rcf- kapurthala tender and contract document …a-technical bid... · rcf- kapurthala . tender and...

121
1 RCF- Kapurthala TENDER AND CONTRACT DOCUMENT FOR THE WORK OF “Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.” TENDER No: RITES/CO/RI/EE/Budge-Budge/I.E./E-3 Part-I (A-Technical Bid) Tender Document issued to _________________________________________________________ (Name of Tenderer) __________________________________________________________ ______________________________________________________ (Address of Tenderer) Signature of Officer issuing the Document with Designation and Date of issue ________ RITES LIMITED (A Government of India Enterprise) ELECTRICAL ENGINEERING DIVISION, 5TH FLOOR, RIGHT WING, RITES BHAWAN, PLOT NO.-1, SECTOR-29, GURGAON-122001 (HARYANA) Tel. +91-124-2818568, Fax.-+91-124-2571660 December - 2014

Upload: lamthien

Post on 10-Mar-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

1

RCF- Kapurthala

TENDER AND CONTRACT DOCUMENT

FOR THE WORK OF

“Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.” TENDER No: RITES/CO/RI/EE/Budge-Budge/I.E./E-3

Part-I

(A-Technical Bid) Tender Document issued to _________________________________________________________ (Name of Tenderer) __________________________________________________________ ______________________________________________________ (Address of Tenderer) Signature of Officer issuing the Document with Designation and Date of issue ________

RITES LIMITED (A Government of India Enterprise)

ELECTRICAL ENGINEERING DIVISION, 5TH FLOOR, RIGHT WING,

RITES BHAWAN, PLOT NO.-1, SECTOR-29, GURGAON-122001 (HARYANA)

Tel. +91-124-2818568, Fax.-+91-124-2571660

December - 2014

Page 2: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

2

RCF- Kapurthala

TENDER AND CONTRACT DOCUMENT FOR THE WORK OF

“Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.” TENDER No: RITES/CO/RI/EE/Budge-Budge/I.E./E-3

Part-I

(A-Technical Bid) Tender Document issued to _________________________________________________________ (Name of Tenderer) __________________________________________________________ ______________________________________________________ (Address of Tenderer) Signature of Officer issuing the Document with Designation and Date of issue ________

RITES LIMITED (A Government of India Enterprise)

ELECTRICAL ENGINEERING DIVISION, 5TH FLOOR, RIGHT WING,

RITES BHAWAN, PLOT NO.-1, SECTOR-29, GURGAON-122001 (HARYANA)

Tel. +91-124-2818568, Fax.-+91-124-2571660

December - 2014

Page 3: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

3

PART 1

TECHNICAL BID

Page 4: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

4

CERTIFICATE

Certified that this PART- I (A- Technical Bid) of the tender documents contain serially machined numbered pages from Sl. No. 001 to . (Name, designation and signature of Officer issuing Tender document)

EE/ RITES LTD.

Page 5: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

5

RITES LIMITED

(A Government of India Enterprise)

NOTICE INVITING TENDER

NIT No: RITES/CO/RI/EE/Budge-Budge/I.E./E-3 Group General Manager/Elect./RITES Ltd./Gurgaon on behalf of RCF/Kapurthala, invites sealed Open Tenders in One Packet system (Technical bid and Financial bid) from the contractors who fulfill the qualifying criteria stipulated in tender documents for the work of “Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.” Estimated cost of work is Rs. 13,82,832/- (Rupees Thirteen lakh Eighty Two thousand Eight Hundred Thirty Two Only); Earnest Money is Rs. 13,850/- (Rupees Thirteen Thousand Eight Hundred Fifty only); Completion period is 02 (Two) months. Last Date & Time of submission of Tender is 29.12.2014 upto 15:00 Hrs, Date & Time of opening of Tender is 29.12.2014 at 15:30 Hrs. Tender documents can be purchased from the office of Sr. DGM/EE, Electrical Engineering Division, 5th Floor, Right Wing, RITES Ltd, RITES Bhawan, Plot No.1, Sector 29, Gurgaon- 122001 (Haryana). Phone: 01242818568, Fax: 0124-2571660, on any working day from 16.12.2014 to 24.12.2014 (11:00 Hrs to 16:00 Hrs) (except Saturday, Sunday and Gazetted Holidays) on payment of Rs 2,000.00 (Rupees Two Thousand Only) (non-refundable) in the form of Demand Draft/Banker’s cheque/Pay Order drawn on any Schedule Bank in favour of RITES Ltd, payable at Gurgaon (Haryana) or can be downloaded from our web site www.rites.com. Amendment/Corrigendum, if any, would be hosted on the website only.

Page 6: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

6

RITES LIMITED (A Government of India Enterprise)

NOTICE INVITING TENDER

1. Sealed item rate tenders in ‘One Packet System’ (i.e. Technical Bid and Financial Bid) are invited by RITES Limited from experienced contractors/firms/companies for the work of:

“Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at

Fiat Bogie Shop, Budge-Budge, West Bengal.” 2. Brief Scope of Work:

i) SITC of MDB, Light DB’s, Welding DB’s etc. ii) SITC of LT cable etc. iii) SITC of Inverter etc.

The firm will be responsible for obtaining all the necessary and required clearance from statutory bodies concerned with the work if any.

a) Tender No. : RITES/CO/RI/EE/Budge-Budge/I.E./E-3

b) Estimated cost of work: Rs. 13,82,832/- (Rupees Thirteen lakh Eighty Two thousand Eight Hundred Thirty Two Only)

c) Earnest Money Deposit (EMD): EMD of Rs. 13,850/- (Rupees Thirteen Thousand Eight Hundred Fifty only) (along with Mandate form) in the form of Banker’s Cheque/ Pay Order/ Demand Draft payable at Gurgaon in favour of RITES Ltd, RITES Bhawan, 1, Sector-29, Gurgaon-122001 (unless he is exempted from such payment as a matter of Government Policy).

d) Completion period: 02 (Two) months.

e) Tender Sale Start date (11:00Hrs to 16:00Hrs): 16.12.2014 and close date 24.12.2014 (upto

16:00 Hrs.).

f) Date of tender submission: up to 15:00 Hrs on 29.12.2014

g) Date of tender opening: at 15:30 Hrs on 29.12.2014 3. Tender documents can be obtained on any working day at the time and period mentioned above

(except Saturday, Sunday and Gazetted Holiday) on payment of Rs. 2,000/- (Rupees Two Thousand only) (non-refundable) in the form of Bank Draft / Banker Cheque / Pay order drawn on any schedule bank in favour of RITES Ltd, payable at Gurgaon (unless he is exempted from such payments as a matter of Government policy).

4. Tenders in One sealed packets, as detailed below, shall be received upto the date and time of

submission indicated in Para 2 above. Bids received after the stipulated date and time are liable to be rejected.

Page 7: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

7

Single Packet System: (Technical Bid, GCC & Price Bid): Complete tender documents shall be submitted in ‘single main envelope’, which will be containing the followings: Envelope (1) Earnest Money along with mandate form as per Annexure IX and Authority to Sign the tender documents. Envelope (2) A-Technical Bid (comprising of Part-I, of Tender document) and B-General Conditions of Contract (comprising of Part-I, of Tender document). Envelope (3) Price Bid (Part-II)

5. Address for collection & submission of tender documents:

Sr. DGM/EE, Electrical Engineering Division, 5th Floor, Right Wing, RITES Ltd, RITES Bhawan, Plot No.1, Sector 29, Gurgaon- 122001 (Haryana).

6. Qualifying Criteria: a) Work Experience:

The firm should have completed successfully in its/his own name at least one similar work of minimum value of Rs. 11.06 Lakh OR at least two similar works each of minimum value of Rs. 6.91 Lakh OR at least three similar works each of minimum value of Rs.5.53 Lakh during the last 5 (five) years prior to the last stipulated date for submission of bid.

Credential certificates issued by Govt. organizations/ Semi Govt. Organizations of central or state Government; or by Public Sector Undertakings/ Autonomous bodies of Central or State Government; or by Public ltd. companies listed in Stock exchange in India or Abroad, shall only be accepted for assessing the eligibility of a tenderer.

Similar works shall mean the work of Any work comprises of Any internal electrification work in office/ commercial/ institutional Buildings/workshop and / or LT panel and/ or LT cable work etc carried out in India shall be considered as similar work.

b) Minimum Annual Turn Over: Not Applicable in this Tender.

c) A Solvency Certificate: Not Applicable in this Tender.

d) Profitability: Not Applicable in this Tender.

e) Joint Ventures: Not Applicable in this Tender.

7. This work is to be carried out in the existing working/functional area of Fiat Bogie Shop, Budge-

Budge, West Bengal, hence it is suggested that all intending bidders may visit the site and acquaint themselves of the site conditions before bidding for the work.

8. Tender documents (except major drawings) can also be downloaded from RITES website.

Applications made on such a form/document shall be considered valid for participating in the tender process. The tenderer who wishes to download the form/document, should deposit the cost of document by demand draft in favour of RITES Limited while submitting his bid along with bid documents.

Page 8: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

8

9. In case the bid of a tenderer who has downloaded the document from website is accepted, the contract shall be executed in the original/manual tender document issued by concerned RITES office.

10. In case during the scrutiny of downloaded tender documents, any modification/correction, etc. is

noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected.

11. The firm has to abide by the rules and regulations of the Fiat Bogie Shop, Budge-Budge and local

authority of West Bengal Govt. and shall also have to abide the labour laws prevailing in the state of West Bengal.

12. RITES reserve the right to accept or reject any/all the tenders in full or part without assigning any

reasons whatsoever.

Group General Manager/EE, Electrical Engineering Division,

RITES Limited, On behalf of RCF, Kapurthala

Page 9: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

9

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

Page 10: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

10

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL

1.1 Tender Notice Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of RCF-Kapurthala (Employer) as an Agent/Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Government Organizations/ Semi Government Organizations of Central or State Government; or of Public Sector Undertakings / Autonomous Bodies of Central or State Government; or of Public Ltd. Companies listed in stock Exchange in India or Abroad, for the work of “Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.”

(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous). 1.2 Estimated Cost of Work The work is estimated to cost Rs. 13, 82, 832/- (Rupees Thirteen Lakh Eighty Two Thousand Eight Hundred Thirty Two Only). This Estimate, however, is given merely as a rough guide. 1.3 Time for Completion

The time allowed for completion will be 02 months from the date of start which is defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 Brief Scope of Work:

i) SITC of MDB, Light DB’s, Welding DB’s etc. ii) SITC of LT cable etc. iii) SITC of Inverter etc.

The firm will be responsible for obtaining all the necessary and required clearance from statutory bodies concerned with the work if any. 1.5 Availability of Site

The site for the work is available/ shall be made available in parts, as specified below:

The site for the work is available in working and functional area of Fiat Bogie Shop, Budge-Budge,

West Bengal.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether Normal or Large. Normal Works are those costing upto Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the Tender is being invited falls under the category of Normal.

Page 11: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

11

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in Normal

area or Difficult area. Difficult area includes North East States, Jammu & Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area covers all areas other than Difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 In this Tender Joint Venture is Not Allowed.

In case Joint Venture is allowed the following will apply: a) If JV is successful in the Bid, the Contract will be awarded in the name of JV. The JV

Agreement should be executed within 15 days of receipt of Letter of Acceptance and the JV Agreement duly registered in accordance with law so as to be legally valid and binding on the members. The JV shall also open a Bank account in the name of JV and all payments due to the JV shall be credited by the Employer to that account only. To facilitate statutory deductions such as towards Income Tax, VAT etc. made from the amounts due to the JV being credited to the concerned Government Departments, the JV shall arrange to obtain in the name of JV, PAN/TIN etc as required.

b) Bid submitted by a Joint Venture of two or more firms as Partners/Members shall be accompanied by the following documents: i) A copy of Joint Venture MOU/Agreement duly notarized so as to be legally valid and

binding on all the Partners/Members and incorporating the following provisions (Suggested format at Annexure III):

The Bid and, in case of a successful Bid, the Agreement shall be signed so as

to be legally binding on all Partners/Members. One of the Partners/Members shall be nominated as being in charge and this

authorization shall be evidenced by submitting Power of Attorney signed by legally authorized signatories of all the Partners/Members.

The Partner-in-charge/Lead Member shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners/members of the Joint Venture and the entire execution of the Contract, shall be done exclusively with the Partner in charge.

All the partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the authorization through a Power of Attorney in favour of the Partner-in-charge/Lead Member as well as in the Bid and in the Agreement (in case of a successful bid).

Indication of the precise responsibility of all Partners/Members of the Joint Venture in respect of planning, design, construction equipment, key personnel, work execution and financing of the Project duly indicating the percentage in financing of JV by each Partner.

In the case of Large Works, the maximum number of Partners can be only three and the Partner-in-Charge/Lead Member shall have more than 50% participation in financing of the JV and each of the other Members minimum 20% participation in financing of JV. In case of `Normal Works’, the Partner-in-Charge/Lead Partner shall be responsible for 100% financing of the J.V.

All partners/members of the JV shall comply with the provisions in the Integrity Pact and any violation of the Pact by any partner/member shall be construed as a violation by the JV.

Page 12: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

12

ii) Power of Attorney in favour of the Partner-in-charge/Lead Member on the lines

mentioned in item “a” above. (Suggested format at Annexure V). 2.5 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification

Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

3.2 Joint Ventures (For Large Works) --- Not Applicable

The Partner in charge / Lead member shall furnish a Letter of Transmittal as given in Annexure II B (L) enclosing the documents mentioned therein/listed in para 1(b) of Annexure I A.

3.3 Joint ventures (For Normal Works) --- Not Applicable.

The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given in Anneuxre II B (N) enclosing the documents mentioned therein/listed in para 1(c) of Annexure I A. (Note:- Tender document approving authority to delete Sub Para 3.2 or 3.3 or both as applicable.)

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with para 7 : PART – 1:- Technical Bid Packet (Read with Correction Slips issued upto date of submission of tender)

Section 1 Notice Inviting Tender and Instructions to Tenderers. Section 2 Tender and Contract Form. Section 3 Special Conditions. Section 4 Schedules A to F Section 5 Technical Specifications Section 6 Drawings

PART – 2:- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) PART – 3:- General Conditions of Contract

(Read with correction Slip issued upto date of submission of tender) Section 7 Conditions of Contract

Page 13: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

13

Section 8 Clauses of Contract Section 9 RITES Safety Code Section 10 RITES Model Rules for protection of Health and Sanitary arrangements for Workers Section 11 RITES Contractor’s Labour Regulations

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correction slips is also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 4.1

above can be seen in the office of the Sr. Dy. General Manager (Elect.), EE Division, 5th Floor, Right Wing, RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No.- 0124-2818568; Fax: 0124-2571660 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of Sr. Dy. General Manager

(Elect.), EE Division, 5th Floor, Right Wing, RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No.- 0124-2818568; Fax: 0124-2571660 from 16.12.2014 to 24.12.2014 for a non refundable fee per set of Rs. 2000/- (Rupees Two Thousand only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Gurgaon (Haryana) in favour of RITES Ltd. on submission of an application. Tender Document may be issued free of cost to such applicants as are exempted from payment of cost of tender document as a matter of Government Policy.

5.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documents (unless he is exempted from such payment as a matter of Government Policy) along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. In case the tenderer is exempted from such payment, the onus of proving such exemption shall rest with the Tenderer and proof of the same shall be placed in the envelope meant for Earnest Money. The amendments / clarifications to the Tender documents will also be available on the above website.

5.4 Tender Documents downloaded from RITES website shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender document, if any modification / correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify to Sr. DGM/Elect. (The official nominated for this purpose) in writing or by telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail address: Sr. Dy. General Manager (Elect.), EE Division, 5th Floor, Right Wing, RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No.- 0124-2818568; Fax: 0124-2571660

Page 14: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

14

In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

6.0 PRE-BID MEETING --- (Not Applicable) 6.1 The Tenderer or his official representative is invited to attend a pre-bid meeting which will

take place at the Office of ________ on ________ at ________. 6.2 The Tenderers are required to submit any question on issues relating to the tender, in writing

or by telefax or by E-mail so as to reach _____ (the official nominated for this purpose) not later than 3 (three) days before the date fixed for the meeting.

6.3 The purpose of the meeting will be to clarify the issues raised and to answer supplementary

questions on such issues. 6.4 Minutes of the meeting including the text of the questions raised (without identifying the

source of enquiry) and the responses given will be uploaded on RITES website. Any modifications of the Tender Document which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum and not through the Minutes of the Pre-Bid Meeting. The Minutes of the Meeting as described above and the Addendum / Corrigendum, if any, will be uploaded on RITES website only.

6.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a tenderer. 7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by

RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a part of the

tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into

account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tender

or any extended date as indicated in sub Para below.

