disputes by Conciliation and Arbitration
(a) Conciliator: - ADG (RD), CPWD, New Delhi or his successor.
(b) Arbitrator:-Appointing Superintending Engineer, DC-10, East Block-1, Level-7, CPWD, R.K. Puram
Authority New Delhi or his successor.
( c) Place of Arbitration: New Delhi

Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery
shall be made from the
contractor in the event of
Experience

Minimum Designation
Minimum
Sl. No.

Number

qualification of (Principal Technical not fulfilling provision of


Discipline clause 32(i) (Rs per month
Technical /Technical
Representative Representative per person)

Figures words

1 Graduate Electrical/ Project Manager 2 or 5 1 15,000/- Rupees


Engineer or Mechanical cum Planning/ respectively Fifteen
Thousand only
Diploma 1 quality/Site/Billing
Engineer
Engineer

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
21

Note:
a. Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.

b. Diploma holder with minimum 10 year relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not exceed 50% of requirement of degree engineers.

Clause 38 (Electrical works )

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of
Delhi Schedule of Rates 2022 /2025 printedby CPWD with up to date correction slips
(ii) Variations permissible on theoretical quantities:

a) Cement for works with estimated cost put to tender NA


not more than Rs. 25 Lakh
For works with estimated cost put to tender more than NA
Rs 25 Lakh
b) Bitumen for all works. NA
c) Steel Reinforcement and structural steel sections for NA
each diameter, section and category.
d) Paints & Chemicals NA

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
22

GENERAL TERMS & CONDITIONS

1. All the works shall be carried out as per CPWD General Specification for Electrical Works,
Part-I and Part-II, 2023 for E&M works amended up to date and should also comply with
relevant provisions of the Indian Electricity Rules and Acts as applicable, amended up to
date.
1.1 The contractor is advised to visit the site of work to have an idea of the execution of the
work; failure to do so shall not absolve their responsibility to do the work as specified in
agreement.

Rates:

1.2 The work shall be treated as on works contract basis and the rates tendered shall be for
complete items of work (except the materials, if any, stipulated for supply by the
department) inclusive of all taxes (including works contract tax, if any), duties, and levies
etc. and all charges for items contingent to the work, such as packing, forwarding,
insurance, freight and delivery at site for the materials to be supplied by the contractor,
watch and ward of all materials (including those supplied by the department, if any) for the
work at site etc.

Taxes and Duties:

1.3 Being an indivisible works contract GST & other Taxes not payable separately.
1.4 The works contract tax shall be deducted from the bills of the contractor as applicable in the
State in which the work is carried out, at the time of payments.
1.5 No mobilization advance shall be paid for the work, unless otherwise stipulated in tender
papers for any individual works/ composite work.

Completeness of Tender

1.6 All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination
lugs for electrical connections as required, and all other sundry items which are useful and
necessary for proper assembly and efficient working of the various components of the work
shall be deemed to have been included in the tender, whether such items are specifically
mentioned in the tender documents or not.

Works to be arranged by the department:

1.7 Unless and otherwise specified in the tender documents, the following works shall be
arranged by the Department:
(i) Supply of materials to the contractor as stipulated in the tender documents.
(ii) Storage space for all equipment, components and materials for the work

Works to be done by the contractor:

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
23

1.8 Unless and otherwise mentioned in the tender documents, the following works shall be
done by the contractor, and therefore their cost shall be deemed to be included in their
tendered cost:-
(i) Foundations for equipment and components where required, including foundations
bolts.
(ii) Cutting and making good all damages caused during installation and restoring the
same to their original finish.
(iii) Sealing of all floor openings provided by him for pipes and cables, from fire safety
point of view, after laying of the same.
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-
painted items like fittings, fans, switchgear/distribution gear items, cubicle
switchboard etc. Damages to finished surfaces of these items while handling and
erection, shall however be rectified to the satisfaction of the Engineer-in-Charge.
(v) Testing and commissioning of completed installation.

Storage and Custody of Materials:

1.9 The contractor has to make his own arrangement for the storage of the material at site &
necessary watch and ward of the electrical installation during the execution of work till the
same is handed over to the department. No extra payment will be made on this account.
The storage space shall however be arranged by the department at site, if available.

