0% found this document useful (0 votes)
8 views41 pages

Electrical Part

The document outlines the scope and specifications for electrical and mechanical works related to the construction of a gym at NDS Stadium in Leh, including schedules, terms, and conditions for specialized firms. It details estimated costs, eligibility criteria for contractors, and requirements for associated agencies in executing various components of the work. Additionally, it specifies the responsibilities of the main contractor and the Engineer-in-Charge, along with conditions for performance guarantees and penalties for non-compliance.

Uploaded by

ashishfuji2024
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)
8 views41 pages

Electrical Part

The document outlines the scope and specifications for electrical and mechanical works related to the construction of a gym at NDS Stadium in Leh, including schedules, terms, and conditions for specialized firms. It details estimated costs, eligibility criteria for contractors, and requirements for associated agencies in executing various components of the work. Additionally, it specifies the responsibilities of the main contractor and the Engineer-in-Charge, along with conditions for performance guarantees and penalties for non-compliance.

Uploaded by

ashishfuji2024
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/ 41

1

PART-C
Scope & Specifications of Electrical & Mechanical Works

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


2

INDEX

Sr. No Description

1 Schedule A to F (Electrical Component)

2 Terms & Conditions for Association of Specialized Firms for E & M Works

3 Form-G, Form-H, Form-I, Annexure-X

4 General Conditions

SH: Internal & External Electrical Installations

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


3

PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities: As per NIT document.

SCHEDULE ‘D’
Extra schedule for specific requirements / As per NIT document.
document for the work, if any:
SCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract 2023 Construction
Works, CPWD with amendments issued upto the
last date of submission of tender.
Name of Work: Construction of GYM (Fitness Centre) at NDS
Stadium Leh, UT of Ladakh. (Balanced work
related to E&M)

Estimated cost of Electrical Work: Rs. 53,37,119/-


Earnest Money: As per major component
Performance Guarantee: As per major component
Security Deposit: As per major component
SCHEDULE ‘F’
(GENERAL RULES & DIRECTIONS)
Officer Inviting Tender: As per PART-A
Maximum percentage for quantity of items of As per major component
work to be executed beyond which rates are to
be determined in accordance with Clauses 12.1
& 12.2:
Definitions:
2(v) Engineer-in-Charge: Executive Engineer cum Senior Manager (E),
LPED Leh or successor thereof
2(viii) Accepting Authority: As per major component
2(x) Percentage on cost of materials and labour 15 percent
to cover all overheads and profits.
2(xi) Standard Schedule of Rates: Plinth Area Rates 2021, Market Rates, DSR-2022
(E&M), BLDC Fans 2019, Solar Photovoltaic
Power Plant - 2019, Facade Lighting - 2019,
VRF/VRV Air-Conditioning System - 2019 & Wet
Riser and Sprinkler System - 2019 with upto date
correction slips + Effective Cost Index
2(xii) Department: Central Public Works Department
9(ii) Standard CPWD contract Form GCC General Conditions of Contract-2023 for
Construction Works in CPWD corrected up to the
last date of the submission of bids.
Clause 1
Time allowed for submission of Performance As per major component.
Guarantee, programme chart (Time and
progress) and applicable labour licenses,
registration with EPFO, ESIC, and BOCW
welfare board or proof of applying thereof from
the date of issue of letter of acceptance:
Maximum allowable extension with late fee @ As per major component.
0.1% per day of Performance Guarantee amount
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


4

beyond the period provided in (i) above:


Clause 2
Authority for fixing compensation under As per major component.
clause 2
Clause 5
Number of days from the date of issue of letter As per major component.
of acceptance for reckoning date of start Mile
stone(s) as per table given below:-

Sl. No. Description of Time allowed in days Amount to be withheld


Milestone (from date of start) in case of non-
achievement of
milestone
As per major component
Time allowed for execution of work: As per major
component.
Extension of time As per major
component.
Rescheduling of mile stones As per major
component.
Shifting of date of start in case of delay in handing over of site As per major
component.

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site


Part Portion of site Description Time period for
handing over reckoned
from date of issue of
letter of intent
Part A As per major component
Part B
Part C
Clause 7
Gross work to be done together with net Rs. 10,00,000 or part thereof as agreed
payment/adjustment of advances for material
collected, if any, since the last such payment for
being eligible to interim payment
Clause 7A
Whether clause 7A shall be applicable Yes Applicable.
Clause 8A
Authority to decide compensation on account if As per major component.
contractor fails to submit completion plans
Clause 10A
List of testing equipment to be provided by the Lux Meter, Earth tester, TDS meter, Tong tester,
contractor at site lab. Multimeter, Digital Thermometer, Conduit
Bending Machine, Digital Vernier Caliper,
Digital Screw Gauge, Megger, Electrical wire
drawing equipment, weighing machine,
measuring tap etc. The above-mentioned list is
not exhaustive in nature and the testing equipment
to be provided at the site shall be as per actual
requirement.
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


5

Clause 10B(ii)
Whether Clause 10 B(ii) shall be applicable No
Clause 10C
Component of labour expressed as percent of Not applicable
value of work:
Clause 10CA Not applicable
Clause 10CC
Clause 10CC to be applicable in contracts with Applicable
stipulated period of completion exceeding the
period shown in next column
Component of Electrical construction materials 80%
expressed as percent of value of E&M
component of work :
Component of labour –expressed as percent of 20%
value of E&M component of work:
Clause 11
Specifications to be followed for execution of As per CPWD General specifications for
work Electrical Works, Part-I Internal (2023), Part-II
External (2023), Part-III Lifts & escalators
(2003), Part-IV Substation (2013), Part-V Wet
riser & sprinkler system (2020), Part-VI Fire
Detection and Alarm System (2018), Part-VII DG
set (2013), Part VIII Gas Based Fire
Extinguishing System – 2013, HVAC (2017).
(I) All above specifications shall be applicable
with corrections slips up to the last date of
submission/uploading of bid.
(II) Wherever the CPWD Specification are not
given, the works shall be executed as per the
additional Specification & terms & conditions
mentioned in the NIT, BIS Specifications & NBC
2016.
(III) The direction of the Engineer-in-Charge
shall be followed in absence of the above two at
Serial No. I & II.
Clause 12 Applicable
Type of Work Construction work
Clause 12.1 & Clause 12.2 As per Major component
Clause 16
Competent Authority for deciding reduced rates As per major component.
Clause 17 As per major component.
Clause 19 Competent Authority to decide penalty for each
default:
Clause 19C
Authority to decide penalty for each default EE cum SM ( E ) LPED or successor thereof
Clause 19D
Authority to decide penalty for each default EE cum SM ( E ) LPED or successor thereof
Clause 19G
Authority to decide penalty for each default EE cum SM ( E ) LPED or successor thereof
Clause 19K
Authority to decide penalty for each default EE cum SM ( E ) LPED or successor thereof
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


6

Clause 25
Constitution of Dispute Redressal Committee Same as per major component.
(DRC)
Conciliator-
Arbitrator Appointing Authority-
Place of Arbitration-

Clause 32
The Agency who will provide the Technical Staff have adequate Knowledge E&M services

Terms & Conditions for Association of specialized firms for E&M Works
Estimated cost of various electrical & Mechanical services & similar works definition are as under:
NOTE: - If the main contractor associate the OEM or its authorized channel partner for the
execution of any of the subhead given below then the minimum eligibility criteria given below shall
not be applicable.

Sl. No Component of E&M works Estimated


cost Rs. Minimum Eligibility
approx.

1. Internal & External Electrical 30,70,081 The main contractor, if does not fulfill the
Installations criteria himself, shall associate with contractor
for execution of this Sub head of work,
possessing valid Electrical Contractor License
of appropriate Voltage/Class.

2. Solar PV Power Plant 20,35,120 The main contractor shall have to associate with
agency fulfilling the following eligibility
criteria having successfully completed during
last seven years ending up to previous day of
last date of submission of tender as given below
Three similar works, each of value not less than
40% of component cost.
OR
Two similar works, each of value not less than
60% of component cost.
OR
One similar works, each of value not less than
80% of component cost.
Similar work shall mean "SITC of Solar PV
Power Generation System”
3. Solar Water Heating System 2,31,918 The main contractor shall have to associate with
agency fulfilling the following eligibility
criteria having successfully completed during
last seven years ending up to previous day of
last date of submission of tender as given below
Three similar works, each of value not less than
40% of component cost.
OR
Two similar works, each of value not less than
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


7

60% of component cost.


OR
One similar works, each of value not less than
80% of component cost.

Similar work shall mean "SITC of Solar


Water Heating System”

The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to last date of
submission of bids.
However, the contractor shall also be allowed to carry out the works included in the enlistment
provisions as per the eligibility and the category of the enlistment, without associating any specialized
agency provided.
The contractor shall have to associate other agency(s) for execution of each of the work(s) mentioned
above including works of Fire Fighting & Fire Alarm System, UPS, Solar PV Power Plant and other
specialized E&M Services forming part of the tender, which fulfills the eligibility criteria for these
works(s) duly taking prior approval from the department. However, the contractor shall also be
eligible to carry out himself any or all of these works without associating any specialized agency
provided:
He fulfills the prescribed eligibility criteria respectively for these work(s).
Or
He directly procures the equipment of approved make from manufacturer and get installed from
authorized agency/service provider of the manufacturer or specialized agency as per criteria mentioned
in NIT.
Eligibility criteria of each such agency to be associated are to be set out in the tender documents. The
Contractor and the associated specialized agencies shall give required affidavit to confirm their
association.
The Department may approve change of associated agency in case it is required during the currency of
the contract.

