Download as pdf or txt
Download as pdf or txt
You are on page 1of 51

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement

of defective HPSV fittings with LED fittings, defective electrical accessories


under Border Out Post No. 960 & 978 along Indo-Pak Border at Tharad in
Gujarat Sector.

CONTENTS

Part Description Page No.


I INDEX 01
II INFORMATION AND INSTRUCTIONS FOR BIDDERS 02
III INFORMATION AND INSTRUCTION FOR EXECUTIVE 03 To 05
ENGINEER FOR E-TENDERING.
IV CPWD - 6 06 To 09
V CPWD – 7 10 To 11
VI PROFORMA OF SCHEDULES 12 To 15

VII INTEGRITY PACT 16 To 22


VIII BANK GUARANTEE 23 To 24
IX Commercial and Additional Conditions, Technical specifications 25 To 47
XI List of acceptable makes of materials 47

XII SCHEDULE OF WORK 48 To 51

Certified that NIT contains 51 pages marked as 1 to 51.

Executive Engineer (E)


BFLD, CPWD, Bhuj

Page-1
INFORMATION AND INSTRUCTIONS FOR EXECUTIVE ENGINEER FOR E-TENDERING

In compliance of DG office memorandum OM No. DG/CON/Misc./13 dated 23.11.2020 for


Relaxation for Earnest Money Deposit as per OM No. F-9/14/2020-PPD dated 12.11.2020 issued
by the Department of Expenditure, Bidder has to submit Earnest Money Deposit Declaration as
per format given below on the letter head of the firm duly signed & stamped. The submission of
Earnest Money Deposit Declaration is to be done online along with submission of documents i.e.
scan & upload. The failure of submission / uploading of Earnest Money Deposit Declaration will

Performa for Earnest Money Deposit Description


(Scanned copy to be uploaded during submission of Bid)

Whereas, I/we(Name of agency) ............................................................................have


submitted bids for (Name of Work) Maintenance / Repair of Border Flood Lighting
Infrastructures i/c replacement of defective HPSV fittings with LED fittings, defective
electrical accessories under Border Out Post No. 960 & 978 along Indo-Pak Border at
Tharad in Gujarat Sector.

NIT No. 10/EE (E)/BFLD/Bhuj/2021-22.

I/we hereby submit following declaration in lieu of submitting Earnest Money Deposit.

(1) If after the opening of tender, I/we withdraw or modify my/our bid during the period of
validity of tender (including extended validity of tender) specified in the tender documents.
or

(2) If, after the award of work, I/we fail to sign the contract, or to submit performance
guarantee before the = deadline defined in the tender documents.

I/we shall be suspended for one year and shall not be eligible to bid for CPWD tenders from
date of issue of suspension order.

1. Name of Contractor……………………………………………………..….

2.Mobile Number…………..…………………………………………………

3.EmailID:……………………………………………………………………..

4.FullAddress………………………………………………………………..…

Signature of the Contractor(s)

Page-2
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING
FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Ex. Engineer (E), Border Flood Lighting Division, CPWD, 79th Battalion,
Mundra Road, Bhuj, Gujarat (phone. No. 02832-232157) invites on behalf of President of India
invites online Percentage rate tenders on single bid system from contractors of CPWD who are
approved and eligible for composite category in appropriate class, for the following work:
S. NIT No. Name of work & Estimated cost Ear Period of Last date Time &
No location put to tender nest Completion & time of date of
Mo uploading opening
ney of tender of tender
1 2 3 4 5 6 7 8
Maintenance / Repair
of Border Flood
Lighting
Infrastructures i/c
replacement of
10/EE(E)
defective HPSV 07/09/2021 07/09/2021
/BFLD/ Rs. 46,06,813/- 03
fittings with LED

NIL
1 up to up to
Bhuj/ (Approx.) Months
fittings, defective 3:00 PM 3:30 PM
2021-22
electrical accessories
under Border Out
Post No. 960 & 978
along Indo-Pak
Border at Tharad in
Gujarat Sector.

1. The intending Bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the
documents required.
2. Information and instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contractor to be
compiled with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD / www.cpwd.gov.in “free of cost”.

4. The bidder should also read the General Conditions of Contract for CPWD Works 2020
with all correction slips issued up to the last date for submission of bid, which is available
as Government of India Publication. However, provisions included in the bid document
shall prevail over the provisions contained in the standard form. The contractor should also
visit the site of work and acquaint himself with the site conditions before tendering.
5. GST on all materials as well as GST on Work Contract etc., or any other taxes applicable
in respect of this contract shall be payable by the Contractor. Percentage rate quoted by him
shall be inclusive of such taxes, levies etc and Government will not entertain any claim for
reimbursement whatsoever in respect of the same. The percentage rates of the contract shall
be inclusive of all taxes and levies and nothing extra shall be paid. Further the percentage
rate quoted by the contractor shall be inclusive of labour welfare cess and the same shall be
recovered from the contractors bills and will be remitted by the department.
6. Intending bidder shall submit EMD declaration form in prescribed Proforma (NIT Page-2).
7. Those contractors not registered on the website mentioned above, are required to get
registered before hand. If needed they can be imparted training on online bidding process as
per details available on the website.

8. The intending bidder must have valid class-III digital signature to submit the bid.
Page-3
9. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.

10. Contractor can upload documents in the form of JPG format and PDF format.

11. (a) Contractor must ensure to quote his tender percentage for the Estimated Cost.
The column meant for quoting percentage in figures appears in pink colour and when the
moment percentage is entered, it turns sky blue. In addition to this, while selecting the
designated cell if the cell is left blank the tender shall be treated as invalid.

(b) Contractor should quote the percentage above or below accurate to two places of decimal
or zero percentage only. The column should not be kept blank; otherwise the tender shall
be treated as INVALID

12. Applicants are advised to keep visiting the above mentioned web-sites from time to time
(till the deadline for bid submission) for any updates in respect of the tender documents, if
any. Failure to do so shall not absolve the applicant of his liabilities to submit the
applications complete in all respects including updates thereof, if any. An incomplete
application may be liable for rejection.

15.0 If any information furnished by the applicant is found to be incorrect at a later stage, he
shall be liable to be debarred from tendering/taking up of works in CPWD.
The department reserves the right to verify the particulars furnished by the applicant
independently.

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

17.0 Tendering Process


17.1 Entire bid documents related to Eligibility Criteria and Financial bid are to be
uploaded within the indicated date and time.
17.2 Stage-I: Documents uploaded by the contractors related with Eligibility Criteria shall
be opened first. The department reserves the right to reject any prospective
application without assigning any reason.
17.3 Stage-II: The time and date of opening of financial bid of the eligible and qualified
contractors shall be as per the indicated date and time or a later date and time as
communicated if required.

Page-4
List of Documents to be scanned and uploaded within the period of Bid submission.
a) Earnest Money deposit declaration as per Performa given in the NIT at page-2.
b) Enlistment Order of the Contractor in appropriate class of composite category in CPWD.
c) Valid Electrical Contractor License.
d) Certificate of Registration for GST and acknowledgement of up to date filed return as per
NIT Stipulation. If the bidder has not obtained GST registration in the state in which the
work is to be taken up, then in such a case the bidder shall upload following undertaking
with the bid document "lf work is awarded to me, I/we shall obtain GST registration
certificate within one month from date of receipt of award letter or before payment of 1st
R.A. bill."
e) Copy of PAN card.

g) The contractor has to upload EPFO, ESIC Registration or Proof of applying registration with
EPFO, ESIC or undertaking that, he will complete all codal formalities related to labour
laws whatsoever applicable before award of work along with submission of PG.

Executive Engineer (E)


BFLD, CPWD, Bhuj

Page-5
CPWD-6

The Ex. Engineer (E), Border Flood Lighting Division, CPWD, 79th Battalion,
Mundra Road, Bhuj, Gujarat (phone. No. 02832-232157) invites on behalf of President of India
invites online Percentage rate tenders on single bid system from contractors of CPWD who are
approved and eligible for composite category in appropriate class, for the work of:

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement
of defective HPSV fittings with LED fittings, defective electrical accessories
under Border Out Post No. 960 & 978 along Indo-Pak Border at Tharad in
Gujarat Sector.

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

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

1. The work is estimated to cost Rs. 46,06,813/-. This estimate, however, is given merely as a
rough guide.

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

3. The time allowed for carrying out the work will be 03 Months from the date of start as
defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later,
in accordance with the phasing, if any, indicated in the tender documents.
4. The site for the work is available.

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

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

7. While submitting the revised bid, contractor can revise the percentage rate any number of
times but before last time and date of submission of bid as notified.

The bid submitted shall be opened at 03:30 PM on 07/09/2021

Page-6
8. The bid submitted shall become invalid and e-tender processing fee shall not be refunded if:-
a.) The bidder is found ineligible
b.) The bidder does not upload Earnest Money deposit declaration as per Performa given in
the NIT at page-2.
c.) The bidder does not upload all the documents including (GST registration,
acknowledgement of up to date returns filed, undertaking (if applicable), Valid
Electrical Contractor License, Valid enlistment order in CPWD) as stipulated in the bid
document including Earnest money Deposit Declaration as per Performa given in the
NIT Page-2.
d.) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of tender opening authority.

e.) If a tenderer does not quote any percentage above/ below on the total amount of the
tender, the tender shall be treated as invalid and will not be considered as lowest.

f.) Bids on which any of the prescribed conditions is not fulfilled or any condition
including that of conditional rebat e is put forth by the bidders.
9. The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart
(Time and Progress) within the period specified in Schedule F The contractor whose
tender is accepted, will be required to furnish performance guarantee of 3% (Three Percent)
of the tendered amount within the period specified in Schedule F. This guarantee shall be in
the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call
receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any
scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the
prescribed form. In case the contractor fails to deposit the said performance guarantee within
the period as indicated in Schedule ‘F’ including the extended period if any, the firm will be
suspended for one year and shall not be eligible to bid for CPWD tenders from date of
issue of suspension order.

The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart
(Time and Progress) within the period specified in Schedule F. The letter of award
shall be issued to the lowest contractor only on receipt of applicable labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board or on submitting the proof
of applying thereof if applicable. No Running Account Bill shall be paid for the work
till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare
Board, whatever applicable are received from the contractor by the Engineer-in-
Charge if required or if applicable.

Page-7
10. The description of the work is as follows:-

Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement of defective


HPSV fittings with LED fittings, defective electrical accessories under Border Out Post No.
960 & 978 along Indo-Pak Border at Tharad in Gujarat Sector.

Intending Bidders 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 (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their tender.

A Bidder shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise shall be
allowed. The Bidder 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 Bid by a Bidder implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be
done and other factors having a bearing on the execution of the work.

11. In case of Non-submission of Hard copies within stipulated time by the lowest bidder and or
any discrepancy is noticed between the documents as uploaded at the time of submission of
the bid online and hard copies as submitted physically in the office of Executive Engineer,
then the bid submitted shall become invalid and the Government shall, without prejudice to
any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the tenderer shall not be allowed to participate in the retendering process of the work

12. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other tender and reserves to itself the authority to reject any or all the tenders
received without the assignment of any reason. All tenders in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by
the Bidder shall be summarily rejected.