1.10 The main contractor shall arrange for proper storage of the electrical fans and fittings at site
and that double lock system shall be arranged for the fans and fittings after receipt at site
until the time they are taken for installation. The contractor shall however be responsible
for proper storage and safe custody of the same till their installation and handing over to the
department.

Electric Power Supply and Water Supply:

1.11 Power and water supply will be arranged by the contractor at the site for installation
purpose. However, for testing purpose after complete installation of the electrical items,
electricity supply will be made available free of cost to the contractor. Contractor will take
due care to ensure safety of electrical installation during execution of work.

1.12 All tools and tackles required for handling of equipments and materials at site of work as
well as for their assembly and erection and also necessary test instruments shall be the
responsibility of the contractor.

Payment Terms:

1.13 Unless otherwise specified in the additional condition of the contract, the payment shall be
made as per the relevant clauses of form PWD 7/8 forming part of the tender documents.

Co-ordination with other agencies:

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
24

1.14 The contractor shall co-ordinate with all other agencies involved in the building work so
that the building work is not hampered due to delay in his work. Recessed conduit and
other works, which directly affect the progress of building work, should be given priority.

Care of buildings:

1.15 Care shall be taken by the contractor to avoid damage to the building during execution of
his part of the work. He shall be responsible for repairing all damages and restoring the
same to their original finish at his cost. He shall also remove, at his costs, all unwanted and
waste materials arising out of his work, from the site.

Structural Alterations to Buildings:

(i) No structural member in the building shall be damaged / altered, without prior
approval from the competent authority through the Engineer-n-charge.
(ii) Structural provisions like openings, cutouts, if any, provided by the department for
the work, shall be used. Where these required modifications, or fresh provisions are
required to be made, such contingent works shall be carried out by the contract at
his cost.
(iii) All such openings in floors provided by the department shall be closed by the
contractor after installing the cables/conduits/rising mains etc. as the case may be,
by any suitable means as approved by the Engineer-in-charge without any extra
payment.
(iv) All chases required in connection with the electrical works shall be provided and
filled by the contractor at his own cost to the original architectural finish of the
buildings.

Addition to an installation:

Any addition, temporary or permanent, to the existing electrical installation shall not be
made without a properly worked out scheme/design by a qualified Electrical Engineer to
ensure that such addition does not lead to overloading, safety violation of the existing
system.

2 Drawings:
(i) The work shall be carried out in accordance with the drawings and the tender
documents and also in accordance with modification thereto from time to time as
approved by the Engineer-in-charge.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of the
term as used in Clause 11 of the conditions of contract (PWD 7 or PWD 8). They
shall indicate the main switch board, the distribution boards (with circuit numbers
controlled by them), the runs of various mains and sub mains and the position of all
points with their controls.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
25

(iii) All circuits shall be indicated and numbered in the wiring diagram and the points
shall be given the same number as the circuit to which they are electrically
connected.
(iv) After award of the work, the firm will be required to submit the drawings for the
proposed work including layout plan, conduit routes etc. Work will be carried out as
per the approved drawings.

3 Conformity to IE act, IE Rules, and standards:

All electrical works shall be carried out in accordance with the provisions of Indian
Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of call of
tender unless specified otherwise). List of rules of particular importance to electrical
installations under these General Specifications is given in Appendix C for reference.

4 General requirements of components:


Quality of material: All materials and equipments supplied by the contractor shall be
new. They shall be of such design, size and materials as to satisfactorily function under the
rated conditions of operation and to withstand the environmental conditions at site.

5 Inspection of materials and equipments:


5.1 Materials and equipments to be used in the work shall be inspected by the
departmental officers. Such inspection will be of following categories:

(i) Inspection of materials / equipments to be witnessed at the Manufacturer’s premises


in accordance with relevant BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of
genuine materials at site.
(iv) To receive materials after physical inspection at site.