Note. The main contractor/agency has to submit details of such agency to be associated to the
Engineer- in- charge (of E&M Work) within 15 days from date of start of work. The associated agency
shall be approved by Engineer-in-charge (of E&M Work). In case the main contractor intends to
change associated agency/agencies during the operation of the contract, he shall obtain prior approval
of Engineer- in-charge (of E&M Work). The new agency/agencies shall also have to satisfy the laid
down eligibility criteria mentioned above. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the main contractor to change the agency executing such
items of work and this shall be binding on the contractor.
Approval of the specialized agencies for each specialized work shall be obtained from the Engineer-
in-Charge (E&M works) within 15 days of award of work. Even if, such specialized items of work
shall be executed by the specialized agencies at later date the work shall be deemed to be executed by
the tenderer for all purposes and the responsibility of the quality of items of works executed etc. shall
continue to be that of the tenderer only.
The applicant should submit the willingness from eligible electrical contractors to get associated with
the applicant for execution of the electrical component of works in wholesome manner and as per the
conditions set out in the MOU to be entered into, between the one who is awarded the work and the
associated eligible electrical contractor. (Format of willingness and MOU is given below)
In support of the eligibility conditions of the proposed associated electrical contractor, copy of their
registration documents, Electrical Contractor’s License, GST documents, eligibility documents duly
attested by the applicants (Main Contractor) shall be submitted to the EE(E) who will submit these

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


8

documents to the CE&ED for deciding the eligibility. Such associate electrical contractor will certify
that they are not debarred as on the day of application for sale of tender.

In the event of the concerned E&M agency not performing satisfactorily or failure of associate/ sub-
contractor to complete the E&M work, the main contractor on the written direction of the department,
shall remove the Associate/sub-contractor deployed on the work and shall submit name of new
associate who fulfills the conditions mentioned in NIT to execute the leftover work without any loss of
time or variation in cost to the department in this regard. Such associates shall also enter into
Agreement with the main tenderer shall meet all the guarantee for the equipment already supplied for
which payment has been released by the department in part. If any equipment supplied for the work,
during the currency of the earlier Associate/sub-contractor and paid partly by the department becomes
redundant /not in a position to be installed and commissioned and put to beneficial use due to change
in agency for execution of E&M work, the main contractor shall be liable for replacement of the
equipment(s) at no cost to Department. No change of Electrical Contractor will be allowed without
prior approval of the CE& ED.
Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are concerned.
Special Conditions for each of electrical work subhead are appended with this tender. It will be
obligatory on the part of the contractor/tenderer to sign the tender documents for all the component
parts.
All the equipment/items shall be in consensus with the local climatic condition of the Leh-Ladakh i.e.
(-40’c to 40’c).
The main contractor shall be responsible and liable for proper and complete execution of the Electrical
work and ensure coordination and completion of both Civil and Electrical work.
The main contractor has to enter into agreement with contractor(s) associated by him for execution of
E&M subheads. Copy of such agreement shall be submitted to EE(E) in charge as well as to EE(C).
The associate or sub-contractor shall attend the inspection of the work by the Engineer-in-Charge of
E&M works as and when required.
The agencies executing the Electrical work should have valid license for LT/HT as applicable.

NET Metering facility shall be provided by the main agency to supply surplus energy generation from
the building to the main grid. If there is no policy of evacuation of surplus electricity generation by the
Power distribution department (PDD)/utility service department of the UT of Ladakh (on daily basis
and annual basis) to be submitted by the bidder.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


9

FORM-G
PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MINOR COMPONENTS OF
WORK

Sl. Name of Category and Enlistment Monetary Validity of Consent letter


No Associated Class of copy/completion Limit of registration attached
Contractor registration registration work (Yes/No)
1 Internal & External Electrical Installations

2 Solar PV Power Plant

3 Solar Water Heating System

If I/we hereby propose the following agencies as per mentioned against each for executing
corresponding minor components of work. Their consent letters are also attached.

Note: Self Attested photocopies of enlistment order, valid electrical contractor license, work experience
certificates of each agency for each component of E&M work shall be submitted

Signature of Contractor

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


10

FORM – H

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR COMPONENT OF


WORK

Name of Work: Construction of GYM (Fitness Centre) at NDS Stadium Leh, UT of Ladakh. (
Balanced work related to E&M).

I / We hereby give my consent to associate with M/s…………………………………………….. .


For executing the minor component of work of…………………………………………… (Mention
category).

I / We will execute the work as per specifications and conditions of the agreement and as per
directions of the Engineer-in-Charge for the corresponding minor work till the completion of the work.

I / We will be responsible for necessary action to handover the installations and for rectifications of
defects and repair during the maintenance / warranty period.

Also I / We will employ full time technically qualified Engineer / Supervisor for the minor
components of the work as required for the work. I / We will attend inspection of officers of the
department as and when required.

Date:

Signature with date of Major component Signature with date of Associate/Minor


Component Contractor Contractor

Address Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor side)

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


11

FORM – I

AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU)

(To be submitted for each and every E&M component)

M/s (Name of the firm with full address) Enlistment Status


Valid Upto:
(Henceforth called the main Contractor)

M/s (Name of the firm with full address) Enlistment Status


Valid Upto:
(Henceforth called Associated Contractor) For the execution of E&M Work

Name of Work: Construction of GYM (Fitness Centre) at NDS Stadium Leh, UT of Ladakh. ( Balanced
work related to E&M)

We state that M.O.U between us will be treated as an agreement and has legality as per Indian Contract Act
(amended upto date) and the department (CPWD) can enforce all the terms and conditions of the agreement
for execution of the work. Both of us shall be responsible for the execution of the work as per agreement to
the extent this MOU allows. Both the parties can be paid consequent to the execution as per agreement to
the extent this MOU permits. In case of any dispute, either of us will go for mediation by the Engineer-in-
Charge. Any of us may appeal against the mediation to the Chief Engineer cum Executive Director,
CPWD, Leh. His decision shall be final and binding on both of us.

We have agreed as under:


1. The Associated Contractor will execute all E&M works in the whole some manner as per terms and
conditions of the agreement.
2. The Associated Contractor shall be liable for disciplinary action if he fails to discharge the actions(s)
and other legal action as per agreement.
3. All the machinery and equipment, tools and tackles required for execution of the E&M works, as per
agreement, shall be the responsibility of the Associated Contractor.
4. The site staff required for the E&M work shall be arranged by the Associated Contractor as per terms
and conditions of the agreement.
5. In case the associate agency file a complaint with CPWD regarding the non-payment by the main
contractor then the payment shall directly we credited to the account of associate agency by the
department.
6. Site order book maintained for the said work shall be signed by the main contractor as well as by the
Engineer of the Associated Contractor and by Associated Contractor himself.
7. All the corresponding regarding execution of the E&M work shall be done by the department with the
Associated Contractor with a copy to the main contractor. In case of non-compliance of the provisions
of agreement, the main contractor, as well as the Associated Contractor shall be responsible. The
action under clauses 2 and 3 shall be initiated and taken against the main contractor.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


12

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED CONTRACTOR

Date: Date:
Place: Place:

1. Witness with address 2. Witness with address

(From major component contractor side) (From minor component contractor side)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs. 100/-

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


13

ANNEXURE – X

UNDERTAKING LETTER FROM MANUFACTURES OF LED FITTINGS

We hereby agree that


All the LED fittings supplied by us are guaranteed for five years including drivers from the date of handing
over.
In case of discontinuation of model and non-availability of spares, we will replace the fittings with
equivalent/high end model in case of manufacturing defect during the warranty period of 5 years.

For M/S…………………………………………………………………

(Authorized Signatory of Manufacturer of LED luminaries)

Counter Signature,

Major Contractor

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


14

GENERAL CONDITIONS
(Electrical & Mechanical Services)

Name of Work: Construction of GYM (Fitness Centre) at NDS Stadium Leh, UT of Ladakh. ( Balanced
work related to E&M)

Scope of work covers planning, Engineering, designing, supply, installation, fixing, execution, testing and
commissioning of all Electrical & Mechanical services required to be provided in the said scheme & as
detailed in the NIT. The work shall be executed as per scope & specifications of E & M works given hereafter
in respective head / part of the scheme or sub-head. If any services/work required to make the building/
scheme habitable & functional, including the statutory compliance, is not specifically mentioned in the scope
of services, the same is deemed to be included within the scope of this tender and nothing extra shall be paid
on this account. The agency has to get approval of the Engineer in charge/ CPWD for every stage of
planning and execution.

The tenderer is advised to read and examine the tender documents for the work and the set of drawings in the
tender document and also available in office of Engineer-in-charge. He should himself inspect and examine
the site and its surroundings before submitting his tender.
Separate conditions & specification and scope are included in this tender for each of the sub-head. The
contractor shall quote the amount/rates lump-sum in figure/percentage accurately in schedule of financial
quote, as prescribed there.

The contractor(s) shall submit a detailed program of execution in accordance with the master
programme/milestone within ten days from the date of issue of award letter.

Agency has to provide the fully furnished and fully heated site office suitable for all weather condition for
CPWD staff having minimum area of 50 Sq m with the supporting skilled, semiskilled and unskilled staff as
per direction of Engineer-in-Charge

Note:
All words have to be executed as per specifications provided in the bid document, CPWD Specifications,
National building Code 2016 (in case of difference, if any, stringent/ higher specification of the two shall be
followed) and ECBC2017 Code. In absence of CPWD Specifications, IS Codes, National Building Code 2016
sound engineering practices shall be adopted as per order of precedence defined in the contract. The scope of
works & specification are given in general but they are not exhaustive i.e. does not mention all the incidental
works required to be carried out for complete execution of the item of work. The work shall be carried out, all
in accordance with true intent and meaning of the specifications and the drawings taken together, regardless of
whether the same may or may not be particularly shown on the drawings and /or described in the
specification, provided that the same can be reasonably inferred there from.
There may be several incident works, which are not mentioned in the contract document/specifications but
will be necessary to complete the item in all respect. All these incidental works/ costs which are not
mentioned, but are necessary to complete the work shall be deemed to have been costs which are note
mentioned, but are necessary to complete the work shall be deemed to have been included in the overall
amount quoted by the contractor for various components of work. No adjustment of rates shall be made for
any variation in quantum of incidental works due to variation/change in actual working drawings. Also, no
adjustment of rates shall be made due to any change in incidental works or any other deviation in such
element of work (which is incidental to the items of work and are necessary to complete such items in all
respects) on account of the directions of Engineer-in-charge. Nothing extra shall be payable on this account.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


15

In case, some items are missing in the scope of work 0or specifications in the bidding documents the same
shall be taken from the specification mentioned in similar type of items mentioned for similar type of building
in the scope of work or shall be executed as given in the CPWD Specifications, NBC-2016, IS Codes or
according to sound engineering practices so as to make the building including related services fully functional.
No claim what so ever may be entertained at later stage. All cost of providing and making building with
services works fully complete in all aspect unless specifically mentioned in the contract document and making
buildings with services fully are included in the cost tendered for this work.

clearances, structural design & drawings, constructions, & commissioning of buildings & services and
obtaining completion certificate in accordance with layout plan and architectural / structural drawings.

