0% found this document useful (0 votes)
67 views38 pages

Greater Kolkata Regional Office: Tender Document FOR Electricalworks FOR

The document is a tender notice for electrical works at the Barasat (E-CB) branch of Union Bank of India in West Bengal. It provides details such as the estimated cost of Rs. 4.38 lacs excluding GST, a completion time of 21 days, an EMD of Rs. 4,500 to be submitted as a demand draft, and specifies the last date and place for tender submission as March 8, 2023 at 3 PM at the Greater Kolkata Regional Office.

Uploaded by

Ar Shubham Kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
67 views38 pages

Greater Kolkata Regional Office: Tender Document FOR Electricalworks FOR

The document is a tender notice for electrical works at the Barasat (E-CB) branch of Union Bank of India in West Bengal. It provides details such as the estimated cost of Rs. 4.38 lacs excluding GST, a completion time of 21 days, an EMD of Rs. 4,500 to be submitted as a demand draft, and specifies the last date and place for tender submission as March 8, 2023 at 3 PM at the Greater Kolkata Regional Office.

Uploaded by

Ar Shubham Kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 38

GREATER KOLKATA REGIONAL OFFICE

3, MIDDLETON ROW
Gr. Floor
KOLKATA – 700 071

TENDER DOCUMENT

FOR

ELECTRICALWORKS

FOR

BARASAT (E-CB) BRANCH, 24 PARGANA (N)

NAME OF THE TENDERER : …………………………………………………………

ADDRESS OF THE TENDERER : ……………………………………………………

LAST DATE OF SUBMISSION OF TENDER : 08.03.2023 UPTO 3.00 PM

DATE OF OPENING OF THE TENDER : 08.03.2023 AT 3.30 PM

PLACE OF SUBMISSION OF TENDER :

OFFICE OF
THECHIEF MANAGER (P & D)
UNION BANK OFINDIA
GREATER KOLKATAREGIONAL OFFICE :
3, MIDDLETON ROW, Gr Floor,
KOLKATA–700 071.

CONSULTANT

SUDIP SUR & ASSOCIATES


14/2, Kali kumar Mukherjee Lane, Shibpur,Howrah - 711102
Mobile. 9830017895/ 8910 513 714
Page 2 of 38

CONTENTS

SL NO. SECTION NO. DESCRIPTION

1 I Notice Inviting Tender

2 II Form of tender

3 III General rules and instructions for the guidance of


tenderers

4 IV General conditions of Contract

5 V Special conditions of Contract

6 VI Articles of agreement

7 VII Technical Specification

8 VIII Bill of Quantities including approved make of


materials for above mentioned works

9 IX Drawing

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 3 of 38

SECTION – I

NOTICE INVITING TENDER

Sealed tenders on item rate basis are invited by Union BankOf India, GREATER KOLKATA Regional
Office from Empanelled Contractors having Sound Technical and Financial capacity
forELECTRICALworks of BARASAT (E-CB) Branch, 24 PARGANA (N).

A) Name of the Work:


Electricalworks of BARASAT (E-CB) Branch, 24 PARGANA (N).

B) Location :
BARASAT (E-CB), 24 PARGANA (N)

C) Estimated Cost :
Rs. 4.38 lacs (excluding GST)

D) Time of Completion:
21 daysfrom the date of written orders to commence the work or from the date of handing over of
the site, whichever is later.

E) Earnest Money Deposit (EMD) :


The tender shall be accompanied by earnest money deposit of Rs. 4,500.00(Rupees Four
Thousand Five hundred only) in the form of Crossed Demand Draft/Pay order issued in favour of
‘UNIION BANK OF INDIA’payable at Kolkata without which tender will be liable to rejection. Earnest
money deposit in respect of the successful tenderer will be retained& it will become a part of Initial
Security Deposit.

F) Initial Security Deposit (ISD):


The successful tenderer to whom the contract is awarded will have to deposit as “initial security
deposit” (ISD) a further sum to make up 2% of the value of the accepted tender including the
Earnest Money. ISD may be submitted in the form of Demand Draft/Pay Order / Banker’s Cheque.
The Initial Security Deposit will have to be made within 7 days from the date of acceptance of
tender, failing which the Bank at its discretion may revoke the letter of acceptance and forfeit the
Earnest Money deposit furnished along with the tender.

G) Retention Money:
To be deducted from Progressive running bills @ 3 % of the gross value of the Running Bill.

H) Release of Retention Money:


100%after expiry of the Defect Liability period of 1 calendar year. Retention money will not bear
any interest.

I) Cost of Tender document:


Rs. 500/-by DD/BC in favour of “UNION BANK OF INDIA” which is not refundable. (without tender
money, tender will be rejected)

J) Availability of Tender Documents:


At office of UNION BANK OF INDIA,3, Middleton Row, Gr. Floor, Kolkata - 71, during working
hours from 11 am up to 5 pm (Except Sunday & Bank Holidays) from :01/03/2023 to 08/03/2023

K) Date & Place of Submission of Tender:


08/03/2023 up to 3.00 P.M. at Premises Department,GREATER KOLKATA Regional Office, Union
Bank Of India at 3, Middleton Row, Gr. Floor, Kolkata - 71.

L) Mode of Submission of Tender:


Tenders are to be submitted on the printed forms issued by us. The Contractor should quote the
rates in figures as well as in words. Special care should be taken to write the rates in figures only in
such a way that interpolation is not possible. The total amount should be written both in figures and

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 4 of 38

in words. In case of figures, the words. “Rs” should be written before the figure of rupees and
words “P” after the decimal figures e.g. Rs. 2.15 “P” and in case of words, the word “Rupees”, it
should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the
words “Only” should be written closely following the amount and it should not be written in the next
line. The amount of each item shall be worked out and the requisite total shall be given. All
corrections shall be attested by the initials of the Tenderers. In case of any attested by the initials
of the Tenderers. In case of any discrepancy/difference, the rate quoted in words in the original
copy of the tender and the amount derived there from shall prevail and be binding. Tenders which
should always be placed in sealed cover with the name of the project and date of opening of tender
written on the envelopes will be received by the

CHIEF MANAGER (P & D)


UNION BANK OF INDIA
GREATER KOLKATA REGIONAL OFFICE
3, Middleton Row, Gr. Floor,
KOLKATA – 700 071.

in a sealed envelope of appropriate size containing thedocuments as under:-


ENVELOPE MARKED NO. – 1 :
Envelope marked No.1 shall contain the following documents :
1. Forwarding letter without mentioning the cost of Tender value arrived at withquoted rates.
2.Earnest money deposit furnished in the form of Crossed DemandDraft/Banker’s Cheque drawn
in favour of UNION BANK OF INDIA for the amount indicated in the Notice of invitationto tender.
3. Letter of Empanelment.
4. Any other papers the tenderers wishes to submit.

ENVELOPE MARKED NO. – 2 :


Envelope marked No.2 shall contain the following documents :
1. The Tender Document comprising of General Conditions of Contract, Tender Notice,
Technical Specifications etc. along with Bill of Quantities duly filled up indicating price (along
with Tender drawing).
2. Any condition stipulated herein will not be accepted.

ENVELOPE MARKED NO. – 3 :


Envelope marked No.1 & 2 shall be put in larger envelope of adequate sizemarked No.3 which
shall be properly sealed. This envelope shall beendorsed on the outside face “TENDER
FORELECTRICALWORKSAT“UNION BANK OFINDIA,BARASAT (E-CB)BRANCH”.

ENVELOPE-1
Containing Earnest money deposit shall be opened first and if theEarnest money deposit is not found as
prescribed the tender shall be rejected and other sealed envelope will be returned unopened to the
representatives of the concerned tender if present. Then the covering letter without mentioning
thetender amount arrived from the quoted rates andother documents as specified herein above will then
be scrutinized and comments/conditions which has financial implication will be evaluated by the
Architect. Based on the recommendations and evaluation of the Architect the employer may discuss
comments/conditions with the tenderers.

ENVELOPE- 2
Containing the priced tender volumes willbe opened on the same day.

N) Clarification, if any to be obtained from:


SUDIP SUR AND ASSOCIATES
14/2, Kali Kumar Mukherjee Lane, Shibpur,
Howrah – 711 102
Mobile : 98300 17895 / 8910 513 714
e-mail :[email protected]

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 5 of 38

The Bank reserves the right to accept or reject any or all the tenders received and to place order on one
or more firms without assigning any reason whatsoever. Conditional tenders will be summarily
rejected.The notification of award of contract will be made in writing to the successful tenderer only by
the Bank.

Yours faithfully,

for and on behalf of,

The Chief Manager (P & D)


UNION BANK OFINDIA
GREATER KOLKATA REGIONAL OFFICE
3, MIDDLETON ROW, GR Floor,
KOLKATA – 700 071.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 6 of 38

SECTION –II

FORM OF TENDER

To
The Chief Manager (P & D)
Union Bank Of India,
GREATER KOLKATA REGIONAL OFFICE
3, MIDDLETON ROW, GR Floor,
KOLKATA – 700 071.

Sir,

Reg. :ELECTRICALworksofBARASAT (E-CB) Branch, 24 PARGANA (N)

1. I/we refer to the tender notice issued by your consultants – SUDIP SUR & ASSOCIATES, 14/2, Kali
Kr. Mukherjee Lane. Shibpur. Howrah – 711 102on your behalf for Interior Furnishing&Electrical works
in connection with the above.

2. I/We do hereby offer to perform, provide, execute, complete and maintain the work in conformity with
drawings, conditions of contract specifications, Bill of Quantities for the sum of
Rs…………………….………… at the respective rates quoted in the schedule of quantities.

3. I/We have satisfied myself/ourselves as to the site conditions, examined the drawings and all aspects
of the site tender conditions. Subject to above, I/We do hereby agree, should this tender be accepted in
whole or in part, to:

A: Abide by and fulfill all the terms and provisions of the said conditions annexed hereto.

B: Complete the work within 21 days, as stipulated in two or three shifts if considered necessary by the
consultants at no extra cost to the Employer.

4. I/We have deposited Earnest Money of Rs……………………….. in the form of Crossed DD / PO /BC
No. ………………. Dated ……………………. which, I/We note, will not bear any interest and is subject
to forfeiture solely at Bank’s discretion:

i. If the work is not commenced by me/us within 7(seven) days from the date of issue of formal work
order.
Or,
ii. If the offer is withdrawn within the validity period of acceptance.
iii. If the contract is not executed within 90 days from award of contract.

5. I/We understand that you are not bound to accept the lowest or any tender you receive.

6. The acceptance of this tender shall constitute a binding of any contract and any failure as mentioned
in item 4 above shall constitute a breach of contract by us and the tender accepting authority shall be
entitled to have the work executed at our risk and to claim extra cost / expenditure incurred by them
from us.

7. Our Bankers :

i)

ii)

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 7 of 38

iii)

8. Name of partners / directors of our firm :

I.

II.

III.

IV.

Yours Faithfully,

Signature…………………….

Name ………………………..

Designation……………………

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 8 of 38

SECTION –III

GENERAL RULES AND INSTRUCTIONS FOR THE GUIDANCE TO TENDERERS


Tenders are invited on behalf of UNION BANK OF INDIA, GREATER KOLKATA REGIONAL
OFFICE, 3, MIDDLETON ROW, Gr Floor, KOLKATA – 700 071, forElectrical works of BARASAT (E-
CB)Branch, 24 PARGANA (N).Contract document consisting of the plans, specifications, bill of
quantities and drawings of various classes of work to be performed and set of conditions of contract to
be complied with can be downloaded from the UNION BANK OF INDIA website.

1. It is proposed that the intending tenderers may contact at the office of the Architects of SUDIP
SUR & ASOCIATES, 14/2, Kali Kumar Mukherjee Lane, Shibpur, Howrah – 711 102. The site of
the work is available. The intending tenderer shall visit the site and make himself thoroughly
acquainted with the local site condition, nature and requirements of the work, facilities of the
work, facilities of transport condition, effective labour and materials, access and storage for
materials and removal of rubbish etc.