5.2 Adequate care to ensure that only tested and genuine materials of proper quality are used in
work shall be ensured by firm. The firm shall ensure that:

(i) Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles,
rising main, other main items etc, its copy shall be endorsed to the CPWD Engineer-
in-charge.
(iii) The firm will be required to procure material like electrical fittings & fans, exhaust
fans, MCB’s & DB’s, switches & sockets, wires & cables, conduits and switchgears,
rising mains, poles , outdoor fittings etc. directly from the manufacturer/ authorized
dealers to ensure genuineness & quality and as per the approved makes only. Proof
in this regard shall be submitted by the contractor if required by the department.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
26

(iv) Inspection at factory or at go down, as required, shall be arranged by the firm for a
mutually agreed date.
(v) Delivery of material shall be taken up only with the consent of department, after
clearance of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.

5.3 Similarly, for fabricated equipments, the contractor will first submit dimensional detailed
drawings for approval before fabrication is taken up in the factory. Suitable stage
inspection at factory also will be made to ensure proper use of materials, workmanship and
quality control.

6 Ratings of components:
6.1 All components in a wiring installation shall be of appropriate ratings of voltage, current
and frequency, as required at the respective sections of the electrical installations in which
they are used.

6.2 All conductors, switches and accessories shall be of such size as to be capable of carrying
the maximum current, which will normally flow through them, without their respective
ratings being exceeded.

7 Conformity to standards:
7.1 All components shall conform to relevant Indian Standard Specifications wherever existing.
Materials with ISI certification mark shall be preferred.
7.2 Relevant Indian Standards including amendments or revisions thereof up to the date of
tender acceptance shall be applicable in the respective contracts for respective items, firm
to ensure its compliance.

8 Interchange ability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling
roses, brackets, pendants, fans and all other fittings of the same type shall be
interchangeable in each installation.

9 Workmanship:
9.1 Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering
practice.

9.2 Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor
of appropriate class suitable for execution of the electrical work. He shall engage suitably
skilled/licensed workmen of various categories for execution of work supervised by
supervisors / Engineer of appropriate qualification and experience to ensure proper

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
27

execution of work. They will carry out instruction of Engineer-in-charge and other senior
officers of the Department during the progress of work.

9.3 Use of quality materials: Only quality materials of reputed make as specified in the tender
will be used in work.

10 Testing:
All testes prescribed in this General Specification, to be done before, during and after
installation, shall be carried out, and the test results shall be submitted to the Engineer-in-
charge in prescribed Performa, forming part of the Completion Certificate.

11 Commissioning on completion:

After the work is completed, it shall be ensured that the installation is tested and commissioned.

12 Completion plan and completion certificate:

12.1 For all works completion certificate after completion of work as given in Appendix –E of
CPWD Specification shall be submitted to the Engineer-in-charge.

12.2 Completion plan drawn to a suitable scale in tracing cloth with ink indicating the
following, along with three blue print copies of the same shall also be submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit
numbers controlled by them.
(iii) Position of all points and their controls.
(iv) Name of work, job number, tender reference, actual date of completion, names of
Division/ Sub-division and name of the firm who executed the work with their
signature.

13 Guarantee

The installation will be handed over to the department after necessary testing and
commissioning. The installation will be guaranteed against any defective design /
workmanship. Similarly, the materials supplied by the contractor will be guaranteed against
any manufacturing defect, inferior quality. The guarantee period will be for a period of 12
months for work done from the date of handing over to the department. Installation/
equipments or components thereof shall be rectified/ repaired to the satisfaction of the
Engineer-in-charge.

