Notice Inviting Tender - Rural Electrification … Inviting Tender (Tender invited through...
Transcript of Notice Inviting Tender - Rural Electrification … Inviting Tender (Tender invited through...
1 | Page
Notice Inviting Tender
(Tender invited through e-Tendering mode only)
For
Carrying out Interior Renovation Work of Office Space consisting of Supplying & fixing of modular furniture, Installation of LED lights, false ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New Delhi -110003 for REC office.
No. REC/Estate/e-Tender/2016-17/01 Dated: 23.02.2017
Description of task, Pre-qualifying criteria, e-tender submission format and procedure is available on Rural Electrification Corporation (REC) website (www.recindia.nic.in), Central Publication Portal (www.eprocure.gov.in)
Note:
Online registration shall be done on e-tendering website i.e. www.tenderwizard.com/REC & in general, activation of registration may takes 24 hours subject to the submission of all requisite documents required in the process.
-Sd-
(Vijay Kulkarni) DGM (Estates)
[This document is meant for the exclusive purpose of Agencies participating against this bid and shall not be
transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued]
Important Dates for E‐ Tendering mode
Date of Release of NIT 23.02.2017
Last date for queries / seeking clarification 01.03.2017 till 1800 Hours
Pre Bid Meeting 02.03.2017 at 1200 Hours
Last date of submission of Tender 09.03.2017 till 1500 Hours
Date of Opening of Technical bid 09.03.2017 at 1530 Hours
Date of Opening of Financial bid To be intimated later
RURAL ELECTRIFICATION CORPORATION LTD
2 | Page
INDEX
Sl.NO. Section Particulars Page no.
1 SECTION-I TENDER INFORMATION 3
2 SECTION-II PREFACE 4
3 SECTION-III INSTRUCTIONS TO BIDDERS 5-6
4 SECTION-IV SCOPE OF WORK & SERVICE LEVEL AGREEMENT
7-15
5 SECTION-V GENERAL CONDITIONS OF CONTRACT 16-17
6 SECTION-VI SPECIAL CONDITIONS OF CONTRACT 18-19
7 SECTION-VII ELIGIBILITY CRITERIA 20-22
8 SECTION-VIII TENDER EVALUATION
METHODOLOGY 23-32
9 SECTION-IX TECHNICAL SPECIFICATIONS & LIST OF APPROVED MAKE
33-79
10 SECTION-X LAYOUT AND OTHER DRAWINGS 80-85
11. SECTION-XI FINANCIAL BID ALONG WITH BOQ(FORM-III)(SEPARATELY UPLOADED WITH NIT)
FINANCIAL BID
RURAL ELECTRIFICATION CORPORATION LTD
3 | Page
SECTION-I
TENDER INFORMATION
Name of the assignment: Carrying out Interior Renovation Work of Office Space consisting of Supplying & fixing of modular furniture, Installation of LED lights, false ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New Delhi -110003 for REC office.
Important information
Si. No. Event Information to the agencies
1 Date of Release of NIT 23.02.2017
2 Last date for queries / seeking clarification
01.03.2017 till 1800 Hours
3 Pre Bid Meeting 02.03.2017 at 1200 Hours
4 Last date of submission of Tender
09.03.2017 till 1500 Hours
5 Date of Opening of Technical bid
09.03.2017 at 1530 Hours
6 Date of Opening of Financial bid
To be intimated later
7 Pre- Bid Meeting Address REC Regd. Office: Core-4, SCOPE Complex, 7 Lodhi Road, New Delhi 110 003
8 Tender Document
The details can be downloaded free of cost from the websites www.recindia.nic.in (or) www.eprocure.gov.in (or) www.tenderwizard.com/REC
9 EMD Rs. 2,50,000/-
10 Address for Bid submission
Vijay Kulkarni DGM(Estates), REC Regd. Office: Core-4, SCOPE Complex, 7 Lodhi Road, New Delhi 110 003
11 Contact Person
Mr P K Singhal GM(Administration), Rural Electrification Corporation Limited, Core-4,SCOPEComplex, NEW DELHI – 110003
Tel. No: 011-43091515
Mr Vijay Kulkarni DGM(Estate), Rural Electrification Corporation Limited, Core-4,SCOPEComplex, NEW DELHI – 110003 Tel. No: 011-43091596
# The EMD (Earnest Money Deposit) is to be submitted by all the participating Bidders in the form of demand draft/Bank Guarantee of an amount of Rs. 2,50,000/- (Rupees Two Lakhs fifty thousand only/-.) of any schedule Indian bank in favor of “REC Ltd”, Payable at New Delhi . The EMD of unsuccessful bidders will be returned after completion of bidding process and award of work and EMD of successful Bidder will also be returned after acceptance of work order and submission of PBG (Performance Bank Guaranty) i.e. 10% of the Contract Value
The bid shall remain valid for a period of 120 days from the date of bid submission.
RURAL ELECTRIFICATION CORPORATION LTD
4 | Page
SECTION-II
PREFACE
About the Company
Rural Electrification Corporation Limited (REC), a listed NAVRATNA Public Sector Enterprise under Ministry of Power, Government of India, was incorporated on July 25, 1969 under the Companies Act 1956. REC is a Non-Banking Financial Company with 'Infrastructure Finance Company' status. Our main objective is to finance and promote power sector projects all over the country.
REC provides loan assistance to various State Power Utilities, Private Sector Project Developers, Central Power Sector Utilities and State Governments for investments in Power Generation, Power Transmission, Power Distribution and other system improvement schemes/initiatives, through its Corporate Office located at New Delhi, 18 project offices and 3 sub offices, located in most States in the country. As on 31.03.16, REC has a loan book of over Rs. 2,00,000 crore and net worth of Rs. 28,618 crore.
REC also plays an important role in the implementation of several flagship schemes of the Government of India, such as, acting as the Nodal Agency for implementation of 'Deen Dayal Upadhyaya Gram Jyoti Yojana' (DDUGJY), the scheme for rural electrification; the 'National Electricity Fund' (NEF), the reform linked interest subsidy scheme for power distribution companies; and for the 'Outage Management System' and '11 KV Rural Feeder Management System'; besides acting as the 'Bid Process Coordinator' for selection of Developer through Tariff Based Competitive Bidding process for establishment of Inter-State Transmission Systems through Public-Private-Participation.
REC is actively involved in the implementation of the 'Ujjwal Discom Assurance Yojana' (UDAY), the Government of India scheme launched in October 2015, aimed at financial and operational turnaround of the State sector power distribution utilities and in monitoring of progress of the various reform linked parameters committed by the participating Utilities. REC also provides counter-part funding for the 'Integrated Power Development Scheme' (IPDS), the Government of India scheme for improvement of the urban power infrastructure in the country.
REC has set up a dedicated training institute, 'Central Institute for Rural Electrification' (CIRE) at Hyderabad to cater to the training and development needs of technical and managerial personnel of power utilities as well as in-house programmes for REC personnel round the year, encompassing a broad array of power-related subjects, including technical best practices in transmission and distribution systems, legal aspects of power sector operations, power sector accounting, etc. for national and international participants.
REC invites E-tender for Carrying out Interior Renovation Work of Office Space consisting of
Furnishing, Electrical, Renovation and all allied work of Office Space of 22471 Sq. Ft (Approx.)
Super area at 5th and 6th floor Core-5 scope complex lodhi Road New delhi -110003. The bidders
are required to quote through online mode only as per Scope of work Bill of Quantity and format for
techno commercial bid.
RURAL ELECTRIFICATION CORPORATION LTD
5 | Page
SECTION-III
Instructions to Bidders
Submission of Bid Bidders shall submit their responses online through e-tendering website www.tenderwizard.com/REC A. The submission and opening of Bids will be through e-tendering process. Bidder can download Bid document from the REC web site i.e. www.recindia.nic.in or www.eprocure.gov.in and REC’s e-tendering portal i.e. www.tenderwizard.com/REC (Note: To participate in the e-Bid submission, it is mandatory for agency to have user ID & Password. For this purpose, the agency has to register them self with REC through tender Wizard Website given below. Please also note that the agency has to obtain digital signature token of class-III for applying in the Bid. In this connection vendor may also obtain the same from tender Wizard.) Steps for Registration (i) Go to website http://www.tenderwizard.com/REC (ii) Click the link ‘Register Me’ (iii) Enter the details about the E-tendering as per format (iv) Click ‘Create Profile’ (v) E-tender will get confirmation with Login ID and Password
Note- Online registration shall be done on e-tendering website i.e. www.tenderwizard.com/REC & in
general, activation of registration may takes 24 hours subject to the submission of all requisite
documents required in the process. It is sole responsibility of the bidder to register in advance.
B. Steps for application for Digital Signature from Bid Wizard: Download the Application Form from the website http://www.tenderwizard.com/REC free of cost. Follow the instructions as provided therein. In case of any assistance you may contact REC officers whose address is given at the Bid. Bid to be submitted through online mode on website www.tenderwizard.com/REC in the prescribed form.
C. The Agency qualifying the criteria mention in section VII should upload Bid document with duly signed scanned soft copy of the documents given below for the prequalifying response:
Pre- Qualifying Criterion Documents/Technical Bid
1 Form-I ------------Letter of submission of Tender
2 Form-II ------------Technical Bid
3 Annexure-A ------Performance Bank Guarantee format
4 Annexure-B ------Acceptance form for participation in reverse auction event
5 Annexure-D ------ Advance Bank Guarantee format
EMD of Rs. 2,50,000/- (Rupees Two Lakhs fifty thousand only/-.)/- in form of DD or Bank Guarantee
may be drawn from a scheduled commercial bank in favour of The “REC Ltd”, New Delhi and
RURAL ELECTRIFICATION CORPORATION LTD
6 | Page
scanned copy to be uploaded and original to be submitted before the last date & time of
Submission of Tender.
Financial Bid
1. Form-III---------Financial Proposal (to be submitted through online mode only)
Financial bid to be submitted in the specific format designed same may be downloaded from
website www.tenderwizard.com/REC and after filling the form it is to be uploaded through digital
signature.
The all document should be addressed to.
Sh. Vijay Kulkarni DGM (Estates), REC Regd. Office: Core-4, SCOPE Complex, 7 Lodhi Road,
New Delhi 110 003
(Note: All papers that comprise the Bid document of the concerned Bid must be numbered. An index of each page should also be provided)
RURAL ELECTRIFICATION CORPORATION LTD
7 | Page
SECTION-IV
SCOPE OF WORK & SERVICE LEVEL AGREEMENT
1. Detailed Scope of Work
The Agency has to complete all interior work inclusive of false ceiling repairs, flooring repairs, gypsum partitions installations, plumbing & sanitary works, supply & fixing of modular furniture, electrical cabling & installation of LED lights, data/ internet & telephone cabling, etc. all allied works at core 5, 5th & 6th floors Scope complex and similar works at Core 4 scope complex, Lodhi Road New Delhi 110003. However the broad scope of work shall include but not limited to the following: 1. Interior Work a. Site evaluation and assessment as per layout. b. Execute interior work i.e wooden wall partition, false ceiling (grid and gypsum),
Toughened Glass etc. all execution as per layout under supervision of Architect. c. Development of concept of execution plan as per functional requirement to the
satisfaction of REC. d. If any changes in working layout prior permission to REC. e. Execution of fixed items of work, loose furniture & interior related civil works. f. Civil works i.e floor tiles, sanitation work, plumbing work including needful water proofing, painting etc. g. Execution quantity may be increases or decreases at the time of execution to the
satisfaction of REC. h. Revising the concept plan of the area as per the direction of architect, if required. i. Submit details furniture layout Plan. j. Execution of electrical fittings and fixtures only after approval of Detail layout drawings and installation of LED light fixture. k. Installation of CCTV and allied wiring for security purpose. l. Suggestion and selection of brands, materials, equipment and other interior related
elements etc. as per directives of architect. m. Installation of UPS and allied wiring for intranet & telephone/ intercom services. 2. Electrical, HVAC, Plumbing and other auxiliary system design a. Main and Back-up Power system single line diagram b. Air-conditioning and ancillary air-conditioning c. Fire detection and smoke detector alarm. d. Design of Plumbing, Sanitary, drainage. e. LAN connection. Pl. refer our detailed BOQ for more information of the scope of work. 3. Construction and supervision.
a. Samples Approved by REC/Architect shall only be used for various elements and
components as per tender specification and drawing.
b. Project monitoring to be done by experience Degree Civil, Mechanical & Electrical
engineer (One Nos each) at site for concern works progress. Offer interpretation of the
drawings/specifications, attend conferences and meetings to ensure that the project
RURAL ELECTRIFICATION CORPORATION LTD
8 | Page
proceeds generally in accordance with the conditions of contract and keep the Client
informed and render advice on actions, if required.
c. There shall not be any disturbance to adjoining office premises, vehicular movements in
Scope complex, in adjoining floors of Core 5 & Core 4 while carrying out civil, interior,
plumbing, electrical & mechanical works by the contractor. 4. Completion Stage If any work not provided for in the scope of services but required for completion of interior
work, the Agency shall provide the same without any extra cost. 5. TERMS & CONDITIONS:
Bidders are requested to quote in the enclosed Form-III. Bidders shall quote their Rates all-inclusive except service tax which shall be paid extra as applicable. Price quoted by the bidder shall remain firm during the entire period of the contract and shall not be subject to variation on any account. Price should be inclusive of all charges due to any kind of appointment of manpower/services on behalf of the bidder if any.
6 . Completion Time: The Time allowed for carrying out the work will be 30 days reckoned
from 7th day of award of work or issuance of work order.
7 Empanelment of Agencies. Agencies qualifying in Pre-Qualification Criteria or techno commercial part may be empanelled with REC for such similar interior/ renovation works in future. However REC reserves the right to award such works in future on financial bid basis or call for fresh bids in two part bid system and claim whatsoever in this regard will not be entertained. Work can be awarded to such empanelled agencies on basis of financial bid invitation as per sole discretion & requirements of REC.
8 . Payment Terms Payment shall be released to the agency within 7 days from the date of submission of bill as per actual measurement basis.
Quantity variation: The Quantities are tentative and may vary to any extent. However, payment shall be made as per actual quantity measurements on agreed rates.
Extra item: If any item(s) of work not provided for in the accepted bill of quantities and required to be executed for completion of work, the contractor on receipt of instructions from the REC shall be bound to carry out such items of work at the rate to be decided based on the actual cost of material, consumable, labour deployed, cartage, hire charges for equipment’s etc. used, taxes with 10% contractor profit and other contingencies.
RURAL ELECTRIFICATION CORPORATION LTD
9 | Page
The works comprises the terms and conditions under which REC may purchase Products or require the performance of Services and/or Work from the Contractor.
If any services, functions or responsibilities not specifically described herein or in any related documents are an inherent, necessary or customary part of the Services or Works or are reasonably required for proper performance of the Services or for proper execution of the Works in accordance with the NIT, they shall be deemed to be included within the scope of Services and Works as if such services, functions or responsibilities were specifically described in this NIT. The Contractor shall be responsible for providing the personnel, equipment and other resources necessary to perform the Work hereunder. The Contractor shall comply with the drawing as prepared by the Contactor and as approved by REC while executing the Works.
The bidder shall be responsible for providing (at no additional cost to REC) any and all additional items that are not expressly included by the terms of this NIT to the extent such items are reasonably required for the achievement of the objectives of the Work and Services. In the event there is increase in the scope of Work and/or Services due to the Contractor’s fault and/or the Contractor obtains any information that leads it to believe that certain additional work is required for the due performance of its obligation under this NIT, then the same shall be performed by the Contractor at no additional cost or expense to REC.
Bidders are advised to visit site and its surroundings and satisfy in their own interest before submission of their bids. For any enquiry, bidders may contact DGM (Civil) from 10 AM to 5 PM on all working days.
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.
Conditional Bids will be treated as non-responsive and shall be rejected.
If any services not provided for in the scope of services but required for completion of work, the Agency shall provide without any extra cost.
Submission of a tender by Bidders implies that he has read this notice and has made himself aware of the scope and specifications of the work to be done and of conditions and other factors having a bearing on the execution of the work.
The competent authority on behalf of the REC does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the Bidder shall be summarily rejected.
Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the bidders who resort to canvassing will be liable to rejection.
RURAL ELECTRIFICATION CORPORATION LTD
10 | Page
The tender for the works shall remain open for acceptance for a period of three months from the date of opening of tenders (financial bid). If any bidder withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, makes any modifications in the terms and conditions of the tender which are not acceptable to the REC, then the REC shall, without prejudice to any other right or remedy, be at liberty to forfeit earnest money as aforesaid.
9 Liquidated Damages. For delay in completion of the work, the liquidated damages @.(
a) 1.0% of the contract value for the first week, b) 2.0% of the contract value for the sub sequent week(s), subject to maximum of 5% of the Contract value.
10 Security Deposit: - A sum of 5% of the executed works shall be deducted from the payment towards security deposit which shall be refunded after completion of the defect liability period which is six months after completion of the work
11 REC reserves the right to withdraw the bidding process at any time prior to award of contract including rejection of any or all bids after the same have been received, without thereby incurring any liability to the affected bidder or any obligation to inform the affected bidder/s on the ground of REC's action.
12 Performance Bank Guarantee (PBG): I. PBG of 10% of the awarded value within 10 days from award of work. Which shall
be released six month after completion of the works. II. PBG in the form of Bank Guarantee or Demand Draft (DD), for an amount of 10%
(Ten per cent) of the contract value for a period of 7 months. Which shall be released after completion of DLP works. In case of non-submission of PBG by the contractor, REC reserve the right to deduct equivalent amount from the first bill of the Contractor.
III. The Performance Bank Guarantee may be drawn from a scheduled commercial bank in favour of The “REC Ltd”, New Delhi.
IV. The Performance Bank Guarantee may be discharged/ returned by the REC after the completion of the contract upon being satisfied for the performance of the obligations of your firm under the contract.
V. Failing to comply with the above requirement, or failure to enter into contract within 15 days or within such other extended period, as may be decided by the ED(Estates), REC shall constitute sufficient grounds, among others, if any, for the annulment of the award of the tender.
VI. In the event the firm being unable to provide the services, during the engagement period as per the contract for whatever reason, the Performance Bank Guarantee would be invoked by REC.
VII. No Bank Charges/ interest shall be payable for the Performance Bank Guarantee.
RURAL ELECTRIFICATION CORPORATION LTD
11 | Page
13 MOBILIZATION ADVANCE:
If requested by the Contractor, Interest bearing Mobilisation Advance up to a maximum
of 10% (ten percent) of the accepted estimated contract value shall be paid to the contr
actor on acceptance of LOI subject to fulfilling the following conditions. The Bank guara
ntee towards security of “Mobilisation Advance” should be at least 110% of the advance
a. Mobilisation advance shall be paid in two stages; the first instalment of 50% of theamount due on account of mobilization advance shall be paid against submission of Bank Guarantee of 110% of the equivalent amount to cover the mobilization advance of first instalment.
b. The second installment of the mobilisation advance i.e. 50% of mobilization advance shall be released by the Engineercharge only after the mobilisation of contractor at site along with the equipment, tools & tackles to take up construction activities to the entire satisfaction of the Engineerincharge and against submission of separate Bank Guarantee of 110% of equivalent amount to cover the mobilization advance for second instalment. The minimum mobilization that shall be completed to qualify for this instalment shall be jointly agreed upon before release of the first instalment of the advance.
c. Alternatively, the Contractor may submit a single Bank Guarantee equivalent to 11% of the accepted estimated contract value but the Mobilisation Advance shall be released in two instalments as mentioned above subject to fulfilling the conditions of mobilisation of manpower and equipment at site to the satisfaction of EngineerinCharge and decision of Engineerincharge in this matter shall be final and binding on the Contractor. The Bank Guarantee for Mobilisation Advance shall be valid till such time the complete recovery of Mobilisation Advance is made.
d. The mobilization advance shall bear simple interest @ SBI’s PLR rate + 2 % per annum and shall be calculated from the date of payment to the date of recovery, both days inclusive, on the outstanding amount of advance. Recovery of such a
mount shall be made by the deduction from the Contractor’s bills on pro-rata basis to the gross value of the work billed in such a way that the entire advance is recovered by the time eighty percent of gross value of the contract is executed and paid, together with interest due on the entire outstanding amount up to the date of recovery of the instalment.
e. The mobilization advance paid to the contractor shall be used for execution of this contract only and the contractor shall be required to furnish details of expenditure incurred towards mobilization within two months of receipt of the mobilization advance, failing which Owner/ REC reserve the right to deduct/ encash the Bank Guarantee to the extent mobilization advance has not been utilized. REC shall endeavour to release part or full, the Bank Guarantee against recovered portion of Mobilization Advance to the Contractor, within 30 days after recovery on request of Contractor.
RURAL ELECTRIFICATION CORPORATION LTD
12 | Page
14 CLIENT'S ROLE AND RESPONSIBILITIES:
The Client shall discharge all his obligations connected with the project and engagement of
the Architect as follows:
To provide detailed requirements of the project.
To provide property lease/ ownership documents.
To provide free access to site for taking necessary measurements of existing site
conditions and provide and any other related information if available with REC.
To furnish specific conditions/ statutory stipulations/ codes of practice/ schedule of
rates, etc. desired to be followed.
To pay all the fees, levies, security deposits and expenses in respect of statutory
sanction.
To give effect to the professional advice of the Architect and cause no changes in the
drawings and documents without the consent of the Agency.
To honour Agency bills within 15 days after its submission.
15 EXECUTION OF THE ASSIGNMENT:
The Agency shall keep the Client informed about the progress of work in his office.
The Agency shall appoint specialised consultants in consultation with the Client, if
necessary.
The Agency will advise the Client on the Time Schedule (Bar Chart/PERT/ CPM
Network) prepared by the agency for the completion of work, as required by REC.
The Agency shall not make any deviations, alterations or omissions from the
approved drawings, involving financial implications without prior consent of the
Client.
The Agency shall exercise all reasonable skill, care and diligence in the discharge of
his duties and shall exercise such general superintendence and inspection as may
be necessary to ensure that works are being executed in accordance with the
Conditions of Contract.
No change shall be made in the approved drawings and specifications at site without
the consent of the Architect & REC.
Super area of approx 22471 sq. ft. on 5th & 6th floors is indicative only and can vary
and no compensation/claim whatsoever on account of reduction in tentative area of
scope will be entertained.
Contractor shall take care of causing non-disturbance to adjoin office premises/
floors while carrying out works at designated work areas.
Contractor shall make his own arrangement to take electrical supply from single point
of each designated floor area of core 5 & core 4 of Scope complex.
RURAL ELECTRIFICATION CORPORATION LTD
13 | Page
16 CONTRACT AGREEMENT
The agency shall execute a formal contract with REC within specified period from the
date of issue of Letter of Acceptance on a non-judicial stamp paper of appropriate
value (Rs. 100/-). The cost of non-judicial stamp paper shall be borne by the Agency.
Contract documents for agreement shall be prepared after the acceptance of bid.
Until the final contract documents are prepared and executed this bid document
together with the annexed documents, modifications, deletions agreed upon by REC
and bidders acceptance thereof shall constitute a binding contract between the
successful Bidder and REC based on terms contained in the aforesaid documents
and the finally submitted and accepted prices
The Contract document shall consist of the following:
i Bidding document.
ii Original price Bidding Document along with its enclosures issued.
iii Amendment/Corrigendum to original Bidding Document issued, if any.
iv Letter of Acceptance.
v Detailed letter of Award/Acceptance along with enclosures attached
Therewith
17. Termination
1. The contract shall remain in force till the completion of the contract duration as per scope of work.
2. However, in case, in the opinion of REC if the agency is not likely to make up for the delay or test checks by REC are indicating poor quality or the agency is acting in anyway prejudicial to the completion of project or on adoption of unethical practices, the contract may be terminated partly or fully by giving 7 days’ notice and the balance works shall be executed at risk and cost of AGENCY after forfeiting the PBG and en-cashing of EMD.
3. REC may, terminate the CONTRACT at any stage of the work for any reasons which shall be recorded in the letter of termination.
4. In case of termination for reasons not attributable to the AGENCY all work/services executed by the AGENCY under this CONTRACT up to the date of termination and accepted by Engineer-in-charge shall be paid by REC.
5. The AGENCY within or at a time fixed by REC shall depute his authorized representative for taking joint final measurement of the works executed thus far and submit the final bill as per joint final measurement within 7 days of the date of joint final measurement. The payment, if any, shall be made to AGENCY based on final joint measurement.