2. As the entire work is to be completed in all respects within the stipulated period of 21 daysand to
achieve the target date of entire completion if be required /essential, the work for day and night
shifts have to be carried out by the tenderer/contractor, for that at no extra cost, charges shall be
paid to the contractor by the employer. While quoting rates, in addition to above, whether
mentioned or not the rate shall always include the charges for day to day removal of debris/spoils
from site in conformity with the local Municipal rules. Bank’s normal work shall not be jeopardized
in any way for undertaking the work. Contractor shall include in his quoted rate for supplying the
plasticsheets/tarpaulin to cover Banks materials as protection against getting damaged either due
to dust or water while executing the work. Tenders in only printed forms issued by the consultants
should be placed in sealed covers addressed to. The tenderers should quote in figures as well as
in words the rates, and amount. The language for filling tender documents shall be in English.
The amount for each item should be marked out and requisite total given. The initials of the
tenderers with the seal of the firm shall attest all corrections. In case any discrepancy /difference
is found on checking between rates quoted by the contractor in words and figures or in the
amount worked out by him, the following procedure shall be followed:

A. When there is a difference between the rates in figures and in words, the rate, which
corresponds to, the amounts worked out by the contractor, shall be taken as correct.

B. When the contractor does not work out the amount of any item or it does not correspond with
the rate written either in figures or in words, then the rate quoted by the contractors in words
shall be taken as correct.

C. When the rate quoted by the contractor in figures and in words tallies but the amount is not
worked out correctly rate quoted by the contractor shall be taken as correct and not the amount.

D. Amendments as mentioned above shall be based on the tender marked original only.

3. Special care should be taken to write the rates in figures as well as in words and the amounts in
figures only. In such a way that interpolation is not possible. Amount should be written in
figures. In case of figures the words “RS”. Should be written before the figures of rupees and
words paise after the decimal figures, e.g. Rs 2.15 and in case of words, the word “Rupees”
should precede and the word “Paise” should be written at the end, unless the rate is in whole
rupees and followed by the words “only”, it should invariably be up to two decimal places. While
quoting the rate in schedule of quantities, the word “only” should be written closely following the
amount and it should not be written in the next line.

4. The acceptance of a tender will rest with UNION BANK OF INDIA, GREATER
KOLKATAREGIONAL OFFICE,which does not bind itself to accept the lowest tender and
reserves to itself the authority to reject any or all the tenders received without assignment of any

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 9 of 38

reason. All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any
respect are liable to be rejected. The bank reserves the right to accept the tender in full or in part
and the tenderer shall have no claim for revision of rates or other conditions if his tender is
accepted in parts.

5. Canvassing in connection with tenders is strictly prohibited and tenders submitted by the
contractors who resort to canvassing will be liable to rejection.

6. An item rate tender containing percentage below /above will be summarily rejected. However,
when a tenderer voluntarily offers a rebate for payment within a stipulated period, this may be
considered.

7. On acceptance of the tender, the name of the accredited representative(s) of the Contractor who
would be responsible for taking instructions from the Employer / Consultant shall be
communicated to the Employer / Consultant.

8. GST or any other tax on materials or on finished work in respect of this contract whether in vogue
or likely to be imposed in future, shall be payable by the Contractor. The Employer will not
entertain any claim whatsoever in this respect at any time. Rates should include all these taxes.

9. No employee of the Employer is allowed to work as a Contractor for a period of two years of his
retirement from Employer services, without the previous permission of the Employer. This
contract is liable to be cancelled if either the Contractor or any of his employees is found at any
time to be such a person who had not obtained the permission of the Employer /Consultant as
aforesaid before submission of the tender or engagement in the Contractor’s service.

10. The tender for work shall remain open for acceptance for a period of 3 monthsfrom the date of
opening tenders. If any tenderer withdraws his tender before the said period, then the employer
shall be at liberty to forfeit the earnest money paid along with the tender.

11. The tender for the work shall not be witnessed by a contractor or contractors who himself
/themselves has / have tendered or who may and had/have tendered for the same work. Failure
to observe this condition would render tenders of the contractors tendering as well as witnessing
the tender liable to summary rejection.

12. It will be obligatory on the part of the tenderer to tender and sign the tender in all pages
documents.

13. The Earnest money deposit of the contractor whose tender is accepted shall be forfeited in full in
case he does not start the work by the stipulated date mentioned in the letter of award.

14. The Earnest money deposit of unsuccessful bidders will be refunded to them WITHOUT
ANYINTEREST within 7 days from the date of award of work to the successful bidder.

15. A certificate of completion shall accompany the final bill from the consultant. Payment of final bill
shall be made after deduction of retention money as specified which sum will be refunded in the
manner as stated conditions. In acceptance of payments of the final bill by the contractor would
indicate that he will have no further claim in respect of the work executed.

16. CLEARING SITE ON COMPLETION


On completion of the work the contractor shall clear away and remove from the site all
constructional plant, surplus materials, rubbish and temporary work of every kind and leave the
whole of the site and the work clean and in workmenlike conditions to the satisfaction of the
employer /consultant.

17. TERMS OF PAYMENT


a) 50% may be claimed in the form running bill, against the value of work executed.
b) 40% may be released after entire work is completed and handed over to the satisfaction and
certification of the consultant.
c) 3% to be released after the defect liability period of 12 months, without any interest.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 10 of 38

18. IDLE LABOUR


Whatever the reasons may be no claim for idle labour; additional establishment cost of hire and
labour charges of tools and plants would be entertained under any circumstances.

19. LIQUIDATED DAMAGE


The contract period / completion time is the essence of the contract and in case the contractor
fails to complete the entire work within the stipulated completion time, the clause of ‘Liquidated
Damage’ shall be imposed at the rate of One percent (1%) per week or part there of the total
value of the contract / order till the work is being completed subject to maximum of Ten percent
(10%) of the total value of the work. It is agreed that this is a genuine pre-estimate of the loss /
damage which will be suffered on account of the delay / breach on your part and this amount
shall be payable on demand without their being any proof of the actual loss / damage caused by
such delay / breach. In addition to this, the BANK will be at liberty to terminate the contract and
get the work completed through any other agency at the contractor’s risk and cost.

20. ESCALATION
No Escalation of price will be permitted.

21. TERMINATION OF CONTRACT BY EMPLOYER


If the contractor being a company go into liquidation whether voluntary or compulsory or being a
firm shall be dissolved or being an individual shall be adjudicated insolvent or shall make an
assignment or a composition for the benefit of the greater part, in number of amount of his
creditors or shall enter into a deed or arrangement with his creditors, or if the Official Assignee in
insolvency, or the Receiver of the Contractor in insolvency, shall repudiate the contract or, if a
receiver of the contractor’s firm appointed by the court shall be unable , within fourteen days after
notice to him requiring him to do so ,to show to the reasonable satisfaction of the Employer that
he is able to carry out and fulfill the contract, and if so required by the Employer to give
reasonable security there for, or if the Contractor shall suffer execution to be issued, or shall
suffer any payment under this contract to be attached by or on behalf of and of the creditors of
the Contractor, or shall assign, charge or encumber this contract or any payments due or which
may become due to the contractor, there under or shall neglect or fail to observe and perform all
or any of the acts matters of things by this contract, to be observed and performed by the
contractor within three clear days after the notice shall have been given to the contractor observe
or perform the same or shall use improper materials or workmanship in carrying on the work or
shall in the opinion of the employer not exercise such due diligence and make such due progress
as would enable the work to be completed within due time agreed upon and shall fail to proceed
to the satisfaction of the employer after three clear days notice requiring the contractor so to do
shall have been given to the contractor as hereinafter mentioned or shall abandon the contract,
then and in any of the said cases, the employer may not withstanding previous waiver determine
the contract by the notice in writing to the effect as hereinafter mentioned but without thereby
affecting the powers of the employer of the obligations and liabilities of the contractor the whole
of which shall continue in force as fully as if the contract had not been so determined as if the
work subsequently executed had been executed by or on behalf of the contractor.

IF THE CONTRACT HAS BEEN TERMINATED, THE EMPLOYER RESERVES THE RIGHT TO
RECTIFY THE ITEMS AND COMPLETE THE JOB IN THE RISK AND COST OF THE
TERMINATED VENDOR BY ANY OTHER APPROVED VENDOR(S).

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 11 of 38

SECTION –IV

GENERAL CONDITIONS OF CONTRACT


Except where provided for in the description of the individual items in the schedule of quantities and in
the specifications and conditions laid down hereinafter and in the drawings, the work shall be carried
out as per standard specifications and under the direction of the employer /consultant.

1. INTERPRETATION :
In construing these conditions, the specifications the schedule of quantities tender and
Agreement, the following words shall have the meaning herein assigned to them except where
the subject or context otherwise requires.

2. EMPLOYER :
The term employer shall denote UNION BANK OF INDIA, GREATER KOLKATA REGIONAL
OFFICEor any of its employees representative authorized on their behalf.

3. CONSULTANT :
The term consultant shall mean SUDIP SUR & ASOCIATES, 14/2, Kali Kumar Mukherjee Lane,
Shibpur, Howrah – 711 102or in the event of their ceasing to be consultant for the purpose of this
contract such other persons /as the employer shall nominate for the purpose.

4. CONTRACTOR :
The term contractor shall mean the individual or firm or company whether incorporated or not,
undertaking the work and shall include legal representative of such individual of such firm or
company or successors of such firm or company as the case may be m and permitted assigns of
such individual of firm or company.

5. SITE :
The site shall mean the site where the work is to be executed at BARASAT (E-CB) branch,
KOLKATA.

6. DRAWINGS :
The work is to be carried out in accordance with drawings, specification, the schedule of
quantities and any further drawings, which may be supplied, or any other instructions, which may
be given by the employer consultant during the execution of the work. All drawings relating to
work given to the contractor together with a copy of specification and schedule of quantities are
to be kept at site and the employer /consultant shall be given access to such drawings or
schedule of quantities wherever necessary. In case any detailed drawings are necessary
contractor shall prepare such detailed drawings and or dimensions sketches there for and have it
confirmed by the employer consultant prior to taking up such work. The contractor shall ask in
writing for all clarifications on matters occurring anywhere in drawings, specifications and
schedule of quantities or to additional instructions atleast21 days ahead from the time when it is
required for implementation so that the employer /consultant may be able to give decision
thereon. The work shall mean the work to be executed or done under this contract.

7. SCOPE :
The work consists ofELECTRICALWORKS OF BARASAT (E-CB) BRANCH, 24 PARGANA
(N).In accordance with the drawings, specifications and schedule of items and quantities. It
includes furnishing all material, labour, tools and equipment and management necessary for and
incidental to the construction and completion of the work. All work during its progress and upon
completion, shall confirm to the lines, elevations and grades as shown on the drawings furnished
by the employer /consultant and to furnish by the employer/consultant. Should any detail
essential for efficient completion of the work be omitted from the drawings and specification it
shall be the responsibility of the contractor to inform the employer /consultants concurrence, so
that upon completion of the proposed work the same will be acceptable and ready for use.
Employer/ consultant may in their absolute discretion issue further drawings and or written

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 12 of 38

instructions,details, directions and explanations which are hereafter collectively referred to as the
employer /consultants instructions in regard to:

A: The variation on modification of the design, quality or quantity of work or the addition or
omission or substitution of any work:

B: Any discrepancy in the drawings or between the schedule of quantities and or drawings and or
specification.

C: The removal from the site of any defective material brought thereon by the contractor and the
substitution of any other material thereof.

D: The demolition removal and /or rejection of any work executed by the contractor/s.

E: The dismissal from the work of any persons employed thereupon.

F: The opening up for inspection of any work covered up.

G: The rectification and making good of any defects under clauses hereinafter mentioned and
those arising during the maintenance period (retention period). The contractor shall forthwith
comply with and duly execute any work comprised in such employer/consultants instructions
provided always that verbal instruction direction and explanations given to the contractor or his
representative upon the work by the employer/consultant shall if involving a variation be
confirmed in writing to the contractor within seven days. No work for which rates are not
specifically mentioned in the priced Schedule of quantities shall be taken up without written
permission ofthe employer/consultant. The employer in consultation with the consultant shall fix
rates of items not mentioned in the priced schedule of quantities.