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
28

ADITTIONAL TERMS AND CONDITIONS

1. The work shall be carried as per CPWD general specification for electrical works 2023
(Internal) & part-II. (External) as amended up-to-date and in accordance to the Indian
Electricity Rules 1956 and Indian Electricity Act 2003 as amended up-to-date and as per
the instructions and satisfaction of the Engineer-in –charge.
2. The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Engg.-in-charge.
3. The department reserves the right to send such materials to the manufactures authorized test
laboratory to verify the genuineness & quality of the product.
4. All materials to be used on the work shall be got approved from the Engineer-in-charge
before installation at site and the rejected material is to be removed from the site
immediately.
5. The work shall be progressed with the progress of civil work. As such, the contractor doing
electrical works shall work in close coordination with casting of the slabs, erection of the
walls etc. as required. No claim of the contractor shall be entertained by the department for
the idle labour.
6. The contractor shall be responsible for any damage done to the building of electrical
installations during the execution of the work. Damage, if any shall have to be made good
by the contractor at his own cost otherwise the same shall be got rectified made good at the
risk & cost the contractor.
7. Bad work-man-ship will not be acceptable and defect shall be rectified at contractor’s cost
to the satisfaction of the Engineer-in-charge.
8. The site shall be cleared of malba, debris caused by working at site by the electrical
contractor without any extra cost to the department.
9. Cement for the work is to be arranged by the contractor & nothing extra shall be paid by
department on this account.
10. Earthing and all hidden items of work shall be invariably done in the presence of Engineer-
in-charge or his authorized representative.
11. The contractor has to intimate the name of his authorized representative, who will be
receiving instructions in his absence. The contractor / his authorized representative is bound
to sign the site order book as and when required by the Engineer-in-charge and to comply
with the instructions therein.
12. The contractor shall make his own arrangement at his own cost for electrical tools and
plants required for the work. No T & P will be issued by the department.
13. The contractors are advised to visit the site before quoting this tender to apprise himself
about the site environment and other conditions.
14. Materials not specified in the attached list of APPROVED MAKES may be got approved
from the Engineer In-charge before use on work. Decision of competent authority shall be
final in this respect.
15. The entire installations shall be at the risk and responsibility of the contractor until these are
tested and handed over to the department. However, if there is any delay in construction
from the department side, the installations may be taken over in parts but the decision on
the same shall rest with Engineer-in-charge which shall be binding on the contractor.
16. The contractor shall use electrically operated “Chase cutters” for cutting chases to lay / fix
conduits and other electrical fixtures / accessories in the wall. Nothing extra shall be paid
for the same.
17. The copper conductor insulated cables of sizes above 1.5 sq. mm. shall be stranded and
terminals provided with crimpled lugs. Nothing extra shall be paid on this account.
Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
29

18. To facilitate drawing of wires 16/18 SWG GI fish wire be provided alongwith laying of
recessed conduit for which no separate payment shall be made.
19. Wiring shall be done only by the looping system. Phase / live conductors shall be looped at
the switch box. For point wiring, neutral wire / earthwire looping for the 1st point shall be
done in the switch box, and neutral / earth looping of subsequent points will be made from
point outlets.
20. No joints in wiring shall be permitted anywhere, except in switch box or point outlets,
‘where jointing of wires will be allowed with use of suitable connector.
21. The wiring throughout the installation shall be such that there is no break in the neutral wire
except in the form of linked switchgear.

Only FRLS wires up to 1100V Grade shall be used in wiring.


Colourcoding :-

Following colour coding shall be followed in wiring :-


Phase : Red/Yellow/Blue ( phase wiring)
Neutral : Black
Earth : Green

Termination of circuit into switchboard :-


Circuit will consist of phase / neutral /earth wire. Circuit will terminate in a switch board (first
tapping point, where from point wiring starts) in following manner :-
Phase wire terminated in phase connector
Neutral wire terminated in neutral connector
Earth wire terminated in earth connector.

The switch board will have phase neutral and earth terminal connector blocks to receive phase /
neutral / earth wire.

22. The cover of all junction boxes shall be of White Bakelite sheet.
23. Tenderer shall submit a sample board, incorporating in it the samples of Engineer-in-charge
before commencement of work. No extra payment shall be given for the same.
24. The MCBDB’s shall be of the same make as that of MCB’s.
25. The connection, inter-connection, earthing and inter-earthing shall be done by the
contractor where ever required to be done for energization of the installation and nothing
extra shall be paid on this account.
26. The entire installation including submain, electrical points, light & power points shall be
tested and properly recorded for submission to Engineer-in-charge irrespective of
availability of normal power supply from Electric Supply company and actual load, as fans,
fixture and meter board are not within the scope of this contract and shall be provided by
the other agency through other contract at the appropriate time.
27. The entire system of metallic conduit work, including the outlet boxes and other metallic
accessories, shall be mechanically and electrically continuous by proper screwed joints, or
by double cheek nuts at terminations. The conduit shall be continuous when passing
through walls or floor.
28. A protective conductor shall be laid inside the conduit between metallic switch boxes &
distribution switch board and terminated into proper earth lugs / terminals. Only PVC
insulated copper conductor cable of specified size shall be allowed. The protective
conductor shall be terminated properly using studs, earth terminal, blocks etc. including in
ceiling rose or the case may be.
Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
30