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

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

15. The contractor shall not be permitted to tender for works in the CPWD Circle responsible
for award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of Superintending Engineer
and Junior Engineer (both inclusive). He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him and who are near
relatives to any gazette officer in the Central Public Works Department or in the Ministry of
Urban Development. Any breach of this condition by the contractor would render him liable
to be removed from the approved list of contractors of this Department.

Page-8
16. No Engineer of Gazette rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed
to work as a contractor for a period of one year after his retirement from Government
service, without the previous permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the tender or engagement in the
contractor’s service.

17. The Bid for the works shall remain open for acceptance for a period of
Thirty (30) days from the date of opening of Bids. If any Bidder withdraws his tender
before the said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the tender which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy, be at
liberty to Suspend the firm for one year as aforesaid. Further the Bidder shall not be allowed
to participate in the retendering process of the work.
18. This notice inviting Tender shall form a part of the contract document. The successful
Bidder/contractor, on acceptance of his tender by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of:-
a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any, forming part of the tender as uploaded at the time of
invitation of tender and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7/8 or other Standard CPWD Form and GCC 2020 edition.
19. GST and any other tax on materials, statutory charges, duties, Construction Worker’s
Welfare Cess, Education Cess etc. if applicable, shall be payable by the contractor and
Government will not entertain any claim whatsoever in respect of the same.
20. The person/persons whose tender(s) may be accepted (herein after called the contractor)
shall permit Government at the time of making any payment to him for work done under the
contract to deduct a sum at the rate of 2.5% of the gross amount of each running and final
bill till the sum deducted will amount to security deposit of 2.5% of the tendered value of
the work. Such deductions will be made and held by Government deposit by way of Security
Deposit unless he/they has/have deposited the amount of Security at the rate mentioned
above in cash or in the form of Government Securities of fixed deposit receipts. In case a
fixed deposit receipt of any Bank is furnished by the contractor to the Government as part of
the security deposit and the Bank is unable to make payment against the said fixed deposit
receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith
on demand furnish additional security to the Government to make good the deficit.
All compensations or the other sums of money payable by the contractor under the terms of
this contract may be deducted from, or paid by the sale of a sufficient part of his security
deposit or from the interest arising there from, or from any sums which may be due to or
may become due to the contractor by Government on any account whatsoever and in the
event of his Security Deposit being reduced by reason of any such deductions or sale as
aforesaid, the contractor shall within 10 days make good in cash or fixed deposit receipt
tendered by the State Bank of India or by Scheduled Bank or Government Securities (if
deposited for more than 12 months) endorsed in favour of the Engineer-in-Charge, any sum
or sums which may have been deducted from, or raised by sale of his security deposit or any
part thereof. The security deposit shall be collected from the running bills of the contractor
at the rates mentioned above.

Executive Engineer (E)


BFLD, CPWD, Bhuj
Page-9
CPWD - 7

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE Gujarat CIRCLE BFLC, Bhuj


BRANCH E&M DIVISION BFLD, Bhuj
ZONE CE(E), BFLZ, SUB-DIVISION
N. Delhi

Percentage Rate Tender & Contract for Works

(A) Tender for the work of :-

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement
of defective HPSV fittings with LED fittings, defective electrical accessories
under Border Out Post No. 960 & 978 along Indo-Pak Border at Tharad in
Gujarat Sector.

(i) To be uploaded by 15.00 Hrs.on on 07/09/2021.

(ii) To be downloaded in presence of tenderers who may be present at 15.30 hours on on 07/09/2021
in the office of The Executive Engineer, Border Flood Lighting Division, CPWD,
79th Battalion, Mundra Road, Bhuj, Gujarat (phone No 02832 -232157).

Executive Engineer (E)


BFLD, CPWD, Bhuj

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D ,E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with
the specifications, designs, drawings and instructions in writing referred to in
Rule-1 of General Rules and Directions and in clause 11 of the Conditions of contract and with
such materials as are provided for, by, and in respects in accordance with, such conditions so far
as applicable.
We agree to keep the tender open for Thirty (30) days from the due date of its opening and not
to make any modifications in its terms & conditions.

Page-10
A sum of Rs. NIL/- is hereby forwarded in Cash / Receipt Treasury Challan / Deposit at call
Receipt of a Scheduled Bank / fixed Deposit receipt of scheduled Bank/ Demand draft of a
scheduled Bank, / Bank guarantee issued by a scheduled bank as earnest money. If I/We fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the said
President of India or his successors in office shall without prejudice to any other right or remedy,
be at liberty to forfeit the said earnest money absolutely. Further, If I/ We fail to commence work
as specified, I/We agree that President of India or his successors in office shall without prejudice
to any other right or remedy available in law, liberty to suspend for one year for participating in
Tender in CPWD and the performance guarantee absolutely, otherwise the said earnest money
shall be retained by him towards security deposit to execute all the works referred to in the tender
documents 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’ and
those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture
of Earnest Money or both Earnest Money and performance guarantee as aforesaid, I / We shall be
debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to
the notice of Department, then I/we shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate information
/ derived 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 state.

Dated ………………… Signature of the Contractor


Postal Address ----------------------
Telephone No.-----------------------
Witness:----------------------------- FAX ----------------------------------
Address:----------------------------- E-MAIL -----------------------------
Occupation:--------------------------

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs. ___________/- (Rupees
)
The letters referred to below shall form part of this contract Agreement:-
(a) -----------------------------
(b) -----------------------------
For & on behalf of the President of India

Dated …………….. Signature……………..


Executive Engineer (E)
BFLD, CPWD, Bhuj

Page-11
PROFORMA OF SCHEDULES

SCHEDULE ‘A’
Schedule of quantities : Enclosed with this tender document.
SCHEDULE ‘B’
Schedule of materials to be issued to
the contractor : NIL

SCHEDULE ‘C’
Tools and plants to be hired to the
contractor : Nil

SCHEDULE ‘D’
Extra schedule for specific
requirements/ document : As per the Tender document

SCHEDULE ‘E’
Reference to General Conditions of GCC 2020, CPWD Form 7/8 or other CPWD
contract : standard forms as modified and corrected upto the
last date of submission of tender
Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c
replacement of defective HPSV fittings with LED fittings, defective
electrical accessories under Border Out Post No. 960 & 978 along Indo-
Pak Border at Tharad in Gujarat Sector.
Estimated cost of work : Rs. 46,06,813/- (Approx.)
(i) Earnest money : NIL
(ii) Performance Guarantee : 3% of tendered value.
(iii) Security Deposit : 2.5% of Work done
(SD shall be retained for the entire guarantee period)

SCHEDULE ‘F’
GENERAL RULES &
DIRECTIONS
Officer inviting tender : Ex. Engr (E), BFLD, CPWD, Bhuj
Maximum percentage for quantity of
items of work to be executed beyond :
which rates are to be determined in See below
accordance with Clauses 12.2 & 12.3
Definitions:
2(v) Engineer-in-Charge : Executive. Engineer (E), BFLD, CPWD, Bhuj
2(viii) Accepting Authority : Executive. Engineer (E), BFLD, CPWD, Bhuj

2(x) Percentage on cost of materials :


7.5% Overheads charges and 7.5% Bidder profits
and labour to cover all overheads and
profits.
2(xi) Standard Schedule of Rates : Schedule of rates DSR– 2018 with correction slip
last date previous to date of submission of tenders.
2(xii) Department : Central Public Works Department

9(ii) Standard CPWD contract Form : CPWD Form 7 of 2020 edition as modified up to
last date of submission of bids.
Clause 1

Page-12
(i)Time allowed for submission of : Seven days
Performance Guarantee Programme
Chart (Time and progress) and
applicable Labour licenses, registration
with EPFO, ESIC and BOCW Welfare
Board or proof applying thereof from
the date of issue of letter of acceptance.
(ii) Maximum allowable extension with : Three days
late fee @ 0.1% per day of Performance
Guarantee amount beyond the period
provided in (i) above

Clause 2
Authority for fixing compensation : SE(E), BFLC, Bhuj
under clause 2.
Clause 2A
Whether Clause 2A shall be : No
applicable
Clause 5
Number of days from the date of issue : Ten days
of letter of acceptance for reckoning
date of start
Time allowed for execution of work : 03 Month

Mile stone(s) : As per table given below.

S. Description of Milestone (Physical) Time allowed in days Amount to be withheld in


No. (from the date of case of non achievement of
start) milestone
1 Call for inspection of material like Cables,
HDPE DWC Pipes, LED Fittings, Panels, 20 @ 1 % of tendered amount
Sub feeder pillar, Cable Joint Box,
2 Supply of material like Cables, HDPE DWC
Pipes, LED Fittings, Panels, Sub feeder pillar, 45 @ 1 % of tendered amount
Cable Joint Box,
3 Execution of work i/c installation of fittings,
80 @1 % of tendered amount
panels etc
4 Testing & commissioning of installation
including trial run and handing over. 90 @1 % of tendered amount

Total 90 Days (03 Months) 4 % of tendered amount

Authority to decide:
(i) Extension of time : Executive Engineer (E), BFLD, CPWD,
Bhuj
(ii) Rescheduling of mile stones : Superintending Engineer (E), BFLC,
CPWD, Bhuj
Clause 6, 6A
Clause applicable : 6A
Clause 7
Gross work to be done together with net : Rs. 10.00 Lakh
payment /adjustment of advances for
material collected, if any, since the last
such payment for being eligible to interim
payment.

Page-13
Clause 7A
No running account bill shall be paid for
the work till the labour licences,
registration with EPFO, ESIC and BOCW Applicable
Welfare Boards whatever applicable are
submitted by contractor to Engineer-in-
Charge
Clause 10A
List of testing equipment to be provided by : As per actual requirement
the contractor at site lab.
Clause 10B(ii) : Not Applicable
Clause 10C : Not Applicable
Clause 10CA : Not Applicable
Clause 10CC : Not Applicable
Clause 11
CPWD Specifications (Vol. I & 2) -2009
Specifications to be followed for execution :
of work CPWD General Specifications for Electrical
Works Part-I (Int. 2013), Part-II (Ext. 1994)
and Part-IV (Sub-Station 2013), as amended
upto date and Terms & Conditions
Clause 12
Type of work : Maintenance work

12.2 & 12.3 Deviation Limit beyond which : 100%


clauses 12.2 & 12.3 shall apply for
building work
Clause 16
Competent Authority for deciding reduced (i) Upto 5% of contract value, SE (E), BFLC,
rates : Bhuj (ii) Beyond 5% of contract value, CE (E),
BFLZ, Vidyut Bhawan, New Delhi
Clause 18
List of mandatory machinery, tools & As per actual requirement.
plants to be deployed by the contractor at :
site
Clause 19C : Executive Engineer (E), BFLD ,CPWD, Bhuj
authority to decide penalty for each default
Clause 19D : Executive Engineer (E), BFLD ,CPWD, Bhuj
authority to decide penalty for each default
Clause 19G : Executive Engineer (E), BFLD ,CPWD, Bhuj
authority to decide penalty for each default
Clause 19K : Executive Engineer (E), BFLD ,CPWD, Bhuj
authority to decide penalty for each default

Clause 25
Competent authority to appoint DRC. Constitution of dispute redressal committee
a) For total claims more than 25 lakh.
ADG (B), CPWD, New Delhi DRC shall constitute of one Chairman and
two members.
b) For total claims upto Rs. 25.00 lakh.
ADG (B), CPWD, New Delhi DRC shall constitute of one Chairman and
two members.