8. DETAILED DRAWINGS AND INSTRUCTIONS


The employer through its consultant shall furnish with reasonable promptness additional
instructions by means of drawings or otherwise necessary for the proper execution of the work.
All such drawings and instructions shall be consistent with the contract documents true
developments thereof and reasonably inferable there from. The work shall be executed in
conformity therewith and the contractor shall not work without proper drawings and instructions.
Immediately after receipt of the work order of the contract the contractor shall prepare a program
schedule and submit the same to the employer through the consultant for approval which shall
indicate the dates for the starting and completion of the various activities at the stages of
construction.

9. COPIES FURNISHED
The contractor on the signing hereof shall be furnished by the employer through its consultant
free of charge with a copy of the priced schedule of quantities rates, two copies of each of the
said drawings and one copy of specifications and two copies of all further drawings issued during
the progress of the work. Any further copies of such drawings required by the contractor shall be
supplied on payment of the charges thereof by the contractor.

10. OWNERSHIP OF DRAWINGS


All drawing specification and copies thereof furnished by the employer through its consultants are
the property of the employer. They are not to be used on other work, and with the execution of
the signed contract set are to be returned to the employer on request at the completion of the
work.

11. FAILURE BY CONTRACTORS TO COMPLY WITH EMPLOYERS / CONSULTANTS


INSTRUCTION
If the contractor after receipt of written notice from the employer and or the consultant requiring
compliance within ten days fails to comply with such further drawings and or employer /consultant
instructions, the employer through the consultant or other persons, may employ other persons to
execute any such work whatsoever that may be necessary to give effect thereto and pay all cost
incurred in connection therewith and same shall be recoverable from the contractor by the

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 13 of 38

employer on the certificate of the consultant as a debt or shall have right to deduct same form
any money due or to become due to the contractor.

12. TENDERER SHALL VISIT THE SITE


Intending tendered shall visit the site and make himself thoroughly acquainted with the local site
condition, nature and requirements of the work, facilities of transport condition, effective labour
and materials, access and storage for materials and removal of rubbish. The tenderer shall
provide in their tender for cost carriage, freight and other charges including all taxes etc. as also
for any special difficulties and including all taxes etc. as also for any special difficulties and
including police restriction for transport etc. for proper execution of work 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 employer /consultant might be deemed
to have reasonably been inferred to be so existing before commencement of work.

13. TENDERS
The entire set of tender paper issued to the tenderer should be submitted fully priced and also
signed on the last page together with initials on every page. Initial/signature will indicate the
acceptance of the tender papers by the tenderer. The schedule of quantities shall be filled in as
follows:
1. The Rate column to be legibly filled in ink in both English figures and English words.
2. Amount column to be filled in for each item and the amount for each subhead as detailed in the
schedule of quantities.
3. All corrections overwriting are to be initiated with the seal of the firm.
4. In case of any errors/omissions in the quoted rates, the rates given in the tender. No
modification writing or corrections can be made in the tender papers by tenderer. The employer
reserves the right to reject the lowest or any tender and also to discharge any or all of the tenders
for each section or to split up each and every item should be correct, workable and self-
supporting.If called upon by the employer consultant detailed analysis of any or all the rates shall
be submitted. The employer/consultant shall not be bound to recognize the contractor analysis.
The work will be paid for as measured work on the basis of actual work done and not as lump
sum contract. All items of work described in the schedule of quantities are to be deemed and paid
as complete work in all respects and details including preparatory and finishing work involved,
directly, related to and reasonably detectable from the drawings specification and schedule of
quantities and no further extra charges will be allowed inthis connection. In the case of lump sum
charges in the tender in respect of any item or work, the payment of such time of work will be
made for the actual work done the basis of lump sum charges as will be assessed to be payable
by the employer consultant. The employer has power to add to omit from any work as shown in
drawings or described in specifications or included in schedule of quantities and intimate the
same in writing but no addition, omission or variation shall be made by the contractor without
authorization from the employer no variation shall vitiate the contract.

14. AGREEMENT
The successful contractor shall sign the agreement as per draft agreement within 7 days from the
date of issue of formal work order and he shall pay for all stamps and legal expenses, incidental
thereto. However the written acceptance of the tender by the employer /consultant on behalf of
employer will constitute a binding contract between the employer and the person so tendering
whether such formal agreement is or is not subsequently executed.

15. ROYALTIES & PATENTS


The contractor shall pay all royalties and license fees. He shall defend all suits or claims for
infringement of any patent rights and shall save the employer harmless from loss on account
thereof.

16. PERMITS AND LICENCES


Permits and licenses for release of materials which are under government control will be
arranged by the contractor.The employer will render necessary assistance, sign any forms or
applications that may be necessary.

17. GOVERNMENT AND LOCAL RULES

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 14 of 38

The contractor shall confirm to the provisions of all local to the provisions of all local by laws and
acts relating to the work and to the regulations etc. of the government and local authorities and of
any company with whose system the structure is proposed to be connected. The contractor shall
give all notices required by the said act, rules, regulations and bye laws etc and pay all fees
payable to such authority for execution of the work involved .The cost, if any shall be deemed to
have been included in his quoted rates, taking into account all liabilities for licenses, fees for
footpath encroachment and restorations etc. and shall indemnify the employer against such
liabilities and shall defend all actions arising from such claims or liabilities.

18. TAXES AND DUTIES


The tenderers must include in their tender prices quoted for all duties, royalties, or any other
taxes or local charges if applicable. Only GST will be paid extra.

19. QUANTITY OF WORK TO BE EXECUTED


The quantities shown in the schedule of quantities are intended to cover the entire new structure
indicated in the drawings but the employer reserves the right to execute only a part or the whole
or any excess thereof without assigning any reason therefore. If at any after the commencement
of the work, the employer consultant shall for any reason whatsoever not require the whole work
thereof as specified in the tender to be carried out the consultant employer shall give notice in
writing of the fact to the contractor who shall have no claim to any payment for compensation
whatsoever on account of any profit or advantage with which he might have derived from the
execution of the work in full, but which he did not derive in consequence of the full amount of the
work not having been carried out, neither shall he have any claim for compensation by reason of
any alterations having been made in the original specification, drawings,designs and instructions
which shall involve any curtailment of the work as originally contemplated.

20. EARNEST MONEY /SECURITY DEPOSIT & RETENTION MONEY :


The tenderer will have to deposit 2% of the Total Tender Amount in the form of crossed
demand Bank Draft/Pay Order/Banker’s cheque drawn in favour of UNION BANK OF
INDIApayable at KOLKATAfrom any nationalized Bank at the time of submission of tender as an
earnest money. The employer is not liable to pay any interest on the earnest money. The
earnest, money of the unsuccessful tenderers will be refunded without any interest after the
decision to award the work is taken. Retention money will be deducted from interim bills @ 3 %
of the accepted value of the tender. This retention money shall be refunded to the successful
contractor without any interest 14 days after successful completion of the defects liability period
of 12 months provided the contractor has satisfactorily carried out all the work and attended to
all defects in accordance with the condition of the contract. In case the contractor fails to do so
appropriate amount shall be deducted by the Bank from retention money.

21. CONTRACTOR TO PROVIDE EVERYTHING NECESSARY:


The contractor shall provide everything necessary for the proper execution of the work according
to the intent and meaning of the drawings, schedule of quantities and specifications taken
together whether the same may or may not be particularly shown or described therein provided
that the same can reasonably be inferred there from and if the contractor finds any discrepancies
therein the shall immediately and in writing refer the same to the employer /consultant whose
decision shall be final and binding. The contractor shall provide himself for ground and fresh
water for carrying out the work at his own cost. The employer shall on no account be responsible
for the expenses incurred by the contractor for hired ground of fresh water obtained from
elsewhere. The rates quoted against individual items will be inclusive of everything necessary to
Complete the said items of work within the contemplation of the contract, and beyond the unit
price no extra payment will be allowed for incidental or contingent work, Labour and /or materials
inclusive of all tax and duties whatsoever except for specific items, if any stipulated in the tender
documents. The contractor shall supply fix and maintain at his own cost for the execution of any
work all tools tackles machinery’s and equipment’s and all the necessary centering, scaffolding,
staging, planking, timbering, strutting, shoring, pumping, fencing, boarding, watching and lighting
by night as well as by day required not only for the proper execution and protection of the public
and safety of any adjacent roads, streets, walls houses buildings all other erections matters and
things and the contractor shall take down and remove any or all such centering, scaffolding,
planking,timbering etc. shall be required or when so to do and shall fully reinstate and make good

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 15 of 38

all matters and things disturbed during the execution of work to the satisfaction of the employer/
consultant.

22. TIME OF COMPLETION, EXTENSION OF TIME AND PROGRESS CHART

A. TIME OF COMPLETION
The entire work is to be completed in all respects within the stipulated period of 21 days, from the
date of issue of formal work order. Time is the essence of the contract and shall be strictly
adhered to by the contractor. The work shall not be considered as complete until the employer
consultant have certified in writing that this has been completed and the defects liability period
shall commence from the date of such certificate.

B. PROGRAMME CHART TO BE PROVIDED


During the period of construction the contractor shall maintain proportionate progress on the
basis of the program chart submitted by the contractor immediately before commencement of
work and agreed to by the employer consultant.

23. CLEARING SITE AND SETTING OUT WORK


The site shown on the plan shall be cleared of all obstruction, loose stone and materials rubbish
of all kinds.

24. MATERIALS WORKMENSHIP, SAMPLES, TESTING OF MATERIALS


All the materials specified to be maintained and the contractor shall have to carry out tests on
materials and workmanship in approved materials testing laboratories or as prescribed by the
employer.

25. REMOVAL OF IMPROPER WORK


The employer consultant shall during the progress of the work have power to order in writing from
time to time the removal from the work within such reasonable time to times as may be specified
in the order of any materials which in the opinion of the employer consultant are not in
accordance with specifications or instruction .In case the contractor refuses to comply with the
order the employer consultant shall have the power to employ and pay other agencies to carry
out the work and all expenses consequent thereon or incidental thereto as certified by the
employer consultant shall be borne by the contractor or may be deducted from any money due to
or that may become due to the contractor.No certificate, which may be given by the consultant,
shall relieve the contractor from his liability in respect or unsound work or bad materials.

26. MEASUREMENT
The consultant shall from time to time intimate to the contractor that he requires the work to be
measured, and the contractor shall forthwith attend or send a qualified agent to assist the
consultant or the consultants representative/employers representatives in taking such
measurements and calculations and to furnish all particulars or to give all assistance required by
either of them.

27. ACTION WHERE NO SPECIFICATION


In the case of any class of work for which there is no such specification in technical specification,
such work shall be carried out in accordance with the I.S. specification and in the event of there
being no I.S. specification, then in such case the work shall carried out in all respect in
accordance with the instructions and requirements of the consultant /employer.

28. CONTRACTOR NOT TO DEPOSIT MATERIALS IN A MANNER THAT MAY CAUSE


INCONVENIENCE TO THE PUBLIC.
The contractor (s) shall not deposit materials on any site, which will seriously cause
inconvenience to the public. The Consultant may require the contractor to remove any materials,
which are considered by him to be a danger or inconvenience to the public or cause them to be
removed at the contractor’s cost.

29. PAYMENTS
a) All bills shall be prepared by the Contractor in the form prescribed by the Employer/Consultant,
format enclosed. In the bill it has to be shown deductions for all previous payments, retention

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 16 of 38

money, etc. Advance/adhoc payment for work actually executed will not be normally made.
However, adhoc payment may be made at the discretion of Consultant /Employer in case of
exigency.
b) The Consultant /Employer shall issue a certificate after due scrutiny of the Contractor’s bill
stating the amount due to the Contractor from the Employer and the contractor shall be entitled to
payment thereof, by the Employer.

30. The contractor shall work in close coordination with other agencies to avoid rework/damage and
ensure timely completion.

31. Any damage to the work before the building is handed over is to be replaced or made good at
contractor expense to the entire satisfaction of the consultant.

32. The quantities indicated are subject to change .The payment of the bill will be made as per actual
measurement at site and will be certified by the Consultant and cleared by the employer.