29. All hardware, fastening material viz. nuts, bolts, washers and screws etc. to be used on
work shall be of Zinc/cadmium plated iron.
30. All the material should be ISI marked where ever not specified, if ISI marked material is
not available it should be confirming to BIS specification amended upto date.
31. Any Accident/mishappening related to worker deputed by contractor at site shall be the
responsibility of contractor.
32. The contractor shall have to furnish the insulation test report, earth report, alongwith all
required details of electrical load on the prescribed proforma for the electric connection
from Supply Company.
33. The person employed for the work has no right to claim the employment in the department.
Such type of claim shall be borne by the contractor.
34. The work will also be carried out at different locations in piece meal manner, as and when
required.
35. Nothing extra shall be paid on account of dismantling of existing Panels, old PVC
aluminum/copper wire / cable, conduit, GI box of different sizes with switch sockets,
MCCB and DB’s with MCB, Fans & Fittings, Geysers etc. i/c removal of garbage/
malba from site and making good the same. The contractor shall quote the rates
accordingly.

List of acceptable make

1. Wires/Cable : Polycab / Havells / RRKabel / BCH / KEI / Finolex


/Plaza
2. LED Fitting and accessories : Philips / LT / Regent / Crompton / Neri
3. GI Pole : Bajaj / Utkarsh / K-Lite / Valmount
4. Metering Accessories / Digital metering : BCH / LK / Legrand / AE / Neptune / Schneider
5. ACB, MCB, MCCB, Contactor & other : ABB / Schneider/ Siemens / LK / Legrand
switchgear
6. Panel : Neptune / Tricolite / Adlec / Precision System
Control / RP Controls / SPC Electrotech Pvt. Ltd. /
Advance Panels and Switchgear Pvt. Ltd. /
Associated Switchgears & Projects Limited (ASPL)
7. Capacitor / Reactor / APFC relay / : Neptune-Ducati / Schneider Electric / LK /
Active Harmonic filter Siemens / Epcos
8. LED indicating lamp, Push buttion, : L&T / AE / BCH / C&S/ ABB
Amp meter, Volt meter
9. Brass compression gland and Al. lugs : Dowells/Jainson /Braco /Comet
10. Paint / Primer : Asian / Berger / Dulex / Nerolac
11. Any other item not mentioned above : As approved by Engineer in charge

ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
31

Central Public Works Department


NIT No. 78/EE(E)/SJHED/2025-26
Name of Work: SITC of LED street light, LED post top light fitting along with pole, cable pannel and
earthing work at NRC Complex Sri Niwas Puri, Safdarjung Staff Quarter New Delhi.
SCHEDULE OF QUANTITY
S.
Description of Items Qty Rate Unit Amount
No

Supplying & Erection of hot dipped galvanised 6 mtr


1 height octagonal pole. The pole shall also be provided with
hinged / chained flush door of approx 500 mm lengths at
an elevation of 1m from the base plate with proper
strengthening to the cut out of the door opening. Each pole
shall be complete with a Bakelite sheet complete with DIN
rail, 10 amps, 10 kA SP MCB, Screwless DIN mounting
Connectors suitable for up to 50 sq.mm. Terminations
complete with DIN bar, shorting links, end locks etc as
required and 3 x 1.5 sqmm FRLS PVC insulated copper
conductor single core cable from junction box to the
luminaire complete including 1 No.3 (three) terminations
with insulated copper lugs etc as required. The pole shall 94 Nos 18948.00 Each 1781112
be with 220 mm x 220 mm x 12 mm size of GI base plate,
600 mm long 'J' type GI foundation bolts 4 Nos of min. 20
mm dia each with three GI nuts and two GI washers (EN.8
grade) etc complete as per drawing. The pole shall have a
minimum OAF of 130 mm at bottom and 70 mm at top.
The pole shall have a minimum section thickness of 3 mm.
The pole shall be fabricated in a single section and shall be
provided with necessary gaskets of 12 mm thickness at the
bottom. The installation shall include making RCC
foundation suitable for a soil bearing capacity of 5 Ton/
Cum (Design & drawing must be approved by Engineerin-
Charge).
2 Supplying and fixing of 1.5 mtr long (approx) single
sided GI bracket in approved design capable of holding
74 Nos 1965.00 Each 145410
of above luminaire and suiteble for above octagonal
pole etc as reqd
3 Supplying and fixing of 1.0 mtr long (approx) Duble
sided GI bracket in approved design capable of holding
20 Nos 2072.00 Each 41440
of above luminaire on the existing octagonal pole etc as
reqd