Local Body Approval:-


Agency will get the scheme approved from the local bodies wherever required before start of the work
and clearance as required after completion of the work also. However, if modification is required in any of the
architectural drawings by any of the local bodies, the same shall be carried out by the contractor at his cost.
The contractor shall obtain all mandatory approval and No Objection Certificate / Consent for
Establishment / Clearance etc. from local body authorities like local Fire Department, Local Town Planning
Authority, Local Ground Water Authority, Local Electricity Supply Authority, Local Pollution Control Board,
Forest Department, Environment Clearance, Lift Inspectorate, Central Electricity Authority etc.
The contractor has to prepare all the documents as required and submit directly to the local statutory
bodies. The contractor shall at his own cost collect field samples and carry out all necessary tests required for
submission of necessary applications. All such applications / approvals shall be in the name of the client
department.
The contractor has to comply and, if necessary, resubmit applications which are required by the local
bodies.
The contractor has to appoint at his own cost consultants for obtaining local body approval. All statutory
payments or fees shall be paid or reimbursed by the Department.
Three final copies of the documents prepared shall be submitted to Engineer-in-Charge for record. All the
documents created out of the assignment will become the sole property of the Department. The contractor
shall obtain completion certificate after completion of the project from statutory local bodies before handing
over.
The contractor (s) shall make his own arrangements for storage, custody, electricity and water required for
the execution of work.

The contractor shall ensure quality control measures on different aspects of construction including materials,
workmanship and correct construction methodologies to be adopted. The quality assurance programme should
include method statement for various items of work to be executed along with check lists to enforce quality
control.
The contractor shall submit technical data sheet of various equipment and machinery and shop drawings of
various E&M services mentioned in the tender as per requirement of sites before execution of work for
approval.
Frequency and type of tests of various Materials/items/ article shall be conducted as per specifications and
relevant BIS-Codes. The test results confirm to the specification/code

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


16

In addition to above any data and detail asked by Engineer in charge to finalize and accept the scheme shall be
provided on the established standard/guidelines/codes etc.
Clearances to be taken by the firm before start of work: The above schemes of all the E&M works shall have
to meet all the requirements of local bodies / CEA/ NBC norms as applicable & also meet the technical
specifications of various relevant CPWD specifications/ BIS codes / NBC2016/ ECBC2017 for electrical &
mechanical services.
All the above schemes shall be got approved by respective local bodies / CFO etc. as applicable before
commencement of execution of work at site. During execution, if the local bodies etc. require a modification,
the same shall be executed without any extra cost. Finally, after execution, obtaining clearances from CEA
(central electrical authority), local fire authorities, DPCC and any other local body, shall be the responsibility
of the contractor All statutory fees / charges required for obtaining clearances from CEA shall be paid by the
contractor.
Three final copies of the documents prepared shall be submitted to Engineer-in-Charge for record. All the
documents created out of the assignment will become the sole property of the Department. The contractor
shall obtain completion certificate after completion of the project from statutory local bodies before handing
over.

Climatic Conditions
All electrical equipment, accessories and fittings employed in electrical installation shall be specified,
designed and derated for continuous and trouble-free operation in the climatic conditions of the equipment
location which are summarized as follows:

a) Maximum ambient air temperature : 30º C


b) Minimum ambient air temperature : -30º C
c) Maximum relative humidity : 85%RH

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


17

GENERAL AND COMMERCIAL CONDITION OF WORK

GENERAL
The works shall be executed as per CPWD’s General specification for Electrical Works amended up to the
date of opening of eligibility bid, Part-I (Internal- 2023); Part-II (External)-2023; Part-III (Lifts and
Escalators) 2003, Part-IV (Substation) 2013, Part-V (Wet Riser and Sprinkler System for Fire Fighting
Installation)-2006, Part-VI (Fire Detection and Alarm System) 2018, Part-VII DG Set 2013, Part-VIII Gas
based Fire Extinguishing System 2013, HVAC 2017, IE Rules, Indian Standards amended up to date and as
per direction of Engineer- in-Charge. The additional specifications are to be read with above and in case of
any variations; specifications given along with the tender shall apply.
In case of discrepancy between the List of Makes, Tech. Specifications, Drawings etc the following order of
preference shall be observed:
Technical Specifications
CPWD General Specifications
IS/ IEC/International Codes
List of Makes
Note:- The firm is to execute the works using materials of makes specified. However, if the make of same
items is mentioned in more than one sub head/make list, then firm may if so desire, submit its request for the
approval for using that make. The department reserves the right to approve the same, if so considered fit. The
decision of the department shall be final & binding on the firm.
In case of any discrepancy of specifications/conditions in the tender document the following order of
preference will be observed:
Drawings
CPWD general specifications
NBC-2016
IS/IEC/International Codes
The Provision with higher specifications
Decision of Engineer in Charge
Best engineering practice being followed in such works

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


18

SPECIAL CONDITIONS FOR ALL SPECIALIZED E & M COMPONENTS

The main tenderer has to submit the following documents for association of contractor within one month from
the start of the work. And shall get approval of association of agency from Engineer in charge of E&M work
(minor component).
In support of the eligibility conditions of the proposed Associated Contractor, copy of their Registration
documents, Electrical License, GST documents, completion certificate, copy of the final bill duly attested by
the applicants (Main Contractor) shall be submitted to the Executive Engineer cum Senior Manager (E),
CPWD, Leh for deciding the eligibility. Each such Associated Contractor will certify that they are not
debarred as on the day of application for tender participation. Proposal for associating agency for minor
components of work shall be submitted in Form- “G” of this tender document from each associate
independently for all electrical and mechanical components.
The main contractor should submit an affidavit of MoU signed with eligible associated contractor. The MoU
in the enclosed Form ‘I’ shall be signed by both the parties, main contractor as 1st party and associated
contractor as 2nd party independently for all electrical and mechanical components.
In the event of the concerned E&M agency not performing satisfactorily or failure of associated contractor to
complete the E&M work, the main contractor on written directions of the Engineer in charge, shall remove the
Associate contractor deployed on the work and shall submit name of new associate agency who fulfill the
conditions mentioned in the tender document to execute the left-over work without any loss of time or
variation in the cost to the department. Such associates shall also give an undertaking along with the man
tenderer but both of them together will stand guarantee for the equipments already supplied for which
payment has been released by the department in part. If any equipment supplied for the work, during the
currency of the earlier Associate contractor and paid partly by the Dept., becomes redundant / not in a position
to be installed and commissioned and put to beneficial use due to change in agency for execution of E&M
work, the main contractor shall be liable for replacement of the equipment(s) at no cost to Department. No
change of Associated Contractor will be allowed without prior approval of the Engineer-in-charge of the
work.

2)In respect of all works, the materials shall be procured only from the original equipment manufacturers /
authorized dealers of OEM. The contractor shall submit all documentary details in fulfillment of this
conditions regarding procurement of materials including relevant test certificates. The Contractor has to
submit in respect of all material the Bill, Manufacturer test certificates, transportation detail, Dealer
certificate, Operation, maintenance and Installation manual, Warranty/ Guarantee certificate, custom
certificate etc. and any other document as asked by Engineer in charge. The work executed by Proposed
associate agency shall be complete work including material, labour, T&P and other related activities) (No
petty/labour contract work will be considered).

It will be obligatory on the part of the contractor / tenderer to upload the tender documents for all the
component parts. The main contractor shall be responsible and liable for proper and complete execution of the
E&M work and ensure coordination and completion of both civil and E&M work. The main contractor has to
enter into agreement with contractor associated by him for execution of minor component. Copy of such
agreement shall be submitted to Executive Engineer (E) in charge of minor component. The Associate
contractor as well as main contractor shall attend the inspection of the work by the Engineer-in-Charge of
E&M works as and when required.

Before completion of defect liability period, the main contractor has to submit security deposit of 5% of 80%
of the price of LED fittings for the remaining years warranty period for Led fittings in acceptable form i.e.
FDR/ Bank guarantee to concerned Executive Engineer (E). The Security Deposit deducted from the bills of
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


19

contractor shall be refunded to the main contractor only after submission of above security deposit. Deposit
deducted for total work and balance amount only will be refunded after completion of defect liability period.
The LED Security Deposit will be released after completion of warranty period of 5 years to the main
contractor.

Works to be done by the contractor


In addition to Planning, Engineering, Designing, supply, installation, testing and commissioning of all the
equipment, as per schedule of work, and specifications, the following works shall be deemed to be included
within the scope of work to be executed by the contractor. Nothing will be paid extra on this account.
Tools and tackles required for handling and installation of equipment.
Protection required for the equipment from rain, dust storm etc. during transportation i.e. polythene cover and
tarpaulin till completion & handing over to department.
Necessary equipment for commissioning/site testing.
Supplying, Installation and testing commissioning of E&M services as per the scope and specification given
in the respective sub head.
Making arrangement of electricity and water required for installation.
Providing cement & concrete foundation as per manufacturer standard and approved drawing by the
department.
Minor/Major building work i/c repairing/ closing of all holes for cable entry etc. complete as required.

RATES
No foreign exchange shall be made available by the Department for importing (purchase) of equipment,
plants, machinery, materials of any kind or any other items required to be carried out during execution of the
work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation in
the foreign exchange rate.
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax), GST,
octroi, entry tax, duties and levies and all charges for packing forwarding, insurance, freight and delivery,
installation, testing, commissioning etc. at site i/c temporary constructional storage, risks, overhead charges,
general liabilities/obligations and clearance from local authorities.

COMPLETENESS OF TENDER
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation, foundation bolts,
painting, termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to have been
included in the tender irrespective of the fact whether such items are specifically mentioned in the tender
documents or not.
STORAGE AND CUSTODY OF MATERIALS
The Sub Station room/ or space as allowed, may be used for storage of sundry materials and erection
equipment or else the agency has to make its own arrangements. No separate storage accommodation shall be
provided by the department. Watch and ward of the stores and their safe custody shall be the responsibility of
the contractor till the final taking over of the installation by the department.

CARE OF THE BUILDING


Care shall be taken by the contractor while handling and installing the various equipment and components of
the work to avoid damage to the building. He shall be responsible for repairing all damages and restoring the
same to their original finish at his cost. He shall also remove at his cost all unwanted and waste materials
arising out of the installation from the site of work.