33. The tender shall sign each and every page of the tender documents including the drawings
attached hereto.

34. The consultant shall have power to insist to the contractor to submit the sample /color/ test
certificate from any Govt. Authorized agent of any materials to be used in the work, where the
expenditure is to be borne by the contractor.

35. 10 % of the total value of work will be retained as retention money from Contractor’s bills which
shall be released without any interest after the defect liability period of 12 months provided the
contractor has satisfactorily attended to all defects if any, in this period.

36. In case of any dispute the matter will be referred to the Chief Manager (P & D), Union Bank Of
India, GREATER KOLKATA Regional Office, for an arbitration, whose decision shall be final
and binding on both parties.

37. For litigation if any arising thereof, the competent court at Kolkata alone will have jurisdiction.

38. DECLARATION
I/we have inspected the site of work and have made me/us fully acquainted with the local
conditions in and around the sites of works. I/we hereby declare that I/we have gone through the
conditions laid down in the Notice Inviting Tender, General Conditions of Contract, Technical
Specifications and understood the same and on the basis of the same I /we quoted our rates in
the schedule of quantities attached with the tender documents.
I /we shall also uniformly maintain such progress with the work, as may be directed by the
Employer /Architects to ensure completion of same within the target date as mentioned in the
tender document.

______________________________________
Signature of Tenderer

Witness :
Name &Address :_________________________________

__________________________________

Date :

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 17 of 38

SECTION –V

SPECIAL CONDITIONS OF CONTRACT


GENERAL

The scope of work covers execution and completion of the proposedELECTRICALworks of Union
Bank of India, BARASAT (E-CB) branch, 24 PARGANA (N)in accordance with drawings and
specifications prepared by and under the direction and to the satisfaction of the Consultant/ Employer.

Contract:The form of Contract shall be according to the Conditions of Contract. The following clauses
shall be considered as an extension and not in limitation of obligation of the Contractor.

Drawings:Two copies of all drawings (if applicable), shall be furnished by the Consultant/ Bank. to the
Contractor for his own use until the completion of the Contract, and shall be accessible at all reasonable
times to the Consultant or their representatives. All important drawings are to be mounted on boards
and placed in racks and indexed.

Dimensions:Figured dimensions are in all cases to be accepted in preference to scaled sizes. Large
scale details take precedence over small scale drawings. In case of any discrepancy the Contractor
shall ask for clarification before proceeding with the work. The Contractor shall include in his rates for all
the items listed in this section.

1 Contractor to inspect site : The Contractor shall visit and examine the construction site and
satisfy himself at his own cost as to the nature of the existing roads or other means of
communications, the extent and magnitude of the work and facilities for obtaining materials and
shall obtain generally his own information. Any misunderstanding or incorrect information on
any of these points or on the grounds of insufficient description, will not be allowed.

1. Access to site:The Contractor is to include in his rates for forming access to site, with all
temporary roads gangways required for the works.

2. Setting out :The Contractor shall set out the site in accordance with the plans. All grid/centre-
lines shall be pegged out to the satisfaction of the Consultant.The Contractor shall be
responsible for the correctness of the lining out and any inaccuracies are to be rectified at his
own expense. He will be responsible for taking levels of work at the site before setting out and
recording them without any extra charge.

3. Treasure grove: Should any treasure fossils, minerals or work of art of antiquarian interest be
found during carrying out the works, the Contractor shall give immediate notice to the
Consultant /Bank of any such discovery and shall hand over such finds to the Employer.

4. Access for inspection:The Contractor is to provide at his own cost all times during the
progress of the works and the maintenance period proper means of access, with ladders,
gangways etc. and the necessary attendance to move and adapt as directed for the inspection
of measurement of the works by the Consultant or their representatives.

5. Attendance upon all trades :The general Contractors shall be required to attend on all the
tradesmen or sub-contractors appointed by the Employer for water supply and sanitary,
electrical installation, lifts, air-conditioning, security, equipment, hardware, telephone and other
specialist Contractors. The rates quoted shall be inclusive of all attendance and also allow the
other Contractors, appointed by the Employer, use of his scaffolding and retain until such time
the relevant sub-contract works are completed.

6. Water supply :Water shall be arranged by the Contractor. The general Contractor shall allow
the use of water for other works on the site done by other Contractors appointed by the

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 18 of 38

Employer and the consumption charges shall be paid by each agency as appointed by the
Employer.

7. Stores and watchmen :The Contractor shall provide at his own cost for necessary stores of
adequate dimension for storage and protection of materials. All such stores shall be cleared
away and the whole area left in good order on completion of the Contract to the satisfaction of
the Consultant. All materials which are stored such as ply, wood, Laminates or any other
matter shall be stacked in such a manner as to facilitate rapid and easy checking of quantities
of such materials. The Contractor shall nominate a person who would take instruction from the
Consultant/employer.

8. Cost of transporting:The Contractor shall allow at his cost for all transporting unloading,
stacking and storing of supplies of goods and materials for this work on the site and in the
places approved from time to time by the Consultant.The Contractor shall allow at his price for
transport of all materials controlled or otherwise to the site.

9. Office accessories and accommodation: The Contractor shall also provide at his own
expense office furniture with drawing accessories for the official use of the controller and at all
times maintain in good working order necessary instruments at site to enable the
Consultant/employer to check the lines and levels of the work.

10. Materials workmanship &samples : Materials shall be of approved quality and the best of
their kind available and shall generally conform to relevant I.S. specifications. The Contractor
shall order all the materials required for the execution of work as early as necessary and ensure
that such materials are on site well ahead of requirement for use in the work. The work
involved calls for high standard of workmanship combined with speed and to the entire
satisfaction of the Consultant. Before ordering materials, the Contractor shall get the samples
approved from the Consultant well in advance.

11. Rates for non-tender items : Rates of items not included in schedule of specification shall be
settled as per current PWD schedule of rates if not available then to be settled as per variation
clause of the condition of contract.
Rates to include :The rates quoted shall be for all heights and depths and for finished works,
in any shape.The Contractor shall ascertain from other Contractors as directed by the
Architects all particulars relating to their work with regard to the order of its execution and the
position in which chases, holes and similar items will be required, before the work is taken in
hand as no claims for extra will be allowed for cutting away work already executed in
consequence of any neglect by the Contractors to ascertain these particulars beforehand.

12. Testing of work and material :The Contractors shall, if required by the Consultant/employer,
arrange to test materials and/or portions of the work at his own cost in order to prove their
soundness and efficiency. If after any such test the work or portion of work is found in the
opinion of the Consultant to be defective or unsound, the Contractor shall pull down and redo
the same at his own cost, defective materials and the debris shall immediately be removed from
the site.

13. Foreman and Tradesmen :All tradesmen shall be experienced men properly equipped with
suitable tools for carrying out all the work of carpentry and joinery and other special trades in a
first class manner and where the Consultant deem necessary, the Contractor shall provide any
such tools, special or ordinary which are considered necessary for carrying out the work in a
proper manner. All such tradesmen shall work under an experienced and properly trained
Forman, who shall be capable of reading and understanding all drawings pertaining to this work
.

14. Work program weekly progress report :The Contractor shall prepare and submit to
Consultant/employer for approval, a bar chart showing the program of construction of various
items, fitted within the period stipulated for completion, along with submission of the tender.
The Contractor shall also furnish necessary particulars to the Consultant for compiling weekly
progress reports in the form furnished by the Consultant/employer.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 19 of 38

15. Clearing of site :The Contractor shall after completion of the work clear the site of all debris
and left over material at his own expense to the entire satisfaction of the Consultant and
municipal or other public authorities.

16. Photographs : The Contractor shall at his own expense supply to the Consultant with
duplicate copies of large coloured photographs not less than 25 x 20 cm. (10” x 8”) of the works
taken from two approved portions of each building, at beginning of the work, at completion of
work and at every important stage of construction without fail.

17. Preparation of Premises for occupation and use on completion :The whole of the work
shall be thoroughly inspected by the Contractors and all deficiencies and defects put right. On
completion of such inspection, the Contractor shall inform the Consultant in writing, that he has
finished the work and it is ready for the inspection of Consultant/employer.

18. Vouchers : The Contractors shall furnish the Architect with vouchers on request to prove that
the materials are as specified and to indicate the rates at which the materials are purchased in
order to without the rate analysis of tender and non-tender items which he may be called upon
to carry out thereafter.

19. Protection : The Contractor shall properly cover up and protect all work throughout the
duration of work and until completion, particularly masonry, moldings, steps, or special floor
finishes, staircases and balustrades, doors and window frames, plaster, angles, lighting and
sanitary fittings, glass, paint work and all finishing at his cost till the same is handed over to the
owner.

20. Safety Code :

i) These shall be maintained in a readily accessible place, first-aid appliances including adequate supply
of sterilized dressing and cottonwood.

ii) An injured person shall be taken to a public Hospital without loss of time, in cases where the injury
necessitates Hospitalization.

iii) Suitable and strong scaffolds should be provided for workmen for all works that cannot safely be
done from ground.

iv) No portable single ladder shall be over 8 meters in length. The width between the side rails shall not
be less than 30 cm (clear) and the distance between the adjacent rungs shall not be more than 30
cm. When a ladder is used, an extra Mazdoor shall be

engaged for holding the ladder.

v) Every opening in the floor of a building or in the working platform be provided with suitable means to
prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height
shall be one meter.

vi) No floor, roof or other part of the structure shall be so over loaded with debris or materials as to
render it unsafe.

vii) Those engaged in welding works shall be provided with welder‘s protective eye-shields and gloves.

viii) No paint containing lead or lead products shall be used except in the form of paste or ready-made
paint. Suitable facemasks should be supplied for use by the workers when paint isapplied in the form
of spray or surface having lead paint dry rubbed and scrapped.

ix) Over all shall be supplied by the Contractor to the painters and adequate facilities shall be provided
to enable the working painters to wash during the periods of execution.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 20 of 38

SECTION –VI

ARTICLES OF AGREEMENT

(ON NON-JUDICIAL STAMP PAPER of Rs.100.00 purchased in the name of Contractor / Employer)

Articles of agreement made the ……………………. day of ………………. Between the UNION BANK
OF INDIA, GREATER KOLKATA REGIONAL OFFICE, 3, MIDDLETON ROW, GR. FLOOR, KOLKATA –
700 071.(Hereinafter called the employer) which expression should include its successors and assignee
of the one part and …………… …………………………………………………… (hereinafter, called the
contractor) of the other part, which expression should include its successor and assignee where as the
employer is desirous of executing theELECTRICALworksatBARASAT (E-CB) branch,
24 PARGANA (N)and has caused drawings and specifications describing the work to be prepared by
SUDIP SUR & ASSOCIATES,having office at 14/2, Kali Kumar Mukherjee Lane. Shibpur, Howrah –
711 102 (hereinafter called the consultants) and whereas the said drawings the Technical specifications
and the schedule of items and quantities have been signed by and on behalf of the parties hereto. And
whereas the contractor has agreed to execute upon and subject to the conditions set forth herein and
schedule of items and quantities, General conditions of contract, special conditions including other
conditions etc. technical specifications and all correspondences exchanged by or between the parties
from the date of tender notice decision of negotiations meetings, if any, till the award of work, both
letters inclusive, (all of which are collectively hereinafter referred to as the said conditions) the work
shown upon the drawings and or described in the said specification and included in the schedule of
items and quantities at the respective rates therein set forth amounting to the sum as therein arrived at
or such other sum as shall become payable there under (Hereinafter referred to as the said contract
amount)

NOW IT IS HEREBY AGREED AS FOLLOWS :

1. In consideration of the said contract amount to be paid at the times in the manner set forth in the
said conditions, the contractor shall upon and subject to the said conditions execute and
complete the work shown upon the drawings and described in the said specifications and the
schedule of items and quantities.

2. The employer shall pay the contractor the said contract amount or such other sum as shall
become payable, at the times and in the manner specified in the said conditions.

3. The consultant in the said conditions shall mean the said SUDIP SUR & ASSOCIATES, having
office at 14/2, Kali Kumar Mukherjee Lane. Shibpur, Howrah – 711 102 or in the event of their
ceasing to be the consultant for the purpose if this contract for whatever reason such other
person or persons as shall be nominated for that purpose by the Employer, provided always that
the person subsequently appointed to be consultant under this contract shall be entitled to
disregard or overrule any previous decision or approval or direction given or expressed in writing
by the consultant for the time being.