RURAL ELECTRIFICATION CORPORATION LTD
14 | Page
18. Force Majeure
In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the contract, the relative obligation of the party affected by such Force Majeure shall be suspended for the period during which such cause lasts. The term “Force Majeure” as employed herein shall mean acts of God, War, Civil Riots, Fire directly affecting the performance of the Contract, Flood and Acts and Regulations of respective government of the two parties, namely REC and the Contractor. Upon the occurrence of such cause and upon its termination the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing in the beginning of the cause immediately amounting to Force Majeure as also the ending of the said clause by giving notice to the other party within 72 hours of the ending of the cause respectively. If works/deliveries are suspended by Force Majeure conditions REC shall have the option of cancelling this contract in whole or part at his discretion without any liability at his part. Time for performance of the relative obligation suspended by Force Majeure shall then stand extended by the period for which such cause lasts
19. Settlement of Disputes/Arbitration: If any dispute(s) or difference(s) of any kind whatsoever arise between the Parties (REC and Contractor), the Parties hereto shall negotiate with a view to its amicable resolution and settlement through a committee appointed by CMD, REC.
In the event no amicable resolution or settlement is reached between the parties (REC and Contractor) within 30 days after receipt of notice by one party, then the disputes or differences as detailed above shall be referred to and settled by the Sole Arbitrator to be appointed by CMD, REC.
Notwithstanding the existence or any dispute or differences and/or reference for the arbitration, the Contractor shall proceed with and continue without hindrance the performance of the work under the contract with due diligence and expedition in a professional manner and the payment due to the Contractor shall not be withheld on account of such difference of arbitration proceedings unless such payment is a subject matter of the arbitration.
The arbitration proceedings shall be in accordance with the prevailing Arbitration and Conciliation Act, 1996 and Laws of India as amended or enacted from time to time.
The venue of the arbitration shall be New Delhi, India. The fee &other charges of Arbitrator shall be determined by the arbitrator in terms of the Act and shall be shared equally between the parties.
RURAL ELECTRIFICATION CORPORATION LTD
15 | Page
The arbitrator will give the speaking and the reasoned Award. The parties will not be entitled to any dependent interest during arbitration proceedings.
RURAL ELECTRIFICATION CORPORATION LTD
16 | Page
SECTION-V
GENERAL CONDITIONS OF TENDER
1. The bidder must fulfil the above eligibility criteria/pre-qualifying conditions for evaluation of their bids. Bids of bidders fulfilling the above eligibility/pre-qualifying conditions will only be evaluated by the duly constituted evaluation committee. Bids of the bidders not fulfilling the eligibility/pre-qualifying conditions given above may be summarily rejected. Undertaking for subsequent submission of any of the above documents will not be entertained under any circumstances.
2. REC reserves the right to conduct the reverse auction (if required) for the products/ services being asked in the tender. The terms and conditions for such reverse auction event shall be as per the Acceptance Form attached as Annexure B of this document. The bidders shall mandatorily submit a duly signed copy of the Acceptance Form along with the tender document as a token of acceptance. In case of denial for participation, bidder shall not be entitled for any kind of claim.( please refer e-reverse auction guidelines placed as annexure-
3. REC reserve the right to verify/confirm all original documentary evidence submitted by the bidder in support of above mentioned clauses of eligibility criteria, failure to produce the same within the period as and when required and notified in writing by REC shall result in summarily rejection of the bid.
4. Engagement with REC does not confer any right to the agencies to be invited for participating in any bids, tender etc. floated by REC. REC reserves the right to call bids/assign work/associate the agency/agencies in any area as may be deemed fit by REC depending upon the profile provided by the agencies and requirement of assignment.
5. REC reserves the right to accept or reject any or all requests for engagement without
assigning any reason or to accept in parts and engage more than one agencies at its sole discretion.
6. Acceptance of the application(s) constitutes no form of commitment on the part of REC. Furthermore, this acceptance of the application confers neither the right nor an expectation on any application to participate in the proposed project.
7. Agencies qualifying in Pre-Qualification Criteria or techno commercial part may be empanelled with REC for such similar works in future However REC reserves the right to award such works in future on financial bid basis or call for fresh bids in two part bid system and claim whatsoever will not be entertained in this regard. Work can be awarded to such empanelled agencies on basis of financial bid invitation as per sole discretion requirements of REC.
RURAL ELECTRIFICATION CORPORATION LTD
17 | Page
8. REC reserve the right to waive off any shortfalls; accept the whole, accept part of or reject any or all responses to the Tender.
9. REC reserve the right to call for fresh tenders at any stage and /or time as per the present and /or envisaged REC requirements even if the tender is in evaluation stage.
10. REC reserve the right to modify, expand, restrict, scrap, re-float the tender without
assigning any reason for the same.
11. The responder shall bear all costs associated with the preparation and submission of its response, and REC will in no case be responsible or liable for these costs, regardless of the conduct or the outcome of the tender process.
12. Consortium and joint venture responses are not allowed, in any case.
13. In case of continued non-satisfactory performance, REC have the right to withdraw the work & get completed the work at the risk and cost of the agency. Further the agency may be blacklisted for a period of one year or more for participating in any of the bids invited by REC. Also, REC would be free to intimate such black listing to various state/central utilities/ Ministry of Power/State Governments/other agencies not to consider the said agency for any assignment including of the same on websites.
RURAL ELECTRIFICATION CORPORATION LTD
18 | Page
SECTION-VI
SPECIAL CONDITION OF CONTRACT.
1. The work at the site may be executed after office hours i.e. after 7.00 pm to 7.00 am next
day, Sundays and holidays in addition to normal daily working hours (to expedite pace of
work execution) after obtaining due permission from the competent authorities. The
tenderer shall provide in their tender for cost of carriage, freight and other charges as also
for any special difficulties and including police restriction for transport etc. for proper
execution of the works as indicated in the drawings. The successful tenderer will not be
entitled to any claim of compensation for difficulties faced or losses incurred on account
of any site condition which existed before the commencement of the work or which in the
opinion of the REC might have deemed to have reasonably been inferred to be so
existing before commencement of work.
2. Contractor shall submit the complete program of construction & completion of work in the
form of CPM/PERT/BAR Chart proposed to be followed within 3 days after award of work.
The construction program should include and indicate specifically the time period in nos.
of days for each of the following activities from the date of award of work:-
3. RAW MATERIAL: All materials and labour required for the execution of work shall be
arranged by the contractor including cement and procurements shall be phased out in
such way that there will not be any disturbance to adjoin office premises including
vehicular movements of core 5, core 4 and entire scope complex. Carting away of
construction debris, waste material, etc. out of scope complex premises, as directed by
REC.
4. In case construction agency fails to perform and delays in the start-up activities
,intermediate activities or any other related activities REC reserves right to withdraw any
quantum or portion of work in full or in part and may award the work to any other agency
at its sole discretion.
5. All material used in the work shall be confirming to IS Specification and as per approved
make/brands list and shall be ISI marked unless otherwise specified. In the event for
items for which either brands not specified and ISI marked items not available, the
sample of the item before use shall be got approved from REC/ Architect. However in
either cases the samples of materials / fixtures shall be got approved from REC/ Architect
before use in the work.
6. Contractor shall be required to produce samples of all materials and fittings sufficiently in
advance for approval. The contractor when called upon shall provide "make" of samples
as per approved list for approval before execution free of cost and also will make
arrangements for transportation of samples to the designated test house as per the
RURAL ELECTRIFICATION CORPORATION LTD
19 | Page
direction of REC/ Architect of the work at his own cost. Cost of testing will also be borne
by the contractor.
7. The contractor shall have to provide 2 (two) years warranty for any manufacturing defects
in the material used for execution of the work.
8. The contractor shall be supplied drawings required for execution of work like
architectural, structural & all service plans and other detailed drawings immediately as &
when required. If any particular drawing is required for execution of work, contractor shall
inform REC/ Architect in writing immediately.
9. The contractor shall be responsible for obtaining necessary clearances for the works
executed by him from local bodies for occupation of the building. Necessary liasoning
with other working agency & local bodies shall be his responsibility. Any statutory fees to
be paid on account of said clearances shall be reimbursed to contractor by REC.
10. The payment to the contractor shall be made from the registered office of REC at New
Delhi and cheques will be issued and payable at Delhi/New Delhi. The contractor shall
not claim anything extra on this account. Alternatively the payment maybe made online
through RTGS/NEFT.
11. The Contractor should be registered under VAT for works in the State where the work is
to be executed and submit a copy of registration along with tender. The said VAT shall be
deducted as per laws at source as applicable. The contractor shall submit the bills as
required under DVAT.
12. The contractor should have valid PF Code, PAN, TIN and ESI No. & should provide a
copy of PF &ESI Registration.
13. Defect Liability Period: The contractor shall be fully responsible for the quality,
workmanship and structural safety of the construction. The contractor shall be fully
responsible for liability of defects in the work executed by him for a period of 6 months
from the date of successful handing over of the work. The defect liability period shall start
from the date of actual handing over of all works to REC. All defects observed during the
defect liability period shall be rectified by the contractor at his own cost and expenses.
14. The decision of the Chairman REC, regarding the quantum of reduction as well as
justification thereof in respect of rates for substandard work will be final and would not be
open to arbitration and adjudication.
15. The contractor has to control noise and air pollution at site as per norms of State
Pollution Control Board.
16. REC shall not supply or procure any material for use on works and the contractor has to
make his own arrangements for supplying, procuring transportation and storage of all
such materials required for the work, at his own cost.
17. The contractor will have to submit a no claim / final claim certificate, duly notarized on a
stamp paper of appropriate value, as per the prescribed format of REC, while release of
security
RURAL ELECTRIFICATION CORPORATION LTD
20 | Page
SECTION-VII
ELIGIBILITY CRITERIA
Pre-Qualifying Criteria for Bidder
a) The Agency should have valid Pan No. & applicable VAT/Service Tax No.
b) Pre-Qualification Criteria:
a) Bidders should have average annual turnover not less than Rs. 1.08 Cr during last
three years ending March 2016.
b) Bidders should have Experience of successfully completing similar works for any
CPSUs/SPSUs/ Governmental Organizations/large corporate/MNC during last 7
years ending January 2017 either of the following: -
1) Three similar completed works costing not less than Rs. 62 Lakh.
or
2) Two similar completed works costing not less than Rs. 78 Lakh.
or
3) One similar completed work costing not less than Rs. 1.24 Cr.
Similar Work means Interior or interior renovation works of any building. Interior or
interior renovation work should include electrical works, data line, telephone
connections, furnishing work etc.
Large Corporate/MNC means Company having turnover more than Rs.100 Crore).
Documents required to be uploaded online:
1. PAN & applicable VAT/Service Tax No.
2. Balance Sheet, Statement of Profit & Loss and certificate from CA certifying the
turnover for last three financial years
3. Copy of work orders of similar work executed and completion certificates in support of
their claims of executing similar work
4. Agency must not have been blacklisted or deregistered by any government agencies
or public sector undertakings before and after submission of their bid. If it happens
after submission of the bid then the same be brought to the notice of the employer.
5. REC reserves the right to accept or reject any or all bids without assigning any
reasons. No Bidder shall have no right for any action or claim against REC for such
rejection.
RURAL ELECTRIFICATION CORPORATION LTD
21 | Page
1. Documents to be enclosed online: a. Earnest Money of Rs.2,50,000/- : Scan copy of Demand Draft/pay order be
uploaded.(Through offline mode)Demand Draft/pay order of required amount of Earnest Money issued in favor of “REC Power Distribution Company Ltd.” payable at Delhi required to be placed. Following information should be marked on the face of the sealed envelope:
Name of Party……………….
Tender No………………………
Earnest Money Amount…………
Issuing Bank……….. Date……….
b. Techno-commercial Bid (online mode only): The following Documents scanned images (preferably in pdf format) each page duly signed by the Authorized Signatory to be uploaded with the on-line Technical Bid (these documents need not be digitally signed):
i. Technical Bid (as per format given in FORM-II) duly signed. ii. Complete bid document as a token of acceptance of Terms & Conditions & scope
of services etc.(Page No. 1-86 of bid document) iii. Documents regarding average annual turnover during the last three financial year
ending March 2016, should be at least Rs 1.08 Cr. iv. Other Documents required as Per “Pre-Qualification Criteria” as per clause no. 2
of bid document v. PAN & applicable VAT/Service Tax No. c. Financial Bid (online mode only): Financial bid as per enclosed Format in FORM –
III. 2. The bids will be received till upto 15:00 hrs last date of receipt of bids. e-Technical
bids of bidders who have submitted the valid & requisite EMD will be opened on the same date at 15:30 hrs in the presence of the representatives of the bidders present.
3. The EMD of the bidder shall be forfeited a. If the bidder withdraws the bid during the period of bid validity. b. In case of successful bidder fails to accept letter of award within the stipulated
period mentioned in letter of award, besides forfeiture of EMD, bidder shall not be considered for participation in any bidding process for next three years in REC.
4. The EMD of successful bidder shall be retained towards making of the security for the performance of the contract and shall only be discharged after successful completion of event or on submission of PBG. The EMD of unsuccessful bidders will be returned after completion of bidding process and award of work.
5. The Bidder should inspect the programme venue before filling in and submitting the tender to get fully acquainted with the scope of work as no claim whatsoever will be entertained for any alleged ignorance thereof.
6. The bid shall remain valid for a period of three months from the date of opening of the bids.
RURAL ELECTRIFICATION CORPORATION LTD
22 | Page
7. 2 (Two) years warranty for the material used in interior work i.e all wooden work, false ceiling work, loose furniture and other pasting work and all equipment work related to IT, Security and Electrical equipment.
8. Bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Transit risk will be of the bidder. Submission of a tender by Bidders implies that he has read this notice and has made himself aware of the scope and specifications of the work to be done and of conditions and other factors having a bearing on the execution of the work.
9. Bidder shall dispose off all the Malba generated from the office during the execution of work before submission of final bill, cost of which is assumed to be included in the item rates quoted.
10. The quantities are tentative and may vary to any extent. However, payment shall be made as per actual quantity on agreed rates and no claim whatsoever will be entertained on account of variation of quantites.
RURAL ELECTRIFICATION CORPORATION LTD
23 | Page
SECTION-VIII
TENDER EVALUATION METHODOLOGY
OPENING OF BID:
The Bidder or his authorized representative may be present at the time of opening of bid on the specified date, but a letter in the form annexed at (Form – I) hereto must be forwarded to this office along with bid and a copy of this letter must be produced in the office by the person attending the opening of bid. Unless this letter is presented by him, he may not be allowed to attend the opening of bid.
In case of unscheduled holiday on the closing/opening day of bid, the next working day will be treated as scheduled prescribed day of closing/opening of bid; the time notified remaining the same.
EVALUATION OF BID
PRE-QUALIFIYING CRITERIA - Evaluation and comparison of bids will be done as per provisions of Pre-qualifying Criteria supporting documents as proof of pre-qualifying criteria at section – VII.
The REC will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order qualifying to which bids shall be summarily rejected.
PRICE EVALUATION CRITERIA
1.1 Bidder should quote their rates/prices in Indian Rupees only which shall be inclusive of all applicable taxes, duties, levies, insurance, transportation etc., applicable for entire scope of work as per Price Schedule included to Form - III of this tender document.
1.2 Bids shall be evaluated on the basis of the total evaluated value as per the quoted rates for the services mentioned in Scope of Work. The total evaluated price as per the evaluation methodology mentioned as under at Form - III of this tender document and the other details mentioned therein will be the basis for the evaluation purposes and for arriving at inter-se ranking of the various bidder of the tender.
1.3 Bid shall be evaluated through as per the Performa of Schedule rate, i.e. Form-III, which shall be filled by the bidder as a Financial Bid.
AWARD CRITERIA
The purchaser will award the contract to the successful bidder whose bid has been determined to be in full conformity to the bid documents and has been determined as the lowest evaluated bid.
RURAL ELECTRIFICATION CORPORATION LTD
24 | Page
FORM-I
Letter for Submission of Tender
To,
DGM (Estates)
M/s Rural Electrification Corporation Ltd.,
Core 4, Scope Complex, Lodhi Road.
New Delhi – 110003 (INDIA)
Sub.: Carrying out Interior Renovation Work of Office Space consisting of Supplying & fixing of modular furniture, Installation of LED lights, false ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New Delhi -110003 for REC office.
Sir,
With reference to your Tender No. --------------- Dated ------------ for Carrying out Interior Renovation Work of Office Space consisting of Supplying & fixing of modular furniture, Installation of LED lights, false ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New Delhi -110003 for REC office, I wish to apply for engagement with REC as “Carrying out Interior Renovation Work of Office Space consisting of Supplying & fixing of modular furniture, Installation of LED lights, false ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New Delhi -110003 for REC office”.
Further, I hereby certify that
I have read the provisions of the all clauses and confirm that notwithstanding anything
stated elsewhere to the contrary, the stipulation of all clauses of Tender are acceptable to me
and I have not taken any deviation to any clause.
1. I further confirm that any deviation to any clause of Tender found anywhere in my Bid, shall
stand unconditionally withdrawn, without any cost implication whatsoever to the REC.
2. Our bid shall remain valid for period of 120 days from the last date of bid submission.
Date: Signature…………………… Place: Full Name…………………… Designation………………… Address…………………
Note: In absence of above declaration/certification, the Bid is liable to be rejected and shall not be taken
into account for evaluation.
RURAL ELECTRIFICATION CORPORATION LTD
25 | Page
Form-II
TECHNICAL BID E-TENDER FOR Carrying out Interior Renovation Work of Office Space
consisting of Supplying & fixing of modular furniture, Installation of LED lights, false
ceiling/ Flooring repairs, provision for data, internet & telephone facilities and all other
allied works in Office Space at 5th and 6th floor Core-5 Scope complex Lodhi Road New
Delhi -110003 for REC office.
1
Detail of Bidder
Name
Address
Contact Person's
1. Name & Designation
2. Mob. No.
3.Email
2 Pan No.(Please enclose copy)
3 Service tax No.(Please attach copy)
4 Avg annual turnover for last 3 years(should be more than Rs. 1.08 CR)
(Please attach copies of documentary evidence i.e. certified audited balance sheets or certificate from CA certifying the turnover for last 03 years)
5
Experience of successfully completing similar works during last 7 years ending January 2017
1) Three similar completed works costing not less than Rs. 0.62 Cr
or
2) Two similar completed works costing not less than Rs.0.78Cr
or
3) One similar completed work costing not less than Rs.1.24 Cr.
Provide copy of LoA and completion certificate in support of their claim
7 EMD details
Amount: Rs.2,50,000/- DD/BC No.: Dated : Drawn on
Whether the copy of bid document duly signed by the bidder on each page as token of acceptance of the terms & Condition. Attached/ not attached
(Signatures of authorized signatory)
Name ____________________________ Designation ________________________
Seal
RURAL ELECTRIFICATION CORPORATION LTD
26 | Page
ANNEXURE-A
PERFORMANCE BANK GUARANTEE FORMAT
M/s Rural Electrification Corporation Ltd., Core 4, Scope Complex, Lodhi Road, New Delhi – 110003 (INDIA)
(With due stamp duty if applicable)
OUR LETTER OF GUARANTEE No. : In consideration of Rural Electrification Corporation Ltd., having its office at _________________________________________________________ (hereinafter referred to as “REC” which expression shall unless repugnant to the content or meaning thereof include all its successors, administrators and executors) and having entered into an agreement dated ___________/issued Purchase Order No. _____________ dated _____________ with/on M/s ______________________________________________________ (hereinafter referred to as “The Supplier” which expression unless repugnant to the content or meaning thereof, shall include all the successors, administrators, and executors).
WHEREAS the Supplier having unequivocally accepted to supply the materials as per terms and conditions given in the Agreement dated ________ /Purchase Order No. __________________________ dated ___________ and REC having agreed that the Supplier shall furnish to REC a Performance Guarantee for the faithful performance of the entire contract, to the extent of 10% (ten percent) (or the percentage as per the individual case) of the value of the Purchase Order i.e. for ____________________________________.
We, __________________________________________ (“The Bank”) which shall include OUR successors, administrators and executors herewith establish an irrevocable Letter of Guarantee No. ____________ in your favour for account of __________________________ (The Supplier) in cover of performance guarantee in accordance with the terms and conditions of the Agreement/Purchase Order. Hereby, we undertake to pay upto but not exceeding ___________ (say ____________________________ only) upon receipt by us of your first written demand accompanied by your declaration stating that the amount claimed is due by reason of the Supplier having failed to perform the Agreement and despite any contestation on the part of above named supplier.
This Letter of Guarantee will expire on _________________ plus 60 (Sixty) days of claim period and any claims made hereunder must be received by us on or before expiry date/claim period after which date this Letter of Guarantee will become of no effect whatsoever whether returned to us or not.
________________ Authorized Signature Chief Manager/ Manager Seal of Bank
RURAL ELECTRIFICATION CORPORATION LTD
27 | Page
Annexure B
ACCEPTANCE FORM FOR PARTICIPATION IN REVERSE AUCTION EVENT
(To be signed and stamped by the bidder)
In a bid to make our entire procurement process more fair and transparent, REC intends to use
the reverse auctions as an integral part of the entire tendering process.
The following terms and conditions are accepted by the bidder on participation in the bid event:
1 REC shall provide the user id and password to the authorized representative of the bidder. (Authorization Letter in lieu of the same shall be submitted along with the signed and stamped Acceptance Form).
2 REC's decision to award the work would be final and binding on the suppliers/ bidders.
3 The bidder agrees to non-disclosure of trade information regarding the purchase, identity of REC, bid process, bid technology, bid documentation and bid details to any other party.
4 The bidder is advised to fully make aware themselves of auto bid process and ensure their participation in the event of reverse auction, failing which REC will not be liable in any way.
5 In case of bidding through Internet medium, bidders are further advised to ensure availability of the infrastructure as required at their end to participate in the auction event. Inability to bid due to telephone line glitch, internet response issues, software or hardware hangs, power failure or any other reason shall not be the responsibility of REC.
6 In case of intranet medium, REC shall provide the infrastructure to bidders. Further, REC has sole discretion to extend or restart the auction event in case of any glitches in infrastructure observed which has restricted the bidders to submit the bids to ensure fair & transparent competitive bidding. In case an auction event is restarted, the best bid as already available in the system shall become the basis for determining start price of the new auction.
7 In case the bidder fails to participate in the auction event due any reason whatsoever, it shall be presumed that the bidder has no further discounts to offer and the initial bid as submitted by the bidder as a part of the tender shall be considered as the bidder’s final no regret offer. Any offline price bids received from a bidder in lieu of non-participation in the auction event shall be out rightly rejected by REC.
8 The bidder shall be prepared with competitive price quotes on the day of the bidding event.
9 The prices as quoted by the bidder during the auction event shall be inclusive of all the applicable taxes, duties and levies and shall be FOR at site.
RURAL ELECTRIFICATION CORPORATION LTD
28 | Page
10 The prices submitted by a bidder during the auction event shall be binding on the bidder.
11 No requests for time extension of the auction event shall be considered by REC.
12 The original price bids of the bidders shall be reduced on pro-rata basis against each line
item based on the final all inclusive prices offered during conclusion of the auction event for
arriving at Contract amount.
Signature & Seal of the Bidder
RURAL ELECTRIFICATION CORPORATION LTD
29 | Page
Annexure C
(e-Reverse Auction Guidelines)
These Guidelines are intended to guide about e-Reverse Auction processes, awarding criteria,
and confidentiality requirements, and to the binding nature of bids made at e-Reverse Auction.
The aim of e-Reverse Auctions is to enable negotiations to be engaged in using technology
that allows a faster pricing process, a more objective way of selecting bidders and greater
transparency of market prices. REC and bidders are expected to follow the standards set forth
in these Guidelines.
1 Reverse Auctions are carried out under the framework of rules as defined by REC and all bidders participating in Reverse Auction shall understand/accept and give an undertaking for compliance with the same to the REC in the prescribed format (Annexure – B).
2 Any bidder not willing to submit such an undertaking shall be disqualified for further participation with respect to the said procurement.
3 Reverse Auction shall be carried out amongst the bidders who have quoted within lowest price + 15% of the evaluation criteria price. However in case no other bidders fall within +15% of L-1 quoted prices then reverse auction can take place up to lowest price + 25% or as decided by REC shall be allowed to participate in the online Reverse Auctioning.
4 The overall lowest price quoted by the bidder will be considered as Reserve Base Price during reverse auction, further the item wise price of all items shall be arrived from the overall lowest quoted price in the same ratio as quoted by the bidders earlier in the financial bid and all the technically qualified bidders will be considered at same platform.
