+ All Categories
Home > Documents > TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar...

TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar...

Date post: 11-Aug-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
260
TENDER DOCUMENT FOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVAK KENDRA, PT. UMA SHANKAR DIKSHIT ROAD, TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001-TO BE COMPLETED WITHIN 30 DAYS OF LETTER OF ACCEPTANCE (LOA)* ARCHITECTS M/S VIRENDER SHARMA AND ASSOCIATES ARCHITECTS, ENGINEERS, INTERIOR CONSULTANTS A3/205 A, JANAKPURI, NEW DELHI-110058. TEL NO:- 011-25598151, MOBILE NO:- 9811020690. CENTRAL MEDICAL SERVICES SOCIETY Ministry of Health & Family Welfare (Government of India) Annexe to main Building of Indian Red Cross Society, 1, Red Cross Road, New Delhi – 110001, India Phone: 011- 23736186, Fax: 011- 23730120, Email: [email protected] Website: www.cmss.gov.in & www.eprocure.gov.in/cppp Page No.1 of 260
Transcript
Page 1: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

TENDER DOCUMENT

FOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETYOFFICE AT VISHWA YUVAK KENDRA, PT. UMA SHANKAR DIKSHIT ROAD, TEENMURTI MARG CHANKAYAPURI, NEW DELHI-110001-TO BE COMPLETEDWITHIN 30 DAYS OF LETTER OF ACCEPTANCE (LOA)*

ARCHITECTS

M/S VIRENDER SHARMA AND ASSOCIATESARCHITECTS, ENGINEERS, INTERIOR CONSULTANTS

A3/205 A, JANAKPURI, NEW DELHI-110058.TEL NO:- 011-25598151, MOBILE NO:- 9811020690.

CENTRAL MEDICAL SERVICES SOCIETYMinistry of Health & Family Welfare

(Government of India)Annexe to main Building of Indian Red Cross Society,

1, Red Cross Road, New Delhi – 110001, IndiaPhone: 011- 23736186, Fax: 011- 23730120, Email: [email protected]

Website: www.cmss.gov.in & www.eprocure.gov.in/cppp

Page No.1 of 260

Page 2: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.2 of 260

Page 3: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Central Medical Services Society, Annexe Building, IndianRed Cross society, 1, Red cross Road, New Delhi-110001.

Tender No. CMSS/Admn./182/2018

TENDER NOTICE

DG&CEO,Central Medical Services Society Invites online tender for following work (Part-I –Technical Bid, Part-II – FINANCIAL Bid) from the Contractors registered in the approved list ofcontractors of PWD/MES/ CPWD/ Railways/P&T and any other government department inappropriate class for following work.

Name of Work: Interior Renovation Work of Central Medical Services Society Office AtVishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Road, Teen Murti MargChankayapuri, New Delhi-110001.

Tender documents with BOQ can be downloaded from CPP Portalwww.eprocure.;gov.in/cppp and CMSS website: www.cmss.gov.in.

Bid published date & Time 27/11/2018 at 1300 hrs

Site visit 30/11/2018 (from 1400 hrs-1800hrs)

Last date of submission of pre-bid queries (on email) 03/12/2018 at 1200 hrs.

Pre - Bid Meeting 03/12/2018 at 1600 hrs.

Last date of receipt of Tender 11/12/2018 at 1600 hrs.

Opening of Tenders (Technical Bids only) 12/12/2018 at 1630 hrs.

CMSS reserves the right to reject any or all tenders without assigning any reason thereof.For further details please visit our Website: www.cmss.gov.in

GM (Admn.)Email:[email protected]

Page No.3 of 260

Page 4: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.4 of 260

Page 5: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Page no. 4 of 262CONTENTS

Sl.No. Description Page No.