Page 15: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

15

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs. 13, 850/- (Rupees Thirteen

Thousand Eight Hundred Fifty Only) in any of the forms given below:- Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon (Haryana), drawn in favour

of RITES Ltd. 9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected by the

Employer as non-responsive. unless the tenderer is exempted from payment of Earnest Money as a matter of Government Policy. The onus of proving such exemption shall rest with the Tenderer and such proof shall be placed in the envelope meant for Earnest Money.

9.3 Refund of Earnest Money a) Two Packet System (Not Applicable in this Tender)

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). b) Single Packet System (Applicable in this Tender) After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). c) The Earnest Money shall be refunded only through Electronic Fund Transfer. The tenderer

shall submit RTGS/NEFT Mandate Form as per proforma given in Annexure IX, duly filled in.

d) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance,

whichever is earlier, any Tenderer i) withdraws his tender or

Page 16: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

16

ii) makes any modification in the terms and conditions of the tender which are not acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is found to be

incorrect or false. c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified under

Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System (Not Applicable in this Tender) The tenderer shall submit the Tender in original in two packets as under:- PACKET A: - TECHNICAL BID Envelope 1 Earnest Money along with mandate form as per Annexure IX

duly filled in and Cost of Tender Document if the bid is submitted on the document downloaded from RITES website

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable) and Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

Page 17: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

17

PACKET B :- FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, both in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with.

b) Single Packet System: (Applicable in this Tender)

Both Technical Bid (including signature on Tender Form in Section 2 duly witnessed) and Financial Bid Documents will be submitted in one Packet. Precautions as described above for Two Packet System shall be observed by the tenderers.

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind:

Page 18: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

18

i) There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the

Financial offer will however be accepted. iii) The Employer reserves the right to accept or reject any conditional rebate/discounts.

While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System (Not Applicable is this Tender)

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1 i) Earnest Money along with mandate form as per

Annexure IX. ii) Cost of Tender Document if the Bid is submitted

on the document downloaded from RITES website. Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when applicable

as per para 11.7 below) and Qualification Information/ documents as per checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. i) Packet B - Financial Bid ii) Name of the work iii) Name of the tenderer

(c) Both packets A and B should be put inside an outer envelope and sealed. This envelope

should be superscribed with the following details:

i) Tender for (Name of work)

Page 19: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

19

ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- (RITES Officer inviting the Tender)

11.4.2 Single Packet System (Applicable in this Tender)

Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of the Tenderer superscribed on each of the envelopes. All the three envelopes shall be put in a Single Packet which shall be superscribed in the same manner as given in Para 11.4.1 (c) above.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 15:00 Hrs.

on 29.12.2014. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Sr. Dy. General Manager (Elect.), EE Division, 5th Floor, Right Wing (R – 5 - 66), RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No. - 0124-2818568; Fax: 0124-2571660

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in

writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact --- (Not Applicable)

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid Document

and the Integrity Pact, the former will prevail.

Page 20: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

20

Provided always that provision of this para 11.7 – Integrity Pact, shall be applicable

only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable NO *Strike out whichever is not applicable If Yes, Name and Address of the Independent External NOT APPLICABLE Monitor (In case value of contract is Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison NOT APPLICABLE Officer 11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the deadline

prescribed in Para 11.5 for submission of Bids. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in

accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated below.

If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after the

deadline for submission of Bids shall result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or delayed) as

described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 15:30 Hrs. on 29.12.2014 in the office of Sr. DGM/EE. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System (Not Applicable in this Tender)

Page 21: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

21

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and Cost of Tender Document (where Bid is submitted in the document downloaded from RITES website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures of preferably at least two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whether

each Tenderer

(i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact (where applicable) duly signed and witnessed as per para 11.7 above;

(ii) meets the Qualification Criteria stipulated in Para 2.0; and (iii) conforms to all terms, conditions and specifications of the Tender Document without

any modifications or conditions. (c) If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid.

The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their representatives

who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

12.3 Single Packet System --- (Applicable in this Tender)

(a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money

furnished is not for the stipulated amount or is not in an acceptable form (unless exempted) and where applicable the Cost of Tender Document has not been furnished for the correct amount and in an acceptable form (unless exempted) , the remaining envelopes will be returned to the tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and where applicable the Cost of Tender Document, in acceptable

Page 22: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

22

form (unless exempted) will then be opened. The Tenderer’s name, the presence of Earnest Money, the Authority to Sign the Tender, amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept the

lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

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

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

Page 23: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

23

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for each item

should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole

Page 24: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

24

rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in figures

as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on

material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of the

Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the Employer

by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The

Page 25: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

25

Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

Page 26: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

26

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover -- Not Applicable 2. WORK EXPERIENCE a) Similar Works Experience

(i) For works in normal areas (other than difficult areas)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. 11.06 Lakh OR at least two similar works each of minimum value of Rs.6.91 Lakh OR at least three similar works each of minimum value of Rs.5.53 Lakh during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

Or (ii) For works in difficult areas (North East States, J&K, Jharkhand,

Chattisgarh and Andaman & Nicobar Islands)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. ____ OR at least two similar works each of minimum value of Rs. ____ during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. (Strike out (i) or (ii) as applicable).

Similar Works

Similar works shall mean the work of Any work comprises of Any internal electrification work in office/ commercial/ institutional Buildings/workshop and / or LT panel and/ or LT cable work etc carried out in India shall be considered as similar work.

Notes : - A weightage of 7% (compounded annually from the date of completion of the work to the

submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

- Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

- Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Public

Page 27: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

27

Ltd. Cos. listed in stock exchange in India or abroad, shall only be accepted for assessing the eligibility of a Tenderer.

- The cut off date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2011, the cut off date shall be 07.08.06.

- In case JV is permitted the following provisions will apply:

Large Works --- (Not Applicable)

All the partners shall jointly meet this criterion.

Normal Works ---- (Not Applicable) The Partner-in-charge/Lead Member shall singly meet this criterion.

b) Construction Experience in key activities/specified components

To qualify for award of the contract, each Bidder in his own name or as a member of a Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid, executed the following key activities in any one work.

Similar works shall mean the work of Any work comprises of Any internal electrification work in office/ commercial/ institutional Buildings/workshop and / or LT panel and/ or LT cable work etc carried out in India shall be considered as similar work.

(Ideally only very few and that too, specialized components of the work may be specified at the discretion of NIT approving authority).

Notes:

- The work satisfying the criterion for a particular key activity may be different from a

work satisfying the criterion for another key activity. - The Bidder should furnish with his Bid a tabular statement giving contract-wise

quantities of key activities / specialised components executed in the last 5 years which meet the Qualification Criterion along with documentary proof in support thereof (indicating page nos.).

- Even if a work has not been completed but if the specified quantity of the key activity has been completed, the same shall be taken into consideration for the purpose of this criterion.

- Any work executed by the Bidder as a member of a Joint Venture will be accepted provided there is documentary proof in support of the same either in the MOU/ Agreement of the JV or in a declaration by the other Members of that JV or the Client confirming that the specialized work was actually executed by the Bidder.

- In case JV is permitted the following provisions will apply: Large Works - ---- (Not Applicable)

All the partners shall jointly meet this criterion.

Page 28: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

28

Normal Works ------- (Not Applicable) Same as for large works.

3. SOLVENCY CERTIFICATE --- (Not Applicable) 4. PROFITABILITY – (Not Applicable) 5. NET WORTH: --- Not applicable

6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF

BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into account in

determining the Bidder’s compliance with the qualifying criteria. b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

7. DISQUALIFICATION ON CERTAIN GROUNDS

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of any Contract awarded to them, having been determined during the past three years prior to the deadline for submission of bids.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Page 29: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

29

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED

DURING THE LAST 5 YEARS

S. No.

Client's Name and

Address

Name of the Work

& Location

Scope of

work carried out by

the Bidder

Agreement / Letter of Award No. and

date

Contract Value Date of start

Date of Completion

Reasons for delay

in completi

on if any

Ref. of document (with page

no.) in support of meeting

Qualification Criterion

Awarded

Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note : 1. In support of having completed above works, attach self attested copies of the completion

certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed in stock exchange in India or abroad, shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co., was listed on BSE or NSE when the work was executed for it.

Page 30: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

30

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the

Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last stipulated date for

submission of Bid, which meet the Qualification Criterion need be included in this list.

Page 31: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

31

Proforma 2 (Not Applicable)

SOLVENCY CERTIFICATE FROM A NATIONALISED

OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

Page 32: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

32

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) During the past three years prior to the deadline for the submission of bids, no contract

awarded to us has been determined. iii) No Central / State Government Department/ Public Sector Undertaking or Enterprise of

Central / State Government has banned/suspended business dealings with us as on date. iv) We have submitted all the supporting documents and furnished the relevant details as per

prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not

include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We have not failed to service the principal amount or interest or both of a loan account / credit

limit from any Bank or Financial Institution during a period of one year prior to the deadline for the submission of bids.

viii) We understand that in case any statement/information/document furnished by us or to be

furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 33: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

33

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover: Not Applicable

- Annual financial turnover for each of the last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheet and

Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2 or

3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialised Components: Tabular Statement giving contract-wise quantities executed in last 5 years along with documentary proof in support of having met the criterion (Refer Para 2b of Annexure I).

iii) Solvency Certificate: Not Applicable

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability: Not Applicable

- Net profit of last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheets and

Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder Proforma 3 (Refer Para 6 of Annexure I)

vi) Integrity Pact: Not Applicable

(where applicable): duly signed and witnessed in the format at Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)

b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS” -Not Applicable-

(1) By Partner-in-Charge/Lead Member

i) JV MOU/Agreement (Refer Para 2.4 of NIT & Instructions to Tenderers) ii) Power of Attorney (Refer Para 2.4 of NIT & Instructions to Tenderers) iii) Annual Turnover : As in a(i) above iv) Work Experience

Page 34: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

34

- Similar Work Experience : As in (a) (ii) above - Construction Experience in Key activities/ specialised components:

As in (a) (ii) above. v) Solvency Certificate: As in (a) (iii) above. vi) Profitability: As in (a) (iv) above. vii) Declaration by Bidder: As in (a) (v) above. viii) Integrity Pact: : duly signed and witnessed, as in (a) (vi) above. (2) By Partners other than Partner-in-Charge/Lead Member i) Annual Turnover: As in (a) (i) above) ii) Work Experience

- Similar Work Experience : As in (a) (ii) above - Construction Experience in Key activities/specialised components: As

in (a) (ii) above. iii) Solvency Certificate: As in (a) (iii) above . iv) Profitability: As in (a) (iv) above. vi) Declaration by Bidder: As in (a) (v) above.

c) BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS” -Not Applicable- (1) By Partner-in-Charge/Lead Member i) JV MOU/Agreement (Refer Para 2.4 of NIT & Instructions to Tenderers) ii) Power of Attorney (Refer Para 2.4 of NIT & Instructions to Tenderers) iii) Annual Turnover: As in a(i) above – to meet 100 % of requirement as per

criterion iv) Work Experience

Similar Work Experience : As in (a) (ii) above – to meet 100% of requirement as per criterion

Construction Experience in Key activities/specialised components: As in (a) (ii) above.

v) Solvency Certificate : As per (a) (iii) above – To the extent of 100% financial participation

vi) Profitability : As in (a) (iv) above. vii) Declaration by Bidder: As in (a) (v) above. vii) Integrity Pact : : duly signed and witnessed, as in (a) (vi) above.

(2) By Partners other than Partner-in-Charge/Lead Member

i) Work Experience : Construction experience in Key Activities/ Specialised

Components : As in (a) (ii) above. ii) Declaration by Bidder : As in (a) (v) above.

Page 35: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

35

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS --LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(on letter head of the Applicant) From To _____________ RITES Ltd._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the Qualification

Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a working contractor

or has executed any work within the last five years reckoned from the date of opening of tender, issued by a Government Organizations / Semi Government Organizations of Central or State Government; or of a Public Sector Undertaking / Autonomous Body of Central or State Government; or of a Public Ltd. Company listed in a Stock Exchange in India or Abroad.

b) Annual Financial Turnover: Not Applicable

(i) Annual financial turnover for each of the last 5 Financial Years in a tabular form. (ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and

Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works as

applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialised components: Tabular Statement giving contract wise quantities executed in last 5 years with

documentary proof. d) Solvency Certificate Not Applicable e) Profitability - Not Applicable.

2. In addition the following supporting documents are also enclosed. a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of

the Firm. b) Self attested copies of PAN/TAN issued by the Income Tax Department.

c) Declaration – Proforma 3 d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

Certificate (as applicable). e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) : duly signed and witnessed.

Page 36: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

36

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether

mentioned in the enclosed documents or not, to verify our competence and general reputation. 4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the

Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name _________________

Date with seal

Page 37: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

37

ANNEXURE II B (L) -Not Applicable-

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

– LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR LARGE WORKS COSTING OVER Rs.30 CRORES) (To be signed by the Lead Member on his Letter Head)

From

To ______________ RITES Ltd.___________ (AUTHORITY INVITING TENDER) Sir, Subject: Submission of Qualification Information/ documents as per Checklist. 1. As the Lead Member of the Joint Venture, I/We hereby submit the following documents in

support of our JV: a) Self certified copy of the Joint Venture Agreement/Memorandum of

Understanding. b) Power of Attorney in my/our favour as the Lead Member executed by the

authorized representatives of all the members. c) Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate

(as applicable). d) Self attested copy of Registration under Labour Laws, like PF, ESI etc. e) Self attested copy of ISO 9000 Certificate (if any) f) Integrity Pact (where applicable) – Duly signed and witnessed.

2) I/We also enclose the following documents pertaining to each of the Partners including Lead

Partner duly signed by the Authorized representative of each Partner/Member of J.V. i) Qualification Criteria

a) Self attested copy of a certificate, confirming that the applicant is a working contractor or has executed any work within the last five years reckoned from the date of opening of tender, issued by a Government Organizations / Semi Government Organizations of Central or State Government; or of a Public Sector Undertaking / Autonomous Body of Central or State Government; or of a Public Ltd. Company listed in a Stock Exchange in India or Abroad.

b) Annual Turnover

- Annual financial turnover for each of the last 5 Financial Years in tabular form.

- Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience

Page 38: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

38

- Similar Works Experience :- In Proforma 1 with details of 1 / 2 / 3 works as

applicable and self attested copies of supporting documents as mentioned therein. - Construction experience in key activities / specialised components:- Tabular Statement giving contract wise quantities executed in last 5 years with

documentary proof.

d) Solvency Certificate - Proforma 2. e) Profitability - Net profit of last 5 Financial Years in tabular form with self attested copies

of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable. (ii) Other Supporting Documents

a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of the Firm.

b) Self attested copy of PAN/TAN issued by Income Tax Department. d) Declaration – Proforma 3

3) I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

4) I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Encl: As in Paras 1, 2 & 4

Yours faithfully,

Signature of Applicant

with Name Date and Seal

Page 39: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

39

ANNEXURE II B (N) -Not Applicable-

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

- LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR NORMAL WORKS COSTING BETWEEN Rs.1 CRORE and Rs.30 CRORES) (To be signed by the Lead Member in his Letter Head)

From To ___________________________ RITES Ltd.________________ (AUTHORITY INVITING TENDER) Sir, Subject: Submission of Qualification Information/ documents as per Checklist. As the Lead Member of the Joint Venture, I/We hereby submit the following documents in support of our JV: Details pertaining to JV a) Self certified copy of the Joint Venture Agreement / Memorandum of Understanding. b) Power of Attorney in my/our favour as the Lead Member executed by the authorized

representatives of all the members. c) Self attested copy of a certificate, confirming that the applicant is a working contractor or has

executed any work within the last five years reckoned from the date of opening of tender, issued by a Government Organizations / Semi Government Organizations of Central or State Government; or of a Public Sector Undertaking / Autonomous Body of Central or State Government; or of a Public Ltd. Company listed in a Stock Exchange in India or Abroad.

d) Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate (as

applicable). e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) duly signed and witnessed. Details pertaining to Lead Member (i) Qualification Criteria a) Annual Turnover - Annual financial turnover for each of the last 5 Financial Years in a tabular form.

- Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

b) Work Experience

Page 40: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

40

- Similar Works Experience: - In Proforma 1 with details of 1 / 2 / 3 works as applicable and self attested copies of supporting documents as mentioned therein.