5 Decrement value to be kept for conducting Reverse Auction shall range from 0.50% to 5% of the Reserve Base Price converted to the nearest round figure, depending upon the value of the bid.
6 Preferably the time duration to be kept for conducting Reverse Auction process is from 11:00 AM to 3:00 PM with the incremental time duration of 30 minutes from the time of last quote considering that the bidder may be provided the sufficient time for quoting their best lowest rates. The window may be extended to accommodate 30 minutes, if required, response time. The auction will terminate either at the scheduled end time or as extended as per requirement till there is no response during the incremental time duration. However REC reserves the right to modify the process with pre-information to bidders if required.
7 The eligible bidders can participate in the online Reverse Auction from any place of their choice and need not to visit REC office for this purpose.
8 The User ID and password for online reverse auction is same as used in online bidding process/ provided at the time of bidder registration.
9 The Reserve Base Price for Reverse Auction will be informed after the Opening of Price
Bid. This shall be the lowest rate received against the initial price bids submitted by
participating bidders.
RURAL ELECTRIFICATION CORPORATION LTD
30 | Page
10. REC shall make all out efforts to rectify the problem(s) leading to system failure during the
online reverse auction. However in case the system could not be restored within the
reasonable time period as deemed fit by REC, the reverse auction event shall be suitable
extended/ shall be restarted again after rectification by giving a new schedule for the
same, which shall cover the left over time period as per the original schedule. On restart of
reverse auction the last R1 price received during reverse auction at which the reverse
auction event got terminated, shall be the starting price.
11.Where necessary, REC will facilitate training for participation in Reverse Auction either on
its own or through the service provider for the Reverse Auction to familiarize the
vendors/bidders with Reverse Auction process.
12.Any vendor/bidder not participating in training shall do so at his own risk and it shall not be
open for him to make any complaint/grievance later.
13.No request for postponement/fixing of Training Date/Time shall be entertained.
14.The Date and Time of commencement of Reverse Auction shall be communicated to the
shortlisted bidders at least One day in advance.
15.Any force majeure or other condition leading to postponement of auction shall entitle REC
to postpone the auction.
16.The Reverse Auction may be conducted by REC through a service provider specifically
identified/appointed/empanelled by REC.
17.In case Reverse Auctions conducted by REC through a Service Provider, the REC shall
enter into a separate agreement clearly detailing the role and responsibilities of the service
provider hosting the web portal for the Reverse Auction. The Service Level Agreement
(SLA) by REC with the service provider is an arrangement for smooth and fair conduct of
the Reverse Auction.
18.All the bids made from the log-in ID given to bidder shall ipso facto be considered. Bids are
to be made by the vendor / bidder using log-in ID and password assigned by the service
provider /auctioneer.
19. Any bid once made through registered log-in ID / password by the vendor / bidder cannot
be cancelled. The bidder, in other words, is bound to sell the “Offering” as per the RFP at
the bid price.
20. Every successive bid by the bidder / vendor being decremented bid shall replace the earlier
bid automatically and the final bid as per the time and log-in ID shall prevail over the earlier
bids.
RURAL ELECTRIFICATION CORPORATION LTD
31 | Page
21 No two bids can have identical price from two different vendors. In other
words, there shall never be a “Tie” in bids.
22 All bidders will be able to view during the auction time the current lowest price in portal.
Bidder shall be able to view not only the lowest bid but also the last bid made by him at any
point of time during the auction time.
23 Names of bidders/ vendors shall be anonymously masked in the Reverse Auction process
and vendors will be given suitable dummy names. After completion of Reverse Auction, the
service provider / auctioneer shall submit a report to REC with all details of bid and the
original names of the bidders and the L-1 bidder.
24 REC shall however, be entitled to cancel the procurement of Reverse Auction process, if in
its view procurement or reverse auction process cannot be conducted in a fair manner and /
or in the interest of REC.
25 The successful vendor/ bidder shall be obliged to provide a Bill of Material at the last bid
price at the close of auction.
26 No vendor shall involve himself / itself or any of his / its representatives in any price
manipulation directly or indirectly with other bidders. If any such practice comes to the
notice, REC shall disqualify the vendor / bidders concerned from the reverse auction
process.
27 Bidder shall not disclose details of its bids or anyother details concerning Reverse Auction
process of REC to any other third party without specific permission in writing from REC.
28 Neither REC nor service provider / auctioneer can be held responsible for consequential
damages such as no power supply, system problem, inability to use the system, loss of
electronic information, power interruptions, UPS failure, etc. (REC shall, however, entertain
any such issues of interruptions, problems with open mind and fair degree of transparency
in the process before deciding to stop or extend the auction.)
29 Any aggrieved vendor / bidder through Reverse Auction process can represent in writing
within 24 hours of the Reverse Auction to REC, failing which no representation/ complaint
etc. shall be entertained.
30 REC decision on award of Contract shall be final and binding on all the Bidders
RURAL ELECTRIFICATION CORPORATION LTD
32 | Page
Annexure – D
ADVANCE BANK GUARANTEE
M/s Rural Electrification Corporation Ltd., Core 4, Scope Complex, Lodhi Road, New Delhi – 110003 (INDIA).
(With due stamp duty if applicable) OUR LETTER OF GUARANTEE No. : ______________ In consideration of Rural Electrification Corporation Ltd., having its office at _________________________________________________________________(he reinafter referred to as “REC” which expression shall unless repugnant to the content or meaning thereof include all its successors, administrators and executors) and having entered into an agreement dated ___________/ issued Purchase Order No. __________________________ dated ___________ with/on M/s ________________________________________________ (hereinafter referred to as “The Supplier” which expression unless repugnant to the content or meaning thereof, shall include all the successors, administrators, and executors).
WHEREAS the Supplier having unequivocally accepted to supply the materials as per terms and conditions given in the Agreement dated ________ / Purchase Order No. __________________________ dated ___________ and REC having agreed that the Supplier shall furnish to REC an Advance Bank Guarantee for the advance taken, to the extent of ______% (____________ percent) of the value of the Purchase Order i.e. for __________________________________________________________.
We, __________________________________________ (“The Bank”) which shall include OUR successors, administrators and executors herewith establish an irrevocable Letter of Guarantee No. ____________ in your favour for account of __________________________ (The Supplier) in cover of performance guarantee in accordance with the terms and conditions of the Agreement/Purchase Order. Hereby, we undertake to pay up to but not exceeding _____________ (say ___________________________________ only) upon receipt by us of your first written demand accompanied by your declaration stating that the amount claimed is due by reason of the Supplier having failed to perform the Agreement and despite any contestation on the part of above named supplier.
This Letter of Guarantee will expire on ___________ plus 60 (Sixty) days of claim period and any claims made hereunder must be received by us on or before expirydate/claim period after which date this Letter of Guarantee will become of no effect whatsoever whether returned to us or not _______________ Authorized Signature Chief Manager/ Manager Seal of Bank Note: The date shall be 180 days after the date of completion of contract.
RURAL ELECTRIFICATION CORPORATION LTD
33 | Page
SECTION-IX
TECHNICAL SPECIFICATIONS & LIST OF APPROVED MAKE
RURAL ELECTRIFICATION CORPORATION LIMITED NEW DELHI
TECHNICAL SPECIFICATIONS FOR CIVIL, INTERIOR AND SERVICES
WORKS PROPOSED AT RENOVATION OF 5TH, 6TH FLOORS OF CORE 5, SOME AREAS OF CORE 4, SCOPE COMPLEX ALONG WITH LIST OF
APPROVED MAKES.
RURAL ELECTRIFICATION CORPORATION LTD
34 | Page
1.0 GENERAL 1.1 Specifications of materials and workmanship shall be as described in the Central Public Works Department Specifications Vol. I to VI (latest) including latest amendments, unless otherwise specified. These CPWD Specifications shall be deemed to form part of this contract. The Contractor shall procure and maintain copies of the latest CPWD Specifications at site for reference. 1.2 These technical Specifications shall be supplementary to the specifications contained in the CPWD specifications, wherever at variance, these Particular Specifications shall take precedence over the provisions in the CPWD Specifications. 1.3 Site clearing - Site clearing means general cleaning of the site area, BY DISPOSING OFF debris generated from dismantling of old interior works, civil works, services works in common areas, office areas of mentioned premises. All these materials shall be removed from the site area by the Contractor at his own expense and shall be disposed off as directed by REC. These materials shall not be disposed off by burning same nearby scope complex boundaries/ municipal boundaries violation environmental pollution control norms implemented by all statutory authorities.
2.0 REFERENCE STANDARDS 2.1 Wherever reference of BIS Specifications/ or BIS Codes of Practice are made in the Specifications / Schedule of Rates or Preambles, reference shall be to the latest edition of BIS ( Bureau of Indian Standards).
IS - 109 Ready mixed paint, brushing, priming, plaster to Indian Standard colour No. 631 & 361 white and off-white.
IS – 248 Sodium bisulphite, technical ( sodium metabisuphite )
IS - 383 Coarse & Fine aggregates from natural sources for concrete. IS
- 419 Putty, for use on window frames
IS - 427 Distemper, dry, colour as required.
IS - 432 Mild Steel & Medium tensile steel bars.
IS - 456 Code of Practice for Plain and Reinforced Concrete
IS - 459 Corrugated and semi-corrugated asbestos cement sheets.
IS - 515 Natural and Manufactured aggregates for use in mass concrete. IS
- 730 Hook bolts for corrugated sheet roofing
IS - 800 Code of Practice for General Construction in Steel
IS - 814 Covered electrodes for manual metal arc welding of carbon and
RURAL ELECTRIFICATION CORPORATION LTD
carbon manganese steel. IS - 815 Classification coding of covered electrodes for metal arc welding of structural steels. IS - 816 Metal Arc Welding for General Construction of Mild Steel.
IS - 817 Code of practice for training and testing of metal arc welders.
IS - 883 Code of practice for structural timber in building.
IS - 1038 Steel doors, windows and ventilators
IS - 1079 Hot rolled carbon steel sheets & strips
IS - 1081 Code of practice for fixing and glazing of metal (steel & aluminium ) doors, windows and ventilators.
IS - 1161 Steel tubes for structural purposes.
IS - 1285 Wrought aluminium & aluminium alloy extruded round tube and hollow sections
IS - 1361 Steel windows for Industrial Buildings.
IS - 1363 Hexagon head bolts, screws & nuts of product grade C : Part - I Hexagon head bolts ( size range M5 to M64)
IS - 1367 Technical supply conditions for threaded steel fasteners
IS - 1566 Hard - Drawn steel wire fabric for concrete reinfrocement.
IS - 1786 High strength deformed steel bars & wires for concrete reinforcement.
IS - 2062 Steel for general structural purposes.
IS - 2116 Sand for masonry mortars.
IS - 2212 Code of practice for brickwork.
IS - 2386 Methods of test for aggregates.
IS - 2553 Safety glass : Part-I General purpose.
IS - 2835 Flat transparent sheet glass
IS - 3007 Code of practice for laying of asbestos cement sheets.
IS - 4021 Timber door, window and ventilator frames
IS - 4923 Hollow Steel sections for structural use.
IS - 4925 Concrete batching and mixing plant.
IS - 5410 Cement Paint
IS - 6477 Dimensions for wrought aluminium & aluminium alloys, extruded hollow sections.
RURAL ELECTRIFICATION CORPORATION LTD
36 | Page
IS - 7318 Fusion welding of steel.
IS - 10262 Recommended guidelines for concrete mix design.
4.0 PLAIN AND REINFORCED CONCRETE WORK This specifications deals with cement concrete, plain or reinforced, for general use, and
covers the requirements for concrete materials, their storage, grading, mix design, strength & quality requirements, pouring at all levels, reinforcements, protection, curing, form work, finishing, painting, admixtures, inserts and other miscellaneous works. 4.1 Materials 4.1.1 Cement : Any of the following cements may be used as required by Engineer-in - charge.
IS - 8041 Rapid hardening Portland Cement
IS - 455 Portland slag cement
IS - 8112 43 Grade ordinary Portland cement
IS - 12330 Sulphate resistant ordinary Portland cement
IS - 12269 53 Grade ordinary portland cement
IS - 6909 Specifications for super Sulphate cement 4.1.2 Water : Water used for mixing and curing concrete and mortar shall conform to the requirements as laid down in clause 4.3 of IS : 456. Sea water shall not be used for concrete work. 4.1.3 Aggregates :Coarse and fine aggregates for cement concrete plain and reinforced shall conform to the requirements of IS 383 and / or IS 515. Before using, the aggregates shall be tested as per IS : 2386. 4.1.4 Coarse aggregate : Coarse aggregate for all cement concrete work shall be broken or crushed hard stone, black trap stone obtained from approved Quarries or gravel. 4.1.5 Sand : Fine aggregate for concrete work shall be coarse sand from approved sources. Grading of coarse sand shall be within grading zones I, II or III laid down in IS : 383, table If required the aggregates( both fine and coarse) shall have to be thoroughly washed and graded as per direction of REC. 4.2 Mixing
All cement concrete plain or reinforced shall be machine mixed only. Mixing by hand may be employed where quantity of concrete involved is small, with the specific prior permission
RURAL ELECTRIFICATION CORPORATION LTD
of the REC. 10% extra cement shall be added in case of hand mixing as stipulated in IS-456. 4.3 Water Cement Ratio
Once a mix, including its water-cement ratio, has been determined and specified for use by the REC, that water cement ratio shall be maintained. 4.4 Laying Concreting shall be commenced only after the REC has inspected and passed the sub-base /
base or the centring, shuttering and reinforcement. Concrete in slab beams, column footings etc. shall be laid gently in layers not exceeding 15 cm and shall be properly consolidated by means of approved mechanical vibrators.
4.5 Curing a) After the concrete has begun to harden, it shall be protected with moist gunny bags,
sand or any other material approved by the REC against quick drying. After 24 hours of laying concrete, the surface shall be cured by flooding with water or by covering with wet absorbent materials for 14 days as per the direction of REC. b) Approved curing compounds may be used in lieu of moist curing with the permission of
the REC . Such compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set. No extra payment shall be made for the same. 4.6 Grades of Concrete 4.6.1 Grades of cement concrete shall be as given below :
S.NO Grade Characteristic compressive strength at 28 days ( N/mm2)
i) M 7.5 7.5 ( 75 Kg/cm2 )
ii) M 10 10 ( 100 Kg/cm2 )
iii) M 15 15 (150 Kg/cm2 )
iv) M 20 20 ( 200 Kg/cm2 )
v) M 25 25 (250 Kg/cm2 )
vi) M 30 30 ( 300 Kg/cm2 )
4.6.2 Grades lower than M 20 shall not be used in reinforced concrete. 4.6.3 M 7.5 grades of concrete may be used for lean concrete bases & simple foundation for masonry walls. 4.6.4 A sieve analysis test of aggregates shall be carried out as and when the source of supply is changed without extra charge not withstanding the mandatory test required to be carried out as per CPWD specification. 4.6.5 All test in support of mix design shall be maintained as a part of records of the contract. Test cubes for mix design shall be prepared by the contractor under his own arrangements and at his costs, but under the supervision of the REC.
RURAL ELECTRIFICATION CORPORATION LTD
38 | Page
4.7 Nominal Mix Concrete 4.7.1 All concrete work ( P.C.C / R.C.C ) shall be with nominal mix concrete unless specified otherwise. The proportions of materials used for concrete of grades M5, M 7.5, M10, M15, M20, M25 and M30 shall be as per following Table. Proportions for Nominal Mix of Concrete
Grade Total Quantity of Dry Proportion of Fine Quantity of of Aggregate by Mass per 50 Aggregate to coarse water per 50
Concr- Kg of Cement ( as sum of aggregate ( by Mass) Kg of cement ete Fine and coarse Maximum in
aggregates), in Kg, Max. liters.
M 5 800 Generally 1.2 subject to an 60
upper limit of 1 : 1.5 and a
lower limit of 1 : 2.5
M 7.5 625 -do- 45
M 10 480 -do- 34
M 15 350 -do- 32
M 20 250 -do- 30
Notes :
1) The proportions of the fine aggregates should be adjusted from upper limit to lower
limit progressively as the grading of the fine aggregates become finer and the maximum size of coarse aggregate becomes larger. Graded coarse aggregate as per IS : 383 may be used.
2) This table envisages batching by weight. Volume batching when done, the nominal
mixes would roughly be 1:3:6, 1:2:4 and 1: 1.5:3 for M10, M15 and M20 respectively.
3) For under water concreting the quantity of coarse aggregate, either by volume or
mass, shall not be less than 1.5 times not more than twice that of fine aggregates. 4.7.2 The cement content of the mix specified for any nominal mix shall be proportionately increased if the quantity of water in a mix has to be increased to overcome the difficulties of placement and compaction, so that water - cement ratio is not exceeded. In case of vibrated concrete, the limits specified, above may suitably be reduced to avoid segregation. 4.7.3 If the nominal mix concrete made in accordance with the proportion given for a particular grade does not yield the specified strength, such concrete shall be classified as belonging to lower grade. However, if the strength results of test are higher than those
specified for the grade in the nominal mix of concrete it shall not be placed in a higher grade. 5.0 STEEL REINFORCEMENT
RURAL ELECTRIFICATION CORPORATION LTD
5.1 Steel reinforcement shall comprise i) Mild steel bars conforming to IS : 432 Part-I ii) TISCON CRS bars. iii) Hard drawn steel wire fabric conforming to IS : 1566 iv) Cold twisted bars conforming to IS:1786. v) TMT bars 5.2 All joints in reinforcement shall be lapped adequately to develop the full strength of the reinforcement, unless reinforcement are as per provision of IS : 456 or as per instruction of REC. Following procedure shall be followed for welding of Tor steel reinforcement bars.
1) Welding of Tor steel reinforcement bars shall be taken up only after specific approval
by REC. 2) Lap welding with longitudinal beads shall only be adopted.
3) The thickness of weld bead should be 0.2 x diameter of bar and the length of the
longitudinal bead required shall be 10 x diameter of bar, however, the maximum length of continuous bead shall be limited to 5 x diameter of bar with intermediate gap. When welding is done on both sides bead length shall be 5 x diameter of bar on each side.
4) Stripper at closer spacing shall be provided in the lap welded joints as directed by
REC. 5.3 M.S.round bars shall be hooked at ends as specified. Ribbed Tor-Steel shall be bent at
right angles at ends as indicated or directed.
7.0 BRICK WORK This specification covers the construction of brick masonry in foundations, arches, walls, etc.
at all elevations. The provision of IS : 2212 shall be complied with unless permitted otherwise. 7.1 Bricks: - All bricks shall conform to class 75 for Babrala as designated in CPWD Specifications unless specified otherwise. 7.2 Mortar
7.2.1 Cement and water shall conform to the requirements laid down for cement concrete work. 7.2.2 Sand for masonry mortar shall be coarse sand conforming to IS : 2116. Maximum quantities of clay, fine dust shall not be more than 5% by weight. Organic impurities shall not exceed the limits laid down in IS : 2116. 7.2.3 Mix of mortar for building brick work shall be as specified in the item of work. 7.2.4 Mixing of mortar shall be done in a mechanical mixer. When quantity involved is
RURAL ELECTRIFICATION CORPORATION LTD
40 | Page
small, hand mixing may be permitted by the REC. Any mortar remaining unused for more than 30 minutes after mixing shall be rejected. 7.3 Brick Masonry
Brick work shall be built in English bond, unless otherwise specified. The thickness of joints
shall be 10 mm +3 mm. Thickness of joints shall be kept uniform. In case of foundations
and manholes etc. Joints upto 15 mm may be accepted.
7.4 Half Brick Masonry
All courses shall be laid with stretchers. Reinforcement comprising 2 Nos. of 6 mm dia MS bars shall be provided over the top of the first course and thereafter at every third course. 7.5 Laying All iron fixtures, pipe spouts, hold fasts of doors and windows, which are required to be built
into the wall shall be embedded in cement concrete blocks 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 150 mm x 100 mm x 100 mm size, unless otherwise indicated in the item. 7.6 Curing Brick work shall be protected from rain by suitable covering when the mortar is green.
Masonry work shall be kept constantly moist on all faces for a minimum period of seven days. 7.7 Cement Concrete Block
Cement concrete block shall be machined made in the proportion of such that mix shall not
be leaner than one cement to Twelve combined aggregates ( by volume ) but having minimum strength of M 7.5. Combined aggregate shall be graded as near as possible to IS : 383. The fineness modules of combined aggregate shall be between 3.6 and 4. The concrete block shall be properly cured as per IS-456. The surface of conc. block shall have even face without any honeycomb and free from cracks. 7.7.1 Mortar Cement and water shall confirm to the requirements laid down for cement concrete work.
7.7.2 Sand for concrete block masonry mortar's shall be coarse sand generally conforming to IS:2116. Maximum quantities of clay, fine dust, shall not be more than 5% by weight. Organic impurities shall not exceed the limits laid down in IS:2116. 7.7.3 Mix of mortar for building concrete block shall be as specified in the item of work. 7.7.4 Mixing of the mortar shall be done in a mechanical mixer. When quantity involved is small hand mixing may be permitted by REC. Any mortar remaining unused for more than 30 minutes after mixing shall be rejected. 7.8 Concrete Block Masonry The thickness of joints shall be 10 mm ± 3mm. Thickness of
RURAL ELECTRIFICATION CORPORATION LTD
joints shall be kept uniform. In case of foundation and manholes etc. joints upto 15 mm may be accepted. 7.9 Half Concrete Block All courses shall be laid with stretchers. Reinforcement comprising 2 nos. of 6 mm dia MS
bars shall be provided over the top of the first course and thereafter at every fourth course. 7.10 Laying All iron fixtures, pipes spouts, hold fasts of doors and windows which are required to be built into the wall shall be embedded in cement concrete blocks 1:2:4 mix (1 cement :2 coarse sand :4 graded stone aggregate. 20 mm nominal size) 150 mm X 100 mm size unless otherwise indicated in the item.