COMPLETION PERIOD

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


20

The completion period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials &equipment, delivery at site including transportation,
installation, testing, commissioning and handing over of the entire system to the satisfaction of the Engineer-
in-charge.

GUARANTEE
All equipment shall be guaranteed for a period of minimum 24 months, from the date of taking over the
installation by the user department i.e. Central GST, against unsatisfactory performance and/or break down
due to defective design, workmanship or material. The equipment or components, or any part thereof, so
found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction
of the Engineer-in- Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and cost of the contractor. The
decision of the Engineer-in- charge in this regard shall be final & building on the contractor.

The tenderer shall guarantee among other things, the following:


Quality, strength and performance of the materials used as per manufacturers standards.

Safe mechanical and electrical stress on all parts under all specified conditions of operation.
Satisfactory operation during the maintenance period.

POWER SUPPLY/ WATER SUPPLY


Power and water supply will be arranged by the contractor at the site for installation purpose. However, for
testing purpose after complete installation of the electrical items, electricity supply will be made available free
of cost to the contractor. Contractor will take due care to ensure safety of electrical installation during
execution of work.
ACCEPTABLE MAKES OF VARIOUSEQUIPMENT
The acceptable makes of various equipment/components/accessories have been indicated in the List of
Acceptable Makes of equipment/ materials”.
DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER
After award of work, the tenderer shall furnish the design and drawings as per the details given.

The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of
manufacturers for all items of equipment regarding installation, adjustments, operation and maintenance
including preventive maintenance & trouble shooting together with all the relevant data sheets, spare parts
catalogue etc. all in triplicate.

EXTENT OF WORK
The work shall comprise of entire labour including supervision and all materials necessary to make a complete
installation and such tests and adjustments and commissioning, as may be required by the department. The
term complete installation shall not only mean major items of the plant and equipment covered by
specifications but all incidental sundry components necessary for complete execution and satisfactory
performance of installation with all layout charts whether or not those have been specifically mentioned in the
tender document.

INSPECTION AND TESTING


Copies of all manufacturers’ routine and type test, certificates of the equipment shall be furnished to the
inspecting officer at the time of inspection at the factory.

17 INDEMNITY

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


21

The successful tenderer shall at all times indemnify the department, consequent on this works contract. The
successful tenderer shall be liable, in accordance with the Indian law and regulations for any accident
occurring due to any cause and the contractor shall be responsible for any accident or damage incurred or
claims arising there from during the period of erection, construction and putting into operation the equipment
and ancillary equipment under the supervision of the successful tenderer in so far as the latter is responsible.
The successful tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful tenderer on account of the above.

18. COOPERATION WITH OTHER AGENCIES


The successful tenderer shall ensure proper coordination between various associate contractor executing the
work of different E&M services in the construction of buildings, if any, and exchange freely all technical
information so as to make the execution of this work/contract smooth. No remuneration should be claimed
from the department for such technical cooperation. If any unreasonable hindrance is caused to other agencies
and any completed portion of the work has to be dismantled and re-done for want of cooperation and
coordination by the tenderer during the course of work, such expenditure incurred will be recovered from the
successful tenderer if the restoration work to the original condition or specification of the dismantled portion
of the work was not undertaken by the tenderer himself.

19.0 INSURANCE AND STORAGE


All consignments are to be duly insured up to the destination from warehouse at the cost of the contractor. The
insurance covers shall be valid till the equipment is handed over to the user department duly installed, tested
and commissioned.

20.0 PAINTING
The work shall include cost of painting of the entire installation. The major equipment shall be factory final
finish painted. The agency shall be required to do only touching to the damages caused to the painting during
transportation, handling & installation at site, if there is no major damage to the painting. However hangers,
supports etc. of bus trunking shall be painted with required shade including painting with two coats of
anticorrosive primer paint at site.

21.0 TRAINING
The scope of works includes the on job technical training of two persons of department at site. Nothing extra
shall be payable on this account.

22.0 Quality Assurance:


The technical data sheet and manufacturing drawing of all equipment and materials as per contract
specifications shall be prepared by the respective manufacturer’s and will be submitted by contractor duly
signed before placing the order or manufacturing the material. The engineer-in-charge shall approve as per
contract conditions.
All the materials to be used in the work shall be new and of good quality and shall be got approved from the
Engineer-in-Charge before use at site. The equipment shall be not older more than 6 months from the date of
receipt at site or year of manufacturing should be current. The equipment shall be procured directly from the
manufacturer or authorized dealer and delivery challan/invoice/ proof of dispatch of material of the Agency
from where the material is purchased in support of genuineness of material shall be submitted along with bill
for verification. Manufacturer test certificates of all the equipment and material shall be submitted along with
supply. The sub head wise General Guidelines for quality assurance of different materials will be as per table
given below. Engineer in charge may extend the testing criteria as per the requirement of IS code or any other
standard available. The firm has to arrange the inspection for which nothing extra will be paid.
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


22

All electrical & mechanical fittings / fixtures / appliances, to be provided for the work, should have latest
minimum 5-star rating (of BEE), as available in market.
TESTING PLANS
The testing plan for quality control for major E&M services is attached as Annexure-A. These plans are to be
read along with following guiding notes:-
All routine tests shall be conducted before dispatch of equipment. No equipment shall be dispatched from the
manufacture’s premises without such tests being conducted and test result recorded. These test certificates
shall be given along with the supply of equipment. The Engineer In-charge shall, if he so desires inspect and
witness the pre- delivery tests. For this purpose, the contractor shall give 15 days’ advance notice. Agency
shall arrange for inspection by the department. Department shall bear expenses for inspection as far as
traveling, boarding and / lodging is concerned. However, waiver if any, for inspection shall be at the
discretion of the department without any cost implication but ROUTINE TEST& TYPE TEST Certificates
shall have to be submitted for equipment .Prior to dispatch, all equipment shall be adequately protected &
insured for the whole period of transit, storage and erection against corrosion and incidental damages etc.
from the effect of vermin sunlight, rain, heat and humid climate.

23.0 Completion Plan


Contractor shall periodically submit completion drawings for all the E&M services as and when work in all
respects is completed in a particular area. These drawings shall be submitted in the form of four sets of CD’s /
Pen Drive and four in hard copy (300 x 450 mm) each containing complete set of drawings on approved scale
indicating the work as - installed. These drawings shall clearly indicate following:

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


23

GENERAL CONDITIONS FOR E&M SERVICES

The work shall be carried out as per CPWD General Specifications of Electrical Works Part-I (Internal)
2023, Part-II (External) 2023, Part-IV Substation (2013), Part VII DG sets (2013) , DSR-2018 & DAR-
2018 (E&M) relevant IE rules, NBC 2016, IS standard as amended, Fire bye-laws & Local Bye Laws as
amended upto the last date of the tender.
The work shall be carried out in recessed MS conduit (ISI marked). Wherever required due to site
conditions the conduit shall be placed on the required size of the cable tray. The dimensions and thickness
of the perforated cable tray shall be as DSR-2018 (E&M). The support structure of the cable tray shall be as
per DAR-2018 (E&M).
The electrical& mechanical services such as fans, fittings, fixtures inside the building to be designed &
provided as per table of “Scale of Amenities (Electrical)” given in tender documents.
Lighting design should be carried out as per National lighting Code 2010/NBC-2016/ ECBC guidelines.
Wherever range of illumination for space is mentioned, higher side of Lux level must be taken for design
purpose. If as per the design, the quantity of light fixtures comes out that does not make the symmetry, then
higher number of light fixtures shall be taken to maintain the symmetry.
Ceiling fans shall be provided except staircase/ toilets/bath rooms/ terrace/corridor and open areas. Only
BLDC type ceiling fans of size 1400/1200 mm shall be used. The number of fans and their optimum sizes
for different areas shall be decided as per CPWD General Specifications for Electrical Works Part-I
(Internal)-2013. If as per the design, the quantity of ceiling fans comes out that does not make the
symmetry, then higher number of ceiling fans shall be taken to maintain the symmetry.
Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan point
wiring will have to be brought up to the terminal of the light fittings / fans by the contractor. Flexible
metallic conduits shall be used for drawing wires from ceiling junction box to the fittings duly coupled at
both ends.
All lighting fixtures shall be LED type with colour temperature of 3000/4000/4500/6000K as per site
requirement and as approved by the Engineer-In-Charge.
All switches, sockets, AC point with MCB connected Socket outlets, phone socket, Data sockets, stepped
type electronic fan regulators, bell push and accessories along with matching mounting G I boxes shall be
of modular type and shall be of the same make as that of the plate type switches and accessories.
Wiring for circuit wiring along with earth wire with the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed MS Conduit as required.
Light Circuit-3 X 1.5 sq mm.
Power Circuit for 5/15 Amp Power sockets-3 X 4sq mm.
Power Circuit for AC/Geyser Outlets-3 X 6 sq mm.
Capacity of Circuits:
Lighting circuit shall feed light/fan/ call bell points. Each circuit shall not have more than 800 Watt
connected load or more than 10 points whichever is less. However, in case of LED points where load per
point may be less, number of points may be suitably increased.
Power circuit in non-residential building will have only outlet per circuit.
Load more than 1 KW shall be controlled by suitably rated MCB and cable size shall be decided as per
calculate.
Switches & Socket Outlets
All switches, sockets, AC Starter, Telephone socket, stepped type electronic fan regulators, bell push and
accessories along with matching mounting boxes shall be of modular type.
Socket outlets modular type shall be 6A 3 pin, 16 Amp 3 pin or 16/6 Amp 6 pin. 5 pin socket outlets will
not be permitted. The third pin shall be connected to earth through protective (loop earthling) conductor. 2
pin or 5 pin sockets shall not be permitted to be used.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