Page-14
Clause 32(i)
Requirement of Technical Representative(s) and recovery Rate

Rate at which recovery


shall be made from the
Requirement of
contractor in the event of
S. technical staff Minimum
Designation of not fulfilling provision of
No. experience
(Years) technical staff clause 32(i)
Figures Words
Qualification Number (In Rs. Per (In Rs. Per
month) month)
1. Graduate
Engineer 1 2
(Electrical) Principal Technical Fifteen
Representative 15,000/-
Thousand
Or Project Planning/ Per month
Site/ Billing
Per month
Per Person
Engineer Per Person
Diploma
Engineer
(Electrical) 1 5

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

Clause 42 : Not Applicable

Executive Engineer (E)


BFLD, CPWD, Bhuj

Page-15
INTEGRITY PACT

To,
………………………..,
………………………..,
………………………..

Sub: NIT No. 10/EE(E)/BFLD/Bhuj/2021-22

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement
of defective HPSV fittings with LED fittings, defective electrical
accessories under Border Out Post No. 960 & 978 along Indo-Pak Border at
Tharad in Gujarat Sector.

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering process
and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.

Yours faithfully

Executive Engineer (E)


BFLD, CPWD, Bhuj.

Page-16
To,
Executive Engineer (E)
BFLD, CPWD, Bhuj.

Sub: Submission of Tender for the work of

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement
of defective HPSV fittings with LED fittings, defective electrical
accessories under Border Out Post No. 960 & 978 along Indo-Pak Border at
Tharad in Gujarat Sector.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in
the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when tender/bid is finally accepted by
CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in
the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms
and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page-17
To be signed by the bidder and same signatory competent / authorized to sign the relevant
contract on behalf of CPWD.

INTEGRITY AGREEMENT
This Integrity Agreement is made at ..................... on this….... day of ... 20...
BETWEEN
President of India represented through The Executive Engineer, Border Flood Lighting Division,
CPWD, 79th Battalion, Mundra Road, Bhuj, Gujarat, Hereinafter referred as the ‘Principal/Owner’,
which expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)
AND
(Name and Address of the Individual/firm/Company)
…………………………………………………………………………………………………………
…………………….. through .......................................................................................................
(Hereinafter referred to as the (Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)

Preamble
WHEREAS the Principal/ Owner has floated the Tender (NIT No 10/EE(E)/BFLD/Bhuj/2021-
22) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for “Maintenance / Repair of Border Flood Lighting
Infrastructures i/c provision of LED fittings, Cables, and MFP under Border Out Post No. 960 &
978 along Indo-Pak Border at Tharad in Gujarat Sector. (Approx. 11 Km Stretch)” AND
WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation
with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family


members, will in connection with the Tender, or 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.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
Page-18
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive
suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees


and agents) adhere to the highest ethical standards, and report to the Government / Department
all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award
of a contract.

2) The Bidder(s)/Contractor(s) 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:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or


firm, offer, promise or give to any of the Principal/Owner’s employees involved
in the Tender process or execution of the Contract or to any third person any material
or other benefit which he/she 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.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) 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
competitive or to cartelize in the bidding process. Competitiveness or to
cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of
Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign principal
or the foreign principal directly could bid in a tender but not both. Further, in
cases where an agent participate in a tender on behalf of one manufacturer, he shall
not be allowed to quote on behalf of another manufacturer along with the first
manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) 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.

Page-19
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public official to
act in reliance thereof, with the purpose of obtaining unjust advantage by or causing
damage to justified interest of others and/or to influence the procurement process
to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her reputation or
property to influence their participation in the tendering process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute
right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after
giving 14 day’s notice to the contractor shall have powers to disqualify the Bidder(s)
/Contractor(s) from the Tender process or terminate/determine the Contract, if already
executed or exclude the Bidder/Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Principal/Owner. Such exclusion may be forever
or for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner
has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract orhas accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal
rights that may have accrued to the Principal/Owner, may in its considered opinion
forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security
Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employee or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to law
enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises in
India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings / holiday listing of
the Bidder/Contractor as deemed fit by the Principal/ Owner.

Page-20
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its
own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all sub-contractors


a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Subcontractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders
and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly Signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and Jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been
made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and
consortium members. In case of a Company, the Pact must be signed by a representative duly
authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by
the Owner / Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Page-21
Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents
with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:

(For and on behalf of Principal/Owner)

Executive Engineer (E)


BFLD, CPWD, Bhuj

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. …………………………………….
(signature, name and address)

2. …………………………………….
(signature, name and address)

Place:
Dated :

Page-22
Form of Performance Guarantee/ Bank Guarantee Bond

In consideration of the President of India (hereinafter called “The Government”) having offered to
accept the terms and conditions of the proposed agreement
between…………………………….and …………….....................…… (herein after called “the
said Contractor(s)”) for the work…………………………………………………… (hereinafter
called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs.
…………. (Rupees ………………………………… only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the
said agreement.

1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to


pay to the Government an amount not exceeding Rs. ………………………..
(Rupees………………. Only) on demand by the Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay


the amounts due and payable under this guarantee without any demure, merely on a demand
from the Government stating that the amount claimed as required to meet the recoveries due or
likely to be due from the said contractor(s). Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this Guarantee. However,
our liability under this guarantee shall be restricted to an amount not exceeding Rs.
………………….. (Rupees ……………….only)

3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment there under and the Contractor(s) shall have no claim
against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would be
taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of the Government under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till Engineer-in- Charge on behalf of the Government
certified that the terms and conditions of the said agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this guarantee.

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

Page-23
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).

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

8. This guarantee shall be valid up to …………………………unless extended on demand by the


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

Dated the …………..day of ……………………for………………….(indicate the name of the


Bank)

Page-24
Commercial and Additional Conditions

1.0 Scope of work :- It is proposed to carry out Maintenance / Repairing work of Border
Flood Lighting Infrastructures under Border Out Post No. 960 & 978 along Indo-Pak
Border at Tharad in Gujarat Sector ( Approx. 11 KM Stretch ). The work, may be extended
for other BOPs, if required.

The contractor is advised to visit the site of work before tendering to acquaint himself
regarding the site conditions, availability of water, provisions and other necessities to be
made for execution of work and arrangement to be made for labour and supervisory staff
including transportation and cartage as required and only persons of good integrity should
be deployed. Any of the staff involved in any kind of unlawful activity shall be firms
liability.

2.0 The material like Luminaries, Cables, DWC HDPE pipe, LT Panel and Outdoor type
Feeder Pillar etc should perform satisfactorily under the following climatic conditions:

A Summer Condition Tharad


i. Maximum Day Temperature 50 0C
ii. Minimum Night Temperature 20 0C
iii. Relative Humidity 66 %
B Winter Condition
i. Maximum Day Temperature 36 0C
ii. Minimum Night Temperature 8 0C
iii. Relative Humidity 50 %
C Rainfall 922.78 mm (2010)
D Altitude 104.79 m
E Wind Pressure 100 Kg/m2

3.0 The Contractor shall make his own arrangement for safety, watch and ward of his man and
materials. Nothing extra shall be paid by the department on this account.
4.0 The contractor has to take full precaution & safety measure during execution of work. If
any types of miss-happening/human loss occur during execution of work at site, the
contractor will be fully responsible for it and liable to bear all losses and has to pay full
compensation. The department will not take any responsibility for such type of happening.

5.0 The contractor and his man shall have to abide by the security instructions of BSF
authorities. No claim of idle labour or any other claim on this account shall be entertained
by the department. The normal working time shall be in day time. No claim from
contractor for extra payment on account of any change in working hours shall be
entertained by the department.
6.0 All the work shall be carried out as per CPWD General specification for Electrical work
part-1 (Internal 2013), part-2 (External) 1994 and Part- IV (Substation) 2013 amended up
to date and should also comply with relevant provisions of the Indian Electricity Rules
and/Acts as applicable, amended up to date.
7.0 All concealed work and earthing shall have to be done in presence of the Engineer-in-
Charge or his authorized representative.

8.0 Earth continuity and availability shall be ensured by the contractor during execution of
work.

Page-25
9.0 The contractor shall submit neatly prepared electrical inventory of electrical installations in
triplicate.

10.0 The UG cables shall be laid at the depth of 75 cm in ground.

11.0 The contractor shall ensure that all the persons executing the electrical work have the valid
electrical license issued by competent authority. Consequences arising due to the fault of
the contractor in not complying with the above conditions will be the responsibility of the
contractor.

12.0 The contractor is bound to sign the site order book as and when required by the Engineer-
in-charge and carryout the instruction recorded therein.

13.0 All debris/malba generated while carrying out electrical work shall be removed and shall
be cleared by contractor as soon as the work is completed.
14.0 No T & P with the issued by the Department. All T&P required for the execution of work
shall be arranged by the contractor at his own cost and nothing extra shall be paid on this
account.

15.0 The contractor shall be responsible for watch and ward and the safety of the Electrical
installations so long as the entire work completed i/c. testing required under the rules and
handed over of the installation to the Department.

16.0 All the cable terminals for connection to MCB’s/MCCB’s/Switch gear etc be provided
with suitable capacity of thimbles/sockets.

17.0 All repairs & patch work shall be neatly carried out to match with the original finish & all
damages caused to the building installation during the execution of work shall have to be
made good by the contractor immediately at his own cost to the entire satisfaction of
Engineer-in-charge.
In case contractor fails to comply with the instructions, the Engineer-in-charge shall be at
liberty to get the work done by any third agency and recover such amount paid from the
bill(s) of the contractor.

18.0 The work shall have to be carried out as per directions given by the
Engineer-in-Charge or his authorized representative AE(E)/JE(E) at site of work.

19.0 All the material to be used on the work shall confirm to one of the following specifications
in order of priority.

(a) As per the make mentioned in Schedule of work.


(b) As per terms and conditions of specification.
(c) The material should confirm IS specification and should be ISI marked if available.
(d) If material to be used is not covered by any one of the above specifications it should be got
approved from the Engineer-in-charge before use at site. No claim for defective material
brought by the contractor and not approved by the Engineer –in- Charge shall be
entertained.

20.0 Sizes of angle iron/flat iron/GI pipes/Thickness of M.S. sheet to be used for fabrication of
panels, wherever mentioned are nominal sizes.

Page-26
21.0 The contractor is advised to unroll the cable drums properly at the time of laying of cables,
so that the cables are not damaged.

22.0 All concealed work and earthing shall have to be done in presence of the Engineer-in-
Charge or his authorized representative.

23.0 Earth continuity and availability shall be ensured by the contractor during execution of
work.

24.0 The contractor shall submit neatly prepared electrical inventory of electrical installations in
triplicate.

25.0 In the length of loop cables of size 3.5 x 35 sqmm between the BFL Poles, no cable joints
shall be permissible.

26.0 Completed work is to be handed over to BSF by the department. The same will be
intimated to the contractor and the firm/authorized Engineer with required staff is suppose
to be present at the time of handing over. However any defect pointed out by BSF
authorities at the time of handing over is to be rectified by the firm. Nothing extra will be
paid on this account.

27.0 Payment Terms

27.1 The following percentage of contract rates for the various items included in the contract
shall be payable against the stage of work shown herein.
a) 60% after initial inspection and delivery at site in good condition on pro-rata basis
b) 25% after completion of installation in all respects.
c) Balance 15% will be paid after testing, commissioning and handing over to the
department for beneficial use.