7.11 Curing
Concrete block masonry shall be protected from rain by suitable covering when mortar is
green. Masonry work shall be kept constantly moist on all faces for a minimum period of 14 days. 8.0 WOOD WORK All materials workmanship for wood work shall conform to IS : 883, it shall be good quality
well seasoned second class Teak / Sal wood or as approved by REC. The wood work shall conform to IS : 4021. 9.0 ALUMINUM DOOR/WINDOW/PARTITION Aluminum doors/windows/partition shall be provided where shown on drawings with extruded built up standard tubular and other sections of approved make conforming to IS 733 and IS1285 anodized transparent or dyed to required shade according to IS 1868(Minimum anodic coating of grade AC15) fixed with rawl plugs and screws or with fixing clips or with expansion hold fasteners including necessary filling of gaps at junctions at top, bottom and sides with required PVC/ Neoprene felt etc. Aluminum sections shall be smooth, rust free, straight, mitered and joint mechanically wherever required including cleat angle, aluminum snap beading for glazing/ paneling, CP brass/ Stainless screws all complete including glazing/ paneling. All Aluminum anodized fittings shall confirm to relevant IS and approved by Engineering In-charge. Double action hydraulic floor spring of approved brand and manufacture IS: 6315 for doors, embedding in floor and cover plate with brass pivot and single piece MS sheet outer box with slide plate etc complete as per direction of Engineer In-charge. 10.1 GLAZING 10.1.1 The glazing shall be done with selected quality sheet glass conforming to IS-835, unless otherwise specified in particular specifications hereinafter. All sheet glass shall be of good quality, free from specks, bubbles, smoke wanes, air holes and other defects. 10.1.2 Unless specified otherwise hereinafter, all glazing shall be with 4 mm thick sheet glass for panes up to 0.5 sqm and 5 mm thick for panes exceeding 0.5 square metres 10.1.3 Glass shall be fixed to steel window / ventilators with Aluminum/steel Beads and to
RURAL ELECTRIFICATION CORPORATION LTD
42 | Page
be fixed 11. ROOF AND FLOOR SLABS 11.1 Roof and Floor Slabs All RCC roof slab shall be cast to the slope in situ mentioned in the drawings and floor slabs shall be flat type RCC slabs on beams / columns / walls unless otherwise shown on drawings. 11.2 Water Proofing Treatment to RCC Roof slabs All RCC roofs shall be given water proofing treatment as mentioned below: The Contractor shall give guarantee for safe performance of all water proofing work as per the format attached in Appendix-‘F’ Brick bat coba :- Providing and laying 115 mm thick (avg.) brick bat (coba) water proofing treatment on terrace with 15 mm thick (avg.) cement plaster 1 : 4 ( 1 cement : 4 sand ) with an admixture of acrylic based polymer water proofing compound of approved make and manufacture laid over R.C.C. slab after thoroughly cleaning the surface , raking and cleaning of construction joints and flooding the slab with cement slurry with acrylic based polymer water proofing compound by using 2 Kg cement per Sq m of area . Brick bat (coba ) of adequate size to get the required slope of adequate drainage as desired by Engineer -In-Charge with joints 15 - 25 mm wide , these joints are filled with chemical cement mortar 1 : 4 (1 cement : 4 sand ) with acrylic based water proofing compound and curing for minimum 2 days . The aforesaid treatment shall continue along inner side parapet OR other adjoining walls up to the height of 30 Cm in the shape of round vatta (gola ) to be made by embedding of brick bats of adequate size on the junction of horizontal surface and side walls in cement mortar as above . The finished surface of water proofing treatment on terrace shall not permit any leakage and sweating of the ceiling OR adjoin walls on account of water on terrace and shall be slope to provide a smooth flow of water towards the outlets. Finally the top surface shall be covered with 20 mm thick joint less cement mortar 1: 4 (1 cement : 4 sand) mixed with acrylic based polymer water proofing compound finished smooth with trowel in cement colour marked into 30 Cm x 30 Cm false square . The rate shall be inclusive of the cost of watering, tamping, curing and cleaning the top of all dust loose materials, stains etc. complete as directed by the Engineer-In-Charge. The finished terrace surface shall be pounded with water for a period of two weeks to test for any leakage without any extra cost. NOTE:-The work shall be done by a reputed agency with specialization and long experience of execution of similar treatment approved by Engineer-In-Charge and the treatment shall be guaranteed by the contractor for a minimum period of 10 years. 11.4 Outlet Pipes / Spouts Length of outlet pipes / spouts shall be as indicated on drawings but not less than 380 mm where length is not shown, it shall be taken as 380 mm overall. The outlet pipes / spouts
RURAL ELECTRIFICATION CORPORATION LTD
shall be of galvanized iron pipes of light grade, 20 mm / 40 mm bore GI light grade outlet spouts as shown on drawing. Spouts shall be connected to rain water pipes. Extra length beyond 380 mm shall be measured in (internal water supply). 11.4.1 In sunken portion of RCC slab and in RCC chajja, a PVC pipe of suitable length and dia shall be inserted during casting as per direction of Engineer In-charge, wherever outlets of any types of pipes are to pass. No cutting / chiseling of RCC work after casting shall be permitted.
12. Flooring
12.1.1 Floors of various types shall be provided as specified here in after and as shown in drawings. 12.1.2 Floors shall be laid to levels or to falls as shown on drawings / directed by Engineer In charge. Floors shall be sunk below the general floor level to the required depth where shown in drawings, by suitably sinking the slabs at the time of casting them. 12.1.3 Floor finish shall be carried over all openings and dwarf walls. 12.1.4 Surface of concrete floors unless otherwise specified shall be finished even and smooth using extra cement with steel trowels. 12.1.5 Ramp shall have cement concrete flooring over sub base as specified hereinafter. 12.1.6 Cutout to Where the floor finish is to be laid over hardened surface, the top surface of slabs shall be cleaned with hard wire brushes and given a coat of neat cement slurry using 3 kg. of cement per square floor slab to be kept to fix plumbing piping to be hung on ceiling above false ceiling during concreting. Cost of sealing of holes / cutouts after fixing of trap/piping with suitable leak proof sealing system as approved by the Engineer In charge shall be included in the lump sum price. 12.1.7 Concrete sub base shall be laid in bays not exceeding 20 square metres. 12.1.10 Cement concrete sub base or sub base floor and wearing coat shall be laid separately and not monolithically.
12.2 VITRIFIED FLOOR TILES 12.2.1 Vitrified floor tiles of approved make of thickness as per manufacturer specification and size 600 mm x 600 mm of approved colour, shade and of make as directed by Engineer in- charge, laid on under layer of 20 mm thick cement mortar 1:3 (1 cement : 3 course sand) and jointing with grey cement slurry @ 3.3 Kg per sq m. or adhesive glue, Including pointing in white cement mixed with pigment of matching shade including grouting the joints with white cement and matching pigment etc. over a bed of 12 mm thick cement concrete 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate of 6mm nominal size) including all complete and to match the level of existing floor tile at any level. 12.3 ANTI-SKID CERAMIC TILES FLOORING/Skirting
RURAL ELECTRIFICATION CORPORATION LTD
44 | Page
12.3.1 Anti-skid ceramic tiles flooring where indicated in drawings / schedule of finishes shall be of the following: Anti skid ceramic tile flooring (non-skid) shall be provided in all toilets, WC. Non-skid ceramic tiles group – III/ IV standard quality of size 300 mm x 300 mm x 7 mm thick confirming to IS : 13753 of approved make in colours, shades as approved by Engineer In-charge shall be laid over screed bed of CM 1:6, 20 mm thick and jointed in white cement with matching pigment. 12.4 GLAZED CERAMIC TILE DADO
12.4.1 here shown on drawing, this shall be of 200 x 300 mm size and thickness not less than 6.0 mm
of approved make and shade. The joints shall be pointed with white cement mixed with matching
pigment.
13. FALSE CEILLING False Ceiling: False Ceiling : Providing and fixing at all height false ceiling of 12.5 mm thick decorative gypsum board ceiling panels conforming to IS: 2095 including providing and fixing of frame work made of special sections power pressed from M.S. sheet and galvanized in accordance with zinc coating 120 as per IS: 277 and consisting of angle cleats of size 25mm wide x 1.6mm thick with flanges of 22mm and 37mm at 1200mm center to center one flange fixed to the ceiling with dash fastener 12.5mm dia x 40mm long with 6mm dia bolts to the angle hangers of 25x25x0.5mm of required length, and other end of angle hanger being fixed with nut and bolts to G.I. channels 45x15x0.9mm running at the rate of 1200mm center to center to which the ceiling section 0.5mm thick bottom wedge of 80mm with tapered flanges of 26mm each having clips of 10.5mm at 450mm center to center shall be fixed in a direction perpendicular to G.I. channel with connecting clips made out of 2.64mm dia x 230mm long G.I. wire at every junction including fixing the gypsum board with ceiling section and perimeter channels 0.5mm thick 27mm high having flanges of 20mm and 30mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450mm center to center with 25mm long drive-all screws @ 230mm interval including jointing and fixing to a flush finish of tapered and square edges of the gypsum board with recommended filler, paper tapes, finisher and two coats of primer suitable for gypsum board as per manufacturer’s specification and also including the coat of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed all complete as per drawing, specification and direction of PDIL Engineer; including the cost of painting. 14.0 PLASTERING 14.1 Sand for plastering : shall be 50% fine sand and 50% coarse sand from approved sources or as per instruction of engineer –in- charge. 14.2 Preparation of surface shall be done as per CPWD specifications. 14.3 Cement mortar shall be of the mix as indicated in the items and shall be mixed as specified in the CPWD specifications. 14.4 Joints in walls etc. shall be raked to a depth of 12 mm, brushed clean with wire brushes dusted and thoroughly washed before starting the plaster work.
RURAL ELECTRIFICATION CORPORATION LTD
14.5 The surface shall be thoroughly washed with water cleaned and kept wet to saturation point before plastering is commenced. 14.6 Cement mortar as indicated, shall be firmly applied to the masonry walls in a uniform layer to the thickness specified and will be pressed into the joints. On concrete surfaces rendering shall be dashed to the roughened surface to ensure adequate bond. The surface shall be finished even and smooth. Hectoring wherever required shall be done as per directions of REC. Nothing extra shall be paid on this account. 14.7 All plaster work shall be cured for at least 7 days. 14.8 Integral water proofing compound shall be mixed with cement in the proportion recommended by the manufacturer. Care shall be taken to ensure that the water proofing material gets well and integrally mixed with cement. All other operations are the same as for general plaster work.
14.9 For sand face plastering, undercoat of cement plaster 1:4 (1 cement : 4 sand) of
thickness not less than 12 mm shall be applied similar to one coat plaster work. Before the
under coat hardens the surface shall be scared to provide for the top coat. The top coat also
of cement mortar 1:4 shall be applied to a thickness not less than 8 mm and brought to an
even surface with a wooden float. The surface shall then be tapped gently with a wooden
float lined with cork to retain a coarse surface texture, care being taken that the tapping is
even and uniform.
15.0 WHITE & COLOUR WASHING AND CEMENT PAINTING 15.1 White Washing 15.1.1 Where white wash is indicated, 3 coats, (which may be increased depending on final finish) of white wash shall be applied. The surface shall present a smooth and uniform finish. 15.1.2 White wash shall be prepared from lime slaked at site and mixed and stirred with 5 litres of water for one kg. of unsalted lime to make a thin cream. The cream shall be screened through a clean, coarse cloth and suitable adhesive such as DDL or equivalent as per manufacturer specification. About 1.3 kg of sodium chloride in hot water shall also be added for every 10 kg. of lime for making the coat hard and rule resistant. Indigo shall also be mixed @ 3 gm/Kg of lime. Each, coat shall be allowed to dry before next coat is applied. When dry, the wash should show no sign of cracking. One coat consists of application with brushes in horizontal stroke followed by vertical stroke.
15.2 Colour Washing 15.2.1 Where colour wash is indicated, one coat of white wash and two coats of colour of tints approved by the REC shall be applied. Dados and skirting shall not be white washed, colour washed or distempered or painted, rather it should be cleaned after painting for no painting marks. 15.2.2 Only Colour stainer of approved brand not affected by lime, shall be added to colour wash. Indigo (Neel) shall, however, not be added in colour wash. 15.2.3 The colour wash shall be applied as described for white wash. After the surface has
RURAL ELECTRIFICATION CORPORATION LTD
46 | Page
been prepared the first primary coat shall be of white wash. Minimum two coats of colour wash shall then be applied. The entire surface shall present a smooth and uniform finish of even tint or shade.
15.3 Distempering 15.3.1 Where distempering is indicated, two coats ( which can be increased depending on approval of final finish) of oil bound washable distemper over a priming coat as specified in the item shall be applied. Each coat of distemper shall be approved by the REC before next coat is applied. 15.3.2 Distemper oil emulsion shall be as per IS:248 of approved brand and manufacture. The distemper shall be diluted with water or a prescribed thinner in the proportion of 4 parts of paste by weight to one part of cold water or in the proportion specified by the manufacturer, which shall be invariably followed. 15.3.3 The surface to be distempered shall be cleaned of dust, dirt, chalking and other foreign matter. All cracks, holes and surface defects shall be repaired with gypsum to give a smooth surface, and papered and wiped clean. The surface shall then be rubbed down again with sand paper and made smooth. The surface thus prepared shall be given a coat of alkali
resistant, priming paint conforming to IS : 109, or any other primer as specified by the
manufacturer and allowed to dry at least for 48 hours.
15.3.4 Dry distemper shall be of approved make and shade conforming to IS 427 and shall be prepared as per manufacturer's specification. The surface to be distempered shall be cleaned of dust, dirt, chalking and other foreign matter. All cracks holes and surface defects shall be repaired with gypsum to give a smooth surface, and prepared and wiped clean. The surface shall then be rubbed down again with sand paper and made smooth. The surface thus prepared shall be given a coat of alkali resistant, priming paint conforming to IS: 109, or any other primer as specified by the manufacturer and allowed to dry at least for 48 hours. 15.3.5 After the primer coat has dried for at least 48 hours, the surface shall be lightly sand papered to make it smooth for receiving the distemper, taking care not to rub cut the priming coat and then dusted off. Prepared distemper shall then be applied with brushes in horizontal strokes followed immediately by vertical ones which together constitute one coat. 15.3.6 Subsequent coats shall be applied in the same way, with time intervals of at least 24 hours between consecutive coats. 15.3.7 A uniform finished surface without patches, brush marks, or distemper drops shall be obtained.
15.4 Cement Painting 15.4.1 Cement paint: Cement paint shall comply with IS:5410 specification for cement paint, of colour as required. 15.4.2 Where shown on drawings for external surfaces of sand faced plaster, or any other
RURAL ELECTRIFICATION CORPORATION LTD
surface, two coats of cement paint shall be applied of tint and shade as approved by the REC. 15.4.3 The surfaces shall be prepared as specified for white washing. Before applying cement paint the surface shall be thoroughly wetted to control surface suction. The surface shall be moist but not dripping wet, when the paint is applied. Not less than 24 hours shall be allowed between the two coats. In hot weather the first coat shall be slightly moistened before applying the second coat. 15.4.4 On external plastered surfaces, sand faced or plain plastered and concrete surfaces, cement paint shall be vigorously scrubbed on to work the paint into the voids and provide a continuous paint film free from pin holes and other openings. Curing shall be done between the coats and for at least 2 days following the final coat.
15.5 ACRYLIC PAINT 15.5.1 Finishing walls with Acrylic Smooth exterior paint of required shade : New work (Two or more coat applied @ 1.67 ltr/10 sqm over and including base coat of water proofing cement paint Applied @ 2.20 kg/ 10 sqm)as per manufacturer's specification
15.6 ALUMINIUM PAINT Aluminum paint shall be of first and best quality and shall be applied in two coats over onecoat of primer to the surfaces / locations wherever indicated on drawings or if required.
16 PLUMBING DRAINS AND SANITARY FITTINGS.
16.1 Materials / Fittings / Fixing Accessories
All sanitary ware (except flushing cistern,if any, which shall be PVC) shall be of white vitreous
china best quality ISI marked. The samples of sanitary fittings, fixing accessories shall be
approved by the Engineering In-charge before bulk procurement for incorporation in the
work. Sanitaryware shall be of makes as mentioned in the list of approved makes / agencies
conforming to the catalogue numbers where referred to in these tender documents. ISI
marked fittings of these brands shall be provided instead of those without ISI marked.
16.2 The unit rates of buildings shall include for the entire and complete sanitary installation, internal plumbing and drainage which comprise inter-alia the provision of all sanitary and toilet accessories, fittings, fixtures, gully traps fittings and fixing accessories, soil, waste, vent anti-syphonage pipes and specials, ducks foot bends, etc. All the specials viz single and double branch pieces, bends, duck foot bends, etc., shall be provided with access door fitted with 3 mm rubber washer screwed with steel screws. The outlet of ‘P’ trap of WC shall be jointed with connecting pipe / branch piece. The Contractor shall employ qualified and licensed plumber for supervision of installation and testing of the sanitary fitting and plumbing. The connection shall be provided as indicated in drawings to conform to sound engineering practice. The layout of soil, waste, vent and anti syphonage pipes shall be marked on the walls in coloured chalk and approved by the Engineering In-charge before execution of work. The unit rates of buildings include inter-alia the provision of the following:
RURAL ELECTRIFICATION CORPORATION LTD
48 | Page
• All sanitary ware, fittings, fixtures, accessories, etc. shall be of first quality conforming to relevant IS / ISI marked.
• All soil pipes within the building and up to 3 metres beyond the outer face of
wall including ducks foot bend and including SGSW pipe from gully trap to first manholes.
• All waste pipes up to and including provision of gully traps embedded in
concrete below ground level. Waste pipe from gully trap to first manhole.
• Vent pipes and anti siphonage pipes.
16.3 WATER CLOSET (EUROPIEN PATTERN) Vitreous china washed down closet pan (pedestal pattern) white with plastic water closet seat, black/white closed pattern with flat bottom, and cover and Nickel chromium plated mild steel hinging device of approved make shall be provided in places as shown in drawing.
URINAL BASIN white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350mm and 340x410x265mm sizes respectively or as speciffied in SOR with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete, including painting of fittings and brackets, cutting and making good the wall.
16.4 WASH BASINS Vitreous China wash basin of size 600 mm x 480 mm or as specified in SOR shall be provided in places as shown in drawing, Waste pipe shall be of CP 40 mm dia. and one CP bottle trap shall be provided with each wash basin.
16.5 MIRROR Mirror shall be provided with wash basin 600 x 450 mm beveled edge mirror mounted on 6 mm thick AC building board or commercial ply cabinet with shelves on back side and fixed with wooden plug with chromium plated brass screws.
16.6 FLUSHING CISTERN PVC Low level flushing cistern 6 ltr capacity, feather touch operated bearing IS-7231 with plastic seat cover bearing number IS-2548 (Part-I). Seat shall be of make COMMNDER CHAMPION (IS-7231) or SEABIRD white manufactured by K Plymer, Naraina Village, New Delhi or equivalent from make as per the list of approved list of makes/agencies and as approved by the PM. Cisterns shall be fixed to walls by means of suitable size screws and wooden plugs.
RURAL ELECTRIFICATION CORPORATION LTD
16.7 CP BRASS FITTINGS
(a) CP Brass Long nose Bib Cock 15 mm (b) CP Brass Stop Cock (concealed)15 mm (c) CP Brass Angle Valve 15 mm (d) CP Brass Pillar Cock 15mm (e) CP Brass Toilet Paper holder. (f) Liquid Soap Container of 400ml capacity/Soap Tray (g) Basin/sink Mixers, Diverters, coat hook and Towel Rail etc. All above fittings of approved make and manufacture as per list attached.
PIPE AND FITTINGS 16.8 General location of soil, waste, vent, anti syphonage pipes are indicated in the drawings. Detailed layout shall be marked on the walls in coloured chalk and approved by Engineering In-charge, before execution of work.
16.8.1 All soil, waste, vent and anti syphonage pipes including fittings shall be of cast iron spigot and socket centrifugally cast pipes conforming to IS-3989. Jointing shall be done with lead caulked joints except vent pipes fittings which shall be jointed with cement joints. 16.8.2 The vent pipes shall be taken from soil pipes to a height to 150 cm, height measured from top of roof (of last storey) to the bottom of the cowl. CI cowl shall be provided on top of vent pipes and shall be fixed with cement joints. Provisions of IS-5329, code of practice for sanitation pipe works for above ground for buildings is adhered to. Long arm P/S trap for floor / Nahani trap shall be used to minimize the joints up to vertical pipe stack. 16.8.3 Soil pipes shall be taken unto 45 cm below ground level and provided with ducks foot bend. 16.8.4 Soil/drain pipes from ducks foot bend shall be cast iron up to first manhole and waste pipe from gully traps shall be of PVC-U pipe grade ‘A’ conforming to IS 15328:2003 The waste pipe shall be taken up to 15 cm below plinth protection level and provided with ducks foot bend. All exposed cast iron bends /branches and other junctions shall be provided with oval pattern access doors with bolts as per relevant IS and 3 mm rubber insert packing to make them air and water tight. 16.8.5 The branch connection with the vertical pipes shall be so arranged that the vertical pipe is at least 5 cm away from the face of the wall. It should also be ensured that no joint between branch piece and vertical pipe terminates. Irrespective of what is shown on drawings, separate stacks for soil, waste and anti syphonage pipes shall be provided. 16.8.6 Irrespective of what is shown on drawings, sizes of cast iron pipes shall be as follows : (a) Soil pipes - 100 mm dia (bore)
RURAL ELECTRIFICATION CORPORATION LTD
50 | Page
(b) Waste pipes - 75 mm dia (bore) (c) Anti syphonage pipes & vent pipes - 50 mm dia (bore)
16.9 FLOOR TRAP 16.9.1 Floor trap shall conform to IS-3980 and shall be of cast iron with Stainless steel / CI grating (of approved make) and outlet with nominal diameter of 75 mm shall be provided in the situations where shown on drawings. The outlet of floor trap shall be with long arm and shall be jointed to connecting pipe / branch pieces with lead joint. Floor trap shall be provided in lieu of nahani trap wherever shown / specified on drawings.
16.9.2 COCKROACH TRAP 16.9.2.1 In bathrooms, stainless steel cockroach cum nahani trap shall be provisioned. Stainless steel trap should be of good quality so that it does not get rusted.
16.9.3 GULLY TRAP 16.9.3.1 Gully trap shall be salt glazed stone ware with rebated top and 100 mm dia (bore) outlet and cast iron or mild steel grating of size 15 cm x 15 cm. It shall be set in cement concrete (1:3:6) Type C-1 foundation of size 53 cm x 53 cm with overall depth equal to depth gully trap and 10 cm (10 cm below gully trap) and kerb of PCC (1:2:4) Type B-1 on top of PCC foundation block around CI or MS grating of size 32.5 cm x 32.5 cm. Gully trap shall be provided in the situation where shown on the drawing. 16.9.4 Weight of jointing materials of cast iron pipes shall be as under :
Dia. / bore of
Pipe/fitting Spun yarn / jute per
joint Pig lead per
joint
i) 100 mm 0.04 Kg 1.30 Kg
ii) 75 mm 0.03 Kg 1.00 Kg
iii) 50 mm 0.02 Kg 0.80 Kg
In case the quantity of lead and spun yarn / jute mentioned above is insufficient or it cannot be accommodated in joints, the variation of quantity of lead specified above and actually provided in joint shall be regularized through deviation order. 16.10 Smoke Test All soil, waste, vent and anti-syphon age pipes shall be subject to smoke test and water test as specified in MES Schedule Part-I
17 INTERNAL WATER SUPPLY
RURAL ELECTRIFICATION CORPORATION LTD
17.1 Internal water supply include, all water pipes and pipe fittings of Chlorinated Polyvinyl
Chloride (CPVC) except those specified in particular specifications hereinafter such as flush pipes waste pipes and over flow pipes of overhead water tanks and cutting chases and making good which are included in the rates for relevant building cost.
17.2 The following Indian Standards shall be applicable in addition to above. IS- 1172
Basic requirement for water supply, drainage and sanitation (Revised) IS- 2065 Water supply in building code of practice
18 PVC-U Pipes for Sewage disposal
Unplasticized non pressure polyvinyl chloride (PVC-U) pipes for use in underground drainage and sewerage systems is to be used with plain ended or equipped with integral sockets for either solvent-cement welding or for jointing with elastomeric sealing rings pipe made of PVC-U of nominal outside dia. ranging from 110mm to 630 mm. The internal and external surface of pipe shall be smooth, clean and free from grooving, blistering and any other surface irregularity, Vicket softening temperature shall not be less than 79 degree centigrade. Material, Laying, Jointing, Testing all complete as per IS 15328:2003.
NOTE: Sewage line from outside the building manhole to be connected to nearest collection
sump by PVC-U Pipes. Contractor shall take care of carrying out necessary water proofing works at floors and dado before renovations of water supply & drainage, sewage works in washrooms & shafts of the premises.
18.1 Water Test
PVC-U pipes shall be subjected to water test as specified in relevant IS code. The test shall be carried out twice. Once after the pipes are laid and jointed, second time on completion of the work. No extra payment on such account shall be admissible to the Contractor.
RURAL ELECTRIFICATION CORPORATION LTD
52 | Page
SERVICES WORKS – ELECTRICAL, DATA/ INTERNET & TELEPHONE
1.0 SCOPE OF WORK
The scope under this contract shall include the internal electrical installation for the proposed
project. The work to be carried out under this contract shall cover the supply, installation, testing
and commissioning of the complete electrical installation as detailed herein under and shown in the
drawings and specifications.
In general the work to be performed under this contract shall comprise of the following :
a) Supply, installation, testing and commissioning of LT switchgear, all main and sub
lighting distribution boards and other miscellaneous distribution boards.
b) Supply, installation, testing and commissioning of all the mains and sub
mains/interconnecting cables and cable trays between various distribution boards &
equipments.
c) Supply, installation, testing & commissioning of all wiring/cabling for lights, fans and
power outlets including point and circuit wiring along with wiring accessories etc.
d) Supply & laying of wire, conduits & accessories for LAN/Telephone System & other
low voltage system.
e) Supplying and drawing of cables/wires for telephone system including installation of
terminal boxes etc.
f) Supply, installation, testing & commissioning of complete earthing & lightning
protection system.
g) Supply, installation, testing and commissioning of light fixtures as indicated in the
BOQ and installation, testing and commissioning of lighting fixtures selected by REC
along with warrantee and Guarantee of 3 years is responsibility of contractor.
h) Obtaining approvals from the electrical inspectorate and all other statutory
authorities for the complete scope of work as described above like pollution control
board etc.
i) Liaison work with Electrical Authority for obtaining approval and electricity supply
connection.