4. The said conditions and appendices thereto shall be read and considered as forming part of this
agreement and the parties here to shall respectively abide by, submit themselves to the said
conditions and perform the agreements on their part respectively in the said conditions contained.

5. The plan agreement and documents mentioned herein shall form the basis of this contract.
6. This contract is neither a fixed lump sum contract not a piece work in respect of
ELECTRICALworks of BARASAT (E-CB) branch, 24 PARGANA (N)as per the scope
described and to be paid for according to actual measured quantities at the rates contained in the
schedule of rates probable quantities or as provided in the said conditions.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 21 of 38

7. The employer reserves to itself the right of altering the drawings and nature of the work by adding
to or omitting any items of work or having portions of the same carried out without prejudice to
this contract.

8. Time shall be considered as the essence of this contract and the contractor hereby agrees to
commence the work on the day on which he is instructed to take possession of the site, or from
the 7th day after the date of issue of formal work order as provided for in the said conditions
whichever is later and to complete the entire work within 21 dayssubject nevertheless to the
provisions for extension of time.

9. All payment by the Employer under this contract will be made only at UNION BANK OF INDIA,
GREATER KOLKATA REGIONAL OFFICE.

10. Any dispute arising under this agreement shall be referred to arbitration in accordance with the
stipulation laid down in the general conditions of contract.

11. That the several parts of this contract have been read by the contractor and fully understood by
the contractor.

12. This agreement can be terminated by either client on giving 3 monthsnotice normally however, in
exigent circumstance; the services of the contractor can be terminated by giving notice of lesser
period

In witness whereof the employer and the contractor have set their respective hands to these presents
through their authorized official and the said two duplicates hereof to be executed on its behalf of the
day and year first herein above written.

This agreement will become effective upon signature by both the parties.
Signed by------

------------------------------------------- -------------------------------------------
Signature & seal of the contractor Signature & seal of the bank official

Name & Address of the signatory Name & Address of the signatory

Witness
Signed in the presence of

1. ------------------------------------------
Name & Address

2 ------------------------------------------
Name & Address

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 22 of 38

SECTION – VII

TECHNICAL SPECIFICATION

ELECTRICAL WORK

GENERAL SPECIFICATION

1.All installations shall comply with the requirements of the Finding Electricity Rules, 1956,
as amended from time to time and as per relevant clauses of National Electrical Code,1983.
2.All materials to be arranged by the Contractor for use in the work must be got approved
from the Architect/Consultants well in advance before these are actualized on the work.
3. Bad workmanship is liable to be rejected.
4. The contractor/his supervisor will be bound to sign the site order book and to carry out the
instructions given therein.
5.All repairs and patch work shall be neatly carried out to match with the original finish and
to the entire satisfaction of the Owner/Architect. Any damage to the building due to execution of
work shall have to be made good immediately by the contractor at his own cost.
6.The Contractor shall make his own arrangements for storing the materials and watch and
ward at his own cost, even for the installation till the date of completion and handing over the
site.
7.The Contractor shall make his own arrangement at his own cost for all general and electrical tools
and plants required for the work.
8. All debris due to the electrical works shall be removed and site shall be cleared by the
Contractor as soon as the work is completed.
9. Wiring conduit routes shall be marked at site first and got approved from the Architect/Consultant
before the commencement of the actual work.
10.The work shall ordinarily be carried out according to the drawings supplied with the
schedule of work at the time of award of work, subject to any change made by the
Architect/Consultant.
11.All the materials to be used are not covered by any one of the above specifications, it
should be got approved from the Architect as in conditions No.2 above.
12. Unless otherwise mentioned in the schedule of work, the contractor shall use the
materials in the work according to the LIST OF RECOMMENDED MANUFACTURERS”
enclosed with the BOQ.
13. In case the particular make of materials mentioned under conditions 11 & 12 above are
not available at the time of execution of the work, the alternative make of materials has to be
approved from the Architect/Consultant before its use.
14.Thimbles are to be provided wherever required without any extra charges of cables
terminations of size 16 sq.mm. above.
15. The adopter boxes are to be made up not less than 16 SWG thick M.S. sheet.
16. Where unless specified, the G.I. boxes should be 600mm deep (Inside)
17.The brass batten holder/angle holders should be of as per IS specifications and ISI
approved.
18. The work shall comprise of entire labor including supervision and all materials necessary to
make a complete installation and such test as commissioning may be required to give a satisfactory
working installation to the satisfaction of the company.
19.The tenderer shall visit the site before quoting the rates and shall submit the tender
complete in all details whether such details have been mentioned in the schedule of work or in
specifications.
20. The Contractor shall not be entitled to any compensation for any loss suffered by him on account
of delays in commencing or executing the work, whatever the cause for such delays may be.
21.No import license is required for any equipment.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 23 of 38

22. All necessary safety features required as per various statutory authorities for the entire
installation of work shall be taken into consideration by the Contractor and work to be carriedout
accordingly.

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS FOR CONCEALED CONDUIT LAYING


1. Type and size of Conduit:
All conduit pipe shall be screwed type, solid drawn or welded and with black stove enameled
surface or galvanised and of thickness conforming to IS :9537 Part II of 1981 (or latest revision)in all
respects. The conduits are to be free from burrs and internal roughness. No conduits less than
20mm in dia shall be used, unless specified.

2. Accessories :
Only screwed type of accessories are to be used.

3. Conduit Joints :
The conduit shall be properly earthed. In long distance straight runs of conduit at reasonable
intervals on running threads with couplers and jam nuts. Threads on conduit pipes in all cases
shall be between 13mm to 27mm long sufficient to accommodate pipes to full threaded portion of
couplers or accessories. Cut end of conduit pipes shall have no sharp edges or any burrs left to
avoid damage to insulation of conductor while pulling them through such pipes.

4. Protection against dampness and rust :


In order to minimize condensation and sweating inside the tube, all outlets of pipes system shall be
properly drained and ventilated, but in such a manner as to prevent entry to insects insidethe
conduit. To protect against rust the outer surface of the conduit and accessories shall be painted
and the bare thread portion is to be pointed with anti-corrosive preservative.

5. Bends in Conduits :
All necessary bends in the system including diversion shall be done by bending the pipes, or by
inserting suitable inspection type bends, elbows or similar fittings, or by fixing cast iron inspection boxes
whichever is most suitable.

6. Maximum capacity of conduits for drawing in of PVC insulated cables shall be as


follows :
600/1100V PVC in 20mm dia in 25mm dia
copper wire conduit conduit
-------------------- ---------------- ----------------
1.5 Sq.mm 4 Nos. 10 Nos.
2.5 Sq.mm 4 Nos. 10 Nos.
4.0 Sq.mm 3 Nos. 8 Nos.
6.0 Sq.mm 2 Nos. 6 Nos.
10 Sq.mm -- 4 Nos.
16 Sq.mm -- 2 Nos.

7. Fish Wire :
18 S.W.G. G.I. wire shall be used and it shall protrude the conduit ends by 9 inches.

8. Conduit laying in floor/roof slabs before casting :


PVC/Polythene/G.I. conduit shall be laid straight as far as practicable and properly placed
including binding with the steel reinforcement rods with 22 SWG G.I. wire so that proper
positions of conduits are maintained.
While laying the conduits for concealed wiring in the ceiling or in the beams and columns and
before casting, the contractor shall ensure that both ends of the conduit are plugged by means of
deadened socket or otherwise so that any foreign matter can not enter the conduit and choke them.
All precaution must be taken while laying the conduits on the slabs, R.C. walls, columns etc.
and the contractor shall rectify at his own cost if any defects are found during process of

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 24 of 38

drawing cables through the concealed pre-laid conduits.


Each PVC/Polythene conduit shall be provided with protruding length of not less than 9 inches
on free end of the conduits.
There shall be no intermediate joints in one straight run of conduit.
All ceiling outlets shall be terminated in a round C.I./G.I. circular box/deep box to suit standard
size ceiling rose or/and rectangular C.I./M.S. junction box or fan hook box as the case may be.
It will be mandatory for the contractor to get the layouts approved by the Bank's Engineer/Architect
when the conduits are laid and bound to steel reinforcement rods, before he can release the work for
casting of floor/roof.

9. Connector Boxes, Draw-in-Boxes, Junction Boxes :


These shall be manufactured from 16 SWG M.S. sheet and have M.S. cover. Minimum size for
connector boxes is 6" X 4" and for Draw-in-Boxes 4" X 4".

10. Fan Hook Boxes :


These shall be 125mm X 125mm X 75mm deep, constructed from 16 SWG M.S. sheet, and
provided with one 12mm dia M.S. rod 300mm long.

TECHNICAL SPECIFICATION FOR ELECTRICAL WIRING

1. GENERAL REQUIREMENTS
The installation shall generally be carried out in conforming with the requirements of the Indian
Electricity Act, 1910 as amended up to date and the Indian Electricity Rules,1956 framed
Thereunder, the relevant regulations of the Electric Supply Authority concerned, and also with
the specifications laid down in the Indian Standard I.S. 732 - 1963 Code of Practice (revised) for
Electrical Wiring Installations (system voltage not exceeding 650 volts) and I.S. 2309 - 1969
Code of Practice for the protection of Buildings and Allied Structure against Lighting and IS 3043
- Indian code of Practice for Earthing. The wiring shall also be according to the specifications of
P.W.D. of the Local Government.

2. MATERIALS
All materials, fittings, appliances, used in electrical installations, shall conform to Indian
Standard Specifications wherever these exist. A list of approved materials is attached after words.
Materials not included in the list shall be got approved by the Architects/Owner prior to actual use.

3. MAIN SWITCH GEAR


Iron clad switch fuse and isolator units should conform to B.S. 861 (I.S. 2510-1954). The quick
made and break mechanism shall be self interlocked with the cover. In "Off" position there must
be two breaks per pole.
Main switch gear shall be properly earthed with two numbers conductors if M.V. and one
number of L.V.

4. BUSBAR CHAMBER ( B.B.C.)


This shall be totally enclosed, metal clad type fabricated from rust proofed 16 SWG sheet steel
on angle iron frame and provided with sheet steel or cast iron cover and undrilled detachable
end plates, suitable for mounting on wall or angle iron floor stand and painted with high quality
enamel paint. G.I. bolts and nuts shall be used for assembly with suitable packing materials to
ensure dust proof finish. Meters shall be provided on suitable sheet steel boxes. Switch shall be
provided with cable and boxes as required.
The depth of B.B.C. shall be 150mm (minimum). Minimum clearance of phase bars to earth
shall be 25mm and between bus bars shall be minimum 32mm.
H.C. (High conductivity) copper busbars properly tinned are to be rated at 1000 Amps. per Sq.
in and Aluminium bus bars (wrought aluminium alloy strip) conforming to relevant I.S.
specification at 800 Amps per sq. in.
Neutral Busbars are to be rated to carry 60% of phase current. These shall be carried on glazed
porcelain supports of proper dielectric and mechanical strength and shall be appropriately
colour coded for identification of Phase.
Lettering shall be done for identification of switches as directed. The contractor shall submit fully
dimensioned drawing of the board with the physical position of the switches and other
components to the Architects for their approval before the same is fabricated.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 25 of 38

There shall be two numbers of Earth Terminals. Suitable Danger Board shall be provided.

5. INTERCONNECTION B.B.C. & SWITCH FUSE, METERS


For ratings above 150 Amps these shall consist of insulated copper strips to adequate section.
For rating below 150 Amps PVC copper cable tails of appropriate size, terminating in tinned
copper sockets may be used. The above are to be enclosed either in sheet metal trunking or
conduits so that no part is exposed.