24

Sockets for the power outlets of Geyser and AC points shall be of 25Amp 3pin/6pin modular type socket
outlet with 2 modular GI box with associated plug top Near the Geyser/ AC unit location and controlling
modular type MCB/motor starter with GI box at prominent location as decided by Engineer-in-charge.
5A/6A and 15A/16A socket outlets shall be installed at the following positions, unless otherwise required
at site as per approval of Engineer in charge.
Non Residential buildings – 60 cm above floor level.
Pantry – 23 cm above working platform and away from the likely positions of stove and sink.
Bathroom–socket outlet shall be provided above 2m for fixed appliances, and at least 1 m away from
shower and MCB control at outside of Bath room.
TV Power outlets in residences – socket outlet shall be provided above 90 cm floor level and switch control
is adjacent to Power socket or any other level in special cases as desired by the Engineer-in-charge.
Unless and otherwise specified, the control switches for the 6A and 16A socket outlets shall be kept along
with the socket outlets.
Ceiling fan regulators shall be of modular type two module stepped type electronic regulators only.
Where the A.C point locations are marked in approved layout, necessary openings in wall shall be provided
by with use of 75 mm PVC pipe sleeves at suitable locations for taking refrigerant pipes and cable to
outdoor unit, so as to avoid unnecessary cutting/damage to walls at a later stage. The slope of sleeve of
PVC pipe should be towards exterior to avoid seepage of water into the room. This opening should be
sealed properly after installation to avoid entry of vermin and rain water. For condensate drain, 25/32/40
mm PVC/ HDPE pipe be also provided and taken to nearest drain or up to the stack for collection &
disposal of condensate. The slope of such pipe also should be downwards. As far as possible, joints should
be avoided in this pipe.
Rising mains: Upward transmission of power inside the buildings shall be done with the sandwich compact
type rising mains with busbar i/c all accessories i.e. adapter box, cable end box, tap-off box with MCCB,
Rising mains shall be provided separately for light, power, UPS. Rating of rising mains shall be decided as
per maximum connected load of the building and future expansion of 10% of connected load as approved
by engineer-in-charge. Rising mains shall be conforming to IEC 61439 as amendment up to date. Design of
rising main shall be as per ECBC 2017.
From rising main, suitable capacity tap off box shall be provided to connect the vertical TPDB with
incomer of suitable size 4 P MCCB through XLPE cable. Separate tap off box for light and power shall be
provided from vertical TPDB, the supply shall be connected to different Horizontal TPDBs at different
locations for further distribution to the circuits through MCBs with suitable size copper conductor cables in
MS conduit. RCCB of 100mA sensitivity shall be used in the incomer for all DBs (other than vertical
TPDBs). MCB of required rating (matching with the load current) shall be provided for protection of each
circuit).
UPS, Power and Light DB shall be separate. The size of DBs at one location shall be same irrespective of
number of circuits connected from the DBs. The make of MCDBs, MCB, RCCB shall be same everywhere.
Size of Distribution board shall be per number of light/power circuits. All circuits shall be terminated on
individual MCB. All distribution boards shall be double door type. RCCB of 1f00 ma sensitivity with MCB
of suitable rating shall be provided as main incomer in all DBs.
The rupturing capacity of the MCB’s shall be 10 KA.
In vertical DBs used for power distribution, main incomer shall be MCCB of following type:
Upto 160A MCCBs shall be of >20 KA (Ics=Icu) at 433 V short circuit current rating and should be of
thermal magnetic type.
From 200A-250A MCCBs shall be of >35 KA (Ics=Icu) at 433 V short circuit current rating and should be
of thermal magnetic type.
From 250A MCCBs shall be of >50 KA (Ics=Icu) at 433 V short circuit current rating and should be
microprocessor based having over load and short circuit protection.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


25

MCCBs, if used as incomer then it should have earth fault protection and time delay. Earth leakage
modules are not acceptable.

All lights of staircase, parking area, street and compound shall be controlled by astronomical time switch.
There shall be arrangement of bypass switch so that in case of failure of time switch, the lights can be
operated after by passing the same.
All Substation/ HT/ LT panel rooms shall be provided with safety equipment/ items like suitable
elastomeric mat (as per relevant IS code), danger plates (HT/LT rating), safety charts, framed schematic/
SLD.
Suitable civil foundation/ trenches etc. for all substation/ switch room/ panel shall be provided.
To prevent storm water entering the switch room, the floor level of the substation/ switch room shall be at
least 300 mm above the highest flood water level may be anticipated in the locality or as directed by the
Engineer-in-Charge.
All the UPS points should be with black colored cover plate for proper identification.
The wiring and conduit route plan/drawings shall be submitted by the contractor and shall be got approved
from the Engineer-in-Charge.
To facilitate drawing of wires, 18 SWG GI fish wire shall be drawn in the entire recessed conduit.
Cable tray shall be horizontal/vertical type and made of perforated hot dipped Galvanized Iron of suitable
sizes (galvanization thickness i.e. average mass of Zinc coating shall not be less than 65 microns for 2 mm
thick & 50 microns for 1.6 mm thick as per IS standard) with perforation not more than 17.5%, in
convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I.
bolts & nuts, etc. as required. Suitable size as per site conditions shall be used with thickness 1.6 mm for
cable trays with ≤ 300 mm & thickness 2 mm for cable trays with width > 300 mm.
Inside the lift shaft there shall be arrangement of one light point at each floor level and one light point at
over-head, one light point in lift pit. All light points shall be group controlled and wired with 2.5 sq mm
FRLS copper conductor cable. 5/15 Amp 6 pin power plug with 16 Amp switch shall also be provided at
each floor. Wiring of these power plugs shall be done with 4 sq mm FRLS copper wires. LED Bulk head
fittings of suitable rating shall be provided with each light point of lift shaft. However the electrical points
etc. as per the requirement of lift OEM shall be fulfilled by the agency.
Lighting protection system shall confirm to IEC-62305. Lightning conductor conforming to Lightning
protective level (LPL I) shall be designed for the building.
Aviation obstruction lights (LED Type), if required by local bye laws, shall be provided as per local
aviation authority.
Earthing: Earthing system comprising of earth electrode, earth conductor, earth bus, protective conductor
etc. for buildings shall be carried out as per provision laid down in CPWD General Specification. Earthing
system should be designed such as to maintain earth resistance as specified in above specifications. Earth
resistance shall be checked / tested n harsh climatic conditions.
Minimum number of earthing electrodes : However there may required more earthing electrodes as per
design and requirement & the same are also included in the scope of work
LT panel – 4 sets
Lightening conductor – One number for each down conductor.
FF pumps & domestic pumps – 2 sets.
Metallic body of all the equipment shall be earthed confirming CPWD specifications for Electrical works
(Part-I), Internal 2013 corrected up to the last date of the tender.
Armoring of cables shall be connected to equipment and panel at both the ends.
All the light and fan points should be properly earthed with 1.5 sq mm FRLS PVC insulated copper wire.
After completing the work, necessary test results as envisaged in CPWD General Specifications Part-I
(Internal)-2013 corrected up to the last date of the tender, CPWD General Specifications Part-II (External)-

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


26

1994 corrected up to the last date of the tender & Indian Electricity Rules 2005, shall be recorded and
submitted to the department. The results shall be within the permissible limits.

Scale of Amenities (Electrical):


In corridor area for each 30 Sq Mtr area 3 numbers 16/6 A power plug with switch shall be provided.
In other area, for each 10 Sq Mtr area 3 numbers 16/6 A power plug with switch and 1 no. computer outlet
comprising of 3 no. 16/6 A power plug with switch along with provision of 2 number RJ-45 socket with
shutter.
Near each computer outlet 1 number RJ-45 socket for IP based Telephone shall be provided.
TV antenna outlets shall be provided as per directions of Engineer-in-Charge.
Minimum 200 mm Sweep PVC body exhaust fan with PVC louvers shall be provided in WC & Toilets.
However, the size of the exhaust fan shall be provided in the ventilator frame in coordination with civil
works and shall be fixed by means of rag bolts embedded in the frame. The exhaust fan shall be connected
to the exhaust fan point, which shall be wired as near to the opening as possible, by means of a flexible
cord; care being taken to see that the blades rotate in the proper direction.
Telephone point outlet shall be of modular type (RJ-45) with cover plate & GI box as per inventory and
wiring shall be with CAT-6A cable in suitable dia MS conduit not less than 20 mm in surface/recessed as
required. Each Telephone point wiring shall be drawn upto Ground floor and terminated in suitable size
networking rack with the prior approval of Engineer-in-Charge.
LAN point outlet shall be of modular type with cover plate & GI box and wiring shall be with UTP 4 pair
CAT 6A LAN cable with suitable dia MS conduit not less than 20 mm in surface/recessed as required and
connection to be made to RJ-45, CAT 6A, Data Cable socket outlet. From each room LAN points are to be
drawn upto the LAN rack on the individual floors with terminations.
Raceway of 100 x 38 mm double compartment to be provided in areas as required at site. Junction box of
appropriate size to be provided at every 1 meter in the raceway or as per the directions of Engineer-in-
Charge. The horizontal distance between the raceway shall be 2 meter.

Details of the light fittings and ceiling fan to be installed in different areas:

Sl. Specifications of Light fittings/Ceiling Fan Areas


No.
1 LED weatherproof IP 65, 1200 mm fixture with inbuilt Staircase / corridor
occupancy switch having system lumen output of 3500
lumens, 5700K and efficacy better than 100 lumen/ watt
with life of 50K burning hours or more (L 70), CRI better
than 80 with inbuilt protection against short circuit, over
voltage protection and surge protection of upto 2KV
including connections etc.
2 Recess mounted LED fitting (2' x 2') made out of CRCA Main Hall/Rest Area
powder coated body with PIR sensor inbuilt having with
following specification.
(i) Wattage - 31-36 watt
(ii) Lumen output - not less than 3600
(iii) Colour Temperature - 5700 k to 6500 k

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


27

(iv) CRI (RA) - ≥ 80


(v) System lumens efficiency - ≥ 120
(vi) Life - L70B 50 @ 50000 burning hours
(vii) Mandatory test report - LM-79, LM-80
(viii) THD - <10%
3 Surface/ recess type circular LED down lighter neutral Staircase/
white (5700 K) with LED having pressure die cast corridors/washrooms/lift lobby/
aluminium hang body having high efficiency diffuser with porch area
more than 85% transmittance with rated life of L-70@
50000 hrs having system lumen output better than 1150
lumens and efficacy better than 100 lumen/ watt with
CRI>80, Reverse Polarity and Surge Protection upto 2Kv,
THD<10%.
4 8 to 10 W, 2 feet, LED type Mirror light Fitting Mirror lighting
Compact 2 feet length batten made out of powder coated
CRCA/ Aluminium body housing along with PC diffuser
and inbuilt driver, having nominal colour temperature
6500K,