Contractor shall carry out and complete the said work under this contract in every
respect in conformity with the current rules and regulations of the local electricity
authority. The contractor shall furnish all labour and install all materials, appliances,
equipment (Including those items which will be supplied by the Owner to the
contractor at site), necessary for the complete provision and testing of the whole
electrical installation as specified herein and shown on the drawings. This also
includes any materials, appliances, equipment not specifically mentioned herein or
noted on the drawings as being furnished or installed but which are necessary and
customary to make complete installation with all outlets for power, light, telephone
conduits, street lighting and other electrical systems shown on the schedule and
described herein, properly connected and in working condition.
RURAL ELECTRIFICATION CORPORATION LTD
53 | Page
The work shall include all incidental jobs connected with electrical installation such
as excavation in trenches and back filling, cutting/drilling and grouting for fixing of
fixtures, equipment, making good the damages etc.
If any breakage of finished walls or floors are done after the other agencies
completed their work, electrical contractor shall bear all expenses towards redoing &
finishing the same to the satisfaction of REC/Consultants.
2.0 AWARENESS OF SITE CONDITIONS AND CARRYING OUT OF SITE INSPECTION
PRIOR TO TENDER SUBMISSION
Prior to the preparation and submission of his Tender, the Contractor shall make visits to
the site/proposed work premises in core 5, core 4 scope complex, new delhi 110003 and
carry out all the necessary inspections and investigations in order to obtain all information
and to make his own assessment of the conditions and constraints at site, including the
means of access to it. The Contractor shall make himself aware of all the features of the
site and the working conditions and space and shall, in general, be responsible for obtaining
all the necessary and requisite information needed for him to prepare and submit his
Tender.
Should the Contractor require any clarifications, he shall seek these from REC before
submitting his Tender. At no stage will any extra claims be entertained or allowed on any
matter or for any reason arising from or as a consequence of the Contractor's failure to
comply with all the requirements stipulated in this Clause.
3.0 WORK AND WORKMANSHIP
Workmanship shall be established by contractor by exhibiting samples of each important
finishing items along with installation of selected LED fixtures, painting, etc. for approval of
REC, architect before actual execution of all these interior renovation works
4.0 APPROVAL BY STATUTORY BODIES
The complete electrical installation shall be in conformity with the Tender Specification and
shall comply with the statutory regulations and requirements. Contractor upon the award of
work shall immediately bring to the notice of REC, any item not in compliance with statutory
regulation. He shall be responsible to obtain the approval of the drawings and installation
from the statutory bodies such.
5.0 FEES, PERMITS AND TESTS
The Contractor shall pay necessary fees and obtain approval of drawings and installation
from the concerned authorities. If he does not happen to be a Licensed contractor in the
State of Delhi, he shall register himself & obtain necessary licenses to execute the subject
work in compliance with statutory requirements. Contractor shall be responsible for getting
all the protective relays and energy meters tested and calibrated by authorized agencies of
Government of Delhi at his cost. On completion of the work the contractor shall obtain and
deliver to the Engineer-in-Charge/Consultants certificates of final inspection and approval
by the local electric supply authority and the electrical inspector. All the legally payable fees
RURAL ELECTRIFICATION CORPORATION LTD
54 | Page
for application/approvals shall be borne by the client on production of treasury challans /
Receipt.
6.0 CO-ORDINATION WITH OTHER TRADE SUB CONTRACTORS AND AGENCIES HIRED
BY CONTRACTOR, ALREADY ON BOARD IN SCOPE COMPLEX
The Contractor during the execution of the Works shall co-ordinate with other Contractors,
and other Agencies associated with the Project and shall work in harmony with them without
causing any hindrance or obstruction or impeding the progress of their work in any way.
In respect of the work of other Contractors and Agencies, where the commencement or
progress of such work of any other Contractor, or Agency is dependent upon the completion
of particular portions of the Contractor's Works or generally upon the Contractor maintaining
progress in accordance with the approved co-ordinated construction programme, it shall be
the responsibility of the Contractor to complete such portions and maintain such progress.
Should any differences arise between the Contractor and the other Contractors, and
Agencies, these shall immediately be brought to the attention of the REC/Consultants who
after reviewing the matters causing the differences will give his decision which shall be final
and binding on the Contractor.
7.0 ASSOCIATED CIVIL WORKS
Following civil works associated with electrical installation are excluded from the scope of
this tender. These shall be executed by other agencies in accordance with approved shop
drawings of and under direct supervision of electrical contractor.
7.1 RCC foundation for electrical panels.
8.0 VARIATION IN QUANTITIES:
8.1 The quantities shown in BOQ are indicative and may vary to any extents. If required any
item /items can be partially or fully deleted by the owner from the scope of work without any
price implication.
The Contractor shall have to execute additional works within the project site. No adjustment
of rates shall be made up to this limit of variation in quantities and the terms and conditions
of the contract shall remain unaltered.
9.0 RESTRICTED AREA:
For all purposes of this contract the site is considered as a Restricted Area. The Contractor
shall ensure that he obtains entry passes for all his workmen and employees. The
Contractor shall obtain special permission in writing from the Owner if he desires to
continue working beyond office hours or on Holidays. The Contractor shall also observe and
abide by the security regulations applicable during the currency of the contract. The security
of site shall be provided by Contractor itself.
RURAL ELECTRIFICATION CORPORATION LTD
55 | Page
10.0 PROTECTION OF OTHER CONTRACTOR'S WORKS AND SAFETY OF PERSONNEL
AT SITE
Since many other contractors and agencies will be engaged on site and working
simultaneously, the Contractor shall ensure at all times that during the execution of his work
or during the operations and movements of equipment and supply vehicles and machinery,
no damage or injury is caused to the work or property or personnel of other contractors and
agencies.
In case of any such loss or damage the Contractor shall take full responsibility for same and
shall bear all cost and expenses thereof. Also, the Contractor shall be responsible and
liable for all delays caused due to such damage and or injury and for the consequences
which the other Contractors and Agencies may have to face or to which they may be
subjected to or be accountable for as a result of such delays.
11.0 SAFETY OF MATERIALS
The contractor shall provide proper and adequate storage facilities to protect all the
materials and equipment including those issued by the owner against damage from any
cause whatsoever.
12.0 TOOLS, TACKLES, EQUIPMENTS & SCAFFOLDING
All tools, tackles & equipments necessary for the electrical installation and testing shall be
provided by the contractor. The quoted rates shall take into account for providing any such
equipment, which may not form part of the installation, but are necessary for the execution
of the job. Contractor shall be responsible to make his own arrangement to provide
scaffolding/supports etc., necessary for his work. However the contractor may use the civil
contractors scaffoldings if available with prior understanding with the civil contractors.
13.0 ACTUAL ROUTE OF CABLES AND CONDUITS
The location of the conduits, cables, panel boards etc., indicated in the drawing is only
indicative. The actual route of cables and conduits may differ from the plans according to
the details of the building construction and the conditions of executions of the installations.
The contractor shall supply and install at his expense all secondary materials and special
fittings found necessary to overcome the interference and to supply the modifications on the
route of cables and conduits that are found necessary during the work, to the complete
satisfaction of the REC/Consultants.
14.0 DRILLING/CUTTING
The contractor shall have to do all drilling and cutting of walls or other elements of the
building for the complete and proper installation of the conduits, cable, panel boards and
RURAL ELECTRIFICATION CORPORATION LTD
56 | Page
other equipment by using electrically operated tools. Manual drilling or chiseling shall be
permitted on special request only.
Beams, girders and other principal structural members shall not be cut or drilled unless prior
permission has been granted by the REC/Consultants.
If such drilling and cutting are made on finished surfaces, any marring of the surfaces shall
be made good by repair at the electrical contractor's expense.
15.0 PLASTERING OF WALL CHASES/OPENING ETC.,
All chases and openings made by the contractor for his conduits, boxes etc., shall be
filled/covered over with cement plaster in reasonable manner, to be finished by the civil
contractor.
Before rough plastering on the conduit surface the concealed conduits shall be secured to
the wall by using saddles and nails.
16.0 MANUFACTURERS
Where manufacturers have furnished specific instructions relating to the materials used in
this job, covering points not specifically mentioned in these documents, these instructions
shall be followed in all cases.
Where manufacturer's names and/or catalogue numbers are given, this is an indication of
the quality, standards and performance required.
For items not covered under the `List of Approved Makes', contractor shall offer items of first
class quality, standards and performance and obtain the approval of REC/Consultants
before procuring them.
Where interfacing occurs, equipment shall be mutually compatible in all respects.
17.0 INSPECTION AND TESTING
REC reserves the right to request inspection and testing at manufacturer's works at all
reasonable times during manufacture of items for this contract. Tests on site of completed
works shall demonstrate, among other things.
18.0 TEST CERTIFICATES
The contractor shall submit test certificates for all the major electrical equipment such as
circuit breakers, CTs, PTs, instruments, relays, bus ducts, rising mains, bus bars etc., and
panel as a whole, issued by Central Power Research Institute, Bangalore/Bhopal. Type
tests shall be carried out as per relevant standards issued by Bureau of Indian Standards.
For other items, such test certificates issued by Government recognized inspection office
certifying that all equipment, materials, construction and functions are in compliance with
RURAL ELECTRIFICATION CORPORATION LTD
57 | Page
the requirements of these specifications and accepted standards of BIS/International
standards.
Calibration and test certificates of relays and meters issued by the Meter and Relay Testing
Department of State Electricity Board.
19.0 SAMPLES AND CATALOGUES
Before ordering the material necessary for these installations, the contractor shall submit to
the REC/Consultants for approval, a sample of every kind of material such as cables,
conductors, conduits, switches, socket outlets, circuit breakers, lighting fixtures, boxes etc.,
along with the catalogues with their dimensional details.
For major items such as sub lighting panels distribution boards, the submission of
drawings/catalogues along with technical details shall be enough. Prior to ordering any
electrical equipment/material/system, the contractor shall submit to the REC/Consultants
the catalogues, along with the samples, where applicable, from the approved manufacturer.
The contractor shall arrange inspection and testing at the manufacturer's factory or
assembly shop for final approval. No material shall be procured prior to the approval of the
REC/Architect.
Also contractor shall ensure that the dimensional details of the equipment fit into the allotted
space provided in the building.
20.0 VENDOR AND SHOP DRAWINGS
The contractor shall prepare and submit to REC/Consultants for his approval six (6) sets of
detailed fabrication drawings of all main panels, sub panels, distribution boards, switch
boards, outlet boxes, special pull boxes, and other likewise material, equipment to be
fabricated by the contractor, or by other vendors including drawings showing conduit layout,
cable layout, wiring system, cable trays etc., within 30 days of signing of the contract.
21.0 "AS BUILT" DRAWINGS
At the completion of work and before issuance of certificate of virtual completion the
contractor shall submit eight (8) sets along with CD to REC/Consultants, of drawings drawn
at appropriate scale indicating the complete wiring system "as built". These drawings must
provide the following:
21.1 Run, location and size of conduits, inspection, junction, and pull boxes.
21.2 Number and size of conductors in each conduit.
21.3 Location and rating of sockets and switches containing the light and power outlets.
21.4 Location and details of distribution boards, main switches, switchgear and other particulars.
RURAL ELECTRIFICATION CORPORATION LTD
58 | Page
21.5 A complete wiring diagram, as installed and scheduled showing all connections in the
complete electrical system.
21.6 Location of outlets, junction boxes, sizes of various conduits for telephone, fire alarm, sound
system and all other extra low voltage system.
21.7 Location of all earthing stations, route and size of all earthing conductors, manholes etc.,
21.8 Route and particulars of all cables and cable trays.
22.0 INSTRUCTION/MAINTENANCE MANUAL
The Contractor shall prepare and produce instruction, operation and maintenance manuals
in English for the use, operation and the maintenance of the supplied equipment and
installations, and submit to the REC/ Consultants in (8) copies at the time of handing over.
The manual shall generally consist of the following:
a) Description of the project.
b) Operating instructions.
c) Maintenance instructions including procedures for preventive maintenance.
d) Manufacturers catalogues.
e) Spare parts list.
f) Trouble shooting charts.
g) Drawings.
h) Type and routine test certificates of major items.
i) One (1) set of reproducible `as built' drawings.
23.0 COMPLETION CERTIFICATE
On completion of the electrical installation a certificate shall be furnished by the contractor
countersigned by the licensed supervisor, under whose direct supervision the installation
was carried out. This certificate shall be in the prescribed form as required by the local
supply authority. The contractor shall be responsible for getting the electrical installation
inspected and approved by the local concerned authorities and for obtaining the necessary
clearance certificates from the authorities.
24.0 GUARANTEE
At the close of the work and before issuance of final certificate of virtual completion by the
REC/ Consultants, the contractor shall furnish written guarantee indemnifying the owner
against defective materials and workmanship for a period of one year after completion.
The contractor shall hold himself fully responsible for reinstallation or replacement, free of
cost to owner, the following :
RURAL ELECTRIFICATION CORPORATION LTD
59 | Page
24.1 Any defective work or material supplied by the Contractor.
24.2 Any material or equipment supplied by the owner which is damaged or destroyed as a result
of defective workmanship by the contractor.
24.3 Any material or equipment damaged or destroyed as a result of defective workmanship by
the contractor.
25.0 RATE ANALYSIS
At anytime and at the request of the REC/Consultants the contractor shall provide details or
breakdown of costs and prices of any part or parts of the works.
26.0 STAFF
The contractor shall employ competent fully licensed qualified, full time civil, electrical &
mechanical engineers to supervise all these works under scope of works in accordance with
the drawings and specifications. The engineers shall be available at all times at site to
receive instructions from REC/ architect in the day to day activities throughout the duration
of contract. The engineer shall correlate the progress of the work in conjunction with all the
relevant project requirements.
27.0 SAFETY BARRIERS AND CONSTRUCTION SAFETY
The Contractor shall at his own cost provide for the protection and safety of the persons
working in the area, safety barriers around all openings in every location and at the
periphery and edges of all slabs, staircases and stairwells, lift shafts, ducts etc., all to the
approval and satisfaction of the REC. However contractor shall take appropriate safety
precautions suitable for specific locations/ situations and as instructed by the RECs.
The Contractor shall, in general, be fully responsible for all matters with regard to every
form of safety during construction and in connection with the execution of the Works, and
the Contractor shall take all necessary precautions and provide at his cost everything
necessary to ensure such safety at all times. Should any accidents occur due to the
Contractor's failure to comply with such safety requirements and to take all other safety
measures necessary, the Contractor shall be fully responsible for all such accidents and he
shall bear and pay for all costs and damages in connection therewith and as a consequence
thereof. The Contractor shall indemnify the Owner from and against all claims in this
regard.
The Project Manger shall have powers to withhold amounts from payment certificates in
case of Contractor's persistent non compliance with provisions of this clause. Also REC is
empowered to employ another agency at Contractor's cost after one week's notice to
implement this Clause in case of Contractor's non compliance with provisions of this
Clause.
RURAL ELECTRIFICATION CORPORATION LTD
60 | Page
28.0 DISPOSAL OF CONSTRUCTION DEBRIS FROM THE WORKS AND THE SITE AND
PROVISION OF SAFETY NETTING/SCREENS BY CONTRACTOR
The Contractor shall at all times keep the Works and the site in clean, neat and tidy
condition. All rubbish from the Works and the site shall be collected and deposited in large
bins provided on the site for such purpose by the Contractor at his own cost. The rubbish
from such bins shall be regularly carted away by the Contractor to rubbish tips and dump
yards beyond the site.
At no time or stage shall any rubbish be thrown over the edges of slabs or through any
openings or shafts or ducts or stairwells.
The Contractor shall, at his own cost and to the approval and satisfaction of the REC,
provide safety netting/screens at the periphery of all slabs and at all openings, shafts, ducts
and stairwells and/or canopies to prevent any rubbish or material falling over or into such
areas and endangering the safety of the persons working below. Should the Contractor fail
to provide such safety measures and to take other necessary precautions in accidents that
may occur, he shall bear all costs and damages as decided by REC in connection therewith
and as a consequence thereof. The Contractor shall indemnify the owner from and against
all claims in this regard.
REC has powers to withhold amounts from payment certificates in case of Contractor's
persistent noncompliance with provisions of this clause. Also REC is empowered to employ
another agency at Contractor's cost after one week's notice to implement this Clause in
case of Contractor's noncompliance with provisions of this Clause.
29.0 SANITARY ARRANGEMENTS AT SITE
Contractor shall provide and install adequate latrines and urinals for use by the workmen
away from the site. He shall ensure that the workmen shall avail of this facility and not
commit any nuisance within the area under construction. This provision shall be strictly
enforced by the contractor.
30.0 SPACE FOR CONTRACTOR'S CONSTRUCTION YARD, STORES, LABOUR CAMPS
ETC.,
The owner shall provide adequate storage/office space to the contractor for his use. The
space has to be maintained/ constructed by the contractor as per his usage requirements
WITHOUT CREATING ANY DISTURBANCE TO ADJOINING OFFICE PREMISES.
The Performance Bond and/or guarantees towards retention amount furnished by the
Contractor shall not be released until the spaces allotted to the contractor are fully vacated
and handed over to the owner as per the instructions of the Owner.
31.0 CARRYING OUT WORK BEYOND NORMAL WORKING HOURS OR IN SHIFTS
In order to achieve the milestone and completion dates and to keep pace with the approved
construction programme, the Contractor shall be permitted to carry out his work beyond the
RURAL ELECTRIFICATION CORPORATION LTD
61 | Page
normal working hours or in shifts. The Contractor shall be responsible for obtaining any
necessary permissions from the relevant authorities that may be required for him to carry
out the work beyond the normal working hours or in shifts. The Contractor shall make his
own arrangements in respect of the provision of adequate lighting and any other facilities
that may be required for carrying out the work beyond the normal working hours or in shifts
WITHOUT ANY DISTURBANCES TO ADJOINING OFFICE PREMISES. No extra
payments shall be made to the Contractor for or in connection with any such overtime or
shift work.
32.0 USE OF CIVIL CONTRACTOR'S ESTABLISHED/AVAILABLE FACILITIES AT SITE BY
SPECIALIST AND SERVICES CONTRACTORS/NOMINATED SUB-CONTRACTORS
The civil contractor at his discretion may allow the use of his established/available facilities
at site such as storage, scaffolding, lifting and hoisting, other plant and machinery, means of
access, water, power, labour camp etc to the Contractor subject to prior arrangements
being made by the contractor with the civil work Contractor.
33.0 PROFESSIONAL INTEGRITY AND TEAM SPIRIT
It is the intent of the Owner, Architect and Contractor that this project will be executed in a
spirit of team and full professional integrity. Contractor is expected to cooperate with all the
agencies involved in the project to fulfil this objective.
34.0 MALPRACTICES
The Contractor shall not try to influence in any manner the employees, staff or anyone else
of the Owner, Architect and his Consultants and Project Manger by offering undue favours,
monetary gains, or any such illegal gratifications for any reason whatsoever. If it is
established that the Contractor has indulged in such activity, the Owner reserves the right to
terminate the Contract forthwith.
SAFETY REQUIREMENT/GENERAL PRECAUTIONS
1. All workmen to be dressed in approved uniform. 2. All workers to be in good neat appearance. 3. No smoking and tobacco chewing permitted within the premises. 4. All workers to have photo ID card with the following prominently displayed:
i) Name of client ii) Name, address and contact number of contractor iii) Name of worker iv) Designation v) Address of worker vi) Worker code number
RURAL ELECTRIFICATION CORPORATION LTD
62 | Page
All the ID cards to be submitted to REC. Subsequently on approval, all cards to be
laminated and chained by the contractor.
5. All workers to keep I-Card in visible portion. Card to hung prominently on all working time inside the project premises.
6. All workers are subject to security check 7. All contractors to make schedule of entry and exit of all workman. Proper record book to
be maintained at site. The record book to be accessible to the REC. 8. All tools and plants and refundable material to be noted and verified by the project
security. 9. All tools and plants to be labeled by the contractor for identification. 10. Insurances/Safeties:
i) The contractor shall at this own cost provide for the protection and safety of the persons working in the area. The contractor shall be fully responsible for all matters with regard to every form of safety during construction. Should any accidents occur due to the contractors failure to comply with safety requirements, the contractor shall be fully responsible for all such accidents and he shall bear and pay for all the costs and damages. Rs. 1,00,000/- in each accident at each job site & & to a limit of Rs. 5,00,000/- for all accidents at all job site.
ii) Workman compensation.
iii) Contractor all risks policy.
TECHNICAL SPECIFICATION
1.1 TERMINALS
The outgoing terminals and neutral link shall be brought out to a cable alley suitably located
and accessible from the panel front. The current transformers for instruments metering
shall be mounted on the terminal blocks. No direct connection of incoming or outgoing
cables to internal components of the Panels/Distribution board is permitted, only one
conductor may be connected in one terminal.
1.2 CABLE COMPARTMENTS
Cable compartments of adequate size shall be provided in the Panels/Distribution Boards
for easy termination of all incoming and outgoing cables entering from bottom or top.
Adequate supports shall be provided in the cable compartments to support cables. All
outgoing and incoming feeder terminals shall be brought out to terminal blocks in the cable
compartment.
RURAL ELECTRIFICATION CORPORATION LTD
63 | Page
1.3 EARTHING
Aluminum earth bars of suitable size but not less than 25mm x 6 mm shall be provided in
the Panels/Distribution Boards for the entire length of the panel. The frame work of the
Panels/Distribution board shall be connected to this earth bar. Provision shall be made for
connection from this earth bar to the main earthing bar coming from the earth pit on both
sides of the Panels/Distribution board and to take tapping to the outgoing earthing strips to
connect to the main distribution boards.
The earth continuity conductor of each incoming and outgoing feeder shall be connected to
this earth bar. The armour shall be properly connected with earthing clamp, and the clamp
shall be ultimately bonded with the earth bar. CT earthing also shall be connected to this
earth bar.
1.4 LABELS
Engraved PVC labels shall be provided on all incoming and outgoing feeders. Single line
circuit diagram showing the arrangements of circuit inside the Panels/DBs shall be pasted
on inside of the panel door and covered with transparent laminated plastic sheet.
1.5 SYSTEM
The MCB distribution boards shall be suitable for operation on 400/440 volt, 3 phase, 4
wire, 50 Hz A.C. supply system or 220/250 volt, 1 phase, 2 wire, 50 Hz A.C. supply system.
1.6 MOULDED CASE CIRCUIT BREAKERS (MCCB):
MCCBs shall satisfy the requirements of IS-2516 and shall be of current limiting type.
MCCB shall provide type `C' protection to the contactors as per IEC 158-1B. MCCBs shall
be quick make, quick break, independent manual type with trip free feature with mechanical
ON, OFF, and TRIP indications. A trip button shall be provided for tripping the breaker.
MCCB shall have thermal, magnetic, undervoltage and earth fault releases.
Alarm and auxiliary contacts, terminal shrouds, sliding type front operation kit with facility for
door interlocking and pad locking shall be provided.
MCCB-above 250 Amp shall have microprocessor based release.
2.0 CABLES AND CABLE TRAYS:
2.1 GENERAL SCOPE :
Supply, installation, storing, laying, fixing, jointing / termination, testing and
commissioning of Medium Voltage XLPE insulated PVC Sheathed armoured aluminium/
copper conductor cables laid in built up trenches, directly buried underground, on cable
trays, in pipes, clamped directly to wall or Structures etc. as called for in the drawing.
RURAL ELECTRIFICATION CORPORATION LTD
64 | Page
All cables up to 16 Sq.mm shall be copper conductor and above shall be aluminium
conductor cables.
a) Type :
Medium voltage cables shall be circular, multicore annealed copper or aluminium
conductor, XLPE insulated, PVC sheathed and steel wire armoured or steel tape
armoured construction or unarmoured. The conductors of cable shall be
stranded. Sector shaped stranded conductors shall be used for cables of 50
sqmm size and above. The cables shall conform to IS: 7098 part-I in all respects.
MV power cables shall be 2, 3, 3.5 or 4 cores, as required and shall have
conductors made from electrical purity aluminium conductors conforming to
IS:8130-84.
Conductors shall be insulated with high quality compounded XLPE by extrusion
process base compound. Insulation and outer sheathing compounds shall
conform to IS: 5831 - 84.
A common covering shall be applied over the laid-up cores by an extruded sheath
of un-vulcanised rubber compound.
Armouring of galvanised round steel wires or galvanised flat steel strips shall be
provided over the inner sheath.
Outer sheath of PVC shall be extruded over the armouring. Cables shall be
manufactured and tested in accordance with IS 7098 Part II.