6. DISTRIBUTION BOARDS
These totally enclosed metal clad type Distribution Boards with hinged lids shall be in
accordance with I.S. 2147-1952 and 2675-1966 and B.S. 214 and shall be welded construction
and fabricated from rust proofed sheet steel and finished with anticorrosive stove enamel paint
and have provision for fixing on wall and have earthing terminals.
Power Distribution Boards (400 volts TPN) shall be constructed from 16 SWG sheet steel and
Branch Distribution Boards (230 volts SPN from 18 SWG sheet steel).
The minimum ratings of phase and neutral busbars shall be 67% of the total rating of fuse ways.
Above 32 Amps Neutral Busbars may be half the size of the Phase Bus bars.
The fuses shall be mounted on glazed porcelain supports of proper dielectric and mechanical
strength. TPN units should have phase separation barriers between fuse banks.
Cables shall be connected to a terminal by crimped lugs.
Where two or more B.D.B's feeding low voltage circuits are fed from different phases of a
medium voltage supply, these B.D.B's shall be installed at least two meters apart.
All three phase power distribution boards shall be properly earthed with two number 10 S.W.G.
galvanised iron wires and provided with suitable Danger Boards. All SPN B.D.B.'s shall be
properly earthed with one number 10 SWG galvanized iron wire each.

7. CABLES AND CONDUCTORS


All cables shall conform to relevant Indian Standard. Conductors of all cables except for flexible
cables, shall be of aluminum, unless specified otherwise.

8. TESTING OF INSTALLATION
Before a completed installation or an addition to an existing installation is put into service, the
following tests shall be carried out by the contractor in presence of the Engineer in charge.
a) Polarity of Switches
It must be ensured by test that all single pole switches have been fitted on the live side of the
circuits they control.
b) Insulation test :
i) By applying a 500 volt mugger between earth and the whole system of conductors or any
section there of, with all fuses in place and all switches closed, all lamps in position or both
poles of installation otherwise electrically connected together : The result in meghom shall not
be less than 50 divided by the number of points on the circuit, and should not be less than 1
meghom.
ii) Between all conductors connected to one phase and all such conductors connected to the
neutral or to the other phase conductors of the supply after removing all metallic connections
between the two poles of the installation and switching on all switches. The insulation resistance
shall be as in (i) above.
c) Earth continuity Test
The earth continuity conductor including metal conduits, and metal sheaths of cables in all
cases shall be tested for electrical continuity. Electrical resistance of the above along with the
earthing leas cut excluding any resistance of earth leakage circuit breaker, measured from the
connection with the earth electrode to any point in the earth continuity conductor in the
completed installation shall not exceed one ohm.
d) Earth Resistance Test
To ensure effectiveness of installation earth, the value of earth resistance shall within 5 ohm for
installation capacity upto 5 KW and one ohm for installation of higher capacity.

9. The completed work will be taken over only if the results obtained in above tests are
within the limits mentioned above and in accordance with I.E. Rules.
On completion of the installation work, a certificate shall be furnished by the contractor,
countersigned by the certified supervisor under whose direct supervision the installation was

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 26 of 38

carried out. This certificate shall be in a prescribed form as required by the local Electric Supply
Authority.

10. SPECIAL SPECIFICATIONS


a) Before fixing all switches, fittings etc. should be produced before Engineer in Charge
and get approved.
b) All metal switch boards and switch/regulator boxes to be used in work shall be painted
with two coats of anti rust primer (red oxide paint) prior to erection. After erection they shall be
again painted with two coats of enamel paint of approved quality.
c) Before execution of any portion of conduit work for wiring neat proper layout should be
made out by the contractor and got approved from the Engineer in charge. For this purpose
contractor is advised to get acquainted with the layout drawings of the Consultant/Architect.
d) While laying the conduits for concealed wiring in the ceiling or in the beams and columns
and before casting the contractor must ensure that all the inlets and both ends of the conduits
are plugged by means of dead end socket so that no foreign matter can enter the conduits and
choke them.
e) Damage to any fitting during erection and before handing over the installation by
contractor shall be set right or replaced by the contractor at his own cost.
f) Caution Board of proper size wherever required, shall be provided, as per I.E.E.
regulations for which no extra payment will be admissible.
g) Any repairs done to wall etc. should match with the surrounding surface otherwise same
will be got done through Building Contractor at the cost of the Electrical Contractor.
h) Earthing Installation shall be done in the presence of Engineer in charge or his
representative.
i) The installation should not be energized without adequate earthing.
j) The I.C. switches and Distribution Fuse Boards shall be provided with neat lettering in
block letters with paint for identification of the I.C. switches and for the points connected to each
fuse way of the D.B's for which no extra payment will be admissible.
k) Completion Drawings
The Contractor shall be required to submit along with Final bill, the under noted controlled by
them).drawings on tracing papers, along with three copies of Ammonia print each.
1. Plan (as per structural drawing) of each floor (not less than 1:100 metric scale) showing :
i) Locations of Main Switch Board, Distribution boards (with the circuit numbers
controlled by them).
ii) The runs of mains and sub mains.
iii) Location of lights, fans, wall sockets, other power consuming devices together with type
of fittings and fixtures including circuit numbers.
iv) Position of lightning conductors and route of running conductor.
v) Position of Earthing Stations for light and power and Lightning Conductor installation.
and giving the following information on the plans :-
a) Name of work with job no. Accepted Tender No.
b) Date of completion.
c) Name of the Place.
d) Name and Signature of the Contractor.
e) Scale of Drawings.
2. Schematic lines layout diagram of each floor showing (i) Layout and connections of Main
and Sub-board, B.D.B. having descriptions of the size, capacity, type and their numbers, the
system and the source of supply, (ii) Location, Size, Type, length of main and sub main cables
(iii) Loading of each B.D.B. indication of phases, Departmental mark in each B.D.B. and
switchgear. The drawings shall be very neatly drawn and submitted properly without folding them.
3. Cable route should be marked on site plan with measurements from permanent
structures.

TECHNICAL SPECIFICATION FOR CABLE INSTALATIONS

1. General
All HV Cables (upto 33 KV earthed system) shall be either paper insulated SL type or XLPE
Insulated aluminium conductor cable conforming to I.S. 692 and I.S. 7098 respectively.
All Medium Voltage and Low Voltage PVC insulated and armoured/ unarmoured cables shall
conform to IS 1554 Part-I-1964 and of 1,100 volt grade.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 27 of 38

Old and used cables must not be used for installation. Only one make of cable shall be used. All
cables brought to site must be tested and got approved by the Engineer-in-charge before these
can be laid. The cables shall be dispatched to site on wooden drums with ends sealed. Exact
lengths shall be determined by the Contractor after measurement at site.
The underground installation of cables shall be generally conforming to I.S. 1255-1967, Code of
practice for installation and maintenance of under ground cables (upto including 33 KV).

2. Laying of Cables
a) Direct in Ground Trenches shall be 750mm deep (minimum) for LT Cables and 1.2 M (4'-0') deep
minimum for HT Cables from ground level and trenching work shall including all pumping and bailing
out water. These trenches shall be wide enough to accommodate all the cables with brick separations
as per the requirements specified in the relevant I.S. When more than one multicore cable is to be laid
in the same trench, a minimum horizontal Inter-axial spacing between cables will be as per relevant I.S.
After excavation of the trench of proper size, the bottom of the trench shall be dressed and leveled and
filled with a 75mm layer of fine sand. The cable shall then be laid with bricks on both sides of the cable
continuously. After having the space within the bricks, filled and packed upto a level of 75mm (3")
above top of cable with fine sand, the top layer of bricks shall be
placed side by side in continuous series as protective cover. Total No. of bricks required being
16 per metre run. The remainder of the trench shall be filled with riddled soil, well rammed and
watered to a level of 75mm (3") above surrounding ground level. The ground level surface of the
whole trench route shall be restored properly after completion of cable laying.
b) Inside Building Cables shall be laid on walls/ceilings/structure, unless specified otherwise, with M.S.
bracket sand suitable clamps or over claw type aluminium cleats fixed on M.S. brackets, paced not
more than 450mm apart. G.I. Bolts of suitable sizes are to be grouted on the wall properly for fixing the
brackets.
c) Minimum bending radius permissible is 12D for MV Cables and 20D for HV cables. At
joints and terminations, the individuals core of multicore cables should never be bent so that the
radius is less than 15 times the diameters over the insulation. No Cable jointing is allowed between two
terminals points.

3. Cable Jointing
All cable joints shall be carried out by experienced and Licensed jointers under strict supervision.
Electro plated brass cable glands, aluminium / tinned copper cable sockets and approved
jointing materials must be used. The price for cable jointing and finishing the ends of the cable
shall include all materials and shall also provide for tools and plants for the work. The cable
accessories and other associated materials shall conform to Indian Standard Specification
where applicable. Proper earthing of cable glands and armoured shall be included in the job.

4. Testing of Cables
All cables shall be tested for insulation resistance with megger - 5,000V constant pressure
megger insulation tester for HT Cables and 1,000 V constant pressure megger for MV cables,
before installation.
After installation and end termination, the cables shall be again subjected to the above test.
Insulation value for HT Cables shall not be less than 100 me ohms and for MV Cables 1.0
megohm.
After laying and jointing, the HV Cables shall be subjected to high voltage pressure test before
commissioning the test voltage being as specified in I.S. 1255-1967 or latest.

5. Testing of Installation
Before the completed installation is put into service or handed over to Owner, the installation is
to be subjected to the above tests to the satisfaction of the Engineer-in-charge. The completed
work will be taken over only if the results are acceptable to the Architects/Owner.

TECHNICAL SPECIFICATION FOR AC INSTALLATIONS

GENERAL
a. Air Conditioner, which is offered by the tenderer, shall carry a five star rating (BEE-2018) with inverter
& only of a reputed Brand.
b. The product on offer shall carry a minimum ON SITE warranty period of one year.
c. The compressor of the air conditioners should carry a minimum warranty of five year.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 28 of 38

d. Product on offer shall carry a free replacement guarantee period of a minimum 30 days in case the
supplied product is found to be carrying a manufacturing defect or is a malfunctioning unit.
e. There should be an authorized service center of the offer product in Kolkata, WB.

Supply Part (High Side) :


1. Supply will be as stated in the description of BOQ.
2. Supplied AC’s shall have Copper Evaporator & Condenser coils.
3. Evaporator & Condenser coils fins should have formal portative coating (blue coating)
4. Supply of Suitable powder coated MS /GI stands for outdoor unit fixing along with hardware
like cadmium coated/GI/SS is in vendor scope.
5. Miscellaneous items required for installation of AC units including but not limited to copper pipes of
required sizes for inlet & Out let lines, Redo flex insulation for inlet & outlet line required additional extra
length more than standard length to be provided wherever required (approx. 10% of total quantity
supplied, Gauge, Cable ties, UV Proof plastic ribbon, 4CX 2.5 sq mm copper cable(FR/FLRS),
6. Installation of suitable length drain pipe is in vendor scope of supply.
7. One year warranty shall be given to the AC’s supplied along with three free servicing.
8. 5 Years warranty for split AC compressors shall be given.
9. Air –conditioner should have ECO friendly Refrigerant gas R410A.

Installation Part (Low Side) :

1. Time period for installation & Commissioning of AC’s will be six month from material supplied.
2. Installation & Commissioning of AC’s in-door unit with standard vacuum machine.
3. Hard-ware required for fixing of stands in-door and out-door unit.
4. Commissioning report duly signed by Vendors representative & MRPL TIC.
5. Warranty period three free service & in case of any brake down necessary repair works /
rectification to be done with-in 15 days period.
6. Necessary documentation for arranging gate pass.
7. Delivery to be staggered in lot of 50 no’s (4*50), based on instruction of EIC.

TECHNICAL SPECIFICATION FOR EARTHING INSTALLATION

The installation shall generally conform to IS 3043 - Indian Standard Code of Practice for
Earthing, as amended upto date.

1. Earthing Electrode
The earthing electrode shall be galvanized steel pipe of Class B medium quality – 40mm dia
bore and 3.04 M (10') long. A hole shall be provided at 100mm (4") from the top end to receive a
13mm (1/2") dia galvanized bolt and the bottom end shall be chisel cut for easy penetration into
soil.
A suitable trench shall be excavated about 0.45 M (1'-6") deep and the pipe electrode driven to
an average depth of 3.35 M (11'-0") below ground level. The top end of the electrode shall be at
an average depth of 0.30 M (1') below the ground surface.
Alternate layers of Charcoal or Salt and Coke to be provided for Electrode as per I.S. Code of
Practice unless specified otherwise.
One No. 6 SWG G.I. wire (unless otherwise specified) shall be connected securely on the
properly cleaned surface at the top end of pipe electrode by means of a 100 mm (4") long X 13
mm (1/2") dia G.I. bolt nut and double washers. The earth lead conductor shall be protected
mechanically be means of a continuous length of G.I. pipe (Class A) having 13mm (1/2") inside
diameterupto a height of 0.60 M (2') above ground and the same shall be completely filled with
bitumen compound and topped upto overflowing.