28.1 The PVC cables shall be suitable for installation in air, conduits, ducts, open concrete
trenches, for direct burial in either wet, or dry locations for indicated operating conditions.
28.2 The length of the cables required shall be measured w.r.t. site conditions and these shall be
delivered in section of approved length only, to avoid jointing as far as possible.
28.3 Cable delivery shall be scheduled in consultation with department only.
28.4 All cable’s shall be offered for inspection by department prior to dispatch, department
reserve the right to wave of inspection so required in lien of proper test certificates.
28.5 All the dismantled material shall have to be taken out from the site before completion of
work and no dumping of dismantled (waste) shall be allowed in Border Area.
28.6 Dismantled material will have to be carry out with gate pass duly issued by the JE(E)/AE(E)
concerned.
28.7 The Agency shall submit identity and residence proof etc, of workers Driver i/c vehicle
registration and Driving License for obtaining permission from BSF Authorities in 03
Days.
28.8 No claim on idle labour shall be entertain by the Department.
28. 9 The agency shall make their own arrangement of lodging and boarding of worker/staff.

Page-27
Site Information
29.1 The contractor is advised to visit the site of work to assess the quantum / scope of
work involved and to acquaint himself regarding the site conditions, availability
of water, provisions and other necessities to be made for execution of work,
arrangements to be made for labour & supervisory staff including transportation
& cartage as required. Department shall facilitate their entry in the secured area.
29.2 The work is of sensitive nature and meant for National Security, target date for
completion of the work has to be adhered strictly. The contractor shall plan and execute
the work, adhering to the scheduled date of completion, which may require
simultaneous taking up the work at various locations by deploying additional
manpower and machinery, for which nothing extra shall be paid. All the staff deployed
by the contractor shall be of sound integrity and the antecedents of the staff needs to be
got verified from the police authorities. The contractor shall have to coordinate with
police authorities, if required. The contractor and his men shall have to abide by the
security instructions of BSF authorities and the normal working time shall be in day
time. No claim of idle labour or any other claim on this account shall be entertained by
the Department. The persons executing the electrical work should have, the valid
electrical license issued by the competent authority.

29.3 The responsibility for making arrangement for “water and power supply” required for
the work rests with the agency, within his quoted rates. In case, BSF permits the usage
of available facilities of “water and power supply” at a BOP to the agency, the same
can be availed subject to agency substantiating the quality / suitability of available
water for usage in the foundation work. However, any charges payable to the BSF
authority for such a usage of “water and power supply” of the BOP shall be payable by
the agency, directly and no claim on this account shall be entertained by the
Department.
29.4 The contractor has to take full precaution & safety measures of his men and materials,
during execution of work, till the time the entire work is completed i/c. testing, as
required under the rules and handing over of the installation to the Department.
Nothing extra shall be payable on this account. For any type of miss-happening/human
loss, during the period, the contractor will be fully responsible for it and liable to bear
all losses and pay full compensation. The Department will not take any responsibility
for such type of happening.
30.0 Related Documents

30.1 These General Specifications shall be read in conjunction with the General conditions
of contract, Tender Specifications, Schedule of work, Drawings and other documents
connected with the work. In case of any conflict in the specifications, terms &
conditions, following precedence shall follow :-
(e) As per the description mentioned in Schedule of work and technical
specifications in the tender.
(f) As per Commercial and Additional conditions in the tender.
(g) As per relevant CPWD specifications for Civil and E&M work.

(h) The material should be confirming to IS specification and should be


ISI marked, if available.
(i) If material to be used is not covered by any one of the above specifications
it should be got approved from the Engineer-in-charge, before use at site.

Page-28
31.0 Conformity with Statutory Acts/Rules, Standards, Specifications and Codes

31.1 All the work shall be carried out as per following CPWD General Specifications and
should also comply with relevant provisions of the Indian Electricity Rules and Act as
applicable, amended up to date. :-
(a) CPWD Specifications (Vol. I & 2) -2009 (for Civil work)
(b) CPWD Specifications for Electrical work part-I (Internal)- 2013
(c) CPWD Specifications for Electrical work part-II (External)-1994
(d) CPWD Specifications for Electrical work part-IV (Substation)-2013

31.2 All components shall conform to relevant Indian Standard Specifications, wherever
existing, as amended up to date. No claim for defective material brought by the
contractor and not approved by the Engineer-In-Charge shall be entertained.

31.3 Sizes of angle iron/flat iron/ Thickness of M.S. sheet to be used for fabrication of BFL
Poles, panels etc. wherever mentioned are nominal sizes.

Submission of Drawings for approval

The successful bidder shall prepare and submit three sets of following documents along
with drawings, within the prescribed Mile stone and get them approved from Engineer-
In-Charge, before start of the work.

(a) Dimensional General Arrangement Drawings of LT cubical panel, outdoor type


main feeder pillars, sub feeder pillar, cable junction box.

31.3 Submission of Drawings on completion of Installation

Detail of electrical installations drawing depicting: -


(i) Installed BFL poles and electrical distribution system incorporating Feeder
Pillar locations and cable route with cable sizes.

(ii) Line diagram and layout of all electrical control panels giving switchgear ratings
and their disposition, cable feeder sizes and their layout.

31.4 The contractor will have to maintain proper alignment of poles, which may require
clearing of shrub/ trees etc. falling on the route for which no extra payment will be
made. All the cable terminals for connection to MCBs/MCCBs/Switch gear etc be
provided with suitable capacity of thimbles/sockets.

31.5 The contractor shall unroll the cable drums properly at the time of laying of cables, so
that the cables are not damaged. Empty cable drums (wooden) and assorted wooden
packing boxes of other accessories etc. shall be the property of contractor after
completion of work and such property shall be removed by the contractor within two
weeks of the physical completion of works, failing which recovery at the rate of Rs
500/- (Rupees Five Hundred Only) for each cable drum shall be made from the bill of
the contractor.

31.6 The contractor is bound to sign the site order book, as and when required, by the
Engineer-in-charge and carryout the instruction recorded therein.

Page-29
31.7 In HDPE Pipe and/or cable laying work the excavated soil is to be used as cushioning.
If required, the extra earth (surplus earth) after back filling of excavated trench / pole
foundation is to be disposed of beyond the lead of border road. Nothing extra shall be
paid on this account. All debris/malba generated while carrying out work shall be
removed and shall be cleared by contractor as soon as the work is completed. The work
should be carried out, carefully, in a manner that no damage is done to the existing
fence, road. In case any damage is done, same has to be repaired without any extra
cost. In case of excavation for foundation, in trenches or other areas, the bed of
excavation shall be to the correct level or slope and shall be consolidated by watering
and ramming.
31.8 No T & P will be issued by the Department. All T&P required for the execution of
work shall be arranged by the contractor at his own cost and nothing extra shall be paid
on this account.

Procurement of materials

32.1 The placement of orders on the manufacturer for supply of the cables, HDPE pipes, LT
Panels and feeder pillars, junction box, switchgears etc. shall be in accordance with the
final approved design only and shall be procured directly from the approved
manufacturer or their authorized distributer/dealers only. All the LED Luminaries
required for the work shall be procured directly from the approved manufacturer or
their authorized distributors/dealers only. As and when the contractor places order for
the LED fittings cables, HDPE Pipes and Master Feeder Pillars, Feeder Pillars, LT
Panel, Junction Boxes, cables etc., a copy of such orders shall be endorsed to the
Engineer-In-Charge. Department shall Not Take any spare quantity of items, if
procured more than what is required at the site and approved by the Engineer-in-
charge.

32.2 The contractor shall provide at a particular BOP, the UG cables and HDPE pipes of
only one make out of the indicated acceptable makes in the NIT. Engineer-In-Charge
may permit the agency to take deviation in the one make requirements, under
exceptional circumstances beyond the control of the agency and at the instance of the
agency. The contractor shall provide LED Luminaries of one make. However,
Engineer-In-Charge, at its discretion may allow more make if the situation
demands so.

32.3 To ensure genuineness & quality of material like MCCBs, MCBs, switchgears, etc.,

(a) The contractor shall submit proof of their direct procurement from the
manufacturer/ authorized dealers.

(b) Certification of the authorized Engineer of the manufacture of panels and feeder
pillars towards of genuineness of material like MCCBs, MCBs, switchgears, etc.
utilized in panels and feeder pillars.
33.0 Inspection of materials and equipments

33.1 Materials and equipments to be used in the work shall be inspected by the
Departmental officers/ third party. Such inspection will be of following categories:
(i) Inspection of materials / equipments to be witnessed at the Manufacturer’s
Factory/Works in accordance with relevant BIS /
Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s).
(iii) To receive materials after physical inspection at site.
(iv) Outside laboratory testing.
Page-30
33.2 Inspection at Factory/Work’s and Laboratory Testing
33.2.1 The contractor must intimate to the Engineer-in-Charge at least Ten days,
in advance, about the probable dates for factory/work’s inspection of materials like
BFL poles, LED Fittings, cables, HDPE Pipes and Feeder Pillars. The contractor shall
coordinate arrangements at factory/ work’s for inspection. The contractor shall furnish
certified copies of all the Type Test Certificates, as prescribed in the relevant BIS
standards to inspecting officers. Further access to the original Type Test Certificate for
verification shall be arranged by the contractor.
The Engineer-in-charge or his authorized representative shall inspect the material at the
manufacturer’s premises/ work’s and carry out the Acceptance and Routine tests as per
the prescribed BIS standards, as amended up to date and in accordance with the
sampling plan prescribed therein i/c those detailed in Technical Particulars
Specifications of individual items hereafter. Copies of all documents of routine and
type test certificates of the equipment, carried out at the manufacturers premises /
work’s shall be furnished to the Engineer-in-charge and consignee. The cost of visit of
the Departmental officials to the factory/ work’s shall be borne by the Department. The
Department reserve the right to waive off such factory/ work’s inspection in lieu of
suitable test certificate, at its discretion. The details of testing of LED fittings is
described in later part of this tender document under Technical Specifications
33.2.2 The outside laboratory test of cables & HDPE pipe shall be conducted in CBRI,
Central Institute of Plastic Engineering & technology, National Test House, Regional
Research Laboratory, Laboratories of IIT/NIT, any other NABL accredited Test House.
The contractor shall provide samples from the material brought at site “free of cost”.
The contractor shall also assist inspection and collection of samples for testing by
Engineer-in-charge or his authorized representative. All costs incurred in collection of
samples, packing & transportation to the approved outside laboratory shall be borne by
the contractor.
33.2.3 The cost of testing conducted in outside approved laboratory of Cable & HDPE pipe
shall be borne by the Department /contractor in the manner described below:
(i) By the Department, if the test results show that the material/items of work
conform to the relevant Specifications.
(ii) By the contractor, if the test results show that the material/items of work
does not conform to the relevant Specifications.
33.2.4 In case the contractor or his authorized representative is not present or don’t associate
themselves in collection of test samples, the test results/reports of such tests and
consequences thereon shall be binding on the contractor.
33.2.5 On completion of factory/ work’s inspection, dispatch instructions accompanied with
copies of inspection report shall be issued by the Inspecting Officer. Only those
materials as passed in inspection by the Inspecting Officer shall be dispatched. The
inspecting officer will get the stickers {marked “INSPECTED”} pasted on all items

inspected and an additional sticker marked “TESTED” only on the items tested. The
LED fittings, UG Cables, HDPE pipes, Poles, LT panels and feeder pillars etc damaged
in transit, found defective in manufacturing, or otherwise shall be replaced with new
ones within two weeks of intimation given in this regard.