Unless otherwise specified, all control cables shall be multicore, 1100V grade
PVC insulated, armoured and overall PVC sheathed with stranded copper
conductors of 2.5 sq.mm, conforming to IS 1554 Part I. Cores shall be identified
by colour scheme of PVC insulation.
b) Rating :
The cables shall be rated for a voltage of 1100 Volts.
c) Core Identifications :
Cores shall be provided with the following colour scheme of XLPE insulation
1. Single Core : Green yellow for earthing.
2. Two Cores : Red and Black, Blue & Black,
Yellow & Black.
3. Three Cores : Red, Yellow & Blue
4. Four Core : Red, Yellow, Blue & Black
RURAL ELECTRIFICATION CORPORATION LTD
65 | Page
d) Selection of Cable:
1. Cables sizes shall be selected considering the current carrying capacity, voltage drop, maximum short circuit duty and the period of short circuit to meet the present and future anticipated loads.
2. While deciding cable sizes, the derating factors for type and depth of laying, grouping, ambient temperature, ground temperature and soil resistivity shall be taken into account.
2.2 STANDARDS :
The following standards and rules shall be applicable.
IS 1554
PVC insulated (heavy duty) electric cables Part I for
working voltages upto and including 1100 V.
IS 7098
XLPE insulated PVC Sheathed Electrical cables for
working voltage 1.1KV.
IS 8130
Conductors for insulated electric cables and flexible
cords.
IS 3961
Recommended current ratings for cables:(Part 2)
IS 5831
PVC insulation and sheath of electric cables.
The individual cores shall have continuous numbering of the core all along its length and
also be provided with identification ferrules at both ends. Individual control cables shall
have 20% spare cores.
FRLS cables shall be used for fire protection system controls to prevent flame
propagation, smoke reduction and to avoid toxic gas emission in the event of a fire.
FRLS compound shall be tested rigorously for oxygen index as per ASTM D2863, acid
gas generation to IEC 754-1, smoke density to ASTM D 2843 and flammability SS 424
1475 class F3, IEEE 383 and IEC 332-1.
Manufacturer's name, ISI Mark, cable size and type shall be clearly embossed at regular
intervals on all cables.
2.3 INSPECTION :
All cables shall be tested inspected at manufacturers works. However upon receipt at
site cables shall be checked for physical damages during transit.
RURAL ELECTRIFICATION CORPORATION LTD
66 | Page
2.4 JOINTS IN CABLES :
The contractor shall take care to see that all the cables received at site are apportioned
to various locations in such a manner as to ensure maximum utilisation and avoidance of
straight cable jointing. This apportioning shall be got approved by the owner /
Consultant before the cables are cut to lengths.
Where straight joints in cable are unavoidable, the use and location of such straight joints
shall be got approved by owner/Consultant.
2.5 JOINTING BOXES FOR CABLES :
Cable joint boxes shall be of appropriate size, suitable for XLPE insulated armoured
cables of particular voltage rating.
2.6 CABLE TRAY SPECIFICATION :
2.7 GI Cable tray shall be manufactured to comply with the specifications of National
Electrical Code (NEC) and National Electrical Manufacturer's Association (NEMA).
Cable trays shall be of steel as per IS 226 and galvanised and the thickness of
galvanization shall be not less than 80 microns.
Cable trays shall generally be of the following type :
i. for power cables of medium voltage and high voltage - ladder type with slotted
channel.
ii. for control cables and extra low voltage cables - perforated sheet steel type.
Perforated cable trays shall be generally of channel type and the perforations in the trays
shall be either 8 x 15mm or 10 x 20 mm oval holes. Control cables, extra low voltage
cables and instrument cables shall be laid on perforated cable trays.
Ladder type cable trays shall be made out of hot dip galvanized M.S. Sheet 2 mm thick.
The size of the side channel/rails shall be 75x20x2mm hot dip galvanized M.S. Sheet.
The size of the rungs shall be 35x15x2 mm hot dip galvanized M.S. sheet. The pitch of
the rungs shall not be more than 250mm centre to centre. Rungs shall be welded to the
side rails as per requirement.
RURAL ELECTRIFICATION CORPORATION LTD
67 | Page
Cable trays shall be of standard sizes:
Length 2500 mm
Width 150/300/450/600/900/1000mm as required
Flange of perforated tray 75 x 2 mm for sizes more than 450 mm and 40 mm x 2 mm for
sizes 450 mm or less than 450mm.
Rail/Flange of ladder type tray 75 x 20 x 2 mm
Cable trays shall be hot dip galvanized; the thickness of galvanizing shall be not less
than 80 microns. Quality of zinc used for galvanizing shall be 98.8% purity.
2.8 Accessories for Cable Trays
Following accessories of cable trays, as required, shall be supplied with the cable trays.
Coupler plates
Circular bends - Horizontal and Vertical.
Tees - Horizontal and Vertical.
Reducers
4-way cross
Tray covers
Fasteners.
Accessories also shall be galvanised, thickness of galvanising being not less than 80
microns.
3.0 WIRING SYSTEM:
3.1 SCOPE:
The scope of work under this section covers supply and wiring for lights, fans, exhaust
fans, call bells, fan coil units, geysers and power sockets etc., The wiring shall generally
be done using FRLS PVC insulated copper conductor wires in M.S./PVC conduits as
called for including providing switches, sockets, plug tops, electronic fan regulators,
outlet boxes etc.
3.1 POINT WIRING FOR LIGHTS, FANS, EXHAUST & 5 AMPS CONVENIENCE
SOCKETS:
A point wiring shall consist of the branch wiring from the distribution board together with a
switch/electronic fan regulator as required, including providing conduit & accessories,
pendant holder or a swan holder, or ceiling fan hook box or socket tc., with suitable
termination. A point wiring shall include, in addition, the earth continuity conductor/wire
RURAL ELECTRIFICATION CORPORATION LTD
68 | Page
from the distribution board to the earth pin/stud of the outlet/switch box/ light fitting & fans
& all other such non current carrying metals shall be earthed and to the outlet points. No
tee jointing or looping of wires shall be done any anywhere except at a switch box or a
light fitting or a plug socket outlet.
The point wiring shall be carried out in the under mentioned manner :
3.1.1 Supply, installation, fixing of conduits and Steel wire/ G.I. pull wire with necessary
accessories, junction/pull/ inspection/switch boxes and outlet boxes/Fan hook box etc.
However Switches, Switch plates & switch boxes are not required for the lights which
are controlled directly from the MCB DB's.
3.1.2 Supplying and drawing of wires of required size including earth continuity FRLS PVC
insulated wire.
3.1.3 Supply, installation and connection of flush type switches, sockets, cover plates, switch
plates & fixing fan regulator, lamp holder, ceiling rose etc.,
3.1.4 The point shall be complete with the branch wiring from the distribution board to the
outlet point, through switch board, conduit with accessories, junction, pull/inspection
boxes, control switch, socket, outlets boxes, ceiling roses, lamp holder, connector,
extension cord wire, G1 flexible conduits and its accessories etc.
3.2 POINT RATE:
For the purposes of installation the rate for point wiring shall include the following:
i) Circuit Main
ii) Point Wiring.
And for the purpose of measurements and payments the points shall be designated as
follows:
i) One light point controlled by one switch/MCB.
These points are light/fan points of any length from the distribution boards via switch to
the first point. i.e. this includes circuit wiring also in its scope which will not be paid
separately.
ii) Subsequent / loop light points controlled by one switch/MCB.
These point include wiring for first point as mentioned above and subsequent
points looped from the first point (mentioned above) to next light points and are
controlled from the same switch / MCB as the first point.
a) The Circuit Main:
The circuit main for lights/fan/6A sockets (where 6A sockets connected to light circuit)
shall include the wiring from the MCB distribution boards upto the first switch/light
point/fan point. The scope of work shall include the following:
RURAL ELECTRIFICATION CORPORATION LTD
69 | Page
i) Supply and wiring in concealed/surface conduit from DB's to first switch/light/fan
point.
ii) Providing FRLS PVC insulated copper conductor earth wire.
iii) Providing Steel/G.I. fish wire (pull wire) in the conduit.
iv) Termination of wires in DB's & switches using proper tinned copper lugs of
soldering/crimping type.
v) Providing necessary pull/junction boxes where necessary. vi) Identification of circuits shall be done with ferrule nos.
b) Point Wiring:
The point wiring shall include supply, installation, connection, testing and commissioning
of point wiring in conduit. The exact scope of work included in the point wiring is
enumerated as stated below :
i) Wiring from the first switch/light/fan point, where the circuit main is terminated to
the various lights/fans/sockets (where 6A sockets connected to light circuit loop),
and then looping between the switches/lights/fans/6A sockets etc.
ii) Providing all necessary switches, switch plates, sockets,outlet
boxes/pull/junction/fan hook boxes etc.
iii) Providing insulated earth continuity wire with each circuit in the conduit along with
the wiring system.
iv) Providing G.I. fish wire (pull wire) in the conduits.
v) Providing & installing lamp holders where ever necessary.
vi) Providing FRLS PVC insulated, PVC sheathed flexible three core 2.5 sq.mm
extension cords including flexible conduits from outlet points mounted at false
ceiling point to the light outlet.
NOTE:
The point shall be measured in nos/sets/group of lights controlled from DB as mentioned in the
BOQ.
c) Wiring for 6/16 Amps Power Sockets for Equipment Wiring
The work for wiring of 6A/16A sockets and wiring for power outlets shall include
following:
i) Supply & installation of conduits from DB (concealed/ surface) with its
accessories up to the 6/16 A power point in required size of conduit.
ii) Wiring from DB to the 6/16 A power point including earth wire of specified size.
RURAL ELECTRIFICATION CORPORATION LTD
70 | Page
iii) Supply and installation of the socket outlet with outlet boxes of approved make
and Control switch of approved make.
All 6/16 A, power socket outlets shall be measured in numbers.
3.3 SYSTEM OF WIRING:
Unless otherwise mentioned on the drawings, the system of internal wiring shall be as
follows:
The system of wiring shall consist of single core, FRLS PVC insulated, 1100 Volt grade,
stranded copper conductor wires/cables laid through concealed or exposed MS conduits
as mentioned elsewhere or as directed by owner /Consultant.
4.0 LED LIGHT FIXTURES:
4.1 SCOPE :
Scope of work under this section shall include supply inspection/testing at
suppliers/manufacturer's premises at site, receiving at site, safe storage, transportation from
point of storage to point of installation, erection and commissioning of LED light fittings,
fixtures and accessories REQUIRED including all necessary supports, brackets, down rods
and painting, punning repairs etc complete as required including 3 year warrantee &
guarantee of the fixtures.
4.2 STANDARDS :
The lighting and their associated accessories such as lamps, reflectors, housings, ballasts
etc., shall comply with the latest applicable standards, more specifically the following:
Electric light fittings General and safety requirements - IS - 1913.
Industrial lighting fittings with metal reflectors - IS - 1777
Decorative lighting outposts - IS - 5077
Flood Lights - IS - 10322
(Part-5, Section 5)
Luminaries for street lighting - IS - 10322 (Part 3)
Bayonet lamp holders - IS - 1258
Bi-pin lamp holders for tubular- fluorescent lamps - IS - 3323
Ballasts for use in fluorescent light fittings - IS - 1534
Starters for fluorescent lamp - IS - 2215
Ballast for HP MV lamps - IS - 6616
RURAL ELECTRIFICATION CORPORATION LTD
71 | Page
Capacitors for use in fluorescent, HPMV & LP
sodium Vapour lamps circuits
IS-1569
Tubular Fluorescent lamps - IS - 2418 (Part I)
High pressure mercury vapour lamps - IS - 9900 (Part I)
Tungsten filament general electric lamps IS - 418
4.3 LIGHT FITTINGS-GENERAL REQUIREMENTS :
a) Fittings shall be designed for continuous trouble free operation under atmospheric
conditions without reduction in lamp life or without deterioration of materials and
internal wiring. Outdoor fittings shall be weather - proof and rain proof.
b) Fittings shall be so designed as to facilitate easy maintenance including cleaning,
replacement of lamps/ starters etc.
c) All fittings shall be supplied complete with lamps. All mercury vapor and sodium
vapor lamp fittings shall be complete with accessories like ballasts, power factor
improvement capacitors, starters, etc. Out door type fittings shall be provided with
weather proof boxes.
d) Fluorescent lamp fittings shall be complete with all accessories like ballasts, power
factor improvement capacitors, starters capacitors for correction of stroboscopic
effect.
e) Each fitting shall have a terminal block suitable for loop-out connection by 1100 V
PVC insulated copper conductor wires upto 4 sq.mm. the internal wiring should be
completed by the manufacturer by means of standard copper wire and terminated
on the terminal block.
f) All hard wares used in the fitting shall be suitably plated or anodized and passivated.
g) Earthing Each lighting fitting shall be provided with an earthing terminal. All metal or
metal enclosed parts of the housing shall be bonded and connected to the
earthing terminal so as to ensure satisfactory earthing continuity throughout the
fixture.
h) Painting/Finish All surfaces of the fittings shall be thoroughly cleaned and degreased
and the fittings shall be free from scale, rust, sharp-edges, and burrs.
i) The housing shall be stove-enamelled or anodised as required. The surface shall
be scratch resistant and shall show no sign of cracking or flaking when bent through
90 deg. over 12 mm dia mandrel.
4.3.1 Decorative Type Fittings:
RURAL ELECTRIFICATION CORPORATION LTD
72 | Page
Decorative fluorescent fittings shall be provided with mounting/housing channel cum
reflectors of CRCA sheet steel. Stove enameled diffusers or louvers shall be translucent
white polystyrene.
4.3.2 Accessories for Light Fittings Reflectors :
The reflectors shall be made of CRCA sheet steel/aluminium /Silvered glass/Chromium
plated sheet copper as required. The thickness of reflectors shall be as per relevant stand-
ards. Reflectors made of steel shall have stove enamelled/ vitreous enamelled/epoxy
coating finish. Aluminium used for reflectors shall be anodised/epoxy stove enamelled
/mirror polished. The finish for the reflector shall be as specified. The reflectors shall be
free from scratches / blisters and shall have a smooth and glossy surface having optimum
light reflecting coefficient. Reflectors shall be readily removable from the housing for
cleaning and maintenance without use of tools.
4.4 INSTALLATION :
4.4.1 The light fixtures and fittings shall be assembled and installed in position complete and
ready for service, in accordance with details, drawings, manufacturer’s instructions and to
the satisfaction of the REC /Consultants. Pendent fixtures specified with overall stem
lengths are subject to change and shall be checked with conditions on the job and installed
as directed. All suspended fixtures shall be mounted rigid and fixed in position in
accordance with drawings, instructions and to the approval of the Owner/Consultants.
Fixtures shall be suspended true to alignment, plumb level and capable of resisting all
lateral and vertical forces and shall be fixed as required.
4.4.2 All suspended light fixtures, fans etc, shall be provided with concealed suspension
arrangement in the concrete slab/roof members. It is the duty of the Contractor to make
these provisions at the appropriate stage of construction. Exhaust fans shall be fixed at
location shown on drawings. They shall be wired to a plug socket outlet at a convenient
location near the fan. All switch and outlet boxes, for fans and light fittings shall be
bonded to earth. The recessed type fixtures shall not be supported into the false ceiling
frame work. This shall have independent support from the socket of ceiling using conduit
down rods/steel chain with provision for adjusting the level of fitting. Wires shall be
connected to all fixtures through connector blocks. Wires brought out from junction
boxes shall be encased in flexible pipes for connecting to fixtures concealed in
suspended ceiling. The flexible pipes shall be check-nut to the junction box with a brass
bush. Double check nut at the fixture and flexible pipes, wherever used shall be of make
and quality approved by the owner/Consultants.
5.0 DATA/ INTERNET & TELEPHONE WIRING SYSTEM FOR 140 WORK STATIONS:
5.1 SCOPE :
This section relates to specification for the supply, installation, testing & commissioning of
works included in electrical section for data/ internet & telephone system.
The scope of work included in this section is as follows :
RURAL ELECTRIFICATION CORPORATION LTD
73 | Page
a) Supply and installation of cables/wires G.I. fabricated perforated cable trays /
raceways for laying data / internet & telephone cables from the server room/
telephone exchange room.
b) Providing & installing cable ladders in the data / internet, telephone vertical duct
c) Providing & installing MS conduits /GI flexible conduit run from corridor to Guest
room to connect between cable tray/raceway & the telephone tag block.
d) Providing conduits for data telephone wiring in the public areas with G.I. fish wire.
e) Providing & installing G.I. moulded boxes including plug in type telephone outlets.
f) Providing & installing pipe sleeves for incoming lines into the EPABX room if
required.
5.2 CONDUITING :
a) All concealed /surface installation including the conduit run above the false ceiling
space shall be heavy gauge black enameled MS Conduit. The specification for
materials & installation shall be same as described in electrical section. All relevant
clauses are applicable for telephone system as well. The conduit for telephone
system shall be installed minimum 1 feet away from the power conduit. Care shall
be taken so that no telephone conduit is run in parallel to Electrical conduit in close
proximity. Wherever telephone conduits cross power conduits, they shall be at right
angle, to each other. All telephone conduits shall be earthed.
Size of Cable Conduit Size
CAT – 6 single cable 25 mm
Above 5 pair up to 10 pair
Single cable 32 mm
Above 10 pair up to 20 pair
Single cable 32 mm
2 Nos. 2 pair 25 mm
3 to 5 Nos, 2 pair 32 mm
6 to 10 Nos, 2 pair cable 32 mm
The size of conduit shall depend upon no. of wires cables to be drawn. However
minimum size of conduits shall be 25 mm.
5.3 CABLE TRAYS:
The specification & installation method described in the other section of electrical
specification shall be applicable.
RURAL ELECTRIFICATION CORPORATION LTD
74 | Page
6.0 CONDUITING FOR STRUCTURED CABLING FOR LOCAL AREA NETWORK (LAN)
SCOPE OF WORK:
To supply, deliver, install, test and commission the proposed structured cabling system.
a. Supply & installation of black enameled MS conduits as specified in drawing for
LAN.
b. Providing and installation GI moulded boxes
LIST OF MAKE FOR CIVIL WORKS
S.NO.
ITEMS APPROVED MAKE
1 GREY CEMENT ACC, LARSEN & TOUBRO, GUJARAT AMBUJA, J.K,BIRLA; ULTRA TECH, JAYPEE.
2 WHITE CEMENT JK, BIRLA WHITE 3 WALL PUTTY BIRLA, J.K
4 REINFORCEMENT/STRUCTURAL STEEL SAIL,TATA,RATHI STEEL
5
ANTI-TERMITE TREATMENT PEST CONTROL INDIA LTD, PEST CON
INDIA, PEST CONTROL
INCORPORATED. 6 CONCRETE ADDITIVE KRYTON, CICO, FAIRMATE, PIDILITE 7 PRELAMINATED FLUSH DOORS/
SHUTTERS GREENPLY, DURO, CENTURY , SONEAR , MAYUR
8 FLUSH DOORS / SHUTTERS GREENPLY, DURO, CENTURY , MARINO
9 PLYWOOD / BLOCK BOARD / SOFT
BOARD GREENPLY, CENTURY, SONEAR , MAYUR
10 PRELAMINATED PARTICLE BOARD NOVAPAN, GREEN LAM, MARINO,SONEAR
11 LAMINATES FORMICA , CENTURY, GREEN LAM, EURO, ASIS
12 MDF BOARD DURO, MERINO, GREENLAM, CENTURY, KITPLY,
13 ADHESIVE FOR WOOD WORK DUNLOP, FEVICOL, PIDILITE. 14 POLYRETHANE SEALANT KRYTON, PIDLITE, FAREMATE,
15 POLYETHELENE BOARD/ BACK UP
ROD SUPREME INDUSTRIES , FINOLEX
16 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDOALUSIS (MAHAVIR.)
17 STAINLESS STEEL JINDAL OR EQUIVALENT 18 STAINLESS STEEL RAILING OZONE, DORMA,KITCH 19 EXPANSION/ FASTNERS FISHER, HILTI, ANCHOR 20 FLOAT GLASS / TOUGHENED GLASS SAINT GOBAIN, AIS GLASS 21 CERAMIC TILES KAJARIA , SOMANY, ORIENT, VARMORA 22 VITRIFIED TILES KAJARIA, SOMANY,ORIENT , VARMORA, 23 ROOF TILES ORIENT OR EQUIVALENT
RURAL ELECTRIFICATION CORPORATION LTD
75 | Page
24 EXTERIOR WALL TILES ORIENT , PAVIT , ULTRA DESINGER TILES
25 INTERLOCKING TILES / GRASS PAVER BLOCKS
INTERLOCKING TILES / GRASS PAVER BLOCKS
26 TERRAZZO TILES NITCO, MODERN, HINDUSTAN.
27 CEMENT CONCRETE TILES ULTRA, EUROCON, NITCO, ACRETE.,UNISTONE
28 SYNTHETIC ENAMEL PAINTS
BERGER (LUXOL GOLD), ASIAN (APCOLITE), ICI DULUX
29 OIL BOUND DISTEMPER ASIAN PAINT, BERGER (BISON), NEROLAC
30 CEMENT BASED PAINT SNOWEEM PLUS, BERGER (DUROCEM EXTRA).
31 PLASTIC EMULSION PAINT ICI, ASIAN, ULTRATECH (ULTRASILK)
32 OTHER PAINTS / PRIMERS ICI DULUX, ASIAN, BERGER, NEROLAC, ULTRATECH
33 PAINTS BERGER, ASIAN PAINTS, ICI, ULTRATECH, NEROLAC
34 SURFACE TEXTURE PAINT (EXTERIOR) SPECTRUM , HRITAGE ,
UNITILE,ULTRATECH
35 SURFACE TEXTURE PAINT (INTERIOR) ASIAN PAINT,ULTRATECH,BERGER
36 DOOR / WINDOWS PATCH FITTINGS EBCO , GODREJ, DORMA, OZONE.
37 LOCKS EBCO, GODREJ, HARRISON,DOORSET
38 WARDROBE/ CUBBOARDS HANDELS EBCO, GODREJ, HETTICH , OZONE , DORMA
39 NON METALLIC HARDENER
COMPOUND
CICO,PIDILITE
40 POLYSULPHIDE SEALANT PIDILITE, FORROC.FAIRMATE
41 PAVEMENT TILES PAVIT, ULTRA DESIGNER TILES , SUPER TILES
42 MS PIPE JINDAL (HISAR), PRAKASH, SURYA.
43 S.S. HINGES DORMA, HETTICH , OZONE , EBCO
44 M.S. HINGES GARG, ISI MARK ANY APPROVED MAKE
45 DOOR CLOSER DORMA, INDOBRASS, OZONE, HARDWYN, EVEREST
46 METAL FALSE CEILING(ANTIBACTERIAL / ANTI FUNGAL
ARMSTRONG,FRAMELINE
47 SILICON SEALANT DOW CORNING, GE BAYER, WICKER
48 PAD LOCKS HARRISON, LINK, DOORSET
49 FIRE DOORS GODREJ, RADIENT STAFF FIRE DOORS
50 PVC DOOR FRAMES /SHUTTERS FENESTA, NCL
51 METAL (GI) SHEET ROOFING TATA BLUESCOPE, SAIL, JINDAL, LLOYD
52 POLYCORBONATE ROOF SHEETING GE PLASTIC, DANPALON, POLYGAL 53 FLOOR SPRING DORMA, OZONE, HARDWYN, EVEREST 54
ROLLING SHUTTER RAMA, PRAKASH OR EQIVALENT
55 EXPANSION JOINT BOARD & ACCESSORIES
SUPREME INDUSTRUES, MARUTI
TECHNO RUBBER PVT. LTD
56 ALLUMINIUM COMPOSITE PANEL ALUCOBOND, ALSTRONG, FAMELINE
57 ASPHALT EMULSION STP / KARNAK, CHEMICAL CORPORATION
58 RUBBER GASKET BIS APPROVED QUALITY 59 POLYURETHANE PAINT MRF OR EQUIVALENT APPROVED
MAKE
RURAL ELECTRIFICATION CORPORATION LTD
76 | Page
60 WAX POLISH MEN’SSION, (RECKITT & COLMAN) 61 MELAMINE ICI DULUX, ASIAN, MRF 62 GYPSUM BOARD FALSE CEILING INDIA GYPSUM, LAFARGE, GYPROC 63 MINERAL FIBRE TILES CEILING ARMSTRONG, AMF, USG, GYPROC 64 LAMINATED WOODEN FLOORING PERGO, TARKETT, ARMSTRONG 65 VENETIAN BLINDS MAT CORNER,DÉCOR,VISTA
66 PVC FLOORING ARMSTRONG,FORBO
67 WOODEN PANNELING ARMSTRONG,FRAMELINE
68 ALUMINIUM LUOVERS DEXONE,FRAMELINE
69 GLASS MOSAIC TILES PAVIT,CORAL.
70 ANY OTHERS ITEMS ON APPROVAL OF ARCHITECT/CONSULTANT OR ENGINEER-IN-CHARGE
71 MODULAR FURNITURE GODREJ ONLY
NOTE
1. Wherever makes have not been specified for certain terms as equivalent makes referred, the
same shall be as per BIS and as per approved by Engineer- in- charge/Consultant.