- Construction experience in key activities/ specialised components:- Tabular Statement giving contract wise quantities executed in last 5 years with

documentary proof. c) Solvency Certificate - Proforma 2. d) Profitability -Net profit of last 5 Financial years in a tabular form with self attested copies of

Profit and Loss Statements for the last 5 or 3 Financial Years as applicable. ii) Other supporting documents a) Declaration – Proforma 3 b) Self attested copy of PAN/TAN issued by the Income Tax Department. 2) I/We also enclose the following documents pertaining to each of the other Partners of J.V.

duly signed by the Authorized representative of each Partner/Member of J.V. i) Qualification Criteria - Work experience - Construction experience in key activities/ specialised components:-

As per para i (b) above as for Lead Member. ii) Other Supporting Documents

Self attested copy of Partnership Deed/ Memorandum and Articles of Association of the firm. 3) I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation whether

mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

4) I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name

Date and Seal

Page 41: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

41

ANNEXURE III -Not Applicable-

DRAFT MEMORANDUM OF UNDERSTANDING

EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE (On each firm’s Letter Head)

From _______________ _______________ To RITES Ltd _______________ Dear Sir, Re: RITES Tender Notice No.________________ dated _______ for_____ (Name of Work) We wish to conform that our company / firm (delete as appropriate) has formed a Consortium with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________ (Members who are not the Lead Member of the Consortium should add the following paragraph) * * The Consortium is led by _________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of Attorney in favour of ______ (name of the Lead Member) (Member who is the Lead Member of the Consortium should add the following paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Consortium. The precise responsibility of the Lead Member and other Members of the Consortium in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval.

Page 42: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

42

We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member. In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium. We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed. We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claming our first on-account bill. We affirm that the Integrity Pact with the Employer in the format at Annexure VIII (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium. All Members including the Lead Member shall comply with the provision in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint Venture/Consortium. Encl: Annexure. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________ Seal Witness 1 Witness 2 Name Name Address Address Occupation Occupation

Note : 1. To be executed by each Member of the Consortium individually.

Page 43: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

43

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: - In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has to

be the one employed by the Lead Member.

Page 44: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

44

- The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 45: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

45

ANNEXURE V -Not Applicable-

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT

VENTURE (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney) Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium. Dated this the ________ day of _______ 20 _______________ (Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company) ____________ (* Strike out whichever is not applicable) Seal of firm / Company Witness 1 Witness 2 Name: Name: Address: Address: Occupation: Occupation:

Page 46: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

46

Notes: - To be executed by all the members individually, in case of a Consortium. - The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 47: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

47

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________aggregate

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated _____________

and this office letter Nos. ___________ dated___________ in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ are required to be submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by only Scheduled Banks or State Bank of India will be accepted. The time of ________months allowed for execution of the work will be reckoned from the date of start as defined in Schedule F or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement.

Page 48: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

48

Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

Page 49: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

49

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expressions shall have the same meaning as are respectively

assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents shall

be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated______. Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents (List enclosed) General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor's Labour Regulations.

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

Page 50: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

50

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 51: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

51

ANNEXURE VIII

INTEGRITY PACT ----- Not Applicable

Between RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of

____________hereinafter called the “Employer” AND ____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for ______________. The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and reason.

The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a

criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

Page 52: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

52

1. The Bidder/Contractor will not directly or through any other person or firm, offer, promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act;

further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he

has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or be

an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing” annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions under

Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years with

any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

Page 53: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

53

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted

under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to

act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact or

violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the

Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action , or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

Page 54: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

54

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence

under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as

stated in the Contract Agreement. (2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the Partner

in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this

agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal)

Page 55: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

55

Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

Page 56: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

56

ANNEXURE - IX Mandate Form

RITES Ltd. Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT) We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGSINEFT). The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS) 1 NAME OF THE BENEFICIARY 2 ADDRESS WITH PIN CODE 3 (A) TELEPHONE NO. WITH STD CODE (B) MOBILE NO. 4 BANK PARTICULARS A BANK NAME B BANK TELEPHONE NO. WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO. WITH STD CODE E 11 CHARACTER IFSC CODE OF THE BANK

(EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING ON THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS

H IF OTHERS, SPECIFY 5 PERMANENT ACCOUNT NUMBER (PAN) 6 E-MAIL ADDRESS I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not hold RITES Ltd. responsible. Bank charges for such transfer will be borne by us. Date---------- SIGNATURE

(AUTHORISED SIGNATORY) Name ------------------------------

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No.-------------------------with our branch and the Bank particulars mentioned above are correct. Date------------ SIGNATURE

(AUTHORISED SIGNATORY) Name ------------------------------ OFFICIAL STAMP --- -- ------------

Page 57: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

57

ANNEX-A

Guidelines on Banning of Business Dealings 1. Introduction 1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been

laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to

entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier’ in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the purpose of these

guidelines. MD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any

information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating

into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

Page 58: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

58

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department,

the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed

that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before

issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so

warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a

Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of

the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person convicted

for an offence involving corruption or abetment of such offence;

Page 59: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

59

6.5 If business dealings with the Agency have been banned by the Govt. or any other public sector enterprise;

6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract; 6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with

contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency for

malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business dealings

with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called for, a

show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES,

necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the case, a final

decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If

it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

Page 60: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

60

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning business

dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the

banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban order,

depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 61: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

61

SECTION 2

TENDER AND CONTRACT FORM

Page 62: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

62

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To __________________________

Tender Accepting Authority/RITES [Refer Schedule F (Conditions of Contract)] Name, Designation / Address

Sub: TENDER FOR THE WORK OF “Supply, Installation, Testing & Commissioning of Internal Electrical and allied works at Fiat Bogie Shop, Budge-Budge, West Bengal.”

(TENDER No. RITES/CO/RI/EE/Budge-Budge/I.E./E-3 ISSUED BY ____________)

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects

therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date for

submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs. 13, 850/- (Rupees Thirteen Thousand Eight Hundred Fifty Only) is hereby

forwarded in the form of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd., payable at Gurgaon (Haryana) as the Earnest Money. Mandate Form authorizing RITES Ltd. to make all payments through RTGS/NEFT as per Annexure IX, duly filled in, is enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of Letter of

Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

Page 63: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

63

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the Employer

shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest Money

& Performance Guarantee and Additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money

shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within 28

days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other records

connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content of

Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he may

receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and RITES. 15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on

behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer

Page 64: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

64

Postal Address Seal Witness Signature Name Postal Address Occupation

Page 65: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

65

SECTION - 3

SPECIAL CONDITIONS

Page 66: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

66

SECTION 3

SPECIAL CONDITIONS FOR ELECTRICAL WORKS

1. GENERAL:

The following Special Conditions shall be read in conjunction with General Conditions of Contract. If there are any provisions in these Special Conditions, which are at Variance with the provisions in the above-mentioned documents, the Provisions in this Special Conditions shall take precedence.

2. Tenderer, if wishes to associate sub-contractors for any of the discipline/section of the work shall state so in his technical bid. Such sub-contractors should at least be registered with CPWD or MES or Railways or P&T or any other central/state Govt. /PSU in the appropriate class of contractors eligible for tendering for such section of the work.

3. APPLICATION FOR ELECTRIC SUPPLY &/ LIASON – if required The Contractor shall be responsible for filling and follow up application for electric supply at site,

obtaining CEIG approval and any other NOC from electrical Safety Inspector of the state/Central to the project.

The Contractor shall carry out all the liaison work required for obtaining electric supply at site, CIEG approval and other NOC from Electrical Safety Inspector commencing from filling of application from till approval.

4. INSPECTION & APPROVAL OF THE WORK BY LOCAL AUTHORITY The contractor has to obtain all clearances & approvals from any statuary authority/local bodies

pertaining to electrical system. The contractor shall obtain all information relating to local regulations, Bye- laws, applicable if any and all laws relating to his work or profession and his having to execute work as required. Contractor shall obtain approval of the installation from the relevant inspection authorities at all stages and on completion of the installation work. Any fee payable to the statutory authority for obtaining approvals is required to be paid by the contractor. However the necessary reimbursement of the fee deposited by the contractor to any statutory authority (as mentioned above) will be made on production/submission of the valid documentary proof/evidence.

5. Training: The contractor has to provide training to the client staff and also operate the system (if

required) for a period of one month from the date of handing over free of cost. 6. Pre-delivery Inspection & approval: The contractor shall offer the pre-delivery inspection of all

the materials at manufacturers work to the Engineer-in-charge. The intimation for such inspections shall be given at least 15 days in advance from the date of proposed inspection. RITES along with CLIENT representative may inspect any/all the materials required in this project. All the testing facilities and all the consumables including the fuel etc. shall be provided by the contractor and nothing extra shall be paid on this account.

7. Tender drawings and Shop Drawings:

The work shall be executed as per latest working drawings to be prepared by the contractor after award of work and submitted to the Engineer-in-charge for approval. The Drawings & data provided are for guidance to the contractor. The exact dimensions, location, distance & levels etc shall be governed by the space conditions. The tender drawings are indicative

Page 67: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

67

and are for the guidance of the contractor. The drawings appended with the tender documents are intended to show the space allotted for various equipment bus duct, cable and pipe routes etc. besides general electrical layout. The equipment offered shall be suitable for installation in the spaces shown in these drawings / available at site. The contractor shall prepare and submit to RITES for approval detailed shop/working drawings of all works on award of the work. Two set of all such working drawings shall be submitted to RITES for approval, including such changes as may have been suggested by the Engineer-in-charge as required at the earliest - within 15 days of awarding of the work.

The contractor shall also take parallel action (after award of work) for submission of applications along with the drawings, documents & details etc. to various Statutory Bodies/Authorities for obtaining their approval/clearances.

The contractor shall re- submit 4 sets of all the drawings to the RITES within 7 days from date of receiving comments if any from the RITES after incorporating the comments.

8. Completion Drawings: After completion of work, the contractor shall have to submit the following

(Which pertains to this work) set of the drawings to RITES.

4 sets of hard copies + 1 Tracing + 3 Soft Copy (in ‘Auto CAD’ applicable version) in CD of the drawings related to Electrical work.

9. DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION

Six sets of the following shall be furnished to RITES / CLIENT by the contractor on completion of the work:-

a) Completion Drawings. b) Manufacturer’s catalogues of all equipment and accessories, operation and maintenance manuals

of all major equipment, detailing all adjustments, operation and maintenance procedure. c) Manufacturer’s Guarantee / Warrantee certificates of all the equipments & materials etc. d) Clearances/approval of various Statutory Bodies/Authorities for this system if any. e) Any other information the Engineer-in-charge may deem fit. No completion certificate will be issued until the above drawings and documents are submitted

to the Engineer-in-charge. 10. Performance Testing at Site: After completion of erection at site & a preliminary warm up period, acceptance trial run of a

minimum period of 7 days duration shall be conducted at site. The trial shall be conducted in the presence of the Engineer-in-charge and the test results shall be recorded in an approved format. The contractor at his cost shall provide all facilities labour, instruments, materials and consumables etc. as required for the test.

Tests proving the satisfactory performance of all operating gear and safety functions and controls

shall be carried out. All calibrated instruments, materials, load configuration, fuel, lubricating oil and labour required for carrying out of the test shall be provided by the contractor free of cost. The contractor shall give ample notice of the test to the Engineer-in-charge.

For the examination and testing of materials and works at the site contractor shall provide all testing

and gauging equipments necessary but not limited to the following:-

Page 68: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

68

Contractor shall ensure the availability of all necessary tools which are required to measure the physical dimension like Length, X-sectional Area etc. and electrical parameters such as Voltage, Current, Insulation resistance etc. of the electrical items. The provision for the arrangement of these tools shall be the part of the contract and nothing shall be paid to the contractor on this account.

All such equipments shall be tested for calibration at any approved laboratory, If required by the

Engineer-in-charge. The contractor shall guarantee the complete Installation for a period of 12 months or as mentioned

in defect liability period from the date of successful commissioning of complete work. 11. The contractor shall be fully responsible for the maintenance including watch and ward of all

the electrical installations provided by him until the works are handed over to client/RCF-Kapurthala.

Thereafter, the work can be handed over to the Client along with all inventories, completion plans etc. as required.

12. CO-ORDINATION: The Contractor shall co-operate with any other agency working in the same project, compare plans,

specifications and the time schedules and so arrange his work that there will be no interference. The Contractor shall forward to the Engineer-in-charge all correspondence and drawings so exchanged. Failure to check plans for conditions will render the contractor responsible for bearing the cost of any subsequent change found necessary or damages done.

However, contractor shall afford necessary facilities to execute the work simultaneously with other agencies executing the works like electrification, horticulture, external services and other building works for the same project. RITES/ RCF-Kapurthala shall entertain no claim on this account.

The electrical work shall be executed in close Coordination with the progress of building work. This being the essence of the contract, an activity chart clearly showing critical areas should be furnished before commencing the work for proper monitoring and coordination

13. HANDING OVER THE WORKS ON COMPLETION:

On satisfactory completion of all the works as per the provision of the Contract, the Contractor shall hand over the works to the client/ RCF-Kapurthala. The Contractor shall ensure that all the testing commissioning & trial run operation of all the system are simultaneously carried out so as to make the same functional immediately on completion. It shall be the responsibility of the contractor to obtain clearances from all the Statutory Bodies like Electrical Inspector & Fire Officer etc. as required for the installations prior to commissioning & handing over the same after completion of work.

The contractor has to submit the test reports, manufacturer manual. Also refer IS code/CPWD specification for inspection of material.

14. All material to be used on works shall bear I.S. Certification work unless otherwise the make

specified in the item or special conditions appended with the tender document. In case I.S. marked materials or the materials mentioned in the tender document are not used due to non-availability, the materials used shall conform to I.S. code or CPWD Specifications applicable in this contract. In such cases the Engineer-in-charge shall satisfy himself about the quality of such materials and give his approval in writing. Only articles classified as “First Quality” by the manufacturers shall be used unless otherwise specified. All materials not having I.S. marking shall be tested as per provision of the Mandatory Tests in CPWD Specifications and the relevant

Page 69: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

69

IS specifications. The Engineer-in-charge may relax the condition regarding testing if the quantity of materials required for the work is small. For the products bearing ISI certification work, no further testing is required at site. In all such cases of use of IS certified materials, proper proof of procurement of materials from authentic manufactures shall be provided by the contractor to the satisfaction of Engineer-in-charge.

15. Other agencies doing work of electrification, external services, other building work, horticulture

work etc. for this project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings, etc. for laying/burying in the work pipes, cables, conduits, clamps boxes and hooks for fan clamps, etc. as may be required for the electric, sanitary, air-conditioning, fire-fighting, PA system, telephone system, C.C.T.V. system etc. and nothing extra over the agreement rates shall be paid for the same.

16. The work shall be carried out in a manner complying in all respects with the requirements

of relevant bye-laws of local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.

17. For items, where so required, samples shall be prepared before starting the particular items of work for prior approval of the engineer-in-charge and nothing extra shall be payable on this account.

18. PERFORMANCE TEST OF THE INSTALLATIONS: The contractor shall give a performance test of the entire installation(s) for 7 days as per standard

specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

19. TERMS OF PAYMENT: Progressive on account payment in form of running account Bills will be made to the Contractor as

follows: a) 70% of quoted rate (on pro-rata basis) as per Contract against supply of material at site in good

condition accompanied by relevant test certificates and documents after deducting towards any recovery as per contract.

b) 20% of quoted rate (on pro-rata basis) as per Contract against satisfactory installation of equipment

at site after deducting towards any recovery as per contract and the payment already made. c) Balance 10% of quoted rate as per Contract upon successful testing, commissioning, handing over

of installation including submission of final approval from the various Statutory Bodies/Authorities or any other Statutory Body (if required) after deducting towards any recovery as per contract and the payments already made.

20. CLARIFICATIONS OF DISCREPANCIES

In the case of Discrepancies between the schedule of quantity, the specifications and/ or the Drawings, the following order of preference shall be followed.

1. Description of schedule of quantities.

2. Specific conditions & Technical Specifications and Special Conditions, if any.

3. Drawings.

4. CPWD Specifications.

Page 70: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

70

5. Indian standard Specifications of BIS

21. Additional Performance Guarantee:

The contractor will also be required to deposit additional Performance Guarantee of an amount as determined by the Employer to take care of the unbalanced bid by the Contractor in relation to the Employer’s estimate of the cost of the work for some identified items. Clause 1 of Contract will be applicable for the additional Performance Guarantee on the following: i) Form in which can be deposited ii) Period of validity and when it will be refunded to the contractor iii) Circumstances under which the Employer can make a claim on the Additional Performance Guarantee.

(When L-1 offer is less than 90 % of the justified/market rate analysis cost, the bid should be treated as unbalanced. The work ability of the rates should be assessed. For this purpose the L-1 bidder shall be advised to produce detailed price analysis for any or all items on bill of quantities to demonstrate the inherent consistency of those prices with the construction methods & schedule proposed. If von evaluation the rate/price analysis is not found to be satisfactory, the L-1 bidder should be asked to furnish additional performance guarantee to the extent the total quoted cost is lower than 90 % of justified cost/market rate analysis cost.)

22. DEFECT LIABILITY PERIOD

The normal period of defect liability should be one year reckoned from the date of successful commissioning of completed work. Also throughout the maintenance period of one year sufficient staff and material/ equipments etc. will be arranged by the contractor to enable to carry out the repairs/ rectifications immediately whenever pointed out by RITES.