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
32

4 Supplying, installation, Testing & Commissioning of Street


light LED fixture powder coated pressure die cast aluminum
body with driver as per the requirement with Driver efficiency
>85%, Input voltage: 140-270 Volt AC, freq 50/60 hz,
Operating temp range -15 deg to 50 deg centigrade, internal
surge protection of 5 KV L,N,E as per IEC 61000-4-5, Driver
efficiency >85%,THD < 10% as per IEC 61000-3-2,
P.F.≥0.95, IP66,IK-10, CRI >80, under voltage and over
voltage protection, EMIEMC As per CISPR 15 , lenses for
beam angle as per IESNA type I/II/III as per the width of the
road and the project requirement suitable to fit in up to 65mm
dia pipe, life time (LED, Driver & electrical circuitry) of
minimum 50000 Burning Hours with 70% of initial Lumen
maintained till life ends as per LM80 extrapolation IES TM-
21-11 report, CCT 3000°K / 4000°K / 5700°K /
6000°K/6500°K (As per ANSI Bin), SDCM (Standard
Deviation Color Matching) <5, Maximum power
consumption should not more than the specified rating and
Fixture shall be of relevant BIS standard complete in all
respect i/c connections with 1.5 sq mm FRLS, PVC insulated
copper conductor single core cable and earthing etc. as
required with Minimum 5 year OEM warranty. System lumen
efficacy ≥120 <135 lm/Watt output . LM79 & LM80 Test
report from NABL lab for all testing required for LED
fixtures as per BIS shall be submitted. Shape size and CCT
shall be as approved by Engineer-in-Charge as per
requirement. (Thermal management: heat sink of aluminum
housing such that LED junction temperature shall not rise
above 90°C).
4.1 72 Watt 114 Nos. 2121.00 Each 241794
5 Supplying & Erection of hot dipped galvanised 3 mtr height
octagonal pole. The pole shall also be provided with hinged /
chained flush door of approx 500 mm lengths at an elevation
of 1m from the base plate with proper strengthening to the
cutout of the door opening. Each pole shall be complete with
a Bakelite sheet complete with DIN rail, 10 amps, 10 kA SP
MCB, Screwless DIN mounting Connectors suitable for 16
sq.mm. Terminations complete with DIN bar, shorting links,
end locks etc as required and 3 x 1.5 sqmm FRLS PVC
insulated copper conductor single core cable from junction
box to the luminaire complete including 1 No.3 (three)
terminations with insulated copper lugs etc as required. The 64 Nos. 13950.00 Each 892800
pole shall be with suitable size of GI base plate, 600mm long
'J' type GI foundation bolts 4 Nos of min. 20mm dia each with
three GI nuts and two GI washers (EN.8 grade) etc complete
as per drawing. The pole shall have a minimum OAF of
130mm at bottom and 70 mm at top. The pole shall have a
minimum section thickness of 3 mm. The pole shall be
fabricated in a single section and shall be provided with
necessary gaskets of 12mm thickness at the bottom. The
installation shall include making RCC foundation suitable for
a soil bearing capacity of 5 Ton/ Cum (Design & drawing
must be approved by Engineerin- Charge).