Page-31
33.2.6 The requirement of testing at manufacturer’s premises, in presence of representative of
the Department, can be dispensed with / waived off by the Engineer -In-Charge,
keeping in view the exigency of works or other administrative reasons.

34.0 Guarantee

34.1 The contractor shall guarantee among other things, the followings
(a) Quality, strength & performance of the materials used as per manufacturers standards
(b) Safe mechanical and electrical stress on all parts at specified conditions of operation.
(c) Satisfactory operation during the maintenance period.

34.2 All equipments shall be guaranteed, against unsatisfactory performance and/or break
down due to defective design, workmanship or material, for a period indicated
hereafter, to be reckoned from the date of completion of the installation or date of
offering of installation to BSF for taking over, whichever is later.

Sl. No. Description of items Guarantee Period


1 LED Flood Light Luminaries i/c
their electronic drivers 5 Years
2 Other items 12 Months

34.3 The equipments or components, or any part thereof, so found defective during
guarantee period shall be forthwith repaired or replaced by the contractor free of cost,
to the satisfaction of the Engineer-in-Charge. In case, undue delay is caused by the
contractor in doing this, the same will be got done by the department at the risk and
cost of contractor. The decision of Engineer-in-Charge in this regard shall be final and
binding.

35.0 Rates
35.1 All tendered rates shall be inclusive of all taxes, levy or cess applicable on last
stipulated date of receipt of tender including extension if any as specified under Clause
38 of General Conditions of Contract 2014, as amended upto the last date of
submission of bid.
35.2 GST / Security Deposit / Income Tax / Cess and any other tax as applicable, will be
recovered / deducted from the contractor’s bill.
35.3 Road Permit/Entry permit/ Octroi exemption certificate etc. of any type shall not be
issued by the department for the materials to be brought from outside the state by
contractor for this work. However, the intimation regarding award of work shall be
intimated to Sale Tax department of Gujarat.

35.4 All the applicable Central Government / State Government taxation, levies and labour
laws as are required to be complied with is to be fulfilled by the agency, within his
quoted rates.

36.0 Handing over of installation


36.1 Completed work is to be offered to BSF for handover by the Department. The same
will be intimated to the contractor and they shall ensure their presence at the time of
handing over. However any defect pointed out by BSF authorities at the time of
handing over is to be rectified by the contractor. Nothing extra shall be paid on this
account.

Page-32
36.3 Compensation for Delay
If the contractor fails to maintain the required progress or to complete the work on or
before the contract or justified extended date of completion, the contractor is liable to
pay compensation @ 1 % per month of delay for delay of work to be computed on per
day basis not exceeding 10 % of the Tendered Value of work. This provision shall be
read in conjunction with Clause 2 of General Conditions of Contract 2014 amended
upto the last date of submission of bid.

37.0 Release of security deposit & P.G. after the warranty period of LED fittings.

37.1 All the LED fittings/LED bulbs shall be guaranteed for a period of 5 years.

37.2 50% of the Performance Guarantee shall be refunded to the contractor soon after the
completion of the work and recording of the completion certificate.

37.3 50% of the Performance Guarantee shall be retained as a Security Deposit.

37.4 50% of the Performance Guarantee retained as Security Deposit plus 2.5% Security
Deposit already deducted from running bills (total 2.5 + 2.5 =5%) shall be refunded
year wise proportionately.

Executive Engineer (E)


BFLD, CPWD, Bhuj

Page-33
Technical Specifications

1.0 LED Flood Light Fittings


1.1 General Features of LED Luminaires required for Border Flood Lighting:

1.1.1 For achieving desired illumination levels, it is proposed to provide on BFL Pole, (130-160)
W (minimum 14000 system lumen out put) rating high power, heavy duty, outdoor type,
LED Flood Light Luminaries with CCT of 3045 K + 175 K with discrete SMD LEDs
having power rating between 1W-3W as per specifications and approved makes given
below. Chip-on-board LED shall not be acceptable.

The LED fitting shall have one meter or more length of 3 core connection wire outside the
LED fitting for making connection in junction box without any jointing / break in the
wires. No joint shall be allowed in the terminal wires from the LED fitting up to the
junction box provided in arms of pole.

2.0 Illumination Level Requirements


2.1 Taking into consideration a maintenance factor of 0.8 in the designing,
the following minimum vertical illumination in lux (at a height of 1.5 mts. above ground
level) and Uniformity ratios are intended to be achieved with the proposed configuration of
LED Flood Light Fittings :-

Sl. Min. Illumination and


Description of item and Periphery of the boundary
No. Uniformity ratios
where min. illumination is desired
(Min/Avg)
(i) At a distance of 140 Mtrs from the BFL Poles Min. 2.0 lux
(towards international border) with UR > 0.5
(ii) At a distance of 100 Mtrs from the BFL Poles Min. 2.5 lux
(towards international border) with UR > 0.5
(iii) At a distance of 60 Mtrs from the BFL Poles Min. 4.5 lux
(towards international border) with UR > 0.5
(iv) At a distance of 30 Mtrs from the BFL Poles Min. 6.0 lux
(towards international border) with UR > 0.4

2.2 To achieve above mentioned illumination levels, it is intended to provide on each BFL
Pole of 3 nos. LED Flood Lights Luminaries.

Models and makes of luminaires have been indicated in the list of acceptable makes of
material. The contractor shall select any make/model of such luminaires so as to ensure the
achievement of the illumination level indicated in para 2.1 above.

2.3 After completion of the work the actual illumination level achieved shall be recorded
jointly along with BSF and CPWD authorized representatives and shall be submitted
along with the final bill of the work.

2.4 SPD of LED fittings may be fixed with terminal box near inspection plate of pole or as per site
requirement as mutually agreed.

Page-34
3.0 Technical Specifications for LED flood light luminaires

3.1 Applicable Standards


The LED Luminaires should fully conform to following specification:-

S. Code No. Title


No.
(a) BIS10322 (Part 1) Luminaires- General Requirements.
(b) BIS10322 Safety requirements, performance requirements.
(Part 5/ Section 3)
(c) BIS 16101-2012 General Lighting – LED – LED modules –
Terms and definitions.
(d) BIS 16103 Led Modules for General Lighting- Safety
(Part 1)-2012 Requirements.
(e) BIS 16103 Led Modules for General Lighting- Performance
(Part 2)-2012 Requirements.
(f) BIS 16104-2012 D,C. or A.C. Supplied Electronic Control gear for
LED Modules- Performance requirements
(g) BIS 16105-2012 Method of measurement of Lumen maintenance of
Solid State Light (LED) sources.
(h) BIS 16106-2012 Method of electrical and photometric measurements
of Solid State Lighting (LED) product.
(i) BIS 16107 Luminaire Performance- General Requirements.
(Part 1)-2012
(j) BIS 16107 Luminaire Performance- Particular Requirements-
(Part 2)-2012 Section 1 LED luminaires.
(k) BIS 16108-2012 Photo biological Safety of Lamps and Lamp System.

3.2.1 Technical Particulars for Luminaires

S. Parameter Requirement
No.
(a) LEDs 1W -3W High Power LEDs with driving current of
each LED chip > 350 mA. Operating current of the
LED (design) should be < 70 % of the maximum
rated forward current of the LED. Real Thermal
Resistance (Rth) should be less than 5K/watt.
Minimum Number of LEDs in each fitting is 38
Nos, total lumen output 12300 lumen

(b) Housing / Body of fitting Heavy duty, outdoor type, High pressure single die
cast aluminum LM6/ ADC 12 housing with min 50
micron corrosion resistant polyester powder coating,
with SS 304 accessories/ hardware (screws, nuts
etc.).

(c) Cover / glass Fixture cover – Toughened glass with minimum


thickness

of 4.0 mm and minimum IK 08 rating.

Page-35
S. Parameter Requirement
No.
(d) Product qualities Energy efficiency, High quality consistency,
glare control lumen maintenance. The
manufacturer emblem / logo to be embossed/
engraved into the housing. The luminaire shall
be supplied with label, giving indication of
serial number, model and system lumen pack,
nominal CCT, Wattage of fitting, Date of
Manufacture, and other labeling details as per
IS.
(e) Optical assembly Structured LED array for optimized
photometric distribution with photometric
lenses designed to optimize application
efficiency and minimize glare.
(f) IP Protection for complete
fitting i/c housing, Optical IP 66
Block
(To be achieved with silicon gaskets and not
glue)
(g) Lens PMMA / PC Lens should be provided for each
LED
(h) Operating voltage,
Frequency, Power factor 140-270 Volt, 50-60 Hz, > 0.95
(i) Operating temperature Range: (-) 10˚C to (+) 50˚C
(j) LED junction temperature
@ Tq max < 95°C
(k) Total Current Harmonic
distortion <10%
(l) Total system wattage of
Fixture including Driver 130W to 160W
(m) Efficacy (lumen/watt) > 135 lumen /watt (for LED source)
& > 95 lumen /watt (for Luminaire /System )
(o) LED driver specification 140-270 Volt universal electronic potted drivers
with internal surge protection of 4 KV, Power
efficiency more than 85 %
(p) CRI & Correlated Color > 70 & CCT shall be nominal 3045 K (with
Temperature (CCT) variation
limits of ± 175 K) (per ANSI C78.377A CCT
std)
(q) Light Distribution Curve Symmetric/ Bi Symmetric
(r) Working Lifetime > 50000 hrs.
(s) Surge Protection External surge protection of 10kV, 5 KA
(DM/CM)to be provided outside the fitting
housing (to be mounted inside External Pole
control box)
(t) Guarantee for complete
luminaries i/c Electronic Five years
driver, SPD
Page-36
3.2.2 All the LED Luminaries i/c their electronic drivers & other accessories shall be guaranteed,
against unsatisfactory performance and/or break down due to defective design,
workmanship or material, for a period of five years, to be reckoned from the date of
completion of the installation or date of offering of installation to BSF for taking over,
whichever is later.

The contractor shall guarantee among other things, the following:

(a) Quality, strength & performance of the materials used as per manufacturers
standards.

(b) Safe mechanical and electrical stress on all parts at specified conditions of
operation.

(c) Satisfactory operation during the maintenance period.