All defects noticed during the period of the contract also during the defect liability period of 12 months after completion of the work except those pertaining to leakage / dampness and termite attack which are governed by respective clause of contact should be completely and satisfactorily rectified by the contractor within a reasonable period without any extra payment for the same. In case defects are such as cannot be rectified or the contractor fails to rectify these satisfactorily or completely, RITES reserves the right to get the rectification work done at the risk and cost of the contractor. The decision of RITES in this regard should be final and binding on the contractor and should be beyond purview of the dispute settlement clause 25 of General conditions of contract.

23. MAINTENANCE: The maintenance of the completed installation inclusive of wiring, light fittings and fans etc. shall

be the responsibility of the contractor. During the defects liability period the contractor shall be liable for:

a) The replacements of any defects that may develop in goods of his own manufacture or

supplied by him. b) The rectification of all the defects arising out of defective workmanship of the contractor.

Page 71: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

71

c) Bringing to the notice of the Engineer-in-charge any defects arising out of materials supplied by the owner. The owner shall provide replacement of such material. Until the installation is finally taken over, the contractor shall have the right of entry to the premises, at his own risk and expense, for maintaining the installation in proper order. to facilitate maintenance the contractor should clearly indicate the detailed distribution diagram on every switchgear, distribution board, sub distribution board and main board.

d) Maintenance period shall commence only after the successful commissioning of the total

works. 24. ENGINEER/ FOREMAN

The Contractor shall employ a competent, licensed, qualified full time electrical engineer / foreman/ supervisor to direct the work of electrical installations in accordance with the drawings & specifications. The engineer / foreman/ supervisor shall be available at site at all times to receive instructions from the Engineer-in charge in any day to day activities throughout the duration of the contract. The engineer / foreman/ supervisor shall correlate the progress of work in conjunction with all relevant requirements of the supply authority .The skilled workers employed for the work should have requisite qualifications and should posses competency certificate from the Electrical Inspectorate of Local Administration.

25. WORK AND WORKMANSHIP The work shall be of the highest standard, both as regard its design and workmanship. Modern tools

and first class, latest techniques shall be employed for its execution. 26. RATES The rates quoted by the Contractor shall include for supplying materials and labour necessary for

completing the work in the best and most workman like manner to the satisfaction of the Engineer-in-Charge and which in the option of the Engineer-in-Charge cannot be made better, and for maintaining the same. The rates shall be complete in all respects and shall include cost of materials, erection, fabrication, labour, supervision, tools and plant, transport, sales and other taxes, royalties, duties on material contingencies, breakage, wastage, sundries, scaffoldings, etc. Contractor should indicate separately the custom duties, excise duties, for each of the items, wherever applicable.

27. ASSOCIATED WORKS CIVIL WORKS Any/All the associated civil works like making of holes in RCC slab/wall/brick

work/granite/marble, cutting of iron rods (if required), minor brick work required for cable entry etc. are to be done by the agency. The quoted rates are deemed to be inclusive of any/all these required associated civil works nothing extra will be payable on this account.

28. VAT INVOICES

Contractor has to register for VAT in west Bengal. Contractor has to submit all the VAT invoices and VAT deposit chalan with concerned taxation authorities alonwith all running bills and as well as with final bill as per VAT act applicable in the state of west Bengal with in time. Failing which the applicable VAT amount shall be deducted from the payment of the contractor.

Page 72: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

72

29. Unconditional acceptance of bid conditions: a) I have read and examined all the conditions in the bid documents for the subject work and we

hereby unconditionally accepet the bid conditions entirely for the said work. b) I/we agree that in case of any condition is found to be quoted by us in price Bid, my/our bid

will be rejected and my earnest money deposit is liable to be forfeited.

Page 73: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

73

SECTION - 4

SCHEDULES A to F

Page 74: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

74

SECTION 4

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intendingTenderer)

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

S. No Description of items Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

S. No Description Hire charges per day Place of Issue 1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

SCHEDULE ‘E’ – - Not Applicable -

Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract). (To be worked out and filled by NIT approving authority. The Components and their percentages may

be modified depending on the nature of work)

CLAUSE 10 CC - Not Applicable -

Component of Cement (Xc)

expressed as percent of total value of work _______%

Component of steel (X5)

expressed as percent of total value of work ______%

Page 75: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

75

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work ______%

Component of labour (Y)

expressed as percent of total value of work _______%

Component of P.O.L (Z)

expressed as percent of total value of work _______%

______________

Total 100 %_

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work: “Supply, Installation, Testing & Commissioning of Internal Electrical and allied works

at Fiat Bogie Shop, Budge-Budge, West Bengal.”

Estimated cost of work Rs. 13, 82, 832/- (Rupees Thirteen Lakh Eighty Two Thousand Eight Hundred Thirty Two Only) Earnest money : Rs. 13, 850/-

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers Officer inviting tender : GGM/EE CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer RCF-Kapurthala 2(v) Engineer-in-Charge GGM/EE

2(vii) Accepting Authority GGM/EE

2(ix) Percentage on cost of materials and labour to cover all 15% overheads and profits. 2(x) Standard Schedule of Rates DSR 2007 (to be modified as per

requirement and as applicable) 2(xiii) Date of commencement of work From the date of issue of LOA or the first date of handing over of site whichever is later

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract July 2011

Edition as modified & corrected upto date

Page 76: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

76

CLAUSES OF CONTRACT Clause 1 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance subject 15 days. to maximum of 15 days

Maximum allowable extension beyond the period provided in (i) above subject to a maximum of 07 days.

7 days Clause 2 Authority for fixing compensation under Clause 2 GGM/EE (Authority competent to accept Tender) Clause 2A Whether Clause 2A shall be applicable NO Clause 5 5.1 (a) Time allowed for execution of work 02 months from the date of start Date of start From the date of issue of Letter of Acceptance or the first date of handing over of site whichever is later 5.1 (b) TABLE OF MILESTONE(S) ----- NOT APPLICABLE

S. No Description of Milestone

(Physical) Time allowed in days

(from date of start) Amount to be withheld in

case of non achievement of milestone

1 2 3 4

Clause 5A Shifting of stipulated date of Completion

Competent Authority GGM/EE

Clause 6 A Whether Clause 6 or 6A applicable 6*/6A* ( Clause 6 is applicable) Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Not Applicable

Page 77: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

77

payment for being eligible to interim payment Clause 10A i) Whether Material Testing Laboratory is to be provided at site. NO ii) If “YES” list of equipments to be provided Refer Annexure ------- (to be attached) Clause 10 B Whether Clause 10 B(ii) to (v) applicable NO Clause 10 CC Whether Clause 10CC applicable NO Clause 11 Specifications to be followed for execution For CPWD DSR Items:- of work CIVIL WORKS CPWD Specifications 2009 Vol. I & II .

ELECTRICAL WORKS CPWD General Specifications Part I Internal 2005 Part II External 1994 Part III Lifts & Escalators 2003 Part IV Substations 2007 Part V Wet Riser Sprinkler System 2006 Part VI Heating, Ventilation & Air Conditioning Works

2005 Part VII DG Sets 2006 For Non DSR Items and items of

Specialised nature in Railway Works etc. Technical Specifications under Section No.

5. Clause 12 Clause 12.2 Deviation Limit beyond which i) For Non-foundation items. 12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall Plus 25% apply Minus No limit ii) For Foundation Items

Plus 100% Minus No limit Note: For Earthwork, individual classi-

fication quantity can vary to any extent

Page 78: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

78

but overall Deviation Limits will be as above. 12.5 Definition of Foundation item if

other than that described in Clause 12.5 NOT APPLICABLE

(If not applicable write accordingly) Clause 16 Competent Authority for deciding reduced rates GGM/EE (Authority Competent to accept Tender) Clause 17 Maintenance period 12 Months from the date of successful

commissioning of work. Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at site:- 1._______________ _ 2._________________ 3.____________________ Clause 25 25 (i) Appellate Authority - GGM/EE (SBU-Head) (The Authority immediately above Engineer-in-charge to whom the

Engineer-in-charge report) Appointing Authority - ED/RI (The Authority competent to appoint

Arbitrator as per Item 9.0 of SOP)

Clause 36 (i) & (iii) Minimum Qualifications & Experience required and Discipline to which should belong

Designation Minimum Qualification

Minimum working experience

Discipline to which should belong

Number

Principal Technical Representative

1. Engineering Graduate

OR 2. Recognized diploma holder

--with at least 10 years experience --with 20 years experience.

Electrical 1

Deputy Technical Representative

-------------------------- ---------------------- ----------------- --------------

Engineers 1. Engineering Graduate

OR 2. Recognized diploma holder

--with at least 5 years experience --with 10 years experience.

Electrical 2

36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative

Page 79: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

79

Designation Rate of Recovery per month (in Rs.) for non-deployment

Principal Technical Representative

Rs. 50, 000.00

Deputy Technical Representative ------------------ Engineer (Degree Holder) Rs. 35, 000.00 Engineer (Diploma Holder Rs. 35, 000.00 Clause 42 i)(a) Schedule/statement for determining DSR 2007 theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical

quantities a) Cement

- for works with estimated cost 3% plus / minus put to tender not more than Rs.5 lakhs - for works with estimated cost put to 2% plus / minus tender more than Rs.5 lakhs

b) Bitumen for All Works 2.5% plus only & nil on minus side c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter, section and category

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond permissible variation

Less use beyond the permissible variation

1 Cement 2 Steel reinforcement 3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at

stipulated fixed price

Clause 46 Clause 46.10 Details of temporary accommodation including number of rooms and their sizes as well as furniture to be made available by the Contractor Not Applicable Whether Clause 46.11.1A applicable YES on chargeable basis

Page 80: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

80

Whether Clause 46.13A applicable NO Clause 46.17 City of Jurisdiction of Court New Delhi Clause 47.2.1 Sum for which Third Party Rs. 5.00 Lakhs per occurrence Insurance to be obtained. with the number of occurrences

limited to four. Clause 55 Whether clause 55 shall NO be applicable. If yes, time allowed for completion _______________ months from of sample floor/unit. Date of start of work

Page 81: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

81

Section – 5

TECHNICAL SPECIFICATIONS

Page 82: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

82

SECTION 5

TECHNICAL SPECIFICATIONS

1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD 1.1 Civil Engineering Works CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWD

Specifications 1996 along with Correction Slips issued on them. These Specifications cover all types of Building Works. The specifications are available as a printed document issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works Part No. Description Year of issue I Internal 2005 II External 1994 III Lifts and Escalators 2003 IV Sub Stations 2007 V Wet Riser and Sprinkler Systems 2006 VI Heating, Ventilations & Air Conditioning Works 2005 VII D.G.Sets 2006 The above documents are available as Priced Document issued by CPWD and in soft copy

PDF Format in CPWD website. 2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACE

TRANSPORT Specifications for Road and Bridge works (Fourth Revision) August 2001 have been published by Indian Road Congress as a priced document. These Specifications cover exhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they have approved issue of “Indian Railways Unified Standard Specifications or Materials and works with corresponding Indian Railways Unified Standard Schedule of items (for rates of Materials and works)”. These documents are to be published by Northern Railway on behalf of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable to them based on “Standard Analysis of Rates of items”. These Specifications however cover only Building and Road works generally on the lines of CPWD and Ministry of Surface Transport. They do not cover Track works which are governed by Manuals and RDSO/Indian Railway Specifications. Pending publication of Unified Standard Specifications, the specifications issued by the zonal Railways will be applicable.

4.0 SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARD SPECIFICATIONS)

5.0 Following minimum (but not limited to) tools/instruments etc. should be kept at site by the

contractor. (i). HT Megger

Page 83: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

83

(ii). LT Megger (iii). Earth Tester (iv). Crimping tools for end terminations of cable. (v). Screw Gauge. (vi). Vernier Calipers. (vii). Measuring tape-03 nos. (6 mtr., 30 mtr.) (viii). Tong tester (ix). Test Lamp (x). General tools like plier, cutter, screw drivers etc. (xi). All electrical safety items related to site .

Page 84: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

84

TECHNICAL SPECIFICATIONS:

(A) MEDIUM VOLTAGE SWITCH BOARDS (MVSBs)

1 SCOPE:

This section shall cover supply of medium voltage cubicle type MV Switchgear as described

in these specifications, drawings and schedule of quantities.

2. GENERAL:

2.1 SYSTEM RATING:

All the Main MV switchgears/Panels, shall be suitable for operation on three phase/ single

phase, 415/230 volts, 50 Hz neutral solidly grounded at transformer and short circuit level not

less than 35 KA at 415 Volts.

The boards shall be designed to withstand heaviest condition at site, with maximum expected

ambient temperature of 40 degree Celsius, 90 percent humidity.

2.2 The boards shall comply with the latest edition of relevant Indian Standards and Indian

Electricity Rules and Regulations. The following Indian Standards shall be complied with:

IS 1394- L. V. Switchgear and control gear Part-I Part I-1993 General rules. IS 5578-85- Guide for marking of insulated conductors. IS 11353-85- Guide for uniform system of marking and identification of conductors and apparatus terminals. IS 2447-62- Degree of protection provided by enclosures for low voltage switchgear and control gears. IS 2551-82- Danger notice plates. IS 13947-1993- Circuit breakers. IS 8623-77- Factory built assembles of switchgear and control gear for voltages up to and including 1000 V AC & 1200 V DC. IS 2705 Current Transformers (Part-I, II & III) IS 3156 Indicating Instruments

Page 85: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

85

IS 13947-93 Control devices and switching elements. (Part-5 Section-1) IS 3231 Relays IS 375 Marking and arrangement of busbars Indian Electricity Act and Rules.

2.3 SHOP DRAWINGS:

Prior to fabrication of the Switchgears etc. the contractor shall submit to Engineer-in-charge for approval of the detailed shop/vendor drawing internal wiring size, Distribution board dimension, colour, mounting detail etc. The Contractor shall submit manufacturer's catalogues of the electrical components installed in the Panel/Boards.

2.4 INSPECTION:

At all reasonable times during production and prior to transport of the distribution boards to site, the contractor shall arrange and provide all the facilities at the manufacture’s works for inspection by Engineer-in-charge and or their authorised representative.

2.5 TEST CERTIFICATES:

Testing of Distribution boards shall be carried out at factory and or at site as specified in Indian Standards in the presence of Engineer-in-charge. The test results shall be recorded on prescribed forms. The test certificates for the test carried out at factory or at site shall be submitted in six copies to the construction manager/Consultants for approval.

3. CONSTRUCTION:

3.1 STRUCTURE:

The MV Switchgear panels and Distribution boards shall be sheet steel enclosed cubicle pattern, floor mounted free standing, totally enclosed dead front, compartmentalized, front open able and bolted at bake side, multitier formation design. The panels shall be extensible types with provision for bus bar extensions. Generally all Switchgears Panels shall be of front access only & suitable for top as well as bottom entry of cables unless otherwise specified. All M.S. sheet steel used in the construction of all the boards shall be 2.0 mm thick and shall be folded and braced as necessary to provide a rigid support for all components. Sheet steel shrouds and partitions shall be of minimum 1.6 mm thickness. Joints of any kind in sheet steel shall be seam welded, all welding slag grounded off and welding pits wiped smooth with plumber metal. The over all dimensions shall be decided as per actual site conditions and height of the panels should not be more than existing panel, for considering nominal these shall be 2250 mm and specifically the working / operating height shall not exceed 1800 mm.

Page 86: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

86

However it will also be the responsibility of the contractor to first check the available space in the room and height of the room as well as the entry door size etc. where panels are to be installed before preparation of panel drawing. The M.V. switchgears panels shall be totally enclosed, completely dust and vermin proof. Gaskets between all adjacent units and beneath all covers shall be provided to render the joints dust proof. All doors and covers shall be fully gasketted with foam rubber and or rubber strips and shall be lockable. Doors shall have concealed hinges. All panels and covers shall be properly fitted and secured with the frame, and holes in the panel correctly positioned. Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided with bolt and nuts. Self threading screws shall not be used in the construction of the panels etc. A base channel of minimum size of 100 mm x 100 mm x 6 mm thick shall be provided at the bottom. A clearance between the floor of the Panels/ Distribution Board and the bottom of the lower most unit shall be maintained as per existing panel board. The electrical devices are operatable from front side and separate cable allay should be provided for cable, and all the cable be terminated on the back side with bottom entry, a panel depth of minimum of 1000 mm for out going section and 1500 mm for incoming LT ACB/MCCB section is to be provided.

The minimum clearance for the busbars in panels shall be as follows: Phase to phase 32 mm Phase to neutral 26 mm Phase to earth 26 mm Neutral to earth 26 mm The size of the boards shall be designed in such a way that the internal space is sufficient for hot air movement, and the electrical component do not attain temperature more than 45 degree Celsius. Knockout holes of appropriate size and number shall be provided in the Panels/Distribution board in conformity with the number, and size of incoming and outgoing conduits/cables alternatively the Panels/Distribution boards shall be provided with removable undrilled sheet steel gland plates (3mm thick) at top and bottom to drill holes for cable/conduit entry at site. The switch boards shall be designed to facilitate easy inspection, maintenance and repair. The Panels boards shall be sufficiently rigid to support the equipment without distortion under normal and short circuit condition. They shall be suitably braced for short circuit duty. Provision shall be made for permanently earthing the frames and other non current carrying parts of the switchgear by two independent earth connections.