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
33

6 Supplying, installation, testing and commissioning of


post top lantern fitting having a luminous flux > 3400 lm
and luminous efficacy >95 lm/w, Aluminium die cast
housing Confirming to IP 65 and inbuilt Surge
protection not less than 4 KV ,having suitable diffuser
and CCT is not less then 5700 K,,LED life with L70
criteria ≥ 50000 hours, CRI 70, energy saving, 64 Nos 8135.00 Each 520640
environmental friendly, long life aesthetically designed
with symmetrical light distribution, spun aluminium
landscape luminaire with high power LEDs as light
source i/c connection with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable, testing etc.
complete as required.
7 Supply of following sizes XLPE insulated and PVC
sheathed aluminium conductor armoured power cable of
1.1 KV grade with ISI marked (IS 7098 (Part - I) / 1988
with amendment up to date) etc complete as required.
7.1 3 x 16 sq mm 2000 Mtr. 287.00 Mtr. 574000
7.2 3 ½ X 35 sq.mm 500 Mtr. 539.00 Mtr. 269500
7.3 3 ½ X 50 sq.mm 300 Mtr. 730.00 Mtr. 219000
8 Supplying and laying of following size DWC HDPE
pipe ISI marked along with all accessories like socket,
bend, couplers etc. conforming to IS 14930, Part II
complete with fitting and cutting, jointing etc.direct in
ground (75 cm below ground level) including excavation
and refilling the trench but excluding sand cushioning
and protective covering etc., complete as required.
8.1 63 mm dia (OD-63 mm & ID-51 mm nominal) 1200 Mtr. 256.00 Mtr. 307200
9 Supplying and laying of following size DWC HDPE
pipe ISI marked along with all accessories like socket,
bend, couplers etc. conforming to IS 14930, Part II
complete with fitting and cutting, jointing etc. in the
existing trench, complete as required.
9.1 63 mm dia (OD-63 mm & ID-51 mm nominal) 500 Mtr. 132.00 Mtr. 66000
10 Laying of one number PVC insulated and PVC sheathed
/ XLPE power cable of 1.1 KV grade of following size
in the existing RCC/ HUME/ METAL pipe as required.

10.1 Upto 35 sq. mm 1700 Mtr. 38.00 Mtr. 64600


10.2 Above 35 sq. mm and upto 95 sq. mm 600 Mtr. 59.00 Mtr. 35400
11 Laying of one number PVC insulated and PVC sheathed
/ XLPE power cable of 1.1 KV grade of following size
in the existing masonry open duct as required.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
34

11.1 Above 35 sq. mm and upto 95 sq. mm 50 Mtr. 47.00 Mtr. 2350
12 Laying and fixing of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1 KV grade of
following size on wall surface as required.
12.1 Upto 35 sq. mm (clamped with 1mm thick saddle) 500 Mtr. 57.00 Mtr. 28500
13 Excavation of the cable/pipe trenches in hard rock not
exceeding 1.5 metres in width, and lift upto 1.5 metres,
including getting out the excavated soil returning the soil
30 Cum 1257.00 Cum 37710
as required in layers after laying of cable/pipe and
disposal of remaining excavated soil as directed within a
lead of 50 metres.
14 Providing and laying in position cement concrete 1:3:6
(1 cement : 2 coarse sand : 6 graded stone aggregate 40
15 Cum 7899.00 Cum 118485
mm nominal size) in foundation of panel/trench filling
etc including form work etc as required.
15 Providing and laying bituminous macadam using
crushed stone aggregates of specified grading premixed
with bituminous binder, transported to site by tippers,
laid over a previously prepared surface with paver
finisher equiped with electronic sensor to the required
grade, level and alignment and rolling with smooth
wheeled, vibratory and tandem rollers as per
specifications to achieve the desired compaction and
density, complete as per specificatons and directions of
Engineer-in-Charge.
15.1 50 to 100 mm average compacted thickness with
bitumen of grade VG-30 @ 3.50% (percentage by
weight of total mix) prepared in Drum Type Hot Mix 10 Cum 8704.00 Cum 87040
Plant of 60-90 TPH capacity.
16 Supplying and making end termination with brass
compression gland and aluminium lugs for following
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as required.
16.1 3 X 16 sq mm (25mm) 10 Nos 279.00 Each 2790
16.2 3½ X 35 sq. mm (32mm) 10 Nos 382.00 Each 3820
16.3 3½ X 50 sq. mm (35mm) 8 Nos 427.00 Each 3416
17 Earthing with G.I. earth plate 600 mm X 600 mm X 6
mm thick including accessories, and providing masonry
enclosure with cover plate having locking arrangement 16 Set 7730.00 Set 123680
and watering pipe of 2.7 metre long etc. with charcoal/
coke and salt as required.
18 Providing and laying earth connection from earth
electrode with 6 SWG dia G.I. Wire in 15 mm dia G.I.
40 Mtr. 297.00 Mtr. 11880
pipe from earth electrode including connection with G.I.
thimble excavation and re-filling as required.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
35