3.2.3 Submission of Test Reports:


The copy of following test reports of NABL accredited laboratory shall be submitted along
with the Lighting Design Report:

LM 80 test report with a prediction /


(a) extrapolation as per TM-21 document of LED For LEDs (Source)
source.
LM79 from laboratories recognized by Govt.
For Luminaire (Efficacy, CCT,
(b) of India, Ministry of Science & Technology
CRI etc)
as R&D Centre or any NABL accredited Lab.
Heat Resistance Test,
Thermal Test,
Ingress Protection Test,
(c) IEC 60598 Electrical/Insulation Resistance
Test,
Endurance Test,
Humidity Test.
IEC 60068-2-31/IS9000 Part 7 / Sec 3
(d) 'Drop test
standards
'Vibration test'
(e) ANSI/IEC 68-2-6 standards

(f) Aerodynamic Wind Test Report NABL or International Lab


(g) Lighting Design Report By Manufacturer
(h) Compliance RoHS for LED
Test Report for Chemical Composition of
NABL , MSME , NTH or any
(i) material of Housing (die cast aluminum LM6/
Govt. Laboratory
ADC 12)
(j) High pressure die casting of housing By Manufacturer

Page-37
3.3 Testing of LED Luminaries
3.3.1 The following Acceptance and routine tests listed at a & b shall be carried out in
manufacturers In- house laboratory and tests listed below from c) to k) shall be carried out
at the manufacturers in-house laboratory (if accredited by NABL) or any other NABL
accredited laboratory if in-house laboratory is not accredited by NABL lab, on the
luminaries by the inspecting officer at the time of inspection, as per relevant IS
specification, for the luminaries. No extra payment shall be made on this account. NABL
accreditation of laboratory should be valid for all the tests as required below from c) to k).
The cost of testing shall be borne by the contractor. In case of the tests are done at
Manufacturer’s In-House Laboratory, the NABL accreditation certificate issued by NABL
covering scope of testing for all below test from c) to k) shall be required to be provided.

a) Visual Examination (for physical dimensions confirmation as per GA


Drawing, model no., wattage etc.)
b) Insulation resistance and electric strength.
c) Resistance to dust and moisture
d) Photometric test.
e) Endurance test.
f) Humidity test.
g) Drop test.
h) Vibration test.
i) Electrical parameters test (namely input power, input current, PF, THD,
output power, output current and output voltage).
j) Surge test.
k) High voltage and Low voltage test.
l) Scratch test to be performed on 1 piece/lot.

3.3.2 The lot for judging the conformity of a lot to the requirements of the acceptance tests,
sampling shall be done for each lot separately. For this purpose, the number of luminaries
shall be selected at random from each lot shall depend upon the size of the lot and shall be
in accordance with following Table.
Lot Size For Visual Examination, Insulation For other
resistance and electric strength acceptance tests,
Sample Size Acceptance number sample size
Upto 150 8 0 2
151 to 300 13 0 2
301 to 500 20 1 3

3.3.3 Along with the supplies of LED luminaries the following additional documents shall be
furnished :-
a) The LM 79 test report document of LED luminaries not more than 1 year old from
date of issue of order for the work. The LM 79 report may be from laboratories
recognized by Govt. of India, Ministry of Science & Technology as R&D Centre or
any NABL accredited Lab.
b) LM 80 test report with a prediction / extrapolation as per TM-21 document of LED
source.

Page-38
4.0 Guarantee:
4.1 LED luminaires shall have Guarantee period of five years All the LED Luminaries i/c their
electronic drivers & other accessories shall be guaranteed, against unsatisfactory
performance and/or break down due to defective design, workmanship or material, for a
period of five years, to be reckoned from the date of completion of the installation or date
of offering of installation to BSF for taking over, whichever is later.

The contractor shall guarantee among other things, the following:

(a) Quality, strength & performance of the materials used as per manufacturers
standards.
(b) Safe mechanical and electrical stress on all parts at specified conditions of
operation.
(c) Satisfactory operation during the maintenance period.

4.2 During the guarantee period of five years, after offering the installation to BSF, the
authorized person(s) of BSF shall get any defective Flood Light Fitting replaced with
spare fitting provided by the agency. The intimation of such a replacement shall be
given to the contractor for enabling him to undertake rectification of such faulty
fittings. The replaced defective Flood Light Fittings shall be repaired by the
Technicians of the Manufacturer of LED Flood Light Fitting at the feeding BOP and
subsequent handing over to the BSF authorized person(s) for installation. Within one
month of such LED Luminaries becoming in-operational, the contractor should
rectify/replace such LED Luminaries. On completion of five years guarantee period,
the damaged/in-operational LED Luminaries shall have to be rectified / replaced
by the contractor, otherwise, recovery on pro-rata basis from the security deposit
and performance guarantee amount shall be affected.

4.3 The Luminaries with accessories shall be enclosed in polythene sheet cover before
packing. The packing cases shall be of wooden and will be provided with small punched
opening at required place so that the sticker pasted by inspecting officer may be seen
without opening the packing case.

5.0 Field Performance Evaluation OF LED fittings

. 9 nos. luminaries of the selected model (s) of shall be installed in the existing BFL poles
at site by the contractor and make own arrangement for field testing & the actual
illumination level achieved shall be recorded jointly along with authorized representatives
of the Department.

The luminaries field performance for each of the observer position (namely, at the Pole and
at 50 Mtrs. from the Pole), as per following will be checked:

i) The point wise lux levels achieved in Grid size of 10mtr (H) x 10 mtr (V) (at a height of
1.5 mts above ground level).

ii) The back throw light at 1.5 mtrs, 3 mtrs and 4.5 mtrs. behind the BFL Poles.

The following minimum vertical illumination in lux (at a height of 1.5 mts above ground
level) and Uniformity ratios are intended to be achieved taking into consideration a
maintenance factor of 0.8 in the designing with the proposed configuration of LED Flood
Light Fittings:
Page-39
Min. Illumination and
Description of item and Periphery of the boundary
S. Uniformity ratios
where min. illumination is desired
No. (Min/Avg)
(i) At a distance of 140 Mtrs from the BFL Poles (towards Min. 2.0 lux
international border) with UR > 0.5
(ii) At a distance of 100 Mtrs from the BFL Poles (towards Min. 2.5 lux
international border) with UR > 0.5
(iii) At a distance of 60 Mtrs from the BFL Poles (towards Min. 4.5 lux
international border) with UR > 0.5
(iv) At a distance of 30 Mtrs from the BFL Poles (towards Min. 6.0 lux
international border) with UR > 0.4

The back throw of light towards the observer should be less than 0.3 lux
(with uniformity greater than 0.4). The drawing of illumination level is enclosed as
Annexure-“A”.

6.0 DWC HDPE Pipes


6.1 The Double Walled Corrugated (DWC) HDPE Pipes shall confirm to IS: 14930
(Part-II)-2001. The DWC HDPE Pipes shall consist of two layers, the outer layer
shall be corrugated and the inner layer shall be plain and smooth, free of sharp edge,
burrs or surface projections, holes, breaks and other defects. The ends shall be
cleanly cut and shall be square with axis of the pipes. The DWC HDPE Pipes shall be
supplied in any color other than black.
6.2 The contractor shall provide, within his quoted rates, the required quantities of
following accessories having dimensions suitable for joining the pipes, as per the
DWC HDPE pipe manufacturer recommendations.

(a) Plastic Coupler: The coupler shall be of Push-fit type with O-ring meeting
IP:67 requirements. It is used for jointing two or more pipes. The design of
this shall be simple, easy to install and shall provide air tight and water tight
joint between the two pipes. The coupler shall ensure that the two pipes are
butted smoothly without any step formation in the inner surface.

(b) End Cap: Suitable plastic cap shall be fitted on the both ends of pipe to avoid
entry of dust, mud and rainwater into the pipe during the transit & storage.

The agency shall also arrange suitable end caps for the pipe from the manufacturer of
the HDPE pipe. Such end caps shall have requisite sized hole, commensurate to the
size of the cable drawn in the HDPE pipe for sealing the open ends of pipe after
laying of cables. The end caps shall be properly sealed with epoxy sealing
compound/silicon sealing compound to achieve IP-67 protection, as per the
recommendations of the HDPE pipes manufacturer. The contractor shall provide end
caps and their sealing within his quoted rates.

6.3 The DWC HDPE Pipes and fittings shall withstand the stresses likely to occur during
transport, storage, recommended installation practice and application. The protective
properties of the joint between the pipes and its accessories shall not be less than that
declared for the DWC HDPE Pipes.

6.4 The DWC HDPE Pipes shall have prominent marking, at regular intervals along their
length, preferably at 1m but not longer than 3m, using indelible ink with following
information.

Page-40
 Manufacturers name and size of the pipe
 Specification No.
 Lot No. of the Product and Date of manufacture

5.5 The DWC HDPE pipes shall be packed as to permit convenient handling and
to protect against loss or damage during transit and storage.

6.6 Requirements of Raw Materials Used for the DWC HDPE Pipes
6.6.1 The base HDPE resin used for the outer and inner layer of the DWC HDPE Pipe shall
conform to any designation of IS: 7328 or to any equivalent standard meeting the
requirements, when tested as per the standards given therein.
However, the manufacturers shall furnish the designation for the HDPE resin
as per IS: 7328 as applicable.

6.6.2 The anti-oxidants used shall be physiologically harmless and none of the additives
shall be used separately or together in quantities as to impair long term physical and
chemical properties of the pipe.
6.6.3 The raw material used for extrusion shall be dried to bring the moisture content to
less than 0.1%.
6.7 Testing of DWC HDPE Pipe
6.7.1 The acceptance tests shall be conducted for normal duty of DWC HDPE pipes and its
accessories, at the manufacturer's laboratory by inspecting authority or at any
recognized laboratory. Each test shall be carried out on three samples for every
HDPE Pipe size. The test report of recognized laboratory in respect of raw material
of the DWC pipes shall be furnished to the inspecting authority.

6.7.2 The Engineer In charge or his authorized representative shall have free access to the
works of the manufacturer and to be present at all reasonable times and shall be given
facilities by the manufacturer to inspect the manufacturing of the pipe at any stage of
manufacture. He shall have the right to reject whole or part of any work or material
that does not conform to the terms of this specification or any equivalent
specification or requirement applicable and may order the same to be removed /
replaced or altered at the expense of the manufacturer. All reasonable/complete
facilities considered necessary by the inspecting authorities for the inspection of the
pipes shall be supplied by the manufacturer “free of cost”.
6.7.3 The manufacturer shall supply the pipe samples and samples of the raw materials
“free of charge” as required by the inspecting authority and shall, at his own cost,
prepare and furnish the necessary test pieces and appliances for such testing as may
be carried out at his own premises in accordance with this specification. Failing the
existence of facilities at his own premises for the prescribed tests, the manufacturer
shall bear the cost of carrying out the tests in an approved laboratory, workshop or
test house.
6.7.4 All the length of same nominal size, similar construction and class manufactured
from the same material under essentially similar conditions of production shall be
grouped together to constitute a lot. For judging the conformity of a lot to the
requirements of the acceptance tests, sampling shall be done for each lot separately.
For this purpose, the number of lengths to be selected at random from the lot. These
lengths will be selected at random from the lot for taking samples. From
each of these lengths, sample of pipe shall be taken. The length of the sample shall be
sufficient so as to provide test pieces of required lengths as laid down in various test
clauses.

Page-41
6.8 Rejection
In case the DWC HDPE pipes tested and inspected in accordance with this
specification, fail to pass the tests or comply with the requirement of the
specification, the whole consignment shall be rejected subject to the discretion of the
Engineer In charge or his authorized representatives.

6.9 Size of Trench

The DWC HDPE pipes shall be laid in 75 cm deep trench, the width of trench for laying
two pipes in one tier horizontal formation shall be 50 cm and for laying one pipe shall be
30 cm.