Page 87: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

87

3.2 PROTECTION CLASS

All Panels shall have degree of protection conforming to class IP 54 as per IS: 13947 Part-I.

3.3 METAL TREATMENT & FINISH

All sheet steel work used in the construction of switchboard shall under go a process of degreasing, pickling in acid, cold rinsing, phosphating, passivating. The sheet steel then be finally coated with powder. Colour and shade selected by purchaser from IS : 5.

3.4 BUS BARS

The Bus bars shall be of 31 MVA reputing capacity, suitable for three phase four wire 50 Hz, AC supply system with separate neutral and earth bar. The busbars, and interconnection between busbars and various components shall be of high conductivity, high strength aluminium alloy complying with the requirement of grade E91E of IS 5082. The busbar shall be of rectangular cross section designed to withstand full load current for phase busbars and half rated current for neutral busbars and shall be extensible on both sides. The bus bar shall be rated for the frame size of the main incoming breaker or as specified, but in any case not less than 200 amp. capacity. The busbar shall have uniform cross section through out the length. The size of the busbar shall be determined base on a current density not more than 1amp / sq. mm. and minimum size of 200 sq. mm. The busbars and interconnections shall be covered heat shrinkable sleeves of appropriate rating of requisite colour to signify phases and neutral for colour coding. The busbars shall be supported on unbreakable, non hygroscopic insulated supports of FRP SMC supports at sufficiently close intervals to prevent busbar sag and shall effectively withstand without damage electromagnetic stresses in the event of short circuit. The neutral as well as earth bar shall also be capable of withstanding the fault level. The busbars shall be housed in a separate compartment. The busbar shall be isolated with 3.0 mm thick bakelite sheet to avoid any accidental contact. All busbars connections shall be done by drilling holes in busbars and connecting by chromium plated brass bolts and nuts. Additional cross section of bus bars shall be provided in all Panels / Main Distribution boards to cover up the holes drilled in the busbars. Spring and flat washers shall be used for tightening the bolts. All connections between busbars and circuit breakers/ switches and between circuit breakers/switches and cable terminals shall be through solid copper strips of proper size to carry full rated current. These strips shall be insulated with insulating heat resistant paint with colour coding. Bimetallic washers to be used for connection of dissimilar metal bus bars as per requirement of the system.

3.5 CIRCUIT COMPARTMENTS

Page 88: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

88

Each circuit breaker shall be housed in separate compartments and shall be enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked with the breaker units in "ON" and "OFF" positions. All instruments and indicating lamp shall be mounted on the compartment door Sheet steel barrier shall be provided between the tiers in a vertical section.

3.6 INSTRUMENT COMPARTMENT

Separate and adequate compartment shall be provided for accommodating instruments,

indicating lamps, control contactors/relays, and control fuses etc. These components shall be

accessible for testing and maintenance without any danger of accidental contact with live parts

of the circuit breaker units, bus bars and connections.

3.7 TERMINALS

The outgoing terminals and neutral link shall be brought out and suitably located and

accessible from the panel back/front. The current transformers for instruments metering shall

be mounted on the terminal blocks. No direct connection of incoming or outgoing cables to

internal components of the Panels/Distribution board is permitted, only one conductor may be

connected in one terminal.

3.8 WIRE WAYS

A horizontal PVC wire way with screwed covers shall be provided at the top to take

interconnecting control wiring between different vertical sections.

3.9 CABLE COMPARTMENTS

Cable compartments of adequate size shall be provided in the Panels/ Main Distribution

Boards for easy termination of all incoming and outgoing cables entering from bottom or top.

Adequate supports shall be provided in the cable compartments to support cables. All outgoing

and incoming feeder terminals shall be brought out to terminal blocks in the cable

compartment. Removable gland plates of adequate size shall be provided at top / bottom (as

required) of the cable alley. There shall be separate gland plate for each cable entry.

3.10 EARTHING

Aluminium earth bars of size but not less than 32 mm x 6mm shall be provided in the Panels /

Main distribution board for the entire length of the panel. The frame work of the Panels shall

be connected to this earth bar. Provision shall be made for connection from this earth bar to the

main earthing bar coming from the earth pit on both sides of the Panels/Distribution board and

to take tapping to the outgoing earthing strips to connect to the panel/distribution boards.

The earth continuity conductor of each incoming and outgoing feeder shall be connected to

this earth bar. The armour shall be properly connected with earthing clamp, and the clamp

Page 89: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

89

shall be ultimately bonded with the earth bar. CT earthing also shall be connected to this earth

bar.

3.11 LABELS

Engraved PVC labels shall be provided on all feeders as per confirmation given by Engineer-

in-charge.

3.12 INTERNAL COMPONENTS

The Panels/Distribution boards shall be equipped complete with all type of required number of

circuit breakers, contactors, relays, fuses, meters, instruments, indicating lamps, push buttons,

equipment, fittings, busbars, cable boxes, cable glands etc., and all the necessary internal

connections/wiring as required and as indicated on relevant drawings. Components necessary

for proper complete functioning of the Panels/ Main Distribution boards, but not indicated on

the drawings shall be supplied and installed on the distribution boards.

All parts of the Panel/Distribution boards carrying current including the components,

connections, joints and instruments shall be capable of carrying their specified rated current

continuously, without temperature rise exceeding the permissible values as per the relevant

specifications at any part of the Panel/Distribution boards.

All units of the same rating and specifications shall be fully interchangeable.

4. COMPONENTS:

4.1 GENERAL

The type, size and rating of the components shall be as indicated on the relevant drawings.

While selection of the capacity of the components resulting from the prevailing conditions like

room temperature shall be allowed for, the thermal and magnetic trip rating shall be self

compensated for the ambient temperature.

The rating indicated on the drawings are ratings anticipated at prevailing site condition.

4.2 MOULDED CASE CIRCUIT BREAKERS (MCCB):

MCCBs shall satisfy the requirements of Is 13947-2 & IS-2516. MCCB shall provide adequate

protection to the contactors as per IEC 158-1B. MCCBs shall be quick make, quick break,

independent manual type with trip free feature with mechanical ON, OFF, and TRIP indications. A

trip button shall be provided for tripping the breaker.

Page 90: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

90

MCCB shall have adjustable protection overload & short circuit settings, thermal, magnetic, earth

fault releases, terminal shrouds, sliding type front operation kit with facility for door interlocking

and pad locking shall be provided. There shall not any contact with live part.

MCCB shall have shunt release, trip alarm contact, UV release, auxiliary & trip alarm contacts and

auxiliary contacts.

All the MCCB shall have rotary operating mechanism comprising box clamp, front extended

spreader link, rotary operating mechanism or rotary handle and pad lock.

Overload setting : 80% to 100 % of rated current.

Short circuit setting : 3 – 6 times of set current.

The rupturing capacity : 35 kA up to 500 V AC.

Rated Insulation Voltage : 750 Volt AC

Rated operation Voltage : 415 Volts AC

Rated Impulse withstand : 8 kV volt (peak)

Rated frequency : 50 Hz.

No. of poles : As specified in the BOQ and schematic.

Rated Current at 40 o C : As specified in BOQ and schematic.

4.4 VOLTMETER:

Voltmeter shall comply with IS (Latest edition) requirements. The dial of the meter shall be

square in shape of 114x114 mm size. The Voltmeter shall be digital type, flush pattern, with

dust and moisture proof enclosure.

The voltmeter selector switch shall be arranged to provide line to line voltage reading and line

to neutral voltage reading.

4.5 AMMETER:

Ammeter shall comply with IS (Latest edition). The dial of the ammeter shall be square in

shape 114x114 mm size. The Ammeter shall be digital type, flush pattern with dust and

moisture proof enclosure. The range of the ammeter shall be in accordance with 1 to 1.5 times

the feeder full load current. Separate current transformer shall be provided for all ammeters.

Three way ON and OFF selector switch shall be provided for measuring current in different

phases.

Page 91: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

91

4.6 CURRENT TRANSFORMER:

Where ammeters call for, C.T.'s shall be provided for current measuring. Each phase shall be

provided with separate current transformer of accuracy class-I and specified VA burden for

operation of associated metering and controls. Current transformer shall be in accordance with

IS:2705 as amended up to date. Separate CT shall be provided as required for APFC panel

relay.

5. RATING AND FEEDER DETAIL

The rating and feeder details are as per schematic diagram and BOQ.

6. INSTALLATION:

The panel / main board shall be assembled and aligned together and be installed at site as per

installation manual/instruction of the panel manufacturer.

The installation shall also conform to relevant Indian Standard specification and requirement

of present site conditions.

The Panel / Main DB shall be installed in surface/concealed manner at the location as shown

in the respective drawings/BOQ.

All minor electrical and mechanical work required to be attended and installation work shall

be completed in an approved manner before energising the panel / main DBs.

7. TEST:

Prior to commissioning of the Panel/DB's following tests shall be carried out.

Mechanical endurance test shall be carried out by closing and opening of all the ACB,

MCCBs, and Switches etc.

Insulation resistance test shall be carried out between phases and between phase to earth bus,

keeping the isolating switch in open position.

Similar test shall be carried out keeping the isolating switch in closed position with 1000 Volt

Megger.

Functional test will be carried out on all the interlocks, controls and tripping mechanisms of

the Switchgears shall be tested for their proper functioning.

Page 92: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

92

B) BUS DUCT

1 GENERAL

This section covers technical specifications of medium voltage Bus Duct.

2 STANDARDS

The following Indian Standards Specifications and Codes of Practice shall apply to the

equipment covered by this Contract. In addition, the relevant clauses of the Indian Electricity

Act 1910 and Indian Electricity Ruled 1956 as amended upto date date shall also apply.

Wherever appropriate Indian Standards are not available, relevant British and/or IEC

Standards shall be applicable.

BIS certified equipment shall be used as a part of the Contract in line with Government

Regulations. Necessary Test Certificates in support of the certification shall be submitted prior

to supply of the equipment. It is to be noted that updated and current Standards shall be

applicable irrespective of those listed below.

Bus Duct systems IEC 139 Parts 1 & 2

3 SYSTEM PARAMETERS

Bus Duct shall be suitable for following system parameters.

Nominal voltage : 415 Volts

Number of conductors : 3 Phase 4 wire

Maximum system voltage : 500 Volts

Power frequency withstand : 2500 Volts

Current rating : As per Schedule of quantities

Temperature rise : 35º C above 45º C ambient (bus temperature

80º C). Design data in support of temperature

rise being within permissible limits shall be

furnished along with the tender.

Short circuit withstand provided

Shall be able : As per IS 8623 Part 1 and 2 and as per

schedule of quantities. Supports shall be provided to

withstand thermal and elector magnetic stress

during normal and short circuit conditions.

4. BUSBARS

Busbars shall be fabricated from electrical grade E91E of IS 5082, aluminium as specified in

drawings/Schedule of quantities. Maximum temperature rise of the Bus duct shall be as per

Page 93: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

93

IEC standards and shall not exceed 35º C above 45º C ambient. Busbar supports/ insulators

shall be made of thermal resistant epoxy resin as insulation material and shall be of suitable

size and spacing to withstand dynamic stresses due to short circuit currents in the system.

Busbars shall be supported every 250 mm long the length on class B fire retardent insulating

supports. Busbars joint shall be thoroughly cleaned and a suitable oxidizing grease shall be

applied before making joints. High tensile bolts with plain and spring washers shall be

provided to ensure good contact at the joints. Expansion joint made of tinned copper strips

shall be provided wherever necessary to take care of expansion and contraction of the busbars

under normal operating conditions. This shall be invariably provided wherever the length of

the bus duct exceeds fifteen meter. The end terminations shall also be done using tinned

copper strips. The busbar clamps and insulator shall be designed to withstand the forces due to

short circuit current. They shall also permit free movement of the busbars during expansion

and contraction. Bus bars shall be of sufficient cross section so that a current density of 1 A/Sq

mm is not exceeded at rated current. The cross section of the neutral busbar shall be the same

as that of the phase busbar for busbars of ratings upto 200 A. For higher ratings, the neutral

busbar shall not be less than half the cross section of the phase busbars. Bus bars shall be

insulated with heat shrinkable coloured sleeves to identify phases and neutral. Insulation shall

be capable of withstanding upto 130º C temperatures without deterioration. The sand witched

type aluminium bus-duct may also be supplied without any extra cost.

5. ENCLOSURE

Bus ducts enclosure shall be of dust and vermin proof construction with ingress protection of

not less than IP 42 as per IS 13947: Part I and shall be fabricated from minimum 2 mm thick

CRCA sheets. The bus duct shall be manufactured in convenient sections to facilitate easy

transportation and installation. The sections shall be connected to form a horizontal/vertical

run at site. Enclosure shall be provided with removable cover plates screwed to the enclosure

with neoprene gaskets at front. Enclosure shall be provided with corrosion protection by

powder coating, as stipulated in schedule of quantities. Before applying the sheet steel surface

shall be thoroughly cleaned and prepared by alkaline degreasing, descaling, phosphate etc. in

standard 7 tank process. Thickness of paint shall not be less than 50 microns. Electrical

bonding between adjacent sections of enclosure shall be ensured after painting with proper

external or internal connection.

EARTHING

Two no. aluminium earth strip of size 32x6mm shall be provided for body earthing of the bus

duct. Earth strip shall be terminated on the main earth strip of size 32x6mm.

DANGER NOTICE BOARDS

Page 94: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

94

Danger notice boards shall be provided on Bus Duct in each room.

TESTING AT MANUFACTURERS WORKS

Copies of type test as below carried out at manufacturers works and of routine tests carried out

at the switchboard fabricators shop shall be furnished along with the delivery of the Bus Duct

Project Manager reserves the right to get the bus duct inspected by the representative at

fabricators works prior to dispatch to site witness the routine tests, for which purpose the

contractor shall provide the necessary facilities and also give due notice.

Heat run test

High voltage test

Insulation resistance test using 1.1 kV Megger

Impedance Test

INSTALLATION

Bus Duct shall be supported on walls and from ceiling by suitable supports provided by the

contractor without extra payment. The vertical supports from roof shall comprise of necessary

dash fasteners, threaded rods of min. 12mm dia and supporting angle of 50x50x6mm. The

support from walls to be made using M.S channel of 100x40x6mm, the support spacing to be

not more than 900mm. All opening in walls shall be closed by the contractor after installing

bus duct system by any suitable means as approved by Engineer-in-charge without any extra

payment. The entire installation including mountings shall be provided in such a manner that

there are no chances of entry of insects into bus duct.

All the support angle etc. shall be provided with primer and & minimum two coat of enamel

paint to the satisfaction of Engineer-in-charge.

TESTING AT SITE

Before energizing pre-commissioning checks as per manufacturers recommendation shall be

carried out after installation at site including but not restricted to the following.

Physical check including checking damage/crake in ay components, tightness of bolts and

connections etc.

Insulation testing of bus bar supports by 1.1 kV megger

Testing earth continuity.

(C) EARTHING SYSTEM

1.1 SCOPE:

All the non-current carrying metal parts of electrical installation shall be earthed as per

IS:3043. All equipment, metal conduits, rising main cable armour, switch gear, distribution

Page 95: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

95

boards, meters, all other metal parts forming part of the work shall be bonded together and

connected by two separate and distance conductors to earth electrodes. Earthing shall be in

conformity with the provisions of Rules 32, 61, 62, 67 and 68 of IER 1956.

1.2 PLATE EARTH STATION:

Plate electrodes shall be made of copper (CU) plate of 3.15mm thick and 600 X 600 mm size

OR GI plate of 6.3mm thick and 600x600mm size. The plate shall be buried vertically in

ground at a depth of not less than 3.5 meters to the top of the plate, the plate being encased in

charcoal to a thickness of 300 mm all round. It is preferable to bury the electrode to a depth

where subsoil water is present. Earth leads to the electrode shall be connected to the plate

electrode with GI bolts, nuts, check nuts and plain washer and covered with bitumen after

tightening. A GI pipe of not less than 50-mm dia shall be clamped with bolts vertically to the

plate and terminated in a wire meshed funnel. The funnel shall be enclosed in a masonry

chamber of 1000x500x600mm dimensions. The chamber shall be provided with GI frame and

CI inspection cover. The earth station shall also be provided with a suitable permanent

identifications label tag. the earth electrode shall conform to IS 3043 latest edition.

1.3 EARTHING CONDUCTORS:

All earthing conductors shall be of high conductivity copper or GI as specified and shall be

protected against mechanical damage and corrosion. The connection of earth electrodes shall

be strong secure and sound and shall be easily accessible. The earth conductors shall be rigidly

fixed to the walls, cable trenches, cable tunnel, conduits and cables by using suitable clamps.