2. Contractor shall be required to get the finishing items/modular furniture – chairs, tables, side tables, sofa, etc. Only
from Godrej make,to be approved in respect of their, finish, texture, colour & such parameters
LIST OF MAKE FOR PLUMBING WORKS
S.NO.
DESCRIPTION
APPROVED MAKE
1
VITREOUS CHINA SANITARYWARES SOMANY /PARRYWARE / CERA / HINDUSTAN
2
C. P. FITTINGS / FIXTURES
SOMANY/ JAQUAR / MARC / MAYUR
3
URINAL / W C FLUSHING SYSTEM SOMANY/ JAQUAR / MARC
4
FIRE CLAY SINK
SANFIRE / JOHNSON PEDDER
5
STAINLESS STEEL SINK
NIRALI / PARRY / FRANKE
6
BALL VALVES / NRV / STRAINER / PRV
CIM / LEADER / AUDCO / ZALOTO
7
G.I.PIPES - IS : 1239
JINDAL (HISSAR) / PRAKASH-SURYA
8
G.I.FITTINGS – IS : 1239
UNCO / R BRAND / UNIK / ZALOTO
9
C. I. PIPES AND FITTING (SAND CAST
IRON) - IS:1729 NECO / RIF / ABC / SKF / SRIF
10
C. I. PIPES (CLASS LA / A / B) - IS : 1536
ELECTROSTEEL / KESHORAM / HINDUSTAN /
NECO
11
D. I. PIPES - IS : 8329
ELECTROSTEEL / JINDAL
RURAL ELECTRIFICATION CORPORATION LTD
77 | Page
12 C. I. PIPES (CENTRIFUGAL CAST) - IS :
3989
NECO / JINDAL SUPREME
13
HDPE PIPES AND FITTINGS - IS : 4984 RELIANCE / DUROLINE / JAIN
14
S.W.PIPES / GULLY TRAPS - IS : 651
BURN / PERFECT OR I. S. I. MARKED
15
EWC PLASTIC SEAT COVERS
PARRYWARE / CERA / HINDUSTAN /
COMMANDER
16
PVC LOW LEVEL FLUSHING CISTERN PARRY - SLIM LINE / HINDUSTAN / CERA
17
PVC OVER HEAD WATER TANKS
SINTEX / PHENOLEX / ATUL GROUP
18
S S FLOOR GRATING / CLAMPS
CHILLY / HIGHTECH
19
SLUICE / BUTTERFLY / NON RETURN
VALVES
KIRLOSKER / LEADER / CIM / JALOT / VENUS /
IVC
20
RCC PIPES - IS : 458
INDIAN HUME PIPE / JAIN SPUN / DAYA SPUN
21 SUBMERSIBLE PUMPS For WATER
SUPPLY
KSB / GRUNDFOSS / WILO
22 MONOBLOCK PUMPS For WATER SUPPLY KIRLOSKER / CROMPTON
23
SEWAGE EFFLUENT PUMPS
KIRLOSKER / KISHORE / GRUNDFOSS / WILO
24
DEWATERING PUMPS
GRUNDFOSS / WILO / KSB
25 CPVC PIPES & FITTINGS FOR WATER
SUPPLY
ASTRAL / AJAY / ASHIRWAD
26 UPVC PIPES & FITTINGS FOR SOIL WEST
& VENT
SUPREME / FINOLEX / PRINCE
26 PPR PIPES & FITTINGS FOR WATER
SUPPLY
SFMC / VECTUS/ RELIANCE INDUSTRIES
27
ANY OTHER ITEMS ON APPROVAL OF ARCHITECT /
CONSULTANT OR ENGINEER-IN-CHARGE
1. Wherever makes have not been specified for certain terms as equivalent makes referred, the same
shall be as per BIS and as per approved by Engineer- in-charge/Consultant.
2. Contractor shall be required to get the finishing items/products approved in respect of their make,
finish, texture, color & such parameters, which are essential.
3. The samples or Cat. No. of all type of sanitary fixtures, C. P. fitting should be approved
before execution b y the consultant.
RURAL ELECTRIFICATION CORPORATION LTD
78 | Page
LIST OF MAKES FOR ELECTRICAL WORKS
S.NO DESCRIPTION MAKE
1. LT Panels Tricolite / Adlec / Ambit
2. MCB Distribution Boards Schneider electric/ L&T/ Legrand/
ABB/Mitsubishi
3. Moulded case Circuit Breaker Schneider electric/ L&T/ Legrand/
ABB/Mitsubishi
4. Miniature Circuit Breaker Schneider electric/Legrand/ ABB/Mitsubishi
5. Contactors and starters Schneider electric/ L&T/ ABB/Mitsubishi
6. Change over switches HPL/L&T
7. Fuses and fuse bases Schneider electric/ L&T/ Legrand/
ABB/Mitsubishi
8. PVC FRLS insulated copper wires Finolex/Polycab/KEI/Havells/Bonton/RR
Cable
9. Crimping type lugs Dowells
10. Cable Glands Dowells
11. PVC rigid conduits BEC/AKG/ Precision
12. M.S Conduits (ISI Mark) BEC/AKG/ Precision
13. Modular Switches, Sockets, Plugs etc. Legrand Mosaic/MK Blenze /North-West/L&T
14. Industrial sockets in sheet steel enclosure L&T /Schneider electric / Legrand
15. Light Fitting Philips /Wipro/Havells
RURAL ELECTRIFICATION CORPORATION LTD
79 | Page
16. Ceiling fans/Exhaust Fans CGL/alstom/Orient
17. Cable Trays / Raceways MEM/OBO/MK
18. Inverter Sukam / Microtek / Luminous
19. Telephone Wires/cables Skytone / Polycab/KEI / Havells
20. Data Cables / accessories Systimax / Amp/ Panduit/Laviton
21. Lightning Protection System LPI
22. Fire Alarm System System Sensor / Honey well
23. CAT6 Cable D-Link /Amp/Beldon/Excel/Avaya
24 CCTV Camera Honywell/Bosch/HikVision
25 Access Controller HID/ Bosch / Assa Abloy / Lenal
26 Card Reader HID/Johnson Control/Bosch
27 Electromagnetic Locks HID/ CISA / Faraday / Algatec
Note: . Any item not mentioned above shall be subject to approval by owners/consultant/Architect
S. No. Description Of Item
1 INTERIOR WORK Rs. 4744950
2 ELECTRICAL DATA/ INTERNET & TELEPHONE WORK Rs. 4336100
3 PLUMBING WORK Rs. 228720
4 FURNITURE WORK Rs. 2891100
6 CHAIRS,SOFA,T.V ETC Rs. 2606830
7 AIR CONDITIONING Rs. 186500
TOTAL
% Discount offered from
total value as mentioned
above
% Hike offered from total value as
mentioned above
Form-III
Financial Bid (To be submitted through online mode only)
PROFORMA OF SCHEDULE OF RATESREC/Estate/e-Tender/2016-17/ 01 Dated:23.02.2017
NAME OF THE COMPANY
Carrying out Interior Renovation Work of Office Space consisting of Furnishing, Electrical, Renovation and all allied
work of Office Space at 5th
and 6th
floor Core-5 & Ground floor Core 4 scope complex lodhi Road New delhi -110003
The price bid shall be submitted only in the above mentioned price Performa only.
Only Yellow cells need to be filled apropiately.
Bidder is requested to quote either percentage Discount or
percentage hike on total value mentioned above only
% discount or hike quoted by bidder shall be applicable to all item rates of all BoQs i.e
interior,plumbing,electrical,furniture,chairs& AC attached with this financial bid.
SUMMARY OF COST
AMOUNT
The price shall be submitted in same price bid format and price in other format shall be out rightly rejected.
Bidder does not have any right to question/litigate on any kind of evaluation. REC has complete right to select any
bidder/product.
14994200
Final quoted price by the bidder 14994200The price bid shall be opened only of those bidders who qualify in the technical bid.
S. No. Description Unit Qty Rate (Rs) Amount (Rs)1 Painting
a Providing three or more coats of oil bound washable
distemper of approved manufacture and shade to
walls/ ceiling applied evenly to give a uniform finish
including preparation of surface with approved oil putty
and a coat of approved cement primer as per
manufacturer's specifications including cost of
scaffolding,cleaning for all height complete. Price to
include surface preperation including base putty. All
work to the approval of the Architects
Sqm 1620 150 243000
Total 243000
2 POP Punning
a Puning in P.O.P. , in plum & line,to average thickness
of 1/3", over walls & celings.over odd and new
plasterwork, including preparing surface by scrubbing
& 'Takai', to ensure proper adhesion of P.O.P.
Sqft 17450 25 436250
Total 436250
3 False Ceiling
a Providing and fixing 15mm thick of approved texture
with required groove approved by architect false
ceiling tiles of (Armstrong) of size 600x600mm in
true horizontal level suspended on inter locking metal
grid of hot dipped galvanised steel section (galvanised
@ 170 gms/sqm.) consisting of main T runner suitably
spaced at joints to get required length and of size
24x38 mm made from 3mm thIck. sheet spaced at
1200mm c/c and cross T of 24x25 mm made of .3mm
thIck. sheet 1200mm long spaced between main T ant
600mm c/c to form a grid of 1200x600 and a
secondary T of length 600mm of size 24x25 made of
.3mm thck. sheet to be interlocked at middle of the
1200x600mm panel to form a grid of 600x600mm
and laying of 16mm thck. mineral fiber ceiling tiles of
approved texture in the grid including where ever
required cutting/making opening for services like
difusers, A.C grills, light fixture,smoke dectoters
etc.Main T runner to be suspended from ceiling using
G.I slotted cleats fixed to the ceiling with 6mm
dia.and 50mm long dash fasteners. Made by-
armstrong. Basic Rate:Rs.92/Sqft including installation.
Sqm 265.00 1350 357750
b Providing and laying POP false ceiling (chicken wire
mesh with frame) with complete all works. (POP Bag-
J.K lakshmi etc.) as per detailed drawing.
Sqm 190 1350 256500
Total 614250
( Bill of Quantities Interior )
B.O.Q For REC Offfice Interior Work For 5th & 6th Floor Core 5 & Ground floor
Core 4, Scope complex New DELHI
S. No. Description Unit Qty Rate (Rs) Amount (Rs)
4 Door work
a Providing and fixing Sliding Sensor Door in position
with 12 mm thk Toughened Clear Glass in partition
panels by using various glass fittings of approved
make (DORMA) to be fixed with necessary fittings
finished without giving any load on the false ceiling by
using necessary hardware of Dorma make what ever
necessary and required numbers to complete the job
in all respect. Rate including cost of door approval
hardware such as patch fitting lock, etc of approved
make.All complete as per detail drawing, as specified
and as directed by Architect / Consultant /Project - In -
Charge.
Sqft 210.00 4500 945000
b Providing & fixing 12mm saftey glass with powder
coating aluminium work for glazing as per approved
sample with 7x7 mm double tape & structural sealant,
weather selant,bracket rod & setting block with
complete all the work as per detail drwg.
Sqm 30.00 14550 436500
Total 1381500
5 Brick Work
a Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level in all shapes and
sizes in :Cement mortar 1:6 (1 cement : 6 coarse
sand) (230mm thick) Cum 5 6200 31000
Total 31000
6 Tile Work
a Providing and laying vitrified floor tiles laid on 20 mm
thick cement mortar 1:4 (1 cement : 4 coarse sand)
including grouting the joint with white cement and
matching pigments etc.with skirting complete work
(Size of Tile 600x600 mm) (basic rate:Rs60 sqft)
approved by architect & complete in all respects as per
drawing. Sqm 241 1650 397650
b Providing and laying Ceramic floor and wall tiles in
toilet ,laid on 20 mm thick cement mortar 1:4 (1
cement : 4 coarse sand) including grouting the joint
with white cement and matching pigments etc.with
skirting complete work (Size of Tile 300x300 mm)
(basic rate:Rs 40 sqft) approved by architect &
complete in all respects as per drawing.Sqm 50 850 42500
Total 440150
7 Plaster Work
a Providing and applying 15 mm thick cement plaster of
mix 1:6 (1 cement : 6 coarse sand) for wall complete
with all work curing,including scaffolding etc.Sqm 150 380 57000
Total 57000
8 PCC Work
a 75 mm thk. PCC mix 1: 4 : 8 (1 Cement : 4 Coarse
Sand : 8 Aggregate) under floor,footing,plith beam etc.
Cum 4 4500 18000
Total 18000
9 Blinds Work
S. No. Description Unit Qty Rate (Rs) Amount (Rs)
a Providing and fixing roller Blinds Luxafelx / of approved
shade. The blinds to be fixed and commissioned as
per manufactures specification. All complete as per
detail drawing, as specified and as directed by
Architect / Consultant /
Project - In - Charge.
Sqm 477.00 1900 906300
Total 906300
S. No. Description Unit Qty Rate (Rs) Amount (Rs)
10 Brick Work
a Half brick masonry including providing and placing in
position 2 Nos. 8mm dia M.S. bars at every third
course of half brick masonry with common burnt clay
F.P.S. (iron modular) bricks of class designation 7.5
Cement mortar 1:4 (1 cement : 4 coarse sand)
Sqm 100 900 90000
Total 90000
11 Dismantling Work
a Dismantle of floor,walls.partitions etc. including
transportation of debris(wherever required on 5th and
6th floor in core-5 and reception area in core-4)
Lumpsum 100000
12 Repair work
a repair of damaged gysum false ceiling due to fixing of
electrical fixure ,grid ceiling item etc
sqm 80 2000 160000
b repair of old damaged external MS window ,installation
of damaged glazing,hardware etc.
sqm 100 500 50000
13 Providing and fixing of heavy duty door closure No 25 5400 135000
14 (Partition work)
Providing & fixing wooden pillar with 7mm thoughened
clear glass complete all work as per dwrg.
Sqm 15 5500 82500
Total 527500
Grand Total 4744950
Total Amount 4744950
S. No. Description Unit Qty Rate Amount
1 INTERNAL PLUMBING WORKS
I SANITARY FIXTURES
1.01
Providing and fixing white vitreous china wall hung
European type water closet with C.P. bolts, nuts, C.I. chair
or other hanging arrangement, with concealed low level
dual - flushing cistern with internal fittings, white solid
plastic seat and cover with lid, C.P. brass hinged, rubber
buffers, with accessories, C.I/M.S. brackets painted with
two coats of enamel paint of approved shade over a coat of
primer, C.P. brass screws and wooden cleats, including
cutting and making good the walls and floors wherever
required.Hindware (CAT No. 92092 ,Starwhite and
Concealed Cistern Body Model No.-Concealo 80 mm
Push Plate Model No. cute) for Director Toilet.
Each 1 16 000 16 000
1.02
Providing and fixing white vitreous china wall hung
European type water closet with C.P. bolts, nuts, C.I. chair
or other hanging arrangement, with concealed low level
dual - flushing cistern with internal fittings, white solid
plastic seat and cover with lid, C.P. brass hinged, rubber
buffers, with accessories, C.I/M.S. brackets painted with
two coats of enamel paint of approved shade over a coat of
primer, C.P. brass screws and wooden cleats, including
cutting and making good the walls and floors wherever
required.Hindware (CAT No.20040 (P-22.2),Starwhite
and Concealed Cistern Body Model No.-Concealo 80
mm Push Plate Model No. cute) for Common Toilet.
Each 1 11 500 11 500
1.03Providing, Fixing white vitrous china flat back urinal with
automatic flushing systems comprising of all plumbing, Each 1 10 500 10 500
1.04
Providing and fixing white vitreous Italian Collection
Starwhite china flat back or wall corner type lipped front
urinal basin of 430x260x350 mm or 340x410x265 mm sizes
respectively with 15 mm Urinal spreader size 95x69x100
mm with 1/2" BSP thread and shapes with urinal cock of
approved quality and colour complete with waste coppling.
Hindware (Urinal CAT No.:60002 ) for common toilet.
Each 2 6 500 13 000
1.05
Providing and fixing urinal glass partition of size (mm)
900x450x8 (thick) app. size, fixed with expandable anchor
fasteners with C.P. brass bolts and washers, embedded in
wall with anchor and set in cement concrete complete
including cutting and making good the walls wherever
required.(JAQUAR make Model -1810-UC or Equivalent.)
Each 4 2 500 10 000
1.06 Providing, Fixing, testing and commissioning of white Each 4 8 500 34 000
1.07
Providing, Fixing, testing and commissioning of white
vitreous china under counter wash basin with CP brass
waste assembly, complete. Hindware ( CAT No: 10080
(58x43) for common toilet.
Each 1 4 500 4 500
B.O.Q For REC Offfice Interior Work For 5th & 6th Floor Core 5, Scope complex New
DELHI
( Bill of Quantities Plumbing )
1.08
Fixing C.P. brass single lever basin mixer with spout of
required size with 375mm long copper connection and
brass bush including cutting and making good the walls
wherever required,(HINDWARE make CAT No.F130010 or
Equivalent.).
Each 6 2 537 15 222
1.09
Providing and fixing Salem Stainless Steel A ISI 304 (18/8)
kitchen sink without drain board as per IS: 13983 with CI
brackets and stainless steel waste with plug 40mm
including painting of fittings and brackets, cutting and
making good the walls wherever required. NEELKANTH
make(model- King 2620).
Each 2 6 500 13 000
1.10
Providing and fixing wall mounted single lever sink mixer
with swinging spout complete, including cutting and
making good the walls wherever required.(HINDWARE
make CAT No.F110020 or Equivalent.).
Each 2 2 892 5 784
1.11
Providing and fixing, testing and commissioning of hand
shower (Health Faucet) with 1m long easy flex tube in
chrome finish & wall hook etc. complete. (KEROVIT make
Model- KA580002).
Each 2 1 236 2 472
1.12
Providing and fixing C.P. brass angle valve for basin of
approved quality conforming to IS 8931 a) 15 mm nominal
bore.(KEROVIT make Model-211003-CP).
Each 6 1 204 7 224
1.13
Providing and fixing ABS body 0.5litre liquid soap dispenser
with simple push lever fitted with liquid soap (one time)
including cutting and making good the walls, wherever
required. (JAQUAR make Model -ACN-CHR-1135N).
Each 1 1 407 1 407
1.14
Providing, Fixing satin finish stainless steel AISI 316 grade
wall mounted toilet paper holder including cutting and
making good the walls complete. ( KEROVIT make Model-
KA930007).
Each 6 942 5 652
1.15
Providing and fixing C.P. brass towel ring fixed to wooden
cleats with C.P. brass screws including cutting and
making good the walls wherever required.
Each 1 953 953
1.16
Providing & Fixing hand drier of best quality, to be operated
with 230 volts, single phase, with fully hygienic condition,
with all accessories including cutting and making good the
walls, wherever required.( Basic Price-11000)
Each 2 12 500 25 000
1.17
Providing and Fixing straight / offset type flexible single
body push fit type WC pan connector of MULTIKWIK/
MACALPINE UK with integral single mould sealing fins
made of flexible EVA body to be fixed with manufacture
supplied grease, including rubber bush / adaptor for use
with C.I pipe as supplied with the pan connector.
Each 1 950 950
Total C/F to Summary 1 77 164
IV INTERNAL WATER SUPPLY
4.01
Providing and fixing chlorinated polyvinly chloride (CPVC)
CTS SDR 11 hot & cold water pipes conforming to IS
capable to withstand 27.6 kg/cm² at room tempreature
water and 7.03 kg/cm² at 82°C and all fittings of CPVC
SDR 11 like elbow, tee, reducers, couplers, brass threated
male & female (adapoters, elbow, tees). The pipe fitting
joining to be done with solvent cement as per
manufacturers specifications & recommendations. The
above includes chaise cutting fixing of pipes fittings testing
of assembley and finally making good the wall to the
satisfaction of Engineer in charge.
a) 15mm nominal outer dia, CTS pipe (15.90mm OD) Metre 10 293 2 930
b) 20mm nominal outer dia, CTS pipe (22.20mm OD) Metre 10 414 4 140
c) 25mm nominal outer dia, CTS pipe (28.60mm OD) Metre 20 466 9 320
d) 32mm nominal outer dia, CTS pipe (34.90mm OD) Metre 40 505 20 200
4.02
Providing and fixing thermal insulation tubing for hot
water pipes (exposed/chases/burried locations), a
elastomeric flexible material having hermetic blister closed
cell structure of expanded synthetic rubber over pipes of
following nominal bores and thickness including all required
accessories, protection as per manufacturer's
recommendations, complete in al respect.
9 mm thick (for hot water pipes dia)
a) 15 mm dia. Mete
r75 20 1 500
b) 20 mm dia. Mete
r50 10 500
4.03
Providing & fixing brass ball valve with hard chrome plated
ball inside PTFE (Teflon) seat & ring with chrome plated
centre handle with female BSP threads complete:in all
respects.
a) 15 mm dia Each 4 329 1 316
b) 20mm dia Each 2 519 1 038
c) 25mm dia Each 8 733 5 864
d) 32 mm dia Each 4 1 187 4 748
Total C/F to Summary 51 556
Total Amounts 2 28 720
shall be as per approved makes and prior approval of REC/Architect is required before finalisation of any
material.
Rate Amount
Rs. Rs.
1 INTERNAL WIRING
1.1 Supplying, wiring, testing and commissioning for lights, ceiling
fans, exhaust fans and 6 A socket outlets (where 6 A socket
connected to lighting circuit) using 1.5 Sqmm. stranded copper,
1100 volts grade, FRLS PVC insulated wires drawn through, black
enamelled, MS conduit including laying of conduits in a
concealed/ surface manner using necessary conduit accessories,
junction boxes, switch outlet boxes, switch plates, bends, collars,
clamps, ceiling roses, 6/16 A, one way/ Two way switches, fan
regulator boxes, etc. shall be flush mounted in brick wall or in the
built up furniture or on the surface of wall for surface installation
complete as required.
The rate for point wiring (using 1.5 Sqmm 1100 V grade FRLS
PVC insulated copper wires ) shall include the circuit wiring
(using 1.5 Sqmm, as mentioned in circuit distribution
diagram, 1100V grade FRLS PVC insulated copper wires) from
the DB up to the first light/fan/6A convenience socket outlet
control switch on wards to light/ chandelier/fan then the looping
between switches /lights/fans/ 6A socket etc. The circuit wiring
will not be paid separately.
Also the rate shall include earthing of each light, fan outlet boxes,
switches, switch plates, switch control boxes, 6A sockets using 1.5
Sqmm copper, FRLS PVC insulated wires and flexible conduit
from junction box to the fitting as required.
Cove lighting in an area shall be considered as one primary light
point only. No secondary points shall be considered for cove
lighting.
a) Primary light point i.e. one light controlled by one switch or first
light in the group in which more than one lights are controlled by
one switch. Nos. 100 1400 140000
b) Secondary light points (Looped light point) Nos. 100 600 60000
c) One 6 Amps, 2/3 pin socket controlled by one 6 Amps switch. (On
conference table, for LCD, Cabins etc.) Nos. 30 1400 42000
d) Exhaust fan point controlled by a 6A switch on the switch board
and 6 A socket outlet near fan. Nos. 20 1450 29000
e) Supply and fixing of wall mounted fan 16'' dia Nos. 30 2600 78000
1.2 Wiring for a 6Amp Light/power Plug on Raw with 1.5 Sq mm
FRLS PVC insulated stranded copper conductor wires in existing
conduits/raceway/furniture including supply and fixing of 1 no. 3 pin
6A shuttered socket with 1 no. 6A switch with internal wiring in
G.I. box, earthing of 3rd
pin with PVC insulated, green colour 1.5
Sq mm copper wire, complete with all accessories as required.