5 1200/1400 mm sweep BLDC ceiling fan providing Ceiling fans shall be provided in
minimum air delivery of 270 cu mtr/minute with power all areas except staircase/
consumption not more than 42 watts at the speed of 270 toilets/bath rooms/
RPM, service value greater than 7, complete in all respect terrace/corridors and open areas
powder coated aluminium die cast body & blades
(minimum 1 mm thick aluminium leaf), power factor not
less than 0.90 including providing 6 key remote along with
necessary down rod of standard length (up to 30cms)
6 Surface mounting IP-65, 9 Watt LED bulk head light Terrace, lift shafts, outside
fitting with polycarbonate diffuser, single phase, 100- pump house, outside plant room,
270V, AC, efficacy >100 Lumens/watt complete with outside substation & other like
integral electronic driver i/c connection etc. as required. places
7 36W LED post top light fitting having color temperature Compound wall gate lighting
not less than 4000K, system lumen output not less than
2880 lumens and system wattage 36 watts, built in
electronic driver with surge protection not less than 4 KV
etc. shall be installed on compound wall gates to the
entrance of each building.
Street/External Lighting
Lighting design should be carried out as per National lighting Code 2010/NBC-2016/ ECBC guidelines.
Wherever range of illumination for space is mentioned, higher side of Lux level must be taken for design
purpose. If as per the design, the quantity of light fixtures comes out that does not make the symmetry, then
higher number of light fixtures shall be taken to maintain the symmetry.
The street light Poles along the Road shall be Octagonal poles/ Designer PU coated metal poles with all
accessories as per design and approval of Engineer in charge. The light fittings for land scaping shall be
Bollards, bush lighting , ornamental fittings as per design and approval of Engineer in charge.
Each Pole shall be provided with minimum 30 W hybrid LED type Solar street light fitting with 10Hrs
battery backup of made out of die cast aluminium housing and toughened glass cover with min IP66
degree of protection, Individual LED with optical lens for better light distribution throw across and along

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


28

the road, with luminaire efficacy of greater than 120 Lumen / watt, colour rendering Index (CRI) of ≥70
and co-related colour temperature of 5700K (± 300K), The luminaire should have 5 KV surge protection,
PF ≥ 0.95, and total harmonic distortion of THD ≤ 10% impact resistant near ≥ IK05 standard, voltage
range of 140 - 280 V should be provided, well designed thermal management system with aluminium heat
sink. The Driver used be a constant current driver with efficacy of ≥ 85%. The Manufacturers LOGO must
be embossed in to the housing of luminaire. Including connection from loop box to fitting with 3 x1.5 Sq
mm FRLS copper conductor wire& loop earthing, testing and commissioning etc. as required.
The cabling of the external lighting/street lighting should be in such a way that every third
subsequent/alternate pole shall be connected from each R-Y-B phase of 3 way supply line for ensuring
minimum light at the time of failure of either of the phase.
Suitable capacity PVC sheathed, XLPE aluminium conductor armoured cable shall be laid in the required
capacity of DWC pipe @ 0.75 mtr depth from the ground. The earthing shall be provided as per CPWD
specification Internal 2013.
LT cables shall be terminated at each pole by using brass compression gland and Aluminium lugs of
suitable size as per specifications.
The street Light control panels shall be placed at the location decided by the Engineer-in-charge.
Required capacity of the switchgears in the street light control panels shall be provided. The decision of the
engineer-in-charge with regard to the switchgears shall be final and binding on the contractor. The Panels
shall have rain protection hood and hinged outer door with locking arrangement and installed on RCC base
/ foundation of height not less than 45 cm from ground level.
The external/compound lighting/Landscaping has been designed to cover the external development area of
the campus/premises of the building.

UPS
It is proposed to install 1 X 10KVA modular UPS in parallel redundant mode with 30 min. battery back-up
for following load:

Power backed up UPS with minimum 30 minutes Backup with the help of maintenance free batteries
should be installed to provide continuous, uninterrupted power to life safety circuits comprising of:
All Computer points in all areas.

Part lighting load (At least 70% fittings subject to minimum one fitting) in all areas of the building.

All the UPS shall be provided with auto phase sequence correction facility so that in the event of change of
phase sequence at the input supply, the working of UPS is not disrupted.

The complete system with all switches, cabling, safety devices, batteries, earthing including the UPS
system of capacity so calculated shall be in the scope of work.

Outgoing distribution panel shall be provided.

Maintenance free lead acid batteries shall be provided on a suitable size of rack.

Works to be done by the contractor: - In addition to supply, installation, testing and commissioning of all
the equipment, as per schedule of work, and CPWD specifications, the following works shall be deemed to
be included within the scope of work to be executed by the contractor.
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


29

Any minor building work for the installation such as cutting and making good the damages.

Provision of all accessories required for the installation.

Tools and tackles required for handling and installation of equipment.

Protection required for the equipment from rain, dust storm etc. during transportation.

Necessary equipment for commissioning the system at site and testing etc.

No Form 31/Road permit will be issued to the contractor by the department.

Inspection: - UPS and battery bank shall be offered for initial inspection & testing in the work of the
manufacturer before delivery. Contractor will give sufficient notice for the same. The department reserves
the right to inspect or not to inspect the equipment in the work of the manufacturer. In the later case
confirmation in writing will be issued by the department. The department will bear the to & fro expenses of
the officer deputed for carrying out inspection. However, nothing extra shall be paid for conducting
routine test in the presence of department’s representative. After installation, the equipment shall be tested
by the contractor, for which all consumables shall be provided by him. The inspection at site includes
operation checks and any other test as necessary to check the performance of the equipment, so as to check
conformity to tender specifications.

Warranty: - All equipment supplied and installed shall be covered by warranty for a period as per relevant
clause of GCC – 2023 against defective workmanship and material. If any equipment is found to be
defective due to faulty materials, faulty design, or inferior quality of materials it shall be repaired or
replaced at site free of charge by the successful tenderer at his own cost during the warranty period. The
warranty shall cover consequential damages to the equipment supplied and installed by the tenderer due to
poor workmanship or defective materials. All repairs shall be done promptly within a reasonable period.
The warranty period will commence from the date of handing over of the installations to the department
duly commissioned.

Painting: - The tendered cost shall include cost of painting of entire installation complete in all respect.

Extent of work: - The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and commissioning as may be
required by the department. The scope of works include on job technical training of two persons at site
nothing extra shall be payable on this account.

Solar Photo Voltaic Generation System

The SPV power plant shall have a total capacity of 20 Kwp. The power plant shall provide a reliable and
independent power supply to the LT Panel at 415 V. the Solar Power plant is suitable for ongrid. The
proper design of the system is to be approved by Engineer-in-charge and carry out the work as per CPWD
specification with upto date correction slip.

Solar Photovoltaic Modules


Solar Photovoltaic Module conversion efficiency shall not be less than 16.5%.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


30

The minimum array capacity Solar PV power plant should be 20 KWp. Solar Photovoltaic Module of
capacity 545 Wp or above, manufactured in India, conforming to IS 14286/IEC 61215, IS/IEC 61730-Part-
1, IS/IEC 61730-Part-2.
PV modules used in solar power plants/ systems must be warranted for their output peak watt capacity,
which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.
Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried
out on each module and a test certificate to that effect provided.
Manufacturers / Contractors should confirm whether they are supplying PV module using a RF
identification tag (RFID), which must contain the following information. The RFID can be inside or outside
the module laminate, but must be able to withstand harsh environmental conditions.
Name of the manufacturer of PV Module
Name of the Manufacturer of Solar cells
Month and year of the manufacture (separately for solar cells and module)
Country of origin (separately for solar cells and module)
I-V curve for the module
Peak Wattage, Im, Vm and FF for the module Unique Serial No and Model No of the module
Date and year of obtaining IEC PV module qualification certificate
Name of the test lab issuing IEC certificate
Other relevant information on traceability of solar cells and module as per ISO 9000 series.
Other general requirement for the PV modules and subsystems shall be the following
Module shall be made up of mono or poly crystalline silicon cells.
The module frame is made of corrosion resistant materials, preferably having aluminium anodized finish.
The module shall be provided with a junction box with either provision of external screw terminal
connection or sealed type and with arrangement for provision of by-pass diode. The box shall have hinged,
weather proof lid with captive screws and cable gland entry points or may be of sealed type and IP65 rated.

Solar Water Heating System


TECHNICAL SPECIFICATIONS FOR SOLAR WATER HEATING SYSTEM

Scope of work:- Designing, Supplying, Installation, Testing & Commissioning of 1000 LPD Solar Water
Heater System i/c all accessories, control etc. as required as per the satisfaction of Engineer-in-Charge.

Solar water heating system comprising of solar flat plate collector, collectors stand assembly, stainless steel
insulated hot water storage tank having epoxy coating on inner side with heat exchanger and various other
components. Solar flat plate collector component shall have:
Solar flat plate collector cover plate made of toughened glass.
Sheet for absorber made of copper/Aluminium.
Absorber made of copper/Aluminium sheet with copper tube.