Main earth bus shall be taken from the main medium voltage panel to the earth electrodes.

The number of electrodes required shall be arrived at taking into consideration the anticipated

fault on the medium voltage net work.

Earthing conductors for equipment shall be run from the exposed metal surface of the

equipment & connected to a suitable point on the sub main or main earthing bus. All

switchboards, distribution boards and isolators disconnect switches shall be connected to the

earth bus. Earthing conductors shall be terminated at the equipment using suitable lugs, bolts,

washers and nuts.

All joints shall be riveted and sweated/welded. Joint in earth bar shall be bolted and the joint

faces tinned. Where the diameter of the bolt for connecting earth bar to apparatus exceeds one

quarter of the width of the earth bar, the connection to the bolt shall be made with a wider

piece of flange of copper jointed to earth bar. These shall be tinned at the point of connection

to equipment and special care taken.

Page 96: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

96

All cable armouring etc., shall be connected to the earth all along their run by earthing

conductors of suitable cross sectional area. The electrical resistance of earthing conductors

shall be low enough to permit the passage of fault current necessary to operate a fuse/

protective device or a circuit breaker and shall not exceed One (1) Ohm.

1.4 LOCATION FOR EARTH ELECTRODE:

Normally an earth electrode shall not be situated less than 2 M from any building. Care shall

be taken that excavation for earth electrode may not affect the column footings or foundation

of the building. Further the location shall be such where the soil has reasonable chance of

retaining moisture as far as possible. Entrance, pavement and roadways are definitely to be

avoided for locating the earth electrode.

1.5 TESTING

On the completion of the entire installation, the following tests shall be conducted:

i) Earth resistance of electrodes.

ii) Impedance of earth continuity conductors.

iii) Effectiveness of earthing.

All meters, instruments and labour required for the tests shall be provided by the contractor.

The test results shall be submitted in the prescribed tabulated form in triplicate to the

consultants for approval.

(D) Main DISTRIBUTION BOARDS & Control Distribution Board.

GENERAL:

Distribution boards for power and light circuit distribution shall be factory built and shall be

suitable for 415 volts, 3 phase or 230 volts single phase supply as specified in BOQ. The

distribution boards shall conform to IS 8623 (for factory built assembles). The relevant and

specific requirement mentioned in the categories of M.V switch board shall also be followed.

All DBs shall bear a SLD and connection diagram.

TYPE:

Distribution Board shall be double door type suitable for flush installation. The boards shall be of cabinet design, totally enclosed and shall provide protection against ingress to IP 42 of IS 2147. However, if none of the types available from the approved makes meets the above requirement, alternative makes can be offered with technical literature and copy of test certificate with the approval of the Engineer-in-Charge.

COMPONENTS:

Main Distribution boards shall generally be provided with the following major components: a. Miniature circuit breakers b. Earth leakage circuit breakers c. Bus Bars d. Neutral links/bus

Page 97: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

97

e. MCCB f. SFU g. HRC Fuse h. Earth Bus i. Loose Wire Box Distribution board shall be provided with MCB and or earth leakage circuit breaker as mentioned in drawings and BOQ. Earth leakage circuit breaker shall be current operated type and of 30mA sensitivity unless otherwise stated. ELCB shall be mounted within distribution board box. Distribution board box, MCBs, ELCBs used shall be of one same manufacturer. Standard size manufactured by approved manufacturer shall be used. In case size specified in BOQ is not standard size of manufacturer, in that case next higher standard size distribution board box shall be used with incoming & outgoing MCB as specified in BOQ. Additional cutout/space for outgoing MCB shall be plugged with blank plates. No extra cost shall be paid for using bigger/higher size distribution board box and blank plates.

Miniature circuit Breakers:

Miniature Circuit Breakers for lighting circuits shall be of “B” curve as required / specified where as the circuits feeding discharge lamps (HPMV/ MH / HPSV) halogen lamps. All power outlet points, equipment/machinery shall be of “C” Curve (Motor circuit) types. All miniature circuit breakers shall be of 10 KA rated rupturing capacity unless otherwise stated. MCBs shall generally conform to IS 8828. The miniature circuit breakers shall be suitable for snap fixing on a standard DIN rail. The MCBs shall be suitable for operating under full load under ambient temperature condition (i.e. 10 Dg C to 55 Dg C in India). MCBs shall have terminals suitable for receiving. Aluminium cables of adequate cross-section (upto 32 Amp rating 16 sq. mm. and 40,50,63 Ampere 35 sq. mm. cable). Three phase MCBs shall have common trip bar so that all the poles make and break simultaneously. Miniature circuit breakers shall be quick make & quick break type with trip free mechanism. MCB shall have thermal & magnetic short circuit protection.

ELCB & RCBO:

Earth leakage circuit breakers and RCBO shall be used as incomers in distribution boards.

wherever specially called for in BOQ, ELCB shall be suitable for incorporation in standard

DB manufactured by the approved manufactures. ELCBs shall be of core balance type and

shall not cause nuisance tripping the ELCB shall be rated for 30mA / 100mA fault circuit

tripping. ELCB shall be provided with test push button to test the healthiness of the circuit.

BUS BARS.

The bus bars shall be copper and duly tinned or plated. The bus bar rating shall be at least 100

ampere. Three phase DBs shall have single piece bus bar and coupling link avoiding drilling

and bolting of bus bars.

Page 98: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

98

However, if the above `unique bus bars' system is not available from the approved

manufacturers alternative makes can be offered with full technical particulars. Neutral busbars

shall be provided with the same number of terminals as there are single ways on the board, in

addition to the terminals for incoming mains. An earth bar of similar size as the neutral bar

shall also be provided. Phase barrier shall be fitted and all live parts shall be screened from

the front.

CABINET:

The DB cabinet shall be made of at least 1.6 mm thick sheet steel duly stove enameled or

powder coated (as per standards manufacturing product). The cabinet shall be suitable for

either recess mounting or surface mounting. The cabinet shall be provided with conduit / cable

entry knockouts at top and bottom or plates shall be of detachable construction. the cabinet

shall be dust and vermin proof with proper gaskets for the front door. The DB cabinet and

internal mounting arrangement shall be such that the entire bus and MCB assembly can be

easily detachable from the cabinet. Distribution Board shall be double door type and suitable

for flush installation. All distribution boards shall be of three phase (415 Volts)[Three row

24/30/42 Module, 4 Pole modular I/C] or single phase (240 volts)[One row 8/10/14 Module]

type with incoming MCB and/or ELCB as in Schedule of quantities. Three phase DBs shall

have 4Pole MCB as incomer ( this MCB shall not be accommodated in the three rows ) and

each row shall have one 2Pole ELCB and balance MCBs or Blanking plates. e.g. A 3 row, 24

module DB shall have 1 No. 4Pole MCB as incomer, 3 No. 2Pole ELCBs.

(one for each phase ) and 18 No. SP MCBs or Blanking Plates.( Six for each phase). Similarly

a Single Phase DB shall have a 2Pole MCB as incomer and 2Pole ELCB and balance MCBs or

Blanking plates. Ample clearance shall be provided between all live metal and the earth case

and adequate space for all incoming and outgoing cables. All distribution board enclosures

shall have an etched zinc base stove painted followed by synthetic stove enameling, colour

light grey. A circuit identification card in clear plastic cover shall be provided for each

distribution board.

DIRECTORY:

Distribution boards shall be provided with a write and protect directory indicating the area of

loads served by each circuit breakers, the rating of breakers, size of conductors etc. The

directory shall be in front of the cabinet.

INSTALLATION:

Distribution boards shall be surface mounted or recessed mounted as required. DBs shall be

mounted at the locations as shown on the approved execution drawings. Surface boards shall

be fixed with suitable angle iron clamps and bolts. All the cables/conduits shall be properly

Page 99: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

99

terminated using glands/ check nuts etc. Wiring shall be properly terminated using crimping

lugs/ sockets and PVC identification ferrules. Distribution boards shall be bonded to the earth

at least at two points using brass bolts and lugs. Suitable name plate and danger plate,

indicating the voltage shall be fixed to the front cover.

TESTING:

Distribution boards shall be tested at factory as per I.S. 8623 and original test certificate shall

be furnished.

MEDIUM VOLTAGE DISTRIBUTION SYSTEM

(Internal Lighting & Power wiring)

1.0. GENERAL:

Medium voltage distribution system shall be applicable for wiring 3 phase, 4 wire 415 volts.

50 Hz, AC supply and single phase, 2 wire 230 volts, 50 Hz, AC supply. This section covers

the general technical requirements & measurement of the various components in internal

electrical installation works.

2.0. REGULATION & STANDARDS:

The system shall be governed by the requirements of IS : 732 and I.E. Rules and NEC. IS

Standards and Codes applicable for medium voltage distribution is also listed in specification.

The definitions of terms shall be in accordance with IS:732-1989 (Indian Standard Code of

Practice for Electrical Wiring), except for the definitions of point, circuit, & sub-main wiring,

which are defined in clauses hereunder. The conventional signs & symbols for technical work

shall be as shown in drawing.

3.0 POINT WIRING

3.1.1 A point (other than socket outlet point) shall include all work necessary in complete wiring to

the following outlets from the controlling switch or MCB. The scope of wiring for a point

shall however, includes the wiring work necessary in tapping from another point in the same

distribution circuit.

3.1.2 Ceiling rose or connector ( in the case of points for ceiling / exhaust fan points, prewired light

and call bells).

Ceiling rose (in case of pendants except stiff pendants).

Back plate (in case of stiff pendants.)

Lamp holder (in case of goose neck type wall brackets, batten holders and fittings which are

not prewired).

Note: In case of call bell points, the words “controlling switch or MCB” shall be read as “

from the ceiling rose meant for connection to bell push”.

Page 100: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

100

3.2 Following shall be deemed to be included in point wiring.

3.2.1 Conduit, conduit accessories for the same and wiring cables between the switch box and the

point outlet. See also (g) below.

3.2.2 All fixing accessories such as clips, nails, screws, phil plug etc. as required.

Metal switch boxes for control switches, regulators, sockets etc. recessed or surface type, and

phenolic laminated sheet covers over the same for piano type switches, modular covers over

the same for modular type switches and MCBs.

3.2.3 Outlet boxes, junction boxes, pull through boxes etc. but excluding metal boxes if any,

provided with switch boards for loose wires / conduit terminations. Control switch piano type ,

modular type , MCB as specified in the boq.

3.2.4 Three pin or six pin socket, ceiling rose or connector as required ( 2 pin & 5 pin socket outlet

shall not be permitted). Connections to ceiling rose , connector, socket outlet, lamp holder,

switch etc. interconnecting wiring between points in the same circuit , in the same switch box

or from another. Protective (loop earthing) conductor from one metallic switch box to another

in the distribution circuits, a& for socket outlets.( the length of protective conductor run along

the circuits, / sub-mains is excluded from the scope of points. Bushed conduit / porcelain

tubing where wiring cables pass through wall etc.

3.3 MEASUREMENTS

3.3.1 Point wiring (other than socket outlet point)

Unless other wise specified there shall be no linear measurement for point wiring ,light points,

fan points, ex fan points & call bell points. These shall be measured on unit bases by counting,

and classified as laid down in 3.3.2. No separate measurement shall be made for

interconnections between points in the same distribution circuits & for the circuit protective (

loop earthing) conductors between metallic switch boxes.

3.3.2 Classification

Points measured under 3.3.1 on unit basis shall be classified as under according to the type of

building.

i) Residential Buildings:

Group ‘A’, for point wiring for type I, type II, type III and residential quarters and

hostels.

Group ‘B’, for point wiring for type IV and above type of residential quarters and

barracks.

ii) Non Residential Buildings:

Group ‘C’ for all curve types of non residential buildings.

Page 101: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

101

iii) For any other type of building for which the points have to be classified shall be

decided by the Engineer-in-charge .

3.3.3 Point wiring for socket outlet points.

The light plug 5A/ 6A & power plug 15A / 16A points wiring shall be measured on linear

basis from the respective tapping point of live cable viz switch box, another socket outlet

point, or the sub distribution board as the case may be upto the socket outlet. The metal box

with cover, switch / MCB, socket outlet & other accessories shall be measured and paid as a

separate item. The power point outlet may be 15A/5A or 16A/6A six pin socket outlet, where

so specified in the tender documents.

3.3.4 Group Control / Loop Points wiring.

In the case of points with more than one point controlled by the same switch, the same point

shall be measured in parts i.e. (a) from the switch to the first point outlet as one point and

classified according to 3.3.2 and (b) for the subsequent points, shall be treated as separate

point(s). and classified according to 3.3.2.

No recovery shall be made for non provision of more than one switch / MCB.

3.3.5 Twin control light points wiring.

A light point controlled by 2 Nos. of two way switches shall be measured as two separate

points from the fitting to switches on either side and classified according to 3.3.2. No recovery

shall be made for non provision of more than one ceiling rose or connector in such cases.

3.3.6 Multiple controlled call bell points.

In the case of call bell with a single call bell outlet, controlled from more than one place, the

points shall be measured in parts i.e. (a) from the call bell outlet to the nearest ceiling rose

meant for connection to bell push treated as one point and classified according to 3.3.2 and (b)

form that ceiling rose to the subsequent points, shall be treated as separate point(s). and

classified according to 3.3.2. No recovery shall be made for non provision of more than one

ceiling rose or connector for connection to call bell in such cases.

4.0 CIRCUIT AND SUB-MAIN WIRING.

Circuit wiring

Circuit wiring shall mean the wiring from the distribution board upto the tapping to the nearest

first point of the distribution circuit viz upto the nearest switch box.

Sub- main wiring

Sub- main wiring shall mean wiring from one main / distribution switch board to another.

Measurement of Circuit & Sub-Main wiring.

Circuit & Sub-Main wiring shall be measured on linear basis along the run of the wiring. The

measurement shall include all lengths from end to end of conduit or PVC casing capping as

Page 102: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

102

the case may be, exclusive of interconnection inside switch board etc. The increase on account

of diversion or slackness shall not be included in the measurement.

The length of circuit wring with two wires shall be measured from the

distribution board to the first nearest switch box in the circuit irrespective of weather the neutral

conductor is taken to the switch box or not.

When wires of different circuits are grouped in a single conduit ,the same shall be measured to

the nearest switch box in the circuit irrespective of weather the neutral conductor is taken to the

switch box or not.

When circuit wires and wires of point wiring are run in the same conduit , circuit wiring shall

be measured on linear basis depending on the actual number of sizes of wires run in the existing

conduit.

Protective ( loop earthing) conductors which are run along the circuit wiring

and the sub-main wiring shall be measured on linear basis and paid for separately

5.0 OUTLET BOXES.

5.1 The switch box shall be made of metal on all side except on the front. In the case of cast iron

boxes, wall thickness shall be at least 3mm and incase of welded mild steel / G.I. boxes the

wall thickness shall not be less than 16 gauge for boxes upto a size of 20x 30cm and above this

size 14gauge M.S. boxes shall be used. Clear depth of the box shall not be less than 50mm and

this shall be increased suitable to accommodate mounting of fan regulators in flush patter. All

fitting shall be fitted in flush pattern. Outlet boxes shall be suitable for light & power

accessories as specified elsewhere. Cost of outlet boxes, modular cover plates ( for modular

switches / sockets & MCB points) & phenolic laminated sheets ( for piano type switch /

sockets) shall deemed to be included in the rate of point wiring. In case of piano type switches

3mm thick phenolic laminated sheet shall be fixed on the front with brass screws.

6.0 6 & 16 Amp Switch Socket Outlet- modular range.

6.1 Switch socket outlet on lighting circuit shall be of 5 pin 6 Amp outlet and shall have safety

shutters. The switch shall be of rocker mechanism type with silver safety contact. Switch and

socket outlet shall be separate unit in modular range and shall be plate type and of white finish.

Switch shall be indicator type.

6.2 Switch socket outlet on power circuit shall be of 6 pin 16/6Amp outlet and shall have safety

shutters. The switch shall be of rocker mechanism type with silver contract. Switch and socket

outlet shall be separate unit in modular range and shall be plate type and of white finish.

16Amp switches shall be indicator type.

Page 103: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

103

6.3 All switch for control of metal halide lights shall be MCBs of 6Amp unless otherwise stated..

The MCBs shall be of rocker mechanism type. Light control MCBs shall be 6A rating for

control of upto eight points & 10A rating for more than eight points.

6.4 Telephone Outlets.

Each telephone outlet shall be provided RJ-11 type. The telephone outlet plate shall be in

white finish.

6.5 Industrial Type Sockets:

Industrial type sockets shall be provided wherever specifically called for Industrial sockets

shall be totally metal clad with porcelain base incorporating the pins. Socket shall have 3 pins

for single phase applications and 4 pins and scraping earth for 3 phase applications. The

sockets shall be provided with suitable metal

clad plug top with suitable cable entry. sockets shall have metal covers with chain. Industrial

type sockets shall be provided with a suitable sheet steel housing made of 16 gauge with the

socket mounted in flush with cover of the housing.