(Not more than two sets shall be connected to one circuit)
Nos. 70 1000 70000
1.3 Wiring for 6Amp Light Plug on UPS power with 1.5 Sq mm FRLS
PVC insulated stranded copper conductor wires in MS conduits
including supply and fixing of 2/3 pin 6Amps shuttered switched
socket with internal wiring in G.I. box, earthing of 3rd
pin with PVC
insulated green colour 1.5 Sq mm copper wire, MS conduit
complete with all accessories as required. ( Not more than Four
shall be connected to one circuit) for CCTV cameras in celing / Wi
Fi points etc. Nos. 30 1500 45000
S.NO. DESCRIPTION UNIT QTY
B.O.Q For REC Offfice Interior Work For 5th & 6th Floor Core 5, Scope complex
New DELHI
( Bill of Quantities Electrical works )
1.4 Wiring for 6/16 Amp power outlet on RAW/UPS power with 4 Sq
mm FRLS PVC insulated stranded copper conductor wires in
recessed/surface MS conduit including cutting/filling chases,
providing conduit with conduit accessories, saddles, supply and
fixing of 6 pin 6/16Amps shuttered switched socket with internal
wiring in G.I. box, earthing of 3rd
pin with PVC insulated, green
colour 4 Sq mm copper wire, complete with all accessories as
required. ( Not more than 2 outlets shall be connected to one
circuit) Nos. 45 2000 90000
1.5 Wiring for 6/16 Amp power outlet on RAW/UPS power with 4 Sq
mm FRLS PVC insulated stranded copper conductor wires in
existing conduits/raceway/furniture including supply and fixing of 6
pin 6/16Amps shuttered switched socket with internal wiring in G.I.
box, earthing of 3rd
pin with PVC insulated, green colour 4 Sq mm
copper wire, complete with all accessories as required. ( Not more
than 2 outlets shall be connected to one circuit)
Nos. 32 1600 51200
1.6 Supply, installation, testing & commissioning of additional 6A
socket adjacent to existing socket outlets. Nos. 50 100 5000
1.7 Wiring for a set of 2 nos. 6Amp power outlet on UPS power with
2.5 Sq mm FRLS PVC insulated stranded copper conductor wires
in conduits/raceway/furniture including supply and fixing of 2 nos. 3
pin 6A shuttered sockets & switch with internal wiring in G.I. box,
earthing of 3rd
pin with PVC insulated, green colour 2.5 Sq mm
copper wire, complete with all accessories as required. ( Not more
than four sets shall be connected to one circuit) FOR WORK
STATIONNos. 150 1400 210000
1.8 Supply, installation and connecting of 25A 3 pin heavy duty
modular socket with switch in GI box for split air con unit. (
Conduiting and wiring shall be paid under different head) Nos 8 900 7200
1.9 Conduiting
Supply and installation of following sizes of black enamelled MS
conduit on recessed/surface structures including all accessories,
GI fishwire, fixing hardware etc including, chasing the wall/floor
and plastering the chased portion and making good the damages
including fittings e.g. bends tee, inspection bends etc as required.
a) 25 mm dia RM 300 140 42000
1.10 Wiring
Supply and drawing of following sizes of FRLS PVC insulated
stranded copper conductor wires of 1100 Volts grade in existing
conduit, pipe including connection/termination as required.
a) 2x6+1x2.5 sq mm RM 75 130 9750
b) 2x4+1x2.5 sq mm ( for split Ac and signage ltg wiring) RM 300 100 30000
c) 2x2.5 + 1x2.5 sq mm RM 100 75 7500
d) 2x1.5 + 1x1.5 sq mm RM 100 50 5000
1.11 Supply, fixing, testing and commissioning of following switchgear
in powder coated sheet metal enclosure with earthing terminal and
internal wiring complete as required.
a) 63A, TPN MCB 10 KA 'C' curve type in WP MS box for ODUs Nos. 8 4000 32000
b) 40A, TPN MCB 10 KA 'C' curve type in WP MS box for ODUs Nos. 2 3500 7000
1.12 Raceways
Supplying and installation of following sizes of 1.6 mm thick GI
raceways with 2.0 mm thick GI cover and fixing hardware in
recess/ on surface including chasing the wall/floor complete as
required.
a) 75mm x 40mm RM 220 500 110000
b) 100mm x 25mm RM 75 450 33750
1.13 Supplying and installation of following sizes 2.0 mm thick 4 way GI
boxes with 2.0 mm thick Stainless Steel cover and fixing SS
hardware in recess/ on surface including chasing the wall/floor
complete as required.
a) 150 x 150 x 50 mm Nos 250 600 150000
b) 250 x 150 x 40 mm Nos 10 1350 13500
c) 150 x 150 x 40 mm Nos 30 600 18000
1.14 Supply & fixing 5Amps to 32 Amps rating, 240/415 Volts, "C"
curve, miniature circuit breaker suitable for inductive load of
following poles in the existing MCB DB complete with connections,
testing and commissioning etc, as required
a) Single Pole Nos 100 200 20000
b) Single Pole & neutral Nos 20 500 10000
TOTAL OF INTERNAL WIRING CARRIED OVER TO SUMMARYRs. 1315900
2 CABLES & CABLE TRAYS:
2.1 1.1 KV Cabling
Supply, installation, testing & commissioning of following sizes of
PVC sheathed XLPE insulated Al/copper conductor
power/muticore control ARMOUREDcables of 1.1 KV grade on
wall, or in existing cable tray /masonry ducts/hume pipe with fixing
hardware etc as required.
Copper Conductor armoured Cables :
a) 4 core 16 sqmm XLPE Cu cable RM 150 650 97500
b) 4 core 10 sqmm XLPE Cu cable RM 100 500 50000
c) 4 core 6 sqmm XLPE Cu cable RM 100 325 32500
2.2 Cable Termination
Supply and making end termination with brass double
compression glands for the following PVC insulated PVC sheathed
& armoured 1100 V grade cable including cost of crimping
lugs/ferrules, compression glands, solder, cable sockets,
insulation tape etc complete as required.
Copper Conductor armoured Cables :
a) 4 core 16 sqmm XLPE Cu cable Nos. 15 600 9000
b) 4 core 10 sqmm XLPE Cu cable Nos. 10 600 6000
c) 4 core 6 sqmm XLPE Cu cable Nos. 10 500 5000
2.3 Cable Trays :
Supply and installation of ladder type/perforated type cable trays of
the following sizes fabricated out of perforated pre-galvanised GI
sheets of minimum 2 mm thick to be installed horizontally or
vertically. The cable tray shall be complete including cost of bends,
elbows, cross, tees, reducers etc as per drawings/site condition
and rate shall include cost of anchor fasteners, screws, nuts, bolts
and misc. other fixing hardware etc as required.
Notes :
i) Structural steel such as ISMC, ISA, flats, rods etc to be used for
cable tray support shall be paid separately on `per kg' basis and
the support arrangement shall be as indicated in the drgs.
2.4 Ladder Type Cable tray :
a) 600 mm wide RM 100 950 95000
2.5 Perforated Type Cable Tray :
a) 300 mm x 40 x 40 x 2 mm thick RM 100 600 60000
b) 150 mm x 25 x 25 x 2 mm thick RM 100 450 45000
2.6 Cable Tray Support Structure :
Supply, fabrication and installation of cable support structure as
per drawings/specification/ site requirement and the direction of
Construction manager/Consultant comprising of ISMCS, ISA's flats
rods, turnbuckles etc for supporting cable trays in multitier
formation. The rate shall include painting with 2 primer coats of red
oxide and two finishing coats of approved enameled paint. Kg. 500 110 55000
TOTAL OF CABLES & CABLE TRAYS CARRIED OVER TO
SUMMARY Rs. 455000
3 LIGHTING FIXTURES
Supply, assembling, installation, testing & commissioning of
following type of light fixtures and fans. All fluorescent fixtures shall
be provided with electronic ballast, power factor improvement
capacitors & lamps and installation arrangement using proper
support etc. complete as required.
a) 600mm x 600mm 34W LED recessed mounting Light with glare-
free diffuser & driver complete with all accessories similar to
Havells Pluto flat panel 34W LED 6000K, LHEEBP7CUL1W034
Nos. 200 5200 1040000
b) 12W LED round Downlighter with glare-free diffuser & driver
complete with all accessories similar to Havells 12W LED 6000K,
LHEJNP7CPZ1W012 Endura DL 12 NEO Nos. 120 1700 204000
c) 1200mm long 20W LED Batten Lights Havells
LHLDCLXNUJ7Z020 Nos. 100 2000 200000
d) 600mm long 10W LED Batten Lights Havells LHLDCLXNUJ7Z010
Nos. 10 1400 14000
e) 15W LED surface mounted Downlighter with glare-free diffuser &
driver complete with all accessories similar to Havells 15W LED
6000K, LHEAAGP71A2W015 Endura DL surface. Nos. 8 1200 9600
TOTAL OF LIGHTING FIXTURES AND FANS Rs. 1467600
4 DATA / VOICE WIRING SYSTEM :
4.1 CONDUITING
Supplying and installation of following sizes of black enamelled
PVC conduit in recess/ on surface including all accessories, M.S.
junction/ pull boxes, G.I. fish wire, fixing hardware etc including
chasing the wall/floor and plastering the chased portion and
making good the damages etc., complete as required.
a) 25 mm dia RM 425 100 42500
b) 32 mm dia RM 200 120 24000
4.2 Wiring
Supplying and drawing of following size PVC insulated PVC
sheathed annealed tinned copper conductor 0.61 mm dia
telephone wires in existing MS conduit/G.I. pipe/ cable trays/
hume pipes etc complete as required.
a) 3 Pair RM 100 22 2200
4.3 Telephone Tag Block
Supply and installation of KRONE connector type telephone tag
block of following sizes in sheet metal enclosure of suitable
dimensions fabricated out of 16 SWG sheet steel with castle key
lock, hinged type cover including termination of telephone cables,
making connections, painting of box etc, complete as required.
a) 300 Pair Tel Tag Block Nos. 2 25000 50000
4.4 Telephone Socket Outlet
Supply and installation of plug - in type telephone socket outlet
(RJ-11) with G.I.outlet box and cover plate complete as required.
a) Single plug in type. Nos. 40 300 12000
4.5 Structured cabling
a) Supply, laying, installation, testing and commissioning of Cat-6
4Pair UTP Data Cable 23 AWG alogwith
conduits/raceway/furniture completet as per requirement. RM 2000 40 80000
b) Suplly & commissioning of Jack Panel with CAT6 I/O Nos. 5 5000 25000
c) Supply & commissioning Patch Cord 7 feet for user end Nos. 120 230 27600
d) Supply & commissioning Patch Cord 4 feet rack end Nos. 120 150 18000
e) Supply, installation & commissioning of CAT 6 I/O Nos. 120 200 24000
f) Supply, installation & commissioning of PVC Gang box Nos. 120 60 7200
g) Supply, installation, commissioning of wall/surface mounted rack
for IT/data of 15 U size Nos. 2 3000 6000
4.6 Face Plates
a) Supply & Installation of Single Face Plate Nos. 120 50 6000
b) Supply & Installation of dual Face Plate Nos. 20 100 2000
4.7 Supply and fixing in position GI box for T.V. outlet including
modular cover plate and co-axial type T.V. socket outlet complete
as required. Nos. 3 450 1350
4.8 Supplying and laying VGA Cable with connector on both ends.
One end to be placed in False ceiling and other on conference
table. RM 20 150 3000
4.9 Supplying and laying HDMI Cable with connector on both ends.
One end to be placed in False ceiling and other on conference
table. RM 20 300 6000
5 Supply, laying, installation, testing and commissioning of RG 6 in
existing conduits/raceway/furniture. RM 400 45 18000
TOTAL OF DATA/VOICE WIRING SYSTEM CARRIED OVER
TO SUMMARY Rs. 354850
5 CCTV SYSTEM
a) Supply, installation, testing & commissioning of 1/3 " CCD 580
TVL ,0.0 Lux / F1.4,3.6 mm Lense, Auto Electronic Sensor, Auto
Gain Control, Back Light Compensation, DC12V, Colour IR
camera suitable for night vision housed in Dummy Dome, with
power supply unit Nos. 20 7500 150000
b) Supply, Installation, Testing & Commissioning of 16 channel DVR,
100 FPS Display,100 FPS recording,500 GB HDD, MPEG
compression format, with TCP / IP, Internet, LAN, WAN
connectivity. Nos. 1 25000 25000
c) Supply, Installation, Testing & Commissioning of 21" LCD monitor
with Keyboard and mouse. Nos. 2 8500 17000
d) Supply and laying of RG 6 tinned copper conductor co-axial cable
in existing conduit. RMT 1200 30 36000
e) Supplying and fixing of following sizes of steel conduit along with
the accessories like saddles, junction boxes, bends, sockets,
check nut reducer, fish wire etc. in surface/recess including
painting in case of surface conduit or cutting the wall and making
good the same in case of recess conduit as required.
f) 25mm mtr 1450 140 203000
TOTAL OF CCTV SYSTEM CARRIED OVER TO SUMMARY Rs. 431000
6 ACCESS CONTROL SYSTEM
6.1 Supply, installation, testing & commissioning of biometric Readers
with key pad, time & attendance software with complete
accessories Nos. 2 30000 60000
6.2 Supply, installation, testing & commissioning of Access Control
System complete with Door Controller and biometric cum card
reader with a read range of 1 inch on both sides of access door
with Power Supply, access control, software complete as required
Nos. 2 90000 180000
6.3 Supply, installation, testing & commissioning of Electro Magnetic
Locks, 600 Lbs rating ( for single leaf door) Nos. 4 2500 10000
6.4 Supply, installation, testing & commissioning of Electro Magnetic
Locks, 600 Lbs rating ( for double leaf door) Nos. 4 3500 14000
6.5 Supply, installation, testing & commissioning of Proximity cards
including printing, Photo ID on both sides. Nos. 100 200 20000
6.6 Supply, installation, testing & commissioningof 8c x 1.0 mm2
shielded PVC sheathed copper Flexible Cable in existing conduit
RM 150 75 11250
6.7 Supply, installation, testing & commissioningof 2c x 1.0 mm2
Cu
PVC sheathed cable in existing conduit RM 100 25 2500
6.8 Supplying and fixing of following sizes of steel conduit along with
the accessories like saddles, junction boxes, bends, sockets,
check nut reducer, fish wire etc. in surface/recess including
painting in case of surface conduit or cutting the wall and making
good the same in case of recess conduit as required.
25 mm dia RM 100 140 14000
TOTAL OF ACCESS CONTROL SYSTEM CARRIED OVER TO
SUMMARYRs.
311750
S.NO. SUB HEAD AMOUNT (Rs.)
1 INTERNAL WIRING 1315900
2 CABLES : 455000
3 LIGHTING FIXTURES 1467600
4 DATA / VOICE WIRING SYSTEM : 354850
5 CCTV SYSTEM 431000
6 ACCESS CONTROL SYSTEM 311750
GRAND TOTAL 4336100
PROJECT : REC Offfice Interior Work For 5th & 6th Floor,DELHI
SUMMARY OF COST ESTIMATE - ELECTRICAL WORKS
S.NO. DESCRIPTION Qty Unit Rate Amount
1
Workstations: Workstation 1200X600mm Leaniar & Back to
back, Consisting 60mm thick aluminium extruded powder
coated panel based, partition of height 1200mm, having
provision of fabric soft pin up board, raceways on two level for
data & electrical , 25mm thick prelam work top, Complete with
3 drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge.
95.00 Each 16,800.00 1,596,000.00
2
Providing and placing conference table of size 8000 x 2400 x
750mm, The table top is made up of 25mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg and modesty
is made up of 18mm thick Prelaminated particle board of grade
II type II all exposed edeges should be covered with 1 mm thick
PVC edge banding. There is a provision of cable manger hole on
the top of the table. All items should be Complete as per
direction of Engineer-in-Charge.(for Conference room)
1.00 Each 127,875.00 127,875.00
Providing and placing Director Table of size 2400 x 1000 x
750mm The table top is made up of 36mm thick Prelaminated
particle board grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg is in 25mm
thikc and modesty is made up of 18mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding. There is a provision
of cable manger hole on the top of the table. Complete with 3
drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge.(for director cabin)
Side Unit: Providing and placing Side storage unit of size 1050 x
450 x 750mm The top of the unit is made up of 36mm thick
Prelaminated particle board grade II type II all exposed edeges
should be covered with 2 mm thick PVC edge banding, There is a
provision of 3 Drawers and 3 shutter door in the unit with
shelves with proper locking arrangement.
Back Unit (Credenza): Providing and placing Back Unit
(Credenza) of size 2400 x 450 x 750mm The top of the unit is
made up of 36mm thick Prelaminated particle board grade II
type II all exposed edeges should be covered with 2 mm thick
PVC edge banding, There is a provision shutter door in the unit
with shelves with proper locking arrangement.
Providing and placing Director Table of size 2400 x 900 x
750mm The table top is made up of 36mm thick Prelaminated
particle board grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg is in 25mm
thikc and modesty is made up of 18mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding. There is a provision
of cable manger hole on the top of the table. Complete with 3
drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge.(for ED room)
Side Table: Providing and placing Side storage unit of size 1050
x 450 x 750mm The top of the unit is made up of 36mm thick
Prelaminated particle board grade II type II all exposed edeges
should be covered with 2 mm thick PVC edge banding, There is a
provision of 3 Drawers and 3 shutter door in the unit with
shelves with proper locking arrangement.
Bill of Quantities furniture
B.O.Q For REC Offfice Interior Work For 5th & 6th Floor Core 5 & Ground floor
Core 4, Scope complex New DELHI
3 2.00 Each 60,750.00 121,500.00
4 3.00 Each 58,875.00 176,625.00
Back Unit (Credenza): Providing and placing Back Unit
(Credenza) of size 2400 x 450 x 750mm The top of the unit is
made up of 36mm thick Prelaminated particle board grade II
type II all exposed edeges should be covered with 2 mm thick
PVC edge banding, There is a provision shutter door in the unit
with shelves with proper locking arrangement.Providing and placing Director Table of size 2100 x 750 x
750mm The table top is made up of 36mm thick Prelaminated
particle board grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg is in 25mm
thikc and modesty is made up of 18mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding. There is a provision
of cable manger hole on the top of the table. Complete with 3
drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge.( for GM cabin)
Side Table: Providing and placing Side storage unit of size 1050
x 450 x 750mm The top of the unit is made up of 36mm thick
Prelaminated particle board grade II type II all exposed edeges
should be covered with 2 mm thick PVC edge banding, There is a
provision of 3 Drawers and 3 shutter door in the unit with
shelves with proper locking arrangement.
Back Unit (Credenza): Providing and placing Back Unit
(Credenza) of size 2100 x 450 x 750mm The top of the unit is
made up of 36mm thick Prelaminated particle board grade II
type II all exposed edeges should be covered with 2 mm thick
PVC edge banding, There is a provision shutter door in the unit
with shelves with proper locking arrangement.
Providing and placing Director Table of size 1800 x 750 x
750mm The table top is made up of 25mm thick Prelaminated
particle board grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg is in 25mm
thikc and modesty is made up of 18mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding. There is a provision
of cable manger hole on the top of the table. Complete with 3
drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge.( for AGM/DGM cabin)
Side Table: Providing and placing Side storage unit of size 900 x
450 x 750mm The top of the unit is made up of 25mm thick
Prelaminated particle board grade II type II all exposed edeges
should be covered with 2 mm thick PVC edge banding, There is a
provision of 3 Drawers and 3 shutter door in the unit with
shelves with proper locking arrangement.Back Unit (Credenza): Providing and placing Back Unit
(Credenza) of size 1800 x 450 x 750mm The top of the unit is
made up of 25mm thick Prelaminated particle board grade II
type II all exposed edeges should be covered with 2 mm thick
PVC edge banding, There is a provision shutter door in the unit
with shelves with proper locking arrangement.: Providing and placing Director Table of size 1800 x 750 x
750mm The table top is made up of 25mm thick Prelaminated
particle board grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding, The leg is in 25mm
thikc and modesty is made up of 18mm thick Prelaminated
particle board of grade II type II all exposed edeges should be
covered with 2 mm thick PVC edge banding. There is a provision
of cable manger hole on the top of the table. Complete with 3
drawer pedestal (2D + 1F) All items should be Complete as per
direction of Engineer-in-Charge. (forDir. Sec.)
Side Table: Providing and placing Side storage unit of size 900 x
450 x 750mm The top of the unit is made up of 25mm thick
Prelaminated particle board grade II type II all exposed edeges
should be covered with 2 mm thick PVC edge banding, There is a
provision of 3 Drawers and 3 shutter door in the unit with
shelves with proper locking arrangement.
Total 2,891,100.00
TOTAL 2,891,100.00
All ready made furniture items required shall be of Godrej make only, on site making of furniture shall be as per
architectural drawings. Prior approval of REC/Architect is required before finalisation of any material.
57,600.00 6 2.00 Each 28,800.00
4 5.00 Each 46,800.00 234,000.00
5 14.00 Each 41,250.00 577,500.00
4 3.00 Each 58,875.00 176,625.00
59,500.00
S.NO. DESCRIPTION Qty Unit Rate Amount
1
Workstations: Chair: Low Back Revolving
Chair, With PU Moulded Seat & Back, Tilt
Mechenism, Hydraulic System, ss/Crome Base,
soft Pu Arm, Black Fabric Tapesty On The Seat
99.00 Each 4,275.00 423,225.00
2
GM/Agm Main Chair: Providing and placing, Hi
Back Chair with Metallic PP Arms, Hevy Duty
Torsion Bar Mechenism, Metallic PP Base, Gas
lift, leatherite tapestry.
17.00 Each 9,975.00 169,575.00
GM/AGM Visitor Chair: Providing and placing,
Medum Back Chair with Metallic PP Arms, Hevy
Duty Torsion Bar Mechenism, Metallic PP Base,
Gas lift, leatherite tapestry.
51.00 Each 9,300.00 474,300.00
/DGM/ Dir se Main Chair: Providing and
placing, Hi Back Chair with Black PU Arms, Hevy
Duty Tilt Mechenism, Black PP Base, Gas lift,
leatherite tapestry.
14.00 Each 7,500.00 105,000.00
3
DGM/Dir. Sr Visitor Chair: Providing and
placing, Medum Back Chair with Black PU Arms,
Hevy Duty Tilt Mechenism, Black PP Base, Gas
lift, leatherite tapestry.
30.00 Each 7,200.00 216,000.00
Confrence Room Chair: Providing and placing,
Hi Back Chair with Black PU Arms, Hevy Duty Tilt
Mechenism, Black PP Base, Gas lift, leatherite
tapestry.
26.00 Each 8,775.00 228,150.00
Director Main Chair: Providing and placing, Hi
Back Chair with Metallic PP Arms, Hevy Duty
Torsion Bar Mechenism, Metallic PP Base, Gas
lift, leatherite tapestry.
2.00 Each 18,000.00 36,000.00
Director Visitor Chair: Providing and placing,
MedumBack Chair with Metallic PP Arms, Hevy
Duty Torsion Bar Mechenism, Metallic PP Base,
Gas lift, leatherite tapestry.
8.00 Each 16,500.00 132,000.00
Three Seater Sofa: Providing and placing,
leatherite /Fabric tapestry. With SS Frem4.00 Each 27,750.00 111,000.00
Two Seater Sofa: Providing and placing,
leatherite /Fabric tapestry. With SS Frem11.00 Each 22,500.00 247,500.00
One Seater Sofa: Providing and placing,
leatherite /Fabric tapestry. With SS Frem3.00 Each 18,000.00 54,000.00
Centre Table 6.00 Each 8,000.00 48,000.00
Reception Table for Core-5 complete as detail
drwg.1.00 Each 40,000.00 40,000.00
Reception Table for Core-4 complete as detail
drwg.1.00 Each 60,000.00 60,000.00
Side Table 11.00 Each 4,000.00 44,000.00
(SONY)LED T.V. 1.00 Each 60,000.00 60,000.00
T.V Cansole 1.00 Each 25,000.00 25,000.00
4 Modular L-type Work Staions
Size: 1500W*1500W*600D*1200Ht 8.00 Each 16,635.00 133,080.00
Total 2,606,830.00
(Bill of quantities Chairs & sofa)
All ready made furniture items required shall be of Godrej make only, on site making of furniture shall be as
per architectural drawings. Prior approval of REC/Architect is required before finalisation of any material.
B.O.Q For REC Offfice Interior Work For 5th & 6th Floor Core 5 & Ground floor Core 4, Scope
complex New DELHI