7.0 LT UG Cable

7.1 Cables shall be brought from manufacturer only as per approved NIT and confirm to
following latest relevant applicable Standards:-

a) IS-8130 :- Conductor for insulated electric cables & flexible cords


b) IS-398 (Part-IV) :- Aluminum Conductors
c) IS-5831 :- PVC insulation and sheath of electric cables
d) IS-1554 (Part-I) :- PVC Insulated PVC Sheathed Cables

7.2 The PVC Cable shall be manufactured and tested strictly in accordance with the Indian
Standard IS 1554 (Part – I) and its latest amendments.
7.3 All conductors shall be of stranded construction complying with the requirement of class II
of IS: 8130 with latest amendments. All conductors shall be of high electrical conductivity
Aluminium conforming to requirement of IS: 8130 with latest amendments. Before
stranding, the conductor shall be sector shaped, uniform in quality, solid, smooth and free
from scale, sharp edges and other defects.
7.4 Insulation
7.4.1 The insulating material shall be PVC and applied by extrusion process as per IS-1554 or
applicable as per its latest amendments.

7.4.2 The insulation properties shall be stable under thermal conditions arising out of continuous
operation at conductor temperature of 70 degree Centigrade rising momentarily to
160 Degree Centigrade under short circuit conditions.

7.4.3 It shall fit tightly to the conductor and should be applied concentrically about the conductor
in thickness consistent with the voltage classification.

7.4.4 The insulation should be so applied that it shall be possible to remove it without damaging
the conductor.

7.4.5 The insulating material shall have excellent electrical properties with regard to resistivity,
dielectric constant and loss factor and shall have high tensile strength and resistance to
abrasion. This shall not deteriorate at elevated temperatures or when immersed in water.
The insulation shall be preferably fire resistant and resistant to chemicals like acids,
alkalies, oils and ozone.
Page-42
7.4.6 The armouring shall be of galvanized steel strips for multi core cables. The galvanized steel
wires shall comply with the requirements of IS: 3975 with latest amendments.

7.4.7 Sequential cable marking should be done on the cable after 1 meter. It should indicate the
name of the purchaser as “BFLZ, CPWD”, size of cable, name of manufacturer etc.

7.4.8 Cables shall be supplied in the wooden drums in the specified length. Wooden drums shall
be strong, weatherproof and non-returnable. The ends of the cable shall be sealed by means
of non – hygroscopic sealing material.

8.0 Cable Junction Box

8.1 The Cable Junction Box shall be not less than of nominal dimensions of 500mm x
450mm x 300 mm, and made out of 2 mm thick CRCA sheet, duly powder coated
and with locking arrangement.

8.2 Appropriate size bus bar arrangement for cable jointing shall be provided in the
Cable Junction Box and these Junction Boxes shall be mounted on 40 mm x 40 mm x
6 mm thick angle iron frame with point 1000 mm long leg, as per the approved
drawings.

8.3 The foundation for junction box shall be made of cement concrete 1:2:4 (1 cement: 2
coarse sand: 4 graded stone aggregate 20 mm nominal size). The base of the junction
box shall be at least 600 mm above the ground level. The foundation drawing shall be
got approved from Engineer-In-Charge before execution.

9.0 LT Panel, Master Feeder Pillar, Main Feeder Pillar and Sub Feeder Pillar

9.1 The contractor shall have to furnish dimensional drawings of LT Panel / Feeder
Pillars (for Electrical Distribution System) for the approval of the Engineer-in-
charge, prior to their fabrication. The fabrication of LT Panel / Feeder Pillar shall be
done as per the approved drawings and changes, modifications, rectifications
suggested as per the inspection observations. Degree of Ingress Protection for indoor
Panel shall be IP 42 and outdoor Feeder Pillar shall not be less than IP 54.

9.2 The MCCBs shall be compatible for reliable protection and accurate measurement.
The rated Service breaking capacity (kA) shall be 100% of Ultimate breaking
capacity (kA). All MCCBs shall be current limiting type with features of load line
reversibility and suitable for horizontal / vertical mounting without any derating. The
MCCBs shall be with thermo magnetic release. MCCBs shall be used with terminal
spreaders and all terminals shall be shrouded to avoid direct contact. Only one make
of MCCB/MCB shall be used in the Feeder Pillar. All the electrical components
selected for constructing various modules of the Master Feeder Pillar, Main Feeder
Pillar and Sub Feeder Pillar must have different ratings to perform the duty they will
be required to do consistently without any deterioration in their normal life and safety
of the other equipment.
Page-43
9.3 All measuring and indicating instruments shall be protected through MCB’s and
isolating switches. The Feeder Pillars shall conform to IS: 5039 and shall comply
with CPWD specifications and Indian Electricity Rules. All components used in the
manufacture of the Master Feeder Pillars and Main/Sub Feeder Pillars shall confirm
to the relevant Indian standard specification and especially to the followings:
Indian standard Title
IS -8623/1993 LT Panel
IS- 5039 Distribution Feeder Pillars
IS-13947 Degrees of protection provided by enclosures

9.4 After erection, the L T Panel, Master Feeder Pillars and Main/Sub Feeder Pillars
shall be commissioned after:

(a) Tightening of all nuts and bolts.


(b) Closing any left out holes to ensure the entire panel is insect proof.
(c) Megger testing.
(d) Earth testing.
9.5 LT Panel

9.5.1 The LT Panel shall be fabricated out of CRCA sheet not less than 2.00 mm thick,
wherever necessary such sheet steel members shall be stiffened by angle iron. IP
rating for the LT panel shall not be less than IP 42.
9.5.2 General constructions shall employ the Principle of compartmentalization &
segregation for each circuit. Unless otherwise approved, incomer & bus section
panels or sections shall be separate and independent and shall not be mixed with
sections required for feeders. Each sections of the rear accessible type board shall
have hinged access doors at the rear. Multitier mounting of feeders is permissible.
The general arrangement for multitier construction shall be such that the horizontal
tiers should give a pleasing & aesthetic look.

Cable entries for various feeders shall be from the bottom through cable alleys
located in the panel. All cable entry shall be through gland plates. Provision of gland
plates at top of cable alley shall also be kept for future requirements.

There shall be removable gland plate and provision for each cable entry so that there
will be dislocation of already wired circuit when new feeders are added.
The construction shall include necessary cable support for clamping the cable in the
cable alley or rear cable chamber.

9.5.3 All the wiring of controls, indication etc. shall be with suitable copper Conductor
cables PVC insulated conforming to IS 1554 Part-I wiring shall be suitably supported
& clamped. Where wires are drawn through steel conduits, the works shall conform
to CPWD General Specification from Electrical works (Part I
internal) 2013 & IS 732 as the case may be identification ferrules shall be at both
ends of the wires. All control wirings meant for external connection are to be brought
out on a terminal board.

9.5.4 All the main and distribution panel will be a free standing or wall / floor mounting,
front operated, compartmentalized and segregated for each cubical in construction
having multitier arrangement of the incomers and feeders as per detail given in the
schedule of quantities. The panel shall have bottom cable entry (Gland plate) and a
suitable size of bus chamber middle of the panel vertically or as approved by the
Engineer-In-Charge as per requirement at site.

Page-44
9.5.5 The height of the panel (Including Base Channel of 100 mm) should be limited to
handle etc. of the highest unit and shall not be at a height more than
1700 mm. All the cables incoming to the LT Panels will be entering from the bottom.
For this purpose a removable gland plate will be provided at the bottom.
All the components of module will be mounted on a component plate using the
machine screws and taped holes. (Except, the components mounted on the door).
These components plate should be fixed with bolts for easy replacements.

9.5.6 The main LT Panel will be metal clad, cubical in construction, free standing,
floor mounted, in door type sheet metal enclosure. All the cubicles will be equipped
with front located, outward opening; lockable doors having hidden wings and a
bolted back cover both using non-deteriorating neoprene rubber gaskets.
The panel board will have structural frame made out of shapes, CRCA sheet
2.00 mm thick to cover all the sides, top and bottom of the cubicles.
The panel should be fabricated in a single length section. The panel will be provided
with a base frame made out of M.S. channel. All the hardware used in the assembly
will be electroplated. The compartmentalization of the cubicles shall be got done by
MS sheet / 5 mm thick FRP sheet as per requirement / approved drawing.

9.5.7 The main bus bar of the panel will be shaped out of high conductivity, electrically
conductor grade, aluminium and with sufficient cross section so that a maximum
current density of 130Amp/sq.cm (800Amp/ sq. inch). The bus bar will be covered
with RED, YELLOW, BLUE AND BLACK heat shrinking PVC sleeve throughout.
The bus bar will run in a separate bus bar chamber using bus insulators made of non-
deteriorating, vermin proof, non-hygroscopic materials such as epoxy fiber,
reinforced polyester and the glazed porcelain.

Each vertical section of modules will be given power supply by using a set of
complete enclosed vertical bus bars taping off from the main bus bars. These vertical
bus bars will be of adequate size and rating to carry the full load current of all the
modules. A minimum of 1.6 times the width of bus bars will be the lapping length of
each joint. Base frame of the LT Panel shall be made out of 100mm x
50mm x 5 mm MS channel.

9.5.8 All iron works of control panels shall be powder painted (after seven tank cleaning
process) at the works before dispatch to the site with two coats of anti-corrosive
primer paint / finishing of approved colours. However, further finishing if required
after installation shall be done at site by the tenderer without any extra cost.

9.5.9 Suitable numbers of removable gland plates of 3mm thick M.S sheet duly
electroplated for incoming and outgoing cables in the base plate of panel to be
provided.

9.5.10 All the electrical components selected for constructing various modules of the
LT Panels must have different ratings to perform the duty they will be required to do
consistently without any deterioration in their normal life and safety of the other
equipment.

9.5.11 Earthing : 2 Nos. 20 x 3 mm copper strip for LT panel shall be fixed all around the
panel connected to 2 Nos. earth bus copper strips connected to incoming earth
conductors.

Page-45
Annexure -A

Area of 14000 sqm (100 M x 140 M.) and a height of 1.5


M from G.L., needs to be considered

Should confirm to both of the following 2 Nos. Position


of the observer :-

(a) At the Pole, along the line of Poles

(b) 50 Mtrs. from the Pole, along the line of Poles

3 Nos. LED Fittings to be mounted on existing BFL Pole

Page-46
List of acceptable makes of materials

S.
Description of Item Acceptable Makes
No.
Cable Corporation of India (CCI) / RR Kabel Ltd. /
Al. conductor XLPE UG cable and PVC
Havells/ Incab/ KEI/ Universal cable Ltd. (Unistar) /
1 insulated and FR PVC sheathed Cu. conductor
Polycab / RPG Cables Ltd./ Finolex Cable Ltd./ Gloster/
flexible cable (ISI marked)
Rallison / Grandlay
Cable Corporation of India (CCI) / RR Kabel Ltd. /
FR PVC sheathed Cu. conductor flexible cable Havells/ Incab/ KEI/ Universal cable Ltd. (Unistar) /
2
(ISI marked) Polycab / RPG Cables Ltd./ Finolex Cable Ltd./ Gloster/
Rallison / Grandlay
3 LED Flood Light Fittings Philips, Wipro, HPL, Surya, Halonix, Crompton
Greaves, Polycab, Bajaj, Havells
4 Accessories of LED Flood Light Fittings
(a) Lens Ledil/ Ledlink/ Khatod / Philips
(b) Drivers Xitanium (Philips)/ Osram/ Meanwell/ Tridonic
(c) LEDs CREE/ Osram/ Nichia/ Philips Lumileds
(d) SPD Finder / Littlefuse / Philips / Zotup / Eaton /Schneider/
Hager
DWC HDPE Pipe REX Polyextrusion / Jain Irrigation / Duraline / Avadh
5
(ISI marked) Polytube/ Gemini
6 Thimble Dowell’s / Commet / Reycham / Elmec
7 Cable Gland Commet/ Gripwell
8 Straight through joint Reycham /Densons/3M (Mahindra)
Paints Berger/ Asian Paints / Nerolac, Jenson & Nicholson /
9
ICI paints
Cement ACC/ L&T/ Ultratech/ JP Rewa/ Birla Jute/ Cement
10
Corporation of India / J K /Shree/ Ambuja
Reinforcement Steel SAIL/ Tata Steel/ RINL/ JSW Steel Ltd. / Jindal Steel &
11
Power Ltd.
Weather proof junction box for connection of ABB/ Schneider Electric/ Hensel / Sintex
12 LED fitting
13 PVC Pipe/ Reinforced PVC Flexible Pipe. AKG/ Prakash/ Supreme /Precision
G I Pipe (ISI Marked) i/c Earth Pipe (ISI Tata/ Jindal Hissar/ Prakash Surya
14 Marked)