For window type Air Conditioning units, water coolers, Hand dryers etc 20 Amp 2 pin with

earth metal clad socket outlet with plug shall be provided. near the A.C. unit. Single pole

miniature circuit breaker of suitable rating in M.S. box shall be provided separately to control

the supply.

All welding sockets outlet shall be only BCH DS6 type (Make: Bharat Cutler Hammer) and

this sockets shall be confirms the all requirement as per existing sockets in the work shops.

LIGHT FIXTURES WITH LAMPS

Luminaire shall be supplied as per the design specified in the Schedule of Quantities.

Luminaires shall be complete in all respects with basic mounting channel, lamp holders, starter

with holder, copper / electronic ballast, connector block, internal wiring and decorative

attachments, if any.

The light fixtures shall be assembled and installed in position complete and ready for service

in accordance with the detailed drawings, manufacturer’s instructions and to the satisfaction of

the Engineer-In -Charge.

Light fixtures in general shall be recessed type in false ceiling or surface mounted on soffit of

slab or wall with rawl plugs.

In work shop installation of fittings will be followed as per existing norms.

Luminaries shall be installed as specified on the drawings. Wherever luminaries are fixed on

the false ceiling, suitable supporting and fixing arrangements independent of the frame, work

of false ceiling shall be provided. Suspended type fluorescent light fixture shall be fixed to

circular junction box with a metallic ball and socket arrangement and comprising of

Page 104: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

104

suspension pipes etc, for installing the luminaries. Fixtures shall be suspended true to

alignment plumb level and capable of resisting all lateral and vertical forces and shall be fixed

as required. It is the duty of the Contractor to make these provisions at the appropriate stage &

locations shown on the drawings. All the materials used in the construction of luminaires shall

be of such quality, design and construction that will provide adequate protection in normal

use, against mechanical, electrical failure/faults and exposure to the risk of injury or electric

shock & shall withstand the effect of exposure to atmosphere.

The suitable capacitors to improve the power factor of luminaire to at least 0.96 lag shall be

provided.

Capacitors shall be hermetically sealed.

Erection of fixtures shall include assembling of all components of the fixtures such as chokes,

condensers, starters, ignitor, decorative attachments, etc.

Flame proof and other Bulkhead fittings shall be cast aluminium body suitably painted, white

inside and grey outside complete with heat resistant glass cover, lamp. holder and wire guard

suitable for specified type lamp incandescent lamp .

All the lighting shall be provided along with specified and recommended type lamp only. The

all the light fitting shall be supplied as per governing specifications, IS and manufacturer

standards. The covers, domes and moulding as required, shall also be as per technical

requirements of specific service of the luminaires.

All the lamp shall be confirming to relevant IS requirement and manufacturer specified

parameter to maintain the declared efficiency of the fitting.

All the fitting and lamp shall be supplied along with type test and routine test certificates. If

desired by the RCF pre delivery inspection may also be carried out at original manufacturer

for all the fitting and lamps.

The requirement of governing specification shall be followed for installation and testing

purpose.

EXTERNAL AND CONDUITS, WIRING, SWITCHES AND ACCESSORIES

1. PVC CONDUITS:

These shall be hot extruded pipes made from virgin PVC. The pipes shall be unplasticized,

rigid, free from filler material and stabilized against decay by ultra violet radiation. The pipe

must afford the facility of cold bending at site. The conduit shall have a proper circular section

and consistent wall thickness. All parameters shall conform to the relevant IS code. The bends

shall be made by the same manufacturer, due care having been taken to ensure even wall

thickness throughout. The bends shall be properly and concentrically belled for at least the same

Page 105: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

105

length as the pipe diameter and shall afford a close tight fit of the pipe into it. The conduit

system shall be so laid out so that it will obviate the use of tees, elbows and sharp bends.

2. M.S. CONDUITS:

STEEL CONDUITS:

These shall be mild steel with 16 Gauge wall thickness for all sizes, welded, electric thread type

class ‘B’ having perfectly circular tubing and light fitting joints. The conduit shall be protected

from just by one coat of black enameled paint applied inside and outside in it’s manufactured

from. No steel conduit less than 19mm in diameter shall be used. Bends shall be of 16-gauge

wall thickness and as far as possible the conduit system shall be so laid out that it will avoid the

use of tees, elbows and sharp bends.

3. CEILING OUTLET BOXES:

Outlet boxes shall be of sufficient depth and made of Cast Iron and so installed as to maintain

continuity throughout. These shall be so protected at the time of laying that no mortar finds its

way inside during concrete filling or plastering. For each fluorescent fittings two outlet boxes

shall be provided one foot off center for a four feet fitting and 6" off center for 2 feet fitting.

4. BOXES

(a) DRAW BOXES:

M.S. Draw boxes/junction boxes of ample dimensions shall be provided at convenient points on

walls/ceiling to facilitate pulling of long runs of cables/ wires. They will be completely

concealed and covered with hylam covers flush with plasterwork. These boxes will be as few as

possible. All the M.S. Boxes used for housing switches, plugs, drawing of wires etc. shall have

metal on all sides except in front.

(b) SWITCH BOXES:

M.S. boxes of required sizes shall be provided to house the speed regulators, switches and

sockets.

5. ERECTION:

Conduits shall be laid in perfect fashion as instructed duly saddled and fastened to the wall/

ceiling in a neat and proper manner in accordance with approved drawings. If required to run in

the wall or in the floor filling, the same must be carried out neatly and with proper workmanship

so as to conceal the entire run of conduits and ceiling outlet boxes. Wherever necessary, chases

will be cut by the contractor to sufficient depth to allow full thickness of plaster over conduits.

Width of the chase will be made to accommodate the required number of conduits. The chases

will be filled with cement and mortar (1:3) and properly cured by watering. If a chase is cut in

an already finished surface the contractor shall fill the chase and finish it to match existing finish

within the tendered rates.

Page 106: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

106

When the conduit is to be embedded in a concrete member it shall be adequately tied to the

reinforcement to prevent displacement during casting. Conduits in chaises or laid above the slab,

shall be held by hooks spaced at a minimum of 1000mm center to center.

When the conduit is laid above the slab the same shall be covered with cement concrete mixture

1:3:6 using 1/4” thick stone aggregate and coarse sand.

When the conduit has to run on the surface, i.e., above false ceilings, it shall be fastened to the

Concrete slab using mechanical fasteners

Suitable expansion joints fittings shall be provided at all the points where the conduit crosses

any expansion joint in the building.

The conduit shall have ample sectional area to facilitate the drawing of cable. The

contractor should refer to the table given below for the laying of wires:

Nominal cross sectional Conduit size (PVC/M.S.) in mm

Area of conductor

sq. Mm inches 19/20 25/25 32/32 38/40 50/50

1.5 3/. 029 4 8 12 - -

2.5 3/. 036 3 6 10 - -

4.0 7/. 029 2 5 8 - -

6.0 7/. 036 - 4 7 - -

10.0 7/. 044 - 3 5 6 -

16.0 7/. 064 - 2 3 5 7

25.0 19/. 044 - - 2 3 6

35.0 19/. 064 - - - 2 5

Note: The above shows the maximum capacities of conduits for a simultaneous drawing in of

cables. The table applies to 1100volts grade PVC insulated FRLS copper conductor cables.

All boxes shall have ample space at the back and on the sides for accommodating wires and

checkout entries. Those shall be completely concealed having edges flush with wall surface.

Cover plate shall be fixed to these by means of brass machine screws. No timber shall be used

for any support. The boxes shall be painted before and after erection.

6. The entire conduit systems including outlets and boxes shall be thoroughly cleaned after

completion of erection and before drawing of cables.

7. MODULAR TYPE SWITCHES, SOCKETS AND REGULATORS:

All switches, sockets and regulators shall be flushed with wall at the heights mentioned unless

directed otherwise. The mounting shall be done on the prescribed grid plates using the correct

accessories and tools specified by the manufacturer.

Page 107: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

107

8. CABLES:

All cables shall be 1100V and shall have been manufactured in accordance with the latest I.S

specification.

9. POINT WIRING:

The point wiring shall be carried out in the under mentioned manner each of which conform to

the given specifications.

In concealed/ surface system including providing and fixing of conduits, bends, junction boxes, check nuts, PVC bushes etc.

Loop system will be adopted (only in the outlet boxes for neutral wire and in the switch box for

live wires) throughout including supplying and drawing of required sizes of wire without

damaging the same.

Each circuit will have independent neutral wire and will be complete up to outlet box and switch

box. The point will be complete with conduit including accessories and wires, necessary

junction boxes, outlet boxes and switch boxes, connectors or ceiling roses, switches, switch plates

and flush plates including necessary earthling and connection etc. The installation generally

will be carried out in conformity with the Indian Electricity Act and IS specification.

Wiring for light, fan, convenience plug point (5A) etc. Will be as above. The size of wire shall

not be less than 1.5 sq mm or as specified against each item.

The light plug points shall be complete with 3pin 5 A modular plug socket and switch enclosed in

an M.S. box with the controlling switch as required and the third pin shall be earthed as specified

with copper earth wire.

The fan point shall have a provision in the switch box for mounting the regulators, unless directed

otherwise.

Wiring for power plugs shall be as above. Each circuit shall have one or two plug points as

required and each point shall be earthed with a minimum size of 1.5 sq mm copper conductor

flexible insulated wires. All such earth wires shall be of green colour. The point shall be

considered complete with circuit, modular 6 pins 15 A plug socket and switch mounted in a

galvanised M.S box with flush plates. Wiring for power plugs shall be as described in Schedule of

Quantities.

Separate and independent conduits will be used for each of the following systems:

i) Lighting system.

ii) Power system.

Iii) Telephone system.

iv) Computer system.

v) Fire Detection system

vi) PA System

Page 108: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

108

The rate per point shall include all materials and labour required for completing the points as

mentioned above. Measurements will be in numbers of each kind of point. road light fittings shall

be weather proof fittings of approved design so as to effectively prevent the admission of moisture.

An insulating distance piece of moisture proof material shall be inserted between the lamp holder

nipple and the fitting. Flexible cord conductors and cord grip lamp holders must not be used where

exposed to weather.

LAMPS

Fluorescent lamps shall conform to IS in all respects. Fluorescent lamps shall be of bi-pin pattern.

The colour of the light shall be white or cool day light, as required. Unless otherwise specified.

the lamps shall be of 36 W or 18W and 1200 / 600 mm long. All fluorescent lamps shall be of at

least 3250 lumens output for 36W & 1300 lumens output for 18W lamps.

LAMP HOLDERS, CEILING ROSES ETC.

Accessories for light outlets such as lamp holders, ceiling roses etc. shall be in conformity with

requirements of relevant IS Specifications. Only approved make of accessories shall be supplied.

BALLASTS

All ballast in general shall be copper wound and shall be silent in operation. Ballast shall have a

long life and shall be highly reliable. For fluorescent lamp fixtures electronic ballasts shall be used

unless otherwise stated. Ballasts shall be suitable for 240V, 50 Hz AC supply.

Industrial High Bay & Low bay luminaries:

All the HPSV/ HPMV/ Metal Halide lamps and their luminaries shall be as per original

manufacturer specification and meeting the applicable norms of existing standard. All luminaries

shall be confirming to relevant IS Specification requirements.

CEILING FANS:

Ceiling fans shall conform to IS; 374 (Latest Edition) all respects fan shall be smooth and silent in

operation. The fan motor shall be a capacitor type motor with internal starter and external rotor

pattern. The blades shall be made of aluminum sheets panted in off white shade. The design and

construction of blades shall be such that maximum quantity of air is displace in smooth manner..

The motor and blades shall be statically and dynamically balances. The fan shall be provided with

double ball bearing which are accessible for lubrication. The ceiling fan shall be provided with

rubber shackle and a down rod of at least 12” long. The suspension arrangement. Fans shall be

provided with bottom cover and a top canopy. A regulator for 5 speed operation and stop shall be

provided with every fan. Electronic step regulators shall be provided, if specified. Ceiling fans

shall be suspended from the special hooks or special fan hook boxes. Where hooks are used the

wiring to the fan shall from the ceiling rose. Wherever special fan hook boxes are used, the fan

wiring shall, be terminated in porcelain/PVC auto-way connectors. Lead-in -wires shall have

Page 109: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

109

cross-section area of not less than 1.5 mm (copper). All ceiling fans shall be installed of a height

not less than 2.75 mtr above the floor level. In rooms having fluorescent lamp lighting fixtures and

ceiling fans, the fans shall be installed with their blades at least 100 mm above the lighting fixtures

or else the distance between light fixture and fan shall be sufficient enough, so that light is not

obstructed by the movement of fan.

MANCOOLER FANS & EXHAUST FANS

(1) Man cooler fan for workshop (air circulator) shall be as per IS specification.

Fan shall be suitable for three phase 415 Volt power supply. The fan shall also be starter by

use of DOL type starter, and efficiency of the fan should be proven as per requirement of IS

specification requirement.

All the relevant type and routine test certificates shall have to be submitted along with the

supply of fans and starters.

The pre delivery inspection may also be carried out if desired by RITES/RCF.

(2) Propeller type exhaust fan shall conform to IS: 3212 (latest Edition) in all respects. The motor

shall be of die-cast aluminum case. The fan motor shall be of squirrel cage induction design.

Singly phase motors shall be capacitor-start and run type. Exhaust fans be provided with a

special anti-corrosive treatment to withstand normal concentrations of chemical fumes in the

environment. The fan shall be designed to withstand the effects of moisture under normal

conditions of use. The design of motor and its windings shall be such that moisture in

surroundings is not absorbed by the windings.

Exhaust fans shall be complete with mounting rings, ring arms and realign suspension. The

motor and blades shall be statically and dynamically balances. The blades shall of the mild

steel sheets and so designed that they operate smoothly with minimum noise. The fans shall be

finished to be a glossy grade shade with approved enamel paint. The fans shall also be

provided with gravity louvers for exhaust arrangement or bird screen for inlet arrangement.

Exhaust fans shall be fixed at the locations shown on the drawings. The fans shall be fixed by

means of rag bolts grouted in wall. Exhaust fan be connected to the exhaust fan point by

means of a flexible cord.

TESTING OF ELECTRICAL INSTALLATION:

Testing & installation shall be as per IS : 732-1963. The insulation resistance measured as above shall not be less than 50 divided by the number of

points on the circuits provided that the whole installation shall be required to have an insulation

resistance greater than one meg-ohm. Control rheostats, heating and power appliance and electrical

signs may, if required, be disconnected from the circuit during the test, but in event the insulation

resistance between the case or frame work and all live parts of each rheostat appliance and sign shall

Page 110: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

110

not be less than that specified in the relevant Indian Standard Specification or where there is no such

specifications shall not be less than half meg-ohm. The insulation resistance shall also be measured

between all conductors connected to one pole or phase conductor of the supply and all the

conductors connected to the middle wire or the neutral or to the other pole or phase conductors of

the supply and its value shall not be less than specified in sub-clause (1.2).

On completion of an electrical installation (or an extension to an installation) a certificate shall be

furnished by the contractor, counter signed by the supervisor under whose direct supervision the

work has been carried out.

Testing of Earth Continuity Path:

The earth continuity conductor including metal conduits and metallic enclosures or in all cases shall

be tested for electric continuity and the electrical resistance of the same alongwith the earthing lead

but excluding any added resistance or earth leakage circuit breaker measured from the connection

with the earth electrodes to any point in the earth continuity conductor in the complete installation

shall not exceed one meg-ohm. Before a completed installation or an extension to an existing

installation is put into service it shall be tested as per IS-732. The following tests shall be specifically

carried out for all lighting installations:

Insulation Resistance

Testing of earth continuity path.

Testing of polarity of single pole switches.

Lighting circuits shall be tested in the following manner:

All switches 'on' and consuming devices in circuit, both polls connected together, to obtain resistance

to earth. Between polls with lamps and other consuming devices remove and switches 'on' and-With

lamps and other consuming devices in position but switches 'off'.

RESISTANCE TO EARTH.

The resistance of earthing system shall not exceed one ohm.

ARTIFICIAL TREATMENT OF SOIL

If the earth resistance is too high and the multiple electrode earthing does not give adequate low

resistance to earth, then the soil resistivity immediately surrounding the earth electrodes shall be

reduced by addition of sodium chloride, calcium chloride, sodium carbonates copper sulphate, salt and

soft coke or charcoal in suitable proportions.

Page 111: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

111

CIVIL WORKS

GENERAL:-

1) Applicable to all the items under each of the subheads of the Contract.