2. Masonry Inspection pit


The inspection pit for the earth station shall be approx. 0.56 M X 0.56 M (1'-10" X 1'-10") outside
dimensions and approx. 0.45 M (1'-6") deep when completed, having 5" thick cement brick work
with 1st class bricks in cement mortar (6:1) both inside and outside plastered 19mm (3/4") thick
and neatly cemented 1.60mm (1/16") thick, both inside, outside and top. The opening on top
shall be provided with a C.I. ring with lockable cover fixed flush with ground surface.
All the excavations shall be duly back filled, dressed and rammed.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 29 of 38

3. Locations for Earth Electrodes


Electrodes shall be buried at least 2 M (6'-6") away from the building pole or object to be
earthed. However, earthing electrodes for L.C. installations should be as close to the down
conductors as possible.
Electrodes when installed in parallel, shall not be placed less than 2 M (6'-6") apart and
preferably placed at distances greater than twice their lengths.

4. Earth Busbar
a) Galvanized M.S. Flat
The busbar shall be of suitable size and length, as specified in the Schedule of Items, heavily
galvanized and having adequate number of drilled and tapped holes 30mm apart, complete with
G.I. bolts, nuts, washers for securely connecting the earth leads and earth continuity conductors.
The busbar shall be fixed on wall, having clearance of 6mm from wall with spacing insulators
with at least the numbers 13mm (1/2") G.I. rag bolts spaced about 0.46 M (1'-6") apart.
b) Copper Flats
To be used, as specified, in the Schedule of Items, where earthing requirements are more
stringent. Brass bolts, nuts washers shall be used for connections.

5. Value of Earth Resistance


In case of installations where the load does not exceed 5 K.W. the resistance to earth shall on
no account exceed 5 K.W. the resistance shall not exceed 1 ohm.
For sub-station, the value is 1 ohm.
For L.C. installations, the value is 1 ohm.

TECHNICAL SPECIFICATIONS FOR L.C. INSTALLATION

Specifications :
The installation shall conform to I.S. : 2309-1989 as amended up to date.

1. Conductor for L.C. System


It shall be well galvanized No. 7/8 SWG G.I. stranded wire galvanizing conforming to B.S.
728/1961) unless specified otherwise. The conductor shall be well annealed and flexible. There
shall be no joints in any conductor between terminal ends.

2. Air Terminals
Air Terminal shall be single prong type constructed of 15mm N.B. (Class-B) medium quality G.I.
pipe 30 cm long with a screwed G.I. solid conical cap 100mm long (overall) on top and shall
have a screwed galvanized M.S. flange 75mm dia X 6mm thick at bottom end and shall be
grouted on the parapet, roof, etc. with rag bolts in cement mortar unless specified otherwise.

3. Conductors on Parapet
The conductors shall be coursed along ridges, parapets, edges of the flat roof, over flat roof
where necessary in such a way as to joint each air terminals to the rest. The conductors shall be
fixed securely with proper saddles spaced not more than 2 ft. (0.6 M) apart.

4. Vertical Down Conductors


The conductors, direct from test point shall be connected to parapet conductors or air terminals
and shall be coursed through shortest possible routes without abrupt turns or kinks. While
passing through cornices, these shall pass through G.I. pipe (Class-B) having adequate bore.
These conductor shall be fixed securely with proper saddles spaced not more than 2' ft. (0.6 M)
apart.

5. Protection Against Damage and corrosion


No upturns are permitted and any bend necessary shall have a permissible radius. The end of
G.I. pipe protections on wall shall be properly sealed with bitumen compound to prevent
corrosion.

6. Metallic Objects near conductors


The conductors shall be so laid as to maintain a separation distance exceeding 2 Meters (6'-6")

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 30 of 38

between (a) any electric conductor running in parallel, (b) metallic objects, viz. iron girders,
water tanks, iron stair case, water/gas pipes inside or by the side of the building.
All the external metallic objects viz. water tanks, gutters, rain water down pipes, water mains,
etc. shall be bonded to the nearest conductor by means of a short tail.

7. Joints & Bonds


All joints between conductors shall be made after cleaning and tinning the ends of conductors to
be joined, binding them together for about 100mm (4") with No. 14 SWG G.I. wire and then
welding. Joint between Air Terminals and conductors shall be made with proper lugs duly fixed to
conductors and bolts, nuts washers etc. Bonding shall be as short as possible. All joints & Bends are to
be mechanically and electrically
sound.

8. Earth Stations :
Similar to Installation earths as specified elsewhere. Minimum number of earth station is two.

9. Installation Tests :
After completion of works the ohmic resistance of L.C. installation complete with air terminals
(without earth connection) shall be measured from the highest point and this shall be a fraction
of one ohm. The resistance to earth of individual earth stations shall be tested by earth testing megger
and must not exceed 1.0 ohms. The above tests shall be made in the presence of the representative of
the Engineer-in-charge/Architects and the results recorded. A certificate of the same to be submitted
duly certified by an licensed electrical engineer.

10. Completion Drawings :


This shall be submitted along with the final bill.

SCHEDULE OF QUANTITIES

PREAMBLES

1. The quoted rates shall include clearing site from all debris, shrubs, vegetation, bushes, trees
before commencement of work even if not otherwise specified. Trees with a girth of
above 450 mm measured 300mm above G.L. shall be cut with prior approval from the
Owner/Consultant.
2. The quoted rates shall be deemed inclusive of costs of all labour, materials, tools, plants,
equipment, scaffolding, curing cost, all lead & lifts, all taxes including duties, octroi even if these are not
otherwise mentioned in items. Only GST will be paid extra.
3. Products with I.S.I. stamping, if available shall be used with prior approval of the
Consultant/Employer. Consultant/ Employer reserves the right to select any particular brand between
different I.S.I. stamped products of the same category.
4. The quoted rates shall include for keeping pockets, holes, chases, etc., in concrete/masonry for
running of Conduit etc.

NOTES TO SCHEDULE OF ITEMS

1. Tenderers shall include in their rates quoted charges for preliminary and general items
required for the execution of work such as tools and plants, workman's shed, temporary
offices, cleaning site, scaffolding upto required height etc. The description of each item
shall unless otherwise stated be held to include conveyance, labour, and finishing to
required shape and size, setting, fitting and fixing in position, straight cutting and waste,
return of packing, overheads, profits and other unless otherwise stated, be held to
include the consequent waste.

2. The rates quoted by the Contractor should cover for work at any height for all the items
of work under this contract. List of all materials will not form a criterion for any extra payment, unless
otherwise stated in the particular item. In the event of arithmetical error/errors being discovered in the
Contractor's tender the rate mentioned in works in the tender copy marked `Original' will only be taken
as bonafide.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 31 of 38

3. Contractor should note that the tender is strictly on item rate basis and their attention isdrawn to the
fact that their rates for each and every item should be correct, workable and self-supporting. If called
upon by the Architect/Employer detailed analysis of any or all rates shall be bound to recognize
Contractor's Analysis.

4. Contractor should note that their rates should be inclusive of all attendance on their subcontractors&
also for making good any holes and chases left by the Sub-Contractor before the builder's work is
completed.

5. The Contractor shall be responsible for procuring all required materials sufficiently in advance and
see that the work is never hindered for want of materials or due to any other reason or restriction.

6. The Contractor shall have to carry out all connected work within the boundary of proposed work and
inside the building if ordered to do so by the Architect/Employer at the rates quoted in the Schedule of
Items.

7. The Contractor is to study architectural and electrical drawings before commencing anywork. In case
of discrepancy the Contractor must report to the Architect/Employer immediately and shall get the same
rectified before proceeding on.

8. The rate quoted for installation work shall include the necessary requirements of Indian Electricity Act
and Rules in force at the time of carrying out work.

9. All materials which shall be used in the work must be from the list of the approved materials as
mentioned in the specifications. Samples of materials proposed to be used shall be submitted for
approval and nothing shall be used which are not approved.

10. General spirit of the technical specification and method of measurement shall be as laid down in the
latest edition of I.S. Code of Practice. Rates quoted for all items shall include for the cost of supplying
labour and materials fixing and/or erection complete with all the appliances necessary for the proper
execution and carrying out of the work to the truest sense of drawing and specification though this may
not be mentioned in particular item of in the Schedule of Items.

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 32 of 38

SECTION – VIII

BILL OF QUANTITIES INCLUDING APPROVED MAKE OF MATERIALS FOR ABOVE


MENTIONED WORKS

UNION BANK OF INDIA # GREATER KOLKATA REGION # BARASAT (e-CB) BRANCH

B O Q FOR ELECTRICAL WORKS


Sl Description Of Item Qnty. Unit Rate Amount (Rs.)
No. (Rs.)
1 MAIN INCOMING SFU
S/I/T/Commissioning of 100 Amp. TPN Main Switch (HRC
type SFU) at main incoming from CESC / SEB to be fixed on
MS angle framework & 2 nos. cable end box including
necessary interconnections
1 unit
2 MAIN PANEL BOARD
S/I/T/Commissioning of Main Distribution Panel as per
given below: - 440 Volts AC, 3 Phase, 50 Hz with 50 KA fault
level for 1 second, Floor / Wall mounted, 7 tank cleaning
process with duly powder coated with copper bus bar.
Incomer : 100 Amps 4P MCCB of 35 KA breaking capacity
- 1 nos., 63 Amps 4P MCCB - 1 no. (interlocking for DG
supply) with LED type phase indicating lamp, Digital
voltmeter, Ammeter with selector switch with required CT
unit, Danger Notice Board indicating sign (DANGER) in
English, Hindi, Bengali. Outgoing : 63/40 Amps
TPN MCB - 2 Nos., 40 Amps DP MCB - 4 Nos., 63 Amp
TPN Changeover-1 No., 100 Amp TPN Bus bar Chamber-1
No.
1 unit
3 DISTRIBUTION BOARDS (All MCBs to be "C" series)
a Providing and fixing 12 way SPN double door DB for UPS
SUPPLY with incomer 1 no. 40 Amps DP MCB controlling
10 Nos. 6/10 Amp SPMCB Complete.
1 unit
b Providing and fixing 12 way SPN double door DB for
LIGHT POINTS with incomer 1 no. 25 Amps DP MCB
controlling 10 Nos. 6/10 Amp SPMCB Complete.
2 unit
c Providing and fixing 4 way TPN double door DB for
POWER POINTS with incomer 1 no. 40 Amps 10 KA TPN
MCB controlling 12 no. 16/20 Amp SPMCB Complete.