LT cubical panel, Main & Sub Feeder Pillar,


15 CPRI approved.
Junction box

16 MCCBs and MCBs L&T / Siemens / Schneider / Legrand / ABB


17 Ammeter/Voltmeter (Digital) AE/ Kappa/L&T/IMP/ Enercon/ Secure / Rishabh
18 Selector Switches L&T-Salzer/ Kaycee/ Siemens/GE
19 Indication Lamps & Push Buttons BCH / L & T / Telemechenique / Siemens / GE
20 Timers L&T/ Siemens/ABB/GE/ Conzerve
21 CTs Kappa/ L&T/AE
22 Fire Extinguisher (ISI Marked) Fire Shield/ Life Guard/Minimax/Safex
23 Change Over Switches L&T / Siemens / Schneider / Legrand / ABB/HPL

Note :- In case make of any equipment or material is not specified in the NIT,
the decision of the Engineer-In-Charge in this regard will be final

Page-47
SCHEDULE OF WORK

Name of work:- Maintenance / Repair of Border Flood Lighting Infrastructures i/c replacement of
defective HPSV fittings with LED fittings, defective electrical accessories under
Border Out Post No. 960 & 978 along Indo-Pak Border at Tharad in Gujarat
Sector.

S
Description of Item Qty Unit Rate Amount
no.
Sub Head -I (Luminaries)
Supply, installation, testing and commissioning of
suitable wattage range 130-160 W with energy
efficiency > 105 lumens per watt, high power, heavy
1 duty, outdoor type, integral Day Light LED Flood 312 Nos 9230.00 2879760.00
Light Luminaries with CCT of 3045 K ± 175 K , on
existing 10 mtr BFL pole including connections and
interconnections etc. complete as reqd.
Supply of suitable wattage range 130-160 W with
energy efficiency > 105 lumens per watt, high power,
2 heavy duty, outdoor type, integral Day Light LED 10 Nos 8794.00 87940.00
Flood Light Luminaries with CCT of 3045 K ± 175 K
, etc. complete as reqd.
Fabricating, painting (powder coated), providing, &
fixing of distribution/junction box made out of 2 mm
thick CRCA sheet of size 300 mm (W) x 450 mm (H)
x 100mm (D)deep with front openable door having
locking arrangement, having IP65 protection,
provision of 2 Nos. earth stud for earthing, box have
3 to be fixed on existing Octagonal poles with help of 104 Nos 4382.00 455728.00
bracket, necessary nut & bolt, provision of 3.5 core x
35 sq.mm inlet & outlet cable connections including
providing & fixing of 4 Nos. 100 Amp Al Bus Bar &
1 No. 16 Amp DP MCB & 3 Nos. 6 Amp SP MCB for
control of LED fitting etc including connection,
testing & commissioning etc. as required.
Supplying & Drawing 2.5 sq mm flexible 3 core
copper unarmored (FRLS) insulated cable in the
existing pole i/c making connections at One end with 312
4 Metre 100.00 312000.00
fitting fixed on 8.5 Meter height approx. and other end 0
with Junction Box etc. as required.
Supplying and fixing weather proof thermoplastic
junction box (IP65) on existing pole top bracket using
5 suitable GI bracket including fixing superior quality 9- 104 Job 1455.00 151320.00
way connector, plastic glands connection etc complete
as required.
Sub Head -II (Miscellaneous)
1 Dismantling of existing old metallic control gear box
(mounted on 8.5m G.I. Pole/11m M.S. pole at the
height of 1.5m) without damaging, handing over it 10 Job 176.00 1760.00
with accessories like copper ballast, Ignitor to JE(E) at
BOP 960 T-Joint as req. at site.

Page-48
2 SITC of outdoor type cable joint box fabricated out of
2mm thick (NS) CRCA sheet of size 600mm x
500mm x 300 mm deep having tappered roof ,front
vertical openable door with 4 no. TPN aluminium bus
bar of size 30mmx6mm which should be mounted on
40 mm x 40 mm x 6 mm thick angle MS iron frame
with 1 meter long leg including cement concrete 1:2:4
(1 cement: 2 coarse sand: 4 graded stone aggregate 20
mm nominal size) foundation of size 450(L) x 200(W)
x 600 (H) i/c dismantling of already existing damaged
15 No. 10753.00 161295.00
cable joint box after removing cable connection and
reconnection of same cable. The base of the junction
box shall be at least 600 mm above the ground level
etc as required at site.
Note:-
(i) Panel size indicated is nominal. The actual size
shall be as per the drawing approved by the
Department.
(ii) All screws, nut bolts and earth stud are to be used
of stainless steel only.
3 Supplying, Installation, Testing & Commissioning of
Double leaf door outdoor arrangement with tapered
roof on top, dust & vermin proof compartmentalized
Sub Feeder Pillar (SFP) made out of 2 mm thick
CRCA sheet, 4 strip 200 amp capacity PVC insulated
Copper busbar having required area (front
area)suitable base frame with legs of 1.0 metre length
made of minimum size 40 mm x 40 mm x 6 mm angle
iron earthing stud, detachable, gland plate, earth bar Sq.mt
3.6 37197.00 133909.20
connection, interconnection complete with powder r
coated paint of approved colour , all door cover &
door shall be provided with rubber gasket i/c provision
for electrical switch gear, cement concrete foundation
etc as reqd.Note:- (i) Panel size indicated is nominal.
The actual size shall be as per the drawing
approved by the Department.(ii) All screws, nut
bolts and earth stud are to be used of stainless steel
only.
4 Supplying and fixing the following electrical
switchgear in the existing feeder pillar
Incomer
(a) 63-80 A, 18 KA 3 Pole MCCB with spreader
6 Each 4198.00 25188.00
terminals
(b) Indication lamp LED (RYB)(3 Nos for 1 Set) 3 Set 426.00 1278.00
(c) SP MCB 2 Amp (C Curve) 9 Each 471.00 4239.00
(d) 0-200 Amps Ammeter of size 96 mm X 96 mm (Digital) 3 Each 1236.00 3708.00
(e) 0-500V Voltmeter of size 96 mm X 96 mm (Digital) 3 Each 1236.00 3708.00
(f) CT's 200/5 AMP , set of 03 Nos. Burden 15 VA :Class 1 3 Set 2325.00 6975.00
Outgoings
(g) 40-50 A , 18 KA 3 Pole MCCB with spreader
9 Each 4214.00 37926.00
terminals

Page-49
5 Painting of 9-11 metre long existing rusted octagonal
G.I./M.S. tubular pole i/c bracket with two or more
coat of Aluminum/ synthetic enamal paint to give
even shade after removal of rust and application of 104 Job 820.00 85280.00
metal red oxide primer etc. complete as required.
Note: Poles are 100 metre apart approx and are
installed linearly.
6 Brush Painting with Metal primer and synthetic
enamel/ paint of approved brand i/c surface
preparation by scrapping old paint and painting and
applying with one coat of primer and one or more coat Sq.
11 189.00 2079.00
of synthetic enamel paint of approved colour at rusted mtr
surfaces of LT panel, MFP, SFP, Joint Box, CG box,
DG set etc. as required at site.
7 Numbering of pole at Indo - Pak Border Zero Line
with paint minimum size of alphabet and number 5" X
2.5"at existing pole installed at different BOPs. etc as 54 No 96.00 5184.00
required with yellow base and black alphabet and
number at pole.
8 Repairing of existing CC collar foundation of GI pole
of size 550mm(L) x 550mm(W) x 500mm(H) with
15mm thick cement plaster of mix 1:4 ( 1 cement:4
fine sand) at all levels, digging soil around foundation 10 Each 529.00 5290.00
and refilling the sand up to ground level, compacting
soil etc. as required at site.
(Foundation repairing for 1 pole = 1 Job)
9 Providing and fixing following rating and breaking
capacity and pole MCCB with thermomagnetic release
and terminal spreaders in existing cubicle panel board
including drilling holes in the existing cubicle panel,
making connections, etc. as required.
(a) 100-125 A, 18 KA 3 Pole MCCB 4 Each 4727.00 18908.00
(b) 250 A 36 KA 4 Pole MCCB 4 Each 17272.00 69088.00
Sub Head -III (Cable Laying)
1 Supplying and laying of following size DWC HDPE
pipe ISI marked along with all accessories like socket,
bend, couplers etc. conforming to IS 14930, Part II
complete with fitting and cutting, jointing etc..direct in
ground (75 cm below ground level) including
excavation and refilling the trench but excluding sand
cushioning and protective covering etc., complete as
required.
(a) 63 mm dia (OD-63 mm & ID-51 mm nominal) 500 Metre 209.00 104500.00
2 Supplying and Laying of one number Aluminium
conductor PVC insulated and PVC sheathed (with
extruded inner and outer sheath) armoured UG cable
of 1.1 KV grade of following size in the existing
DWC HDPE pipe as required./PVC Pipe etc. as
required.
(a) 3.5x35 sq.mm 500 Metre 341.00 170500.00
3 Supplying and Laying of one number Aluminium
conductor PVC insulated and PVC sheathed (with
extruded inner and outer sheath) armoured UG cable
of 1.1 KV grade of following size in the existing
masonary open duct or loose for connections as required.
(a) 3.5x35 sq.mm 50 Metre 333.00 16650.00
Page-50
4 Supplying and making end termination with brass
compression gland and aluminium lugs for following
sizes of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as
required.
(a) 3.5 x 35 Sqmm (32 mm) 208 Set 300.00 62400.00
Sub Head -IV (Credit for Redundant Material)
1 Following old redundant material i/c its transportation
from site / store etc complete as required .
(a) 1 x 250 watt HPSV non-Integral fitting 290 No. -125.00 -36250.00
2 x 250 watt HPSV non-Integral fitting without
(b) 145 No. -150.00 -21750.00
control gear
(c) 2x2.5 sq.mm copper cable 3000 Metre -4.00 -12000.00
(d) 2.5 sq.mm copper cable 800 Metre -2.00 -1600.00
(e) MS Control Gear Box with accessories 43 No. -1200.00 -51600.00
(f) Polycarbonate Control Gear Box with accessories 92 No. -800.00 -73600.00
(g) Assorted Joint Box 15 No. -200.00 -3000.00
Total Rs. 46,06,813.00

Assistant Engineer (E) Executive Engineer (E)


BFLSD-III, CPWD, Tharad BFLD, CPWD, Bhuj

Page-51

You might also like