Solar flat plate collector specifications: Solar flat plate collector shall be BIS marked and as per to IS:12933
(part 1) with amdt. no. 1 & 2 and IS: 12933 (part 2) /2003 and various components shall be as under:-
Cover plate:- Cover plate shall be toughened glass and thickness of 3.2mm (min.) conforming to section-1
of IS: 12933 (pt-2) /2003 The solar transmittance of cover plate shall be minimum 82 percent at near
normal incidence.
Collector Box:- Collector box shall be made of Aluminium sections only with minimum thickness 1.6mm.
Type, grade, size, workmanship and finish of the material used shall be as per section-2 of IS:12933 (pt-
2)/2003 . The minimum thickness of aluminium shall be as under:
Channel section for sides 1.4mm
Sheet for bottom 0.45mm
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


31

Support for glass retaining 1.2mm


Sheet for entire body 1.0mm
Absorber :- Absorber shall consist of riser, header and sheet for absorber. The diameter of header shall be
25.4+/-0.5mm and thickness 0.71mm. The diameter of riser shall be 12.7+/-0.5mm and thickness 0.40
minimum and made of copper only. The distance between the risers from center to centre shall be 120mm.
Type grade, size, workmanship and finish of the material used shall be as per section-3 of IS: 12933 (pt-
2)/2003. Riser and header assembly designed for working pressure up to 24.5K pa (2.5Kg/cm square) shall
be tested for leakage at a minimum hydraulic pressure of 490K Pa (5 Kg/Cm square).
Sheet for absorber: - Sheet for absorber shall be made of copper/Aluminium with copper fins of thickness
not less than 0.1mm only. Type, grade, size, workmanship and finish of the material used shall be as per
section-3 of IS:12933 (pt-2)/2003.
Collector box insulation:- Insulation shall be provided at back and sides. Thermal Resistance (R) of
insulation material shall be minimum 0.96m square degree C/W for back insulation and minimum 0.48 m
square degree C/W for side insulation. This shall be derived after determining thermal conductivity (K)
value at 100 degree C mean temperature in accordance with IS:3346. Collector box insulation shall
conform to sec.4 of IS:12933 (pt-2)/2003.
Gaskets and Grommets: Gaskets and Grommets shall conform to sec. 5 of IS: 12933 (pt-2)/2003.
Insulated hot water storage tank: The thickness of the water storage tank shall be uniform.
Material:- Insulated hot water storage tank shall be non-pressure type and inner tank made of stainless steel
of minimum 1mm thick (end thickness 1.2mm) grade (X04Cr19Ni9 or S.S 304 as per IS:1570 (part
5)/1985) (Reaffirmed 2004,), TIG/MIG welded OR 2.5mm (minimum) thickness epoxy coated GI.
Insulation:- Solar water heating system (SWHS) shall be insulated with 50mm thermal grade PUF
insulation of 32 Kg/meter cube or higher density. PUF insulation could be pre extruded type fitted with
FRP exterior cladding or alternatively injection moulded in a twin walled steel tank and PPE and cap. Other
systems shall be insulated with 100mm thick rock wool of 48Kg/m3 density with 22swg Aluminium
cladding may also alternatively be installed with 100mm thick rock wool of same specifications with
aluminium or GI powder coated cladding.
Tank stand assembly:- Shall be made of MS GI angle of size (min) 38X38X4 mm duly pretreated and stove
enameled with black colour paint. Alternatively tubular structure with powder coating could also be
provided.
The hot water tank other than stainless steel with anti corrosive coating shall be as per MNRE letter No.
22/5/2009-10/ST dated 31/03/2011.

Heat exchanger shall be cage type and made of copper/stainless steel tubes of grade x04Cr19Ni9 Or
x07Cr18Ni9 of IS :1570 (part 5)/1985 (Reaffirmed 2004). Heat exchangers shall have a minimum of 0.24
sq. meters heat transfer area per 100 LPD capacity.

Collector stand assembly shall be made of MS angle of size 38x38x4 mm duly pretreated and stove
enameled with black colour paint. Alternatively tubular structure with powder coating/Zink plated collector
stand could also be provided.

Temperature Gauge: Dial type, duly calibrated and suitable for temperature range from 0 degree C to 120
degree C.

Other component essential for completeness of the system as per tenders specification.

The firm shall get general arrangement drawings approved from the Engineer-in-charge before supply of
the system. General arrangement drawing shall clearly show all the parts of the system (such as solar flat
plate collectors, collectors stand assembly, insulated hot water storage tank complete with heat exchanger,
Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


32

sacrificial anode, electrical back up, internal and external piping, tank stand assembly, various valves,
pressure gauges, temperature gauges, water meter etc) and their fixing arrangements.

The firm shall supply two sets of instructions manual to the department without any extra cost. Instruction
manual shall containing the following details:

Schematic diagram of the solar collector and domestic hot water system.
Instructions for installation (including mounting details) and use and safety precautions.
Instructions for repair and maintenance including causes for common failures, such as, dust ingress on glass
cover, peeling of paint, scaling, damaged sealant, gasket and grommets and their remedies.
List of service outlets.
The firms shall furnish complete and satisfactory type test reports for each size/type of solar flat plate
collector as per contract specification from any MNRE approved govt. laboratory. Type test reports shall be
complete with authenticated drawing giving complete details of the various. Component used in the solar
flat plate collector. Type test reports shall include all the tests listed in IS: 12933 (part 1) with amdt. No. 1
(excluding test requirement as per cl.
7.2.7 and 7.2.8 of IS) and IS:12933 (part 2)/2003 collector as per IS: 12933 (pt 2)/2003.
Acceptance testing leakage test at 5kg/cm2 on riser and header assembly, test on piece of absorber of size
400cm2 at 175 deg Celsius for 2 hours and verification of components as per specification shall be done as
part of acceptance tests.
Calculation to co-relate performance of type tested collector with rated capacity of solar water heating
system shall be furnished at the time of supply.
The entire item shall be as per MNRE norms.
For solar water heating system for cold region the contractor shall provide required quantity of Ethyl
Glycol along with the system at no extra cost to the department as per requirement.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


33

Acceptable makes

1. Internal and External Works


S.No. Description of Items Approved Makes

1. M.S. Conduit & Accessories (IS Marked) BEC/AKG/NIC/RMCON/Steel Craft


PVC Insulated FRLSH Copper Conductor Wires
2. Polycab/Havells/RR Kable/Finolex/Batra Hanley
1.1 KV Grade (ISI Marked)
Modular Plate/Modular Switch & Socket/GI
Legrand (Arteor)/ABB(Tvisha)/MK(Orna)
3. Boxes/ Fan Regulator/ Telephone/RJ-45/RJ-
/Crabtree (Athena)/ L&T (Entice)
11/Modular Socket/Bell
Legrand / Schneider / Havells/ABB/ Siemens
4. MCB /Isolator /DB/RCCB/ELCB
/L&T
5. LED Luminaires / Light Fittings Philips/Trilux/ Havells/ LT/ Wipro
6. Ceiling Fan / Exhaust Fan (IS Marked) Havells / Crompton / Usha / Orient
Telephone Cables / Wires (IS Marked) / Co- Finolex/ Polycab / Havells / RR Kable / Delton /
7.
Axial TV Cables Batra Hanley
Cat 6/Cat 6a/ Fiber Optic cable & Associated Schneider/Siemon/ Legrand / Beldon/D-
8.
Items Link/Commscope / Delton
9. Telephone Tag Block DP Boxes Krone (Germany) / D Link / ITL
Double Wall Corrugated (DWC) HDPE Pipe (IS
10. Rex / Duraline /Tirupati / Gemini /SFMC/Astral
Marked)
11. 1.1 KV XLPE (Alumium/Cu) Cable (IS Marked) Polycab / Havells / RR Kable/ Delton/Finolex

12. Occupancy & Daylight Sensor Philips / Wipro / ABB / HoneyWell / Legrand
SPC Electrotech Pvt Ltd/Krypton/ Precision
13. Electrical Control Panels System Control/ Tricolite/ Adlec/ Neptune/
Pristine
SPC Electrotech Pvt Ltd/Krypton/ Precision
14. Feeder Pillars System Control/ Tricolite/ Adlec/ Neptune/
Pristine/Application Control Panels/ RP Control
L&T (U-Power)/ Siemens (3WA)/ Schneider
15. ACBs (Master Pact – MVS) / ABB(E-Max)/Equivalent
model of Legrand/Havells
Siemens (3VL)/ Schneider (Master Pact – NSX) /
16. MCCBs Equivalent Moddel in ABB/ L & T/ Equivalent
model of Legrand/Havells
17. Data Rack & Accessories Schneider /Rittal/ Valrack / D-Link
18. Current Transformers Automatic Electric/ Kappa/ L&T
19. Potential Transformer Automatic Electric/ Kappa/ L&T

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


34

Digital Indicating Measuring Instruments/


20. L&T/Conzerv/Automatic Electric /ABB
Multifunction Meters/ Digital Energy Meter
L&T/ Kaycee/ Siemens /ABB/ Automatic Electric/
21. Selector Switch
Kappa/ Schneider
Indication Lamp & Push Button/ L&T/ Kaycee/ Siemens /ABB/ Automatic Electric/
22.
Relay/Timer/Contactor Kappa/ Schneider
L&T / Siemens / Schneider / Ducati/ ABB/
23. APFC Relays
Automatic Electric/ Kappa
24. Bus Trunking, Rising Main & Tap- Off Box Legrand/ L&T/ Schneider/ C & S / ABB

25. Cable Trays & Accessories Legrand / Venus/ Slotco/ Pilco/ Reeco/Rmcon
26. Capacitor (IS Marked) Neptune/ Siemens/ L&T /Schneider
27. Cable Gland/ Lugs/ Thimbles Commet/ Dowells/ Raychem / Gripwell Jainson
Emergency/Exit Lighting System and
28. Hochiki/Teknoware/ Tm / Asm / Cooper
Components, Fixtures
29. All in one fixture

2. UPS
S. No. Material / Item Approved Make
Modular UPS Emerson / APC / Mitsubishi/ ABB/Vertiv/ Fuji
1
Electric
2 Electrical Panel/All other Accessories As per IEI work
3 Maintenance free batteries Exide/ Prestolite/Amaraja/ Luminous/AMCO/Hbl

3. Solar PV System
S. No. Material / Item Make
Vikram Solar/Tata Solar/Adani/Luminous/Jackson/
1. Solar PV module
Inter Solar System
Delta/SMA/ABB/TMEIC/Sungrow/Huawei/
2. Grid Tied Solar Inverter
Hitachi/ Schneider/Luminous/Microtek
3. Solar PV Controller As per OEM standards
LT Cable/DC Cable/FRLSH PVC
4. As per IEI Work
Insulated Wire (IS Marked)
Electrical Panel/MCCB/MCB
5. /ACB /ELCB/Isolator/All other As per IEI work
Accessories
6. Maintenance free batteries Exide/ Prestolite/Amaraja/ Luminous/AMCO/Hbl

4. Solar Water Heater


Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


35

S. No. ITEM MAKE


Inter Solar System/TATA SOLAR/Sun-Steller /
1. Solar water heating system
Noval Energy/V-Guard
MCB DBs i/c incomer MCCB/ MCBs /
2. RCCBs As per IEI sub-head
/INDUSTRIAL SOCKETS
Moulded Case Circuit Breakers/ MCCB
3. As per IEI sub-head
encloser
PVC Insulated (FRLSH) Copper
4. conductor cables/XLPE insulated As per IEI sub-head
copper/aluminium power cable
5. Stove Enamelled MS Conduit As per IEI sub-head
6. Gland and Thimbles As per IEI sub-head
7. Pipes (M S / G I) As per IEI sub-head
8 PPR Pipe SFMC/Astral/Prince/Reliance

Note:
The material shall be procured as per preferred make list given above Make in India Policy and
Government of India, Ministry of Commerce and Industry order No. P-45021/2/2017-PP (BE-
11) dated 04.06.2020 and order of Govt. of India, Ministry of Finance, Department of
1. Expenditure (PPD) F.No.6/18/2019-PPD dated 23.07.2020 and as per Government of India,
Ministry of Commerce and Industry order No. P-45021/2/2017-PP (BE-11) dated 16.09.2020
and any other guidelines issued in this regard. In this regard, certificate to be furnished by
Agency and their specialized agency under Rule 144(XI) in the general Financial Rule 2017.
The contractor will use one of the approved makes as approved by the Engineer-in-Charge
2.
subject to verification of TDS.
In case of different quality/pattern of same make, the pattern/quality shall be approved by
3.
Engineer–in –charge.
For materials/equipment to be used in items of work for which approved makes are not given
4. herein, the make of such materials/equipment having equivalent specifications shall be as
decided by Engineer –in-charge.