2) The work under contract shall be carried out as per the specifications laid in Central PWD

specifications 1996 (Vol. 1 & VI) for civil works i.e. Building Work etc. CPWD specifications

for Electrical work (Part-1 -Internal) 1995. All correction slips amendments issued from time

to time and upto the date of receipt of tender shall also be applicable-

3) However, where particular specifications have been laid down for any work in these

documents, the same shall be followed, in addition to CPWD specifications as applicable. In

case of any contradictions between CPWD specifications and particular specifications in these

documents. the particular specifications shall be applicable and in case of any dispute-the

interpretation of the Engineer-in-charge in this regard shall be final and binding.

4) If specifications for any particular work are not available in CPWD specifications or in these

documents. then requirements laid down in relevant INDIAN STANDARD specifications of

the BIS shall be followed, incase INDIAN STANDARD specifications are also not available,

the decision and instructions of Engineer-in-charge given in writing, based on good

Engineering and Construction practice shall be followed 'and shall be binding on the

Contractor.

5) The description of item as given in the Schedule of Quantities appended with the tender shall

prevail over specifications, in case of any inconsistency between the two.

6) The work shall be executed and measured as per metric dimensions given in the schedule of

quantities, drawings etc., (F.P.S. units wherever indicated are for guidance only).

7) The work will be carried out in accordance with the drawings and documents forming part of

the contract The Structural, Architectural, Electrical drawings shall have to be properly

coordinated and elated before executing the work. In case of any difference noticed between

architectural, structural and other drawings, final decision in writing of the Engineer-in-charge

shall be obtained by the contractor. For items where so required, samples shall be prepared

before starting the particular items of work for prior approval of the Engineer-in-charge and

nothing extra shall be payable on this account.

8) Articles manufactured by firms approved by the Engineer-in-charge as listed elsewhere in the

specification shall only be used Only articles classified as " First Quality" by the manufacturer

shall be used Preference shall be given to those articles which bear 1SI certification marks if

Page 112: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

112

not available, the quality of samples brought by the contractor shall be judged by the standards

laid down in the relevant specifications.

BRICK WORK:

A) BRICKS:

i. The bricks shall be local best quality of regular and uniform size shape and colour, uniformly

well burnt throughout but not over burnt. They shall have plain rectangular faces with parallel

sides and sharp straight and right angled edges. They shall be free from cracks or other —

flaws. They shall have a frog of 10mm.depth on one of their flat faces.

ii. They shall give a clear metallic ringing sound when two bricks struck together.

iii They shall show a fine grained, uniform , homogenous and dense texture on fracture and be

free from lumps of lime, laminations, cracks, soluble salts causing of florescence or other

defects, which may: in any way impair their strength, durability, appearance or usefulness for

the purpose intended. They shall not have any part under burnt . They shall not break when

thrown on the ground on their flat face in a saturated condition from a height of 60 cm.

iv. The size of brick shall be 22.9 x 11.4 x 7 cm. only bricks of one standard size shall be used on

one work unless specifically permitted by the Architects.

v. After immersion in water, absorption by weight shall not exceed 20% of the dry weight of the

brick when tested according to IS No.1077-1957.

vi. Unless otherwise specified, the load to crush the brick when tested according to IS: 1077 -

1957' shall not be less than 75 Kg./Sq.cm.

B) MORTAR:

Unless otherwise specified, mortar for brick work shall be composed of 1 part of cement to 6 parts of

coarse approved sand for walls of one brick thick (i.e. 23cms.) and over, and one part of cement to 4

parts of coarse approved sand for half brick thick walls. Other specifications for mortar in brick work

shall be as per IS: 2216 - 1965.

The particle size grading of sand in mortars for unreinforced masonry work shall be within the

limits specified below:-

I.S. Sieve designation Percentage by weight passing IS Sieve –

4.75mm 100

2.36mm 90-100

1.18mm 70-100

600micron 40-100

Page 113: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

113

300micron 5-70

150micron 0-15

C) CONSTRUCTION DETAILS

i. Soaking: All bricks shall be immersed in water for two hours before being put into work so

that they will be saturated and will not absorb water from the mortar.

ii. Bats: No bats or cut bricks shall be used in the work unless absolutely necessary around

irregular openings or for adjusting the dimensions of different, course and for closer in which

case, full bricks shall be laid at corners, the bats being placed in the middle of the courses.

iii Laying: The bricks shall be laid in mortar to line, level and shapes shown on the plans slightly

pressed and thoroughly bedded in mortar and all joints shall be properly flushed and packed

with mortar so that they will be cornpletely filled with mortar and no hollows left: anywhere.

Bricks shall be handled carefully so as not to damage their edge. "They should not also be

thrown from any height to the ground and should be put: down gently All courses shall be laid

truly horizontal and all vertical joints made truly vertical. Vertical joints in one course and the

next below shall not: come over one another and shall not normally be nearer than quarter of a

brick length. For battered faces bedding shall be at: right: angles to the face. Fixtures, plugs,

frames etc. if any shall be built: in ail places shown in the plans while laying the courses only

and not: later by removal of bricks already laid.

Care shall be taken during construction to see that edges of bricks at quoins, sills head etc. are

not damaged.

The verticality of the walls and horizontality of the. course shall be checked very often with

plumb bob and sprit: level respectively.

iv. Bond; Unless otherwise specified, brick work shall be done in English Bond.

v. Joints: Joints shall not: exceed 10mm in thickness and this thickness shall be uniform

throughout. The joints shall be raked out not less than 10mm. deep when the mortar is green

where pointing is to be done. When the brick surfaces are to be plastered, the joints shall be

raked to a depth of 15mm.when the mortar is still green, so as to provide good key to plaster.

vi. Uniform Raising: Bricks work shall be carried out regularly in all cases where the nature of

work will admit. not leaving any part 60cm lower than. another. But where the building at

different levels is necessary, the breaks shall be as stepped so as to give later an uniform level

and effectual bond . horizontal courses should be to line and level and even and face plumb or

to batter as shown on the plan. The rate of laying masonry may be up to a height of 80 cm. per

day if cement mortar is used and 45 cm if lime mortar is used.

Page 114: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

114

Scaffolding:

Scaffolding will he double or single as is warranted for the particular work and as approved by the

Architects. Holes shall be made good by bricks to match the face work when scaffolding is removed.

D) 20MM THICK SAND FACED PLASTER:

a. Scaffolding:

Double scaffolding shall. invariably be provided having two sets of vertical supports.

b. Preparation of Surface:

The joints shall be raked out and the surface cleaned washed and kept wet before plastering is

commenced.

c. Mortar:

This shall consist of cement mortar 1:3 (1 cement: 3 coarse sand).

d. Application:

Plaster shall be started from the top and worked down-wards. To ensure even thickness and a true

surface, plaster above 15 cms shall be first applied horizontally and vertically at not more than 2

meters intervals over the entire surface to serve as gauge. The mortar then shall be applied in uniform

thickness slightly more than-the specified thickness. This shall be beaten with thin strips of bamboo

about one meter long to ensure filling of joints and then brought to a true surface by working a wooden

straight edge reaching across the gauge. Final the surface shall be finished true with a trowel.

E) WHITE WASHING:

Scaffolding where required shall be with double supports, where ladders are used, gunny bag pieces

shall be tied on their top to avoid damage and scratches. For ceiling scaffolding shall be erected.

The wash shall be prepared from. fresh white lime stone [Thoroughly slaked, mixed and stirred with

sufficient water to make a thick cream of which shall be screened through a clean coarse cloth five kg.

of gum shall be mixed with hot water per cum of cream. Water shall then be added @ 5 ltr per Kg to

produce a silky solution. Three or more coats shall be applied on new surfaces to give a uniform finish

removing mortar drops, scraping of scales and repairing all holes.

F) SAFETY CONDITIONS FOR SITE WORK

1.0 All the Contractor's workmen shall be covered under the Employees State Insurance Scheme /

Janta Policy / any other scheme which may be specified by the Statutory Authority from time

to time.

Page 115: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

115

2.0 All precautions necessary, not only for the safe working of the Contractor's workmen at site

shall be taken by the Contractor but he shall also take all precautions to safeguard existing

structures, equipments and workmen of other agencies in and around job site.

3.0 The Contractor shall produce Test Certificate from Government approved certifying

authorities for all of his lifting gear and hoists (slings, chains, hooks, chain pulley blocks,

winches, hoists cranes etc.) before being allowed to start.

These Certificates shall be retained at site with Contractor's Supervisor for subsequent spot

checks also.

4.0 Safety helmet is to be used by all the contractor's personnel including female labour.

5.0 Contractor's personnel working above 2-0 metres height shall use a safety belt.

6.0 Rules shall be followed for use of welding sets,

6.1 As far as possible D.C. Generator sets shall be used instead of A.C. Transformers sets.

6.1.1 Use of A.C. Transformers sets shall be banned for welding jobs inside vessels (both open and

closed top type).

6.2 Contractor shall get his welding sets certified by Engineer in Charge before starting work.

6.2.1 These certificates shall have to be renewed every three months.

6.2.2 A copy of the certificates shall be displayed on respective welding sets.

6.3.1 Only cables in good conditions and insulated holders shall be used.

6.3.2 The welder shall wear good quality insulated welding gloves including shields while at work.

6.4 The length of supply cable to welding set shall not exceed 25 ft. and the welding set body shall

be properly earthed.

6.5 A charged line extinguishers shall be carried with each welding set.

7.1 The contractor shall ensure that all portable power tools used by his workmen are rated for 50

Volts or less volts only.

7.2 The Transformer shall be fed through an armoured cable with 3 pin plug, properly earthed.

8.1 For carrying out work at heights exceeding 4 ft. or over and near opening in floor, roof etc the

following precautions shall be taken.

8.2 All workers engaged on overhead work shall be men experienced in such work.

8.3 Whenever possible timber staging or platforms shall be erected with planks of minimum

thickness 2" and minimum width 12" Where the nature of the work demands staffing of a

greater width than one plank, additional planks shall be added and fastened securely together.

Page 116: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

116

8.4 Staging shall be provided with simple safety rails or ropes thought out its length, at waist height

and on each open side-

8.5 Staging supports shall be of standard timber or steel scaffolding safety secured and supported on

firm level footings or slung from overhead beams, The supports shall be situated at a

maximum distance of 8 ft. apart and the staging shall be secured to each support.

8.6 In case the site or the nature of work in unsuitable for erection of a proper staging all workers

shall wear safety belts around their waists and secure their lifelines to strong scaffolding or

structural members.

8.7 Wherever it is not possible to put up staffing and /or use safety belts, safety nets or sheets shall

be slung beneath the place of work.

8.8 When working over open process vessels or tanks, safety belts, or safety nets shall always be

used whether or not staffing and scaffolding is provided also.

8.9 Safe access to all points of work should be provided in the form of suitable ladders, stairways

etc.

8.10 Contractor’s employees of at least the status of foreman shall examine ail arrangement before

such work is commenced and shall satisfy himself that all reasonable safety precautions have

been taken.

9,1 The contractor shall remove all waste material and rubbish from the around the work site and

leave the job through cleaned, ready for use.

9.2 The contractor shall ensure that at no time during the erection and commissioning his workmen

operate any of the existing plant and equipment in and around the site allotted to them.

9.3 The contractor shall be responsible for and shall be indemnity the STC / RITES against all

injury to persons both his own workmen and others, and for all damage to structural and / or

decorative part of the STC's property during erection and commissioning of the equipment.

The contractor shall repair / reinstate all such damage at his own cost.

10.0 Every opening in the floor of a building or in a working platforms shall be provided with

suitable means to prevent the full of persons and materials by providing suitable fencing and

railing having minimum height of one meter.

11.0 Suitable scaffolding should be provided for workmen for all works that cannot safely be done

from the ground or from solid construction except such short period work as can be done

safely from ladders. When a ladder is used an extra workman shall be engaged for holding the

ladder and if the ladder is used for carrying material as well, suitable footholds and handholds

shall be provided on the ladder and the ladder shall be given and inclination not steeper than 1

m 4 (1 horizontal and 4 vertical).

Page 117: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

117

12.0 Scaffolding or staffing more than 4 metres above the ground or floor, swing suspended from

an overhead support or erected with stationary support shall have a guard rail properly

attached, bolted, braced and otherwise retarded at least one metre high above the floor and

platform of such scaffolding or staging and extending along the entire length of the outside

and ends thereof with only such openings as may be necessary for the delivery of materials.

Such scaffolding or staging shall be so fastened as to prevent it from swaying from the

building or structure.

13.0 Working platforms, gangways and stairways should be so constructed that they should not sag

unduly or unequally and if the height of the platform of the gangway or the stairway or the

stairway is more than 4 metres above ground level or floor level, they should be closely

boarded should have adequate width and should be suitably fastened as described in (b) above.

14,0 These safety conditions should not be regarded as exhaustive These have been issued for the

guidance of the contractor and will not in any way absolve the contractor from any obligations

or liabilities that might occur during the course of his work.

Page 118: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

118

LIST OF APPROVED MAKES OF ITEMS

S.NO. DESCRIPTION MAKE

1. MV Boards / LT Panels (1) Shall be from a panel builder CPRI

approved for Short circuit and heat

run test for 3500 Amp.

(2) The name of panel manufacturer shall be got

approved from Engineer-in-charge prior to

manufacturing of panel.

2. MCB Distribution Boards MDS/Schneider/ABB/Siemens/L&T /BCH

3. Moulded Case Circuit Breaker L&T/Schneider/ABB/Siemens/GE/BCH

4. Miniature Circuit Breaker MDS /Schneider/ABB/Siemens/GE/BCH

5. Switch fuse & fuse switch units L&T/Schneider/ABB/Siemens/GE

6. Capacitors Siemens (EPCOS) / L&T / ABB

7. Contactors and starters L&T/Schneider/ABB/GE/ Siemens

8. Change over switches HPL Socomec/ L&T/HH/ Elecon/GE

9. Voltage Transformer AE / Kappa/ L& T

10. Current Transformer AE / Kappa/Precise / L&T

11. ROCB / ELCB MDS/Schneider/ABB/Siemens/L&T

12. Timers L&T / Siemens / Legrand

13. Push Buttons / PB Station L&T / BCH / Siemens/ Rass.

14. Non Metallic Cable Hensel / Clipsal

Junction Boxes

15. Indicating lamp (LED Type) L&T / BCH/ Technic/Siemens/Rass

16. Fuses and fuse bases L&T / Schneider/ ABB / Siemens/GE

17. KWH Meters L&T/ Enercon / GE / Siemens

18. Selector & Rotary switches L&T/ Kaycee/ Siemens.

19. Indicating Instruments AE / Rishabh / Enercon

20. End Terminals / Cable jointing Kits Cab seal / Wago / Elmex/Raychem RPG

21 XLPE/ PVC insulated LT Cables Nicco/KEI/ Polycab /Finolex/Universal

22. PVC insulated copper wires Skyline / Kalinga/ Batra Henley

/Plaza/KEI/Finolex

23. Crimping type lugs Dowells/ Jainsons / Asian / Commet

Page 119: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

119

24. Bus Duct & Rising Mains C&S / System & power Control / Legrand

25. Cable Glands Comet/ Gripwel/ Electromac/ HMI

26. Relays Areva (Alstom) /ABB / L&T/ Siemens 27. Rubber Mat Jyoti, Syntex

28. M.S./ G.I. Pipe TATA / GST / Jindal / Surya

30. Man cooler GEC/Almonard/ Crompton greaves

31. Light Fitting / Luminaires Philips, Crompton, Bajaj, GE

32. Light Switches/ Sockets Crab Tree/ Anchor Roma/ SSK/ MDS

33. Steel/MS Conduit BEC/ Polypack/ AKG

34. Cover Plate for Junction Boxes Egg white hylam 3.0mm thick

35. Dash Fasteners Cannon, Fisher, Hilti

36. Inverter/UPS Luminous, Microteck, Sukam

37 Inverter Battery Exide, Prestolite, Luminous

38. Cable Tray Steel ways/Slotco/Pilco/Electra power

Note:

a) Above makers of materials are approved subject to their meeting the tender specification & site

requirements. Contractor however shall seek approval of specific make from the Engineer-in-charge before commencement of work.

b) The samples of the material shall in either case have to be got approved from the Engineer-in-

charge. c) Material where no make/brand has been mentioned, in this case ISI marked samples shall be

submitted by the contractor for approval of Engineer. d) For any item not covered in the list, the contractor shall get the make & sample approved from the

Engineer-in-charge before procurement. e) Contractor will be responsible to ensure the quality of products listed in approved list of

makes/brands. Contractor will have to replace the defective and sub-standard materials at his own cost.

Page 120: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

120

SECTION - 6

DRAWINGS

Page 121: RCF- Kapurthala TENDER AND CONTRACT DOCUMENT …A-Technical Bid... · RCF- Kapurthala . TENDER AND CONTRACT DOCUMENT . FOR THE WORK OF “Supply, Installation, Testing & Commissioning

121

List of Drawings

S. No.

Drawing Title Drawing No.

1 Lighting Layout of 148 no. Luminaries Installed RITES/CO/RI/EE/BGB/Light Layout/01