19 Providing and fixing 6 SWG dia G.I. wire on surface or


in recess for loop earthing along with existing surface/ 3000 Mtr. 43.00 Mtr. 129000
recessed conduit/ submain wiring/ cable as required.

20 Fabrication, supplying, installation, testing and


commissioning of outdoor type double door floor
mounted modular, sectionalised, compartmentalized,
MV cubicle panel 300 mm deep made out of CRCA
steel of 2 mm thick for frame work, enclosure and doors,
3 mm thick for gland plates with stiffeners wherever
required, having vibration free structure chemically
treated with seven tank process before painting for
surface treatment and powder coated, with 4 Nos. 300
Amp. electrolytic grade high conductivity Aluminium
busbar in two section, DMC/SMC busbar supports,
suitable for 3 phase 415 V 50 HZ AC supply, top should
hut type for protection from rain, dust, duly fixed on MS
angle iron frame work of size 50mm. x 50mm. x 6mm.
(NS) 90 cm long legs out of which 45 cm duly grouted
in cement concrete 1:2:4 (1 cement : 2 sand : 4 stone
aggrete 20mm) i/c connection, interconnection with
aluminium thimbles, panel shall have a common
Aluminium earth bus 32 mm x 6 mm size at the rear
with 2 Nos earth stud (No of Panel & drawing approved
by Engineer-in Charge before fabrication) size not
exceed 1 sq mtr. ( Less Credit for Assorted Feeder
Piller)
20.1 Supplying and fixing of following accessories in the
existing cubical panel board / feeder pillar including
connection testing etc. as required.
INCOMER: 125 Amp,25 KA, TP MCCB, 440 Volts 1
NO
METERING: 1 Set of Digital Voltmeter (0-500 V) 96
sq.mm. flush type with selector switch. 1 No.
1 Set of Digital Ammeter (0-200 A ) 96 sq.mm. flush
type with selector switch with CTs. 1 No.
LED phase indication lamps (1 Set of 3 Nos. LED,RYB)
5 Job 61856.00 Job 309280
with protection. 1 Set.
OUTGOINGS (BUS BAR - A)
32 Amps 415 Volts TPN MCB - 6 Nos.
32 Amps 220 Volts SPN MCB- 4 Nos
95Amp. TP power contactor (MNX 95, AC-1 rating of
equivalent) - 1 Nos.
2 module Digital Time switch 1 Nos.
OTHER ACCESSORIES
Danger notice plate, spider link and other required item
etc as required.
21 Supplying, installation, Testing & Commissioning of
metal body pole box/ junction box of following size.

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED
36

21.1 250 x 250 x 155 mm 25 Nos 815.00 Each 20375


22 Dismentalling of existing G.I pole, & Tilted/Damage
RCC based Foundation, After disconnction of
cable/wiring, Removing fiiting, (if any), Brackets (if
any) and removing of malba, in all respect from site to 94 Nos 219.00 Each 20586
suitable places, i/c making good at the damaged
foundation and restoration of clean asthesics.
23 Buy Back for old dismantle i/c dismantling etc as reqd. (-)

23.1 Street light Pole 94 Nos -800.00 Each -75200


23.2 Street light LED fitting / post top lantern fitting 80 Nos -200.00 Each -16000
23.3 Cable & wire etc 400 Kg. -400.00 Kg. -160000
Grand Total 5806608

Addition: NIL Correction : NIL Overwriting : NIL Deletion : NIL EE(E), SJHED

You might also like