Schedule of Quantity

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


36

Name of Work: Construction of GYM (Fitness Centre) at NDS Stadium Leh, UT of Ladakh. ( Balanced
work related to E&M)

S.No. Description of Item Qty Unit Rate Amount


Subhead-1
1 Wiring for light point/ fan point/ exhaust fan
point/ call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core
cable in surface / recessed steel conduit,
with modular switch, modular plate, suitable
GI box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper
conductor single core cable etc. as required.
a) Group C 230 Nos. 3075.00 707250.00
2 Supplying and drawing following sizes of
FRLS PVC insulated copper conductor,
single core cable in the existing surface/
recessed steel/ PVC conduit as required.
a) 3 x 1.5 sq.mm 2000 Mtr. 158.00 316000.00
b) 3 x 4 sq.mm 300 Mtr. 343.00 102900.00
c) 3 x 6 sq. mm 200 Mtr. 507.00 101400.00
3 Supplying and fixing of following sizes of
steel conduit along with accessories in
surface/recess including painting in case of
surface conduit, or cutting the wall and
making good the same in case of recessed
conduit as required.
a) 20 mm 1000 Mtr. 372.00 372000.00
b) 25 mm 500 Mtr. 427.00 213500.00
c) 32 mm 500 Mtr. 543.00 271500.00
4 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess, including providing and
fixing 3 pin 5/6 A modular socket outlet and
5/6 A modular switch, connections etc. as
required. 20 Nos. 745.00 14900.00
5 Supplying and fixing suitable size Gl box
with modular plate and cover in front on
surface or in recess, including providing and
fixing 6 pin 5/6 & 15/16 A modular socket
outlet and 15/16 A modular switch,
connections etc. as required. 20 Nos. 977.00 19540.00
6 Supplying and fixing following size/
modules, GI box alongwith modular base &
cover plate for modular switches in recess
etc. as required.
a) 3 Module (100mmX75mm) 20 Nos. 545.00 10900.00

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


37

b) 4 Module (125mmX75mm) 10 Nos. 572.00 5720.00


c) 6 Module (200mmX75mm) 10 Nos. 670.00 6700.00
7 Supplying and fixing following modular
switch/ socket on the existing modular plate
& switch box including connections but
excluding modular plate etc. as required.
a) 5/6 A switch 37 Nos. 172.00 6364.00
b) 3 pin 5/6 A socket outlet 40 Nos. 203.00 8120.00
c) 15/16 A switch 27 Nos. 260.00 7020.00
d) 6 pin 15/16 A socket outlet 30 Nos. 328.00 9840.00
e) TV antenna socket outlet 6 Nos. 247.00 1482.00
8 Supplying and fixing two module stepped
type electronic fan regulator on the existing
modular plate switch box including
connections but excluding modular plate etc.
as required. 50 Nos. 247.00 12350.00
9 Supply, Installation, Testing and
Commissioning of 1200 mm sweep, BEE 5
star rated, ceiling fan with Brush Less Direct
Current (BLDC) Motor, class of insulation:
B, 3 nos. blades, 30 cm long down rod, 2
nos. canopies, shackle kit, safety rope,
copper winding, Power Factor not less than
0.9, Service Value (CMM/W) minimum
6.85, Air delivery minimum 215 CMM, 350
RPM (tolerance as per IS : 374-2019), THD
less than 10%, remote or electronic regulator
unit for speed control and all remaining
accessories including safety pin, nut bolts,
washers, temperature rise=75 degree C
(max.), insulation resistance more than 2
mega ohm, suitable for 230 V, 50 Hz, single
phase AC Supply, earthing etc. complete as
required. 50 Nos. 4480.00 224000.00
10 Supplying, installation, testing &
commissioning of 220/230 mm sweep, trans
air mantellic exhaust fan in the existing
opening, i/c making the hole to suit the size
of the above fan, making good the damages,
connection, testing and commissioning etc
complete as required 16 Nos. 2691.00 43056.00
11 SITC of integrally designed 12Watt LED
downlighter suitable for single phase AC
supply in gypsum board false ceiling i/c.
making hole to suit the downlighter i/c.
testing, commissioning as approved by
Engineer-in-charge complete etc. as reqd. 20 Nos. 2148.00 42960.00

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


38

12 Supplying, installation, testing and


commissioning of Recess mounted LED
fitting (2' x 2') made out of CRCA powder
coated body with PIR sensor inbuilt having
with following specification.
(i) Wattage - 31-36 watt
(ii) Lumen output - not less than 3600
(iii) Colour Temperature - 5700 k to 6500 k
(iv) CRI (RA) - ≥ 80
(v) System lumens efficiency - ≥ 120
(vi) Life - L70B 50 @ 50000 burning hours
(vii) Mandatory test report - LM-79, LM-80
(viii) THD - <10%
complete with all accessories on existing
ceiling with suitable 2 Nos. MS chain (each
length 1.5 mtr.) and dash fastener including
connection with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable
and earthing etc. as reqd. 80 Nos. 6114.00 489120.00
13 Supplying, installation, testing and
commissioning of 2ft. 20 watt LED batten
light fitting, 6500/4000K, 240Volts directly
on surface i/c. connection, testing etc. as
reqd. 5 Nos. 815.00 4075.00
14 Supplying and fixing following way, single
pole and neutral, sheet steel, MCB
distribution board, 240 V, on surface/ recess,
complete with tinned copper bus bar, neutral
bus bar, earth bar, din bar, interconnections,
powder painted including earthing etc. as
required. (But without
MCB/RCCB/Isolator)
a) 8 way , Double door 4 Nos. 4288.00 17152.00
15 Supplying and fixing 5 A to 32 A rating,
240/415 V, 10 kA, "C" curve, miniature
circuit breaker suitable for inductive load of
following poles in the existing MCB DB
complete with connections, testing and
commissioning etc. as required.
a) Single pole 24 Nos. 427.00 10248.00
b) Double pole 4 Nos. 1093.00 4372.00
16 Supplying and laying of one number 3 x 10
sq.mm XLPE PVC sheathed aluminum
conductor armoured power cable of 1.1 kV
grade in the following manner -
a) On wall surface (clamped with 25x3mm MS
flat clamp) 50 Mtr 918.00 45900.00

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


39

17 Supplying and making end termination with


brass compression gland and aluminium
lugs for following size of PVC insulated and
PVC sheathed / XLPE aluminium conductor
cable of 1.1 KV grade as required.
a) 3 X 10 sq. mm (22mm)
4 Nos. 428.00 1712.00

Total SH-1 30,70,081.00


Subhead-2
22 Supply, Installation, Testing and 20 Kwp 101756.00 2035120.00

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


40

Commissioning of on grid Solar


Photovoltaic Power Plant conforming to
MNRE specifications as amended,
consisting of Mono/Poly Crystalline silicon
solar cells, net metering facility, necessary
protections, earthing, mounted on
Aluminium / GI structure of suitable
strength with following components
complete as required: -
a) Solar Photovoltaic Module of capacity
330Wp or above, manufactured in India,
conforming to IS14286 / IEC61215,
IS/IEC61730-Part-1, IS/IEC61730-Part-2
Solar Photovoltaic Module conversion
efficiency shall not be less than 16.5%. PV
modules used in solar power plants /
systems must be warranted for their output
peak watt capacity, which should not be less
than 90% at the end of 10 years and 80% at
the end of 25 years.
b) Power Conditioning Unit (PCU) of 350-
800 VDC Input voltage range and 400 VAC,
three phase, 4 wire, 50Hz+/-2.5Hz, output
voltage suitable to generate AC Power with
efficiency not less than 97%, total harmonic
distortion less than 3% and suitable for
ambient temperature from 0 to 50 degree C.
The PCU shall adjust the voltage and
frequency level to suit the Grid Voltage
Frequency.
c) Data Monitoring System complete with
accessories.
d)Fixing of Array junction box & Main
junction box with IP65 protection and
termination arrangement for incoming and
outgoing cable along with glands, lugs and
other accessories etc. as required.
e) Lightning and surge voltage protection.
f) Connections & Interconnections by
supplying & fixing required size XLPE
insulated copper conductor 1.1kV grade
armoured power and control cables between
solar modules, main power cable to grid
supply PCU unit along with supplying &
fixing of necessary channel / conduit lugs
and other accessories etc. as required.
Total SH-2 20,35,120.00
Subhead-3

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED


41

23 Supplying, installation, Testing,


Commissioning & putting in to operation
following capacity SOLAR WATER
HEATING SYSTEM including all MS
structure for installation, all equipment,
storage tanks, Insulated Piping, Valves,
supports and related civil work, safety
provisions, earthing, Insulation, both cold
and hot water flow metering, Temperature
and pressure gauges, connection & inter
connection and final testing etc. complete as
require.

a) 250 LPD 3 Job 77306.00 231918.00


Total SH-3 2,31,918.00
Total of SH1, 2 & 3 53,37,119.00

Executive Engineer (E),


Leh Project Electrical Division, CPWD
Leh, UT of Ladakh.

Correction = NIL, Insertion = NIL, Overwriting = NIL, Deletion = NIL

AE(E)(P) EE(E), LPED

You might also like