1 unit
d Providing and fixing 4 way TPN double door DB for AC
POINTS with incomer 1 no. 63 Amps 10 KA TPN MCB
controlling 12 no. 16/20 Amp SPMCB Complete.
1 unit
e Providing and fixing 63 Amps TPN Isolator with Cut Out
DB (For Master Switch) near Branch entrance location.
1 unit
4 UPS INPUT/ OUTPUT
63 Amps/40 Amps DP MCB in MS enclosure box
2 unit
5 CABLES

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 33 of 38

a Providing and placing in position, testing and connecting


1.1 KV grade Cu cable 3.5C x 50 sq. mm. with 2 Nos 10 swg
GI ECC by GI bar and saddles on wall/floorpass. Cable to be
for Main switch to Main Panel Including all necessary
terminals etc. complete.
25.00 r. m.
b Providing and placing in position, testing and connecting
1.1 KV grade Cu cable 4-C x 25 sq. mm. with 2 Nos 10 swg
GI ECC by GI bar and saddles on wall/floorpass. Cable to be
for DG to Main Panel Including all necessary terminals etc.
complete.
25.00 r. m.
c Providing and laying 2 x 6 sq. mm. & 1 x 1.5 sq. mm. FR
PVC coated copper conductors (1.1 KV grade) in pvc rigid
pipe/capping-casing on surface of wall duly clamping with
necessary fittings and accessories from Main Panel to
LIGHT DB. Including all necessary terminals etc. complete.
55.00 r. m.
d Providing and laying 4 x 6 sq. mm. & 2 x 2.5 sq. mm. FR
PVC coated copper conductors (1.1 KV grade) in pvc rigid
pipe/capping-casing on surface of wall duly clamping with
necessary fittings and accessories from Main Panel to AC
DB. Including all necessary terminals etc. complete. 25.00 r. m.
e Providing and laying 2 x 4 sq. mm. & 1 x 2.5 sq. mm. FR
PVC insulated multi stranded copper wire in suitable size
pvc rigid pipe/capping-casing on surface of wall duly
clamping with necessary fittings and accessories for AC DB
To Starters/Outdoor Units&Glow sign board wiring Including
all necessary terminals etc. complete.
180.00 r. m.
f Providing and laying 4 x 6 sq. mm. & 2 x 2.5 sq. mm. FR
PVC coated copper conductors (1.1 KV grade) in pvc rigid
pipe/capping-casing on surface of wall duly clamping with
necessary fittings and accessories from Main Panel to
POWER DB. Including all necessary terminals etc. complete.
25.00 r. m.
g Providing and laying 2 x 2.5 sq. mm. & 1 x 1.5 sq. mm. FR
PVC coated copper conductors (1.1 KV grade) in pvc rigid
pipe/capping-casing on surface of wall duly clamping with
necessary fittings and accessories from Light DB to Switch
Boards & Power DB to Raw Power Point Including all
necessary terminals etc. complete.
250.00 r. m.
h Providing and laying 4 x 6 sq. mm. FR PVC coated copper
conductors (1.1 KV grade) in pvc rigid pipe/capping-casing
on surface of wall duly clamping with necessary fittings and
accessories from Main DB to UPS Input&UPS Output to
UPS DB Including all necessary terminals etc. complete.
40.00 r. m.
i Providing and laying 2 x 2.5 Sq mm. & 1 x 1.5 sq. mm. FR
PVC insulated multi stranded copper wire in suitable size
pvc rigid pipe/capping-casing on surface of wall duly
clamping with necessary fittings and accessories for UPS
DB To Computers. Including all necessary terminals etc.
complete. 200.00 r. m.
6 CABLE TERMINATION
Supplying, connecting the end terminations with copper
cable lugs, Single Compression Brass Cable Glands,
Tapping, Crimping etc. complete.

a 3.5 core 50 Sq mm Al. Armoured


2.00 unit
b 4 core 25 Sq mm Al. Armoured
2.00 unit
7 EARTHING

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 34 of 38

a Earthing installations as per I.E. rules by making earth


stations with 600 mm x 600 mm x 3.15 mm. thick copper
plate electrode to be installed such that its top edge shall be
at a minimum depth. of 3.0 meter below ground level after
preparation of ground with charcoal and salt and connecting
the MIP with 25 mm x 6 mm G.I. earth lead-in-strip directly in
ground by bolting and then brazing to the copper Plate
complete with G.I. bolts of suitable length double nuts and
washers including supply and fixing of 50 mm dia. partly
perforated G.I. pipe with funnel for watering arrangement.
3.0 m. long with 300 x 300 mm. casting plate connection to
be fitted with bitumen, the electrode to be driven under G. L.
to an av. depth of 3.15 m. The earthing installation should be
provided with 300 mm x 300 mm and 300 mm depth inside
dimension masonry inspection pit with C.I. hinged cover
having locking arrangements, test link of size 150 mm length
x 25 mm x 6 mm copper flat connected to copper earth lead-
in-strip and restoring the surfaces duly rammed.
1.00 unit
b Providing and fixing Pipe Earthing (IS - 3043) 3.0m. deep
with 40 mm. dia. GI pipe With perforations filled with
alternate layers of Charcoal and salt. The item includes
Funnel on top in brick masonary chamber with CI cover for
watering purpose complete.
2.00 unit
c Providing and fixing Earth Bus Bar of 25 mm. x 6 mm. x
300 mm. complete with brass nut, bolt, washer & bus
insulator.
1.00 unit
d Providing and fixing Copper Earth Wire 8 guage in pvc
conduit in Floor / walls From pipe earthing to Main Panel
Board Complete.
30.00 r. m.
8 POINT WIRING
Providing & fixing POINT WIRING for Ceiling and wall
lights / fan. The item includes Circuit wiring from DB to the
switch board with 2 x 2.5 sq. mm. PVC insulated copper
conductor with 1.0 sq. mm. PVC insulated copper conductor
for earthing in appropriate size of PVC conduits ISI mark,
point wiring to be laid with 2 x 1.5 Sq. mm. PVC insulated
copper conductor with all necessary accessories, such as
saddles etc. on surface or embedded in wall, chasing the
walls and making the surface neat afterwards. The item
includes 6 Amp switch with all base plates & cover plates,
M.S. box of same make etc. 3 plate ceiling rose to be
provided for Exhaust fans complete. Each switch board
should have at least 1 no. 5 Amp raw power socket. There
will be at least 8 light points to be connected through
UPS supply within banking hall area.

a Providing and fixing point wiring with same pecifications as


MAIN point wiring above : one point to be controlled by one
switch.
45.00 unit
b Providing and fixing point wiring with same pecifications as
MAIN point wiring above : two points to be controlled by one
switch.
15.00 unit
c Providing and fixing power point for WALL / EXHAUST
FAN points with 1 x 5pin 6Amp socket outlet to be provided
at the location of fan
17.00 unit
d Providing & fixing Raw Power Point Includes 2 nos. 5 pin 6
AMP socket and 1 no 6 Amp switch etc. complete.
20.00 unit

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 35 of 38

e Providing & fixing Computer Plug Points with 4 Nos 5 pin 6


Amp sockets,1 Nos 16 amp switch & one indicator lamp,
complete with all necessary accessories. The switch and
indicator to be located above the counter while sockets to be
fixed below the counter.
15.00 unit
f Providing and fixing BELL POINTS on wall / partition with
2x1.0 Sq.MM copper conductor with call bell switch (Push
Type) including ANCHOR call bell TRESSA Multi Tune Bell
complete.
1.00 unit
g Providing and fixing Starter for AC consisting of : 15 Amp.
Socket for plug, 12-18 Amp. Starter
7.00 unit
h Providing and fixing Glow Sign Board point including
supply of timer, thro. separate 20 Amp. DP MCB with metal
enclosure complete.
1.00 unit
9 ELECTRICAL FIXTURES
Item includes Providing, assembling, fixing, testing &
commissioning Following Fixtures including all accessories,
lamps & extension chords as maybe necessary complete. All
LED / Florescent fixtures (except down lighters) to be hung
from the RCC ceiling by 20 KG grade adjustable GI chain &
in NON False ceiling area they are to be hung by appropriate
Down Rods.
a Providing and Fixing Recessed mounted diffused optics high
performance 2' X 2' LED luminaire of HAVELLS or similar
with necessary LED lamp. (VENUS NEO Product code :
LHEWDRP7PL1W034 with 34w LED 6000K or similar)
19.00 unit
b Providing and Fixing Recessed mounted LED spot light of
HAVELLS with necessary LED lamp (15W LED 6000K) or
similar. ( Ceiling cutout ø 155 mm.)
30.00 unit
c Providing and Fixing Surface mounted luminaire suitable for
HAVELLS or similar : PHOTON PLUS LED TUBELIGHT :
product code : LHLDCLXENL8X018 or similar with Lamp
type 18W LED
20.00 unit
d Providing and Fixing Surface mounted LED Bulb Holder of
HAVELLS with necessary LED lamp (12W LED 6000K) or
similar.
2.00 unit
e Providing and Fixing wall mounted fans 400 mm. sweep
13.00 unit
f Supplying & Fixing of exhaust fan heavy duty industrial type
Crompton 225 mm sweep with 1400 RPM.
4.00 unit
10 TELEPHONE CABLING
a S/I/T/Commissioning of 2 pair 0.51 sq. mm. telephone
unarmoured cable in 32mm PVC pipe. (Make - Finolex /
Delton / Polycab)
80.00 r. m.
b S/I/T/Commissioning of Telephone point with 1 No. of of RJ-
11 socket, 1 Module Plate & Modular Box as per instructions
of the Architect/Consultant.
3.00 unit
c S/I/T/Commissioning of telephone Junction box 10 pair
krone type housed in MS box with Lock & key.
1.00 unit
11 DATA CABLING
a providing and fixing IOU (information outlet unit) of AT & T
make including squre face plate MS housing box with RJ-45
socket etc complete
13.00 unit

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 36 of 38

b Providing and fixing data points with CAT-6 UTP cable from
system room to individual points in 20mm PVC conduit fixed
on wall, ceiling, partition etc. complete
200.00 r. m.
c Providing and fixing Mounting (PATCH) cords one per port.

i 1.0 m. long
13.00 unit
12 BUY BACK : Dismantling & buy back of existing wiring,
fixtures etc. (as to be approved by bank) and removing the
rubbish outside the compound as per direction of Bank /
Architect.( Min. offered price : Rs. 3000.00)
1.00 unit
TOTAL

APPROVED MAKE OF MATERIALS

1 Switch fuse units (HRC) LEGRAND / SEIMENS / HAVELLS


2 Timer (TSQ 100) L & T / HAVELLS
3 Voltmeter & Ammeter A. E. / IMP
4 Voltmeter & Ammeter selector switches KAYCEE / L & T
5 Phase indicating lamp Vaishno / SIEMENS / ROSS controls
6 Capacitor CROMPTON / SIEMENS
7 HRC fuses GE power / SIEMENS / L & T / SCHNEIDER
8 Power Cable : XLPE FINOLEX /POLYCAB/HAVELLS / NICCO
9 HRC fuse base & carriers. GE power / SIEMENS / L & T / SCHNEIDER
10 1.1 KV grade PVC insulated armoured aluminium cable GLOSTER / NATIONAL / NICCO / HAVELLS
(ISI marked)
11 1.1KV / 600V grade PVC insulated & sheathed / insulated FINOLEX / HAVELLS
copper wire & flexible cords (ISI marked).
12 RCCB / ELCB / MCCB LEGRAND / SEIMENS / HAVELLS
13 Moulded case circuit breaker LEGRAND / SEIMENS / HAVELLS
14 RCCB / ELCB LEGRAND / SEIMENS / HAVELLS
15 Switch fuse with rewirable fuses. (6A & 32A TPN) LEGRAND / SEIMENS / HAVELLS
16 Isolator LEGRAND / SEIMENS / HAVELLS
17 Changeover switch (on load type) LEGRAND / SEIMENS / HAVELLS
18 MCB distribution board LEGRAND / SEIMENS / HAVELLS
19 6/16 Amp modular type switch / flushed type plug socket Gold Medal / CRABTREE
20 6/16 Amp modular switch / socket, module plate & Gold Medal / CRABTREE
mounting M.S. / PVC box.
21 16/25 Amp., 2 module electronic regulator Gold Medal / CRABTREE
22 Ceiling rose KAY / EPP / ANCHOR / JJ
23 Holder KAY / EPP / ANCHOR / JJ
24 Alarm bell KHERAJ / GETCO
25 Black enamelled Steel conduits (conforming to IS in all respects) BEC / SUPREME / AKG
26 Compression type brass gland DOWELLS / JOHNSON / COMET
27 Cable termination socket DOWELL'S
28 Light fitting & lamps PHILLIPS / HAVELLS
29 Ceiling / Wall Mounted Fan CROMPTON / ORIENT / HAVELL’S
30 Exhaust fan CROMPTON / ORIENT / HAVELL’S

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 37 of 38

31 Industrial type socket & top HAVELL’S / CROMPTON / LEGRAND


32 Telephone wire FINOLEX / RRK / NATIONAL
33 Starters NORTH WEST / CABTREE
34 All other items not covered above
As per sample approved by Employer/Consultant

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder
Page 38 of 38

Union Bank Of India


BARASAT (E-CB) Branch, KOLKATA signature & seal of bidder

You might also like