1. Salient Features 9

2. Instructions to Bidders (ITB) 11

3. Table of Forms (Section 2) 13

4. Contractor’s Bid (Name of work) 21

5. Bidder’s qualification 23

6. Letter of Tender (Appendix-A) 27

7. Bank of Certificate (Sample format) 29

8. Organisation structure (Bidder) (Statement –A) 31

9. Personnel deployed for Project (Statement-B) 41

10. Financial Information (Statement –C) 45

11. Details of completed works in last five years (Statement-D) 51

12. Details of on-going works (Statement-E) 55

13. Plant, Machinery & Equipment (Statement-F) 59

14. Details of Termination of Contract by prev. Clients, if any (Statement-G)

(Statement-G)

61

15. Status of current Litigation, if any 63

16. Bidder’s Legal Status on account of the litigation (Statement –I) 65

17. Certificates of completed similar nature of works in last 5 years(Ann-A) 67

18. Letter of Acceptance 69

19. Issue of notice to proceed with the work 71

20. Contract Form 73

21. Condition of Contract & contract data 75

22. Forms of Securities 99

23. Bid security (B.G) (Annex-A) 101

24. Performance Bank Guarantee (Annex-B) 103

Page No.5 of 260

Page 6: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Sl.No. Description Page No.

25. Performance B.G (for unbalanced items) (Annex-C) 105

26. Technical specifications 107

27. Specifications for works 113

28. Approved Makes 137

29. Technical specifications-Electrical works 141

30. Workmanship & quality standards 217

31. Financial Bid 221

32. Summary of works 223

Page No.6 of 260

Page 7: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

ONLINE TENDER FOR INTERIOR RENOVATION WORK OFCENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWAYUVAK KENDRA, PT. UMA SHANKAR DIKSHIT ROAD, TEEN

MURTI MARG, CHANKAYAPURI, NEW DELHI-110001.

(TECHNICAL BID)

Page No.7 of 260

Page 8: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.8 of 260

Page 9: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Notice Inviting Tender For Interior Renovation Work Of Central MedicalServices Society Office At Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit

Road, Teen Murti Marg, Chankayapuri, New Delhi-110001.

Central Medical Services society, New Delhi, an autonomous organisation of Ministry of Healthand Family Welfare is setting up an office at Vishwa Yuvak Kendra, Pt. Uma Shankar DikshitRoad, Teen Murti Marg Chankayapuri, New Delhi-110001.

DG&CEO, Central Medical Services society, New Delhi Invites online bid for InteriorConstruction works under the Two Bid System From contractors who meet the following criteria.

(1) The BIDDER should be a well-established and reputed Civil/Interior Contractor, registeredas a Legal entity in India for a minimum period of five years,

(2) The BIDDER should have an annual turnover of Rs. 1 Crore (Rupees One Crore only) in allKinds of civil works or civil and electromechanical works during any two of the past Fivefinancial years, ending on 31st March 2018.

(3) The bidder should have satisfactorily completed as a prime contractor at least one singleProject of Civil construction & Electrical, Plumbing work not less than Rs. 1 Crore (Rupees OneCrore only).

(4) The bidder should produce Banker‘s Solvency Certificate or Revenue Solvency Certificateof The value of Rs. 1 Crore. Solvency Certificate must have been obtained not earlier than 1stJan 2018.

(5) The successful bidder shall ensure that, the direct subcontractors engaged in the works,Complies with all conditions as specified in the bid document.

1. Salient Features

Name of Work

Interior Renovation Work Of Central MedicalServices Society Office At Vishwa Yuvak Kendra,Pt. Uma Shankar Dikshit Road, Teen Murti Marg

Chankayapuri, New Delhi-110001.

Period of Completion

Total 30 Days from the date of receipt of LOA tobe completed in 2 phases as below :-

(a) Phase-I, in 10 days.

(b) Phase-II, within 30 days from LOA

2. Tender documents download details are as under :-

Page No.9 of 260

Page 10: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

A Cost of Tender Documents)

Nil

Tender document can be downloaded from CPP PortalCPP Portal www.eprocure.gov.in/cppp and CMSS

website: www.cmss.gov.in

B Published date & time 27-11-2018 at 1300 hrs.

CEarnest Money Deposit

(EMD)

The EMD amounting to Rs. 3.00 Lakhs to be paid byRTGS/NEFT in the following Bank Account.

Beneficiary Name :Central Medical Services Society

A/C No.: 32719062216Bank Name : State Bank of India

Branch: Nirman Bhawan, Maulana Azad Road, NewDelhi.

IFSC Code : SBIN0000583

D Site visit 30.11,2018 (from 1400 hrs to 1800hrs)

E Last date of submission ofpre-bid queries (on email)

03.12.2018 at 1200 hrs.

D Pre-Bid Meeting 03-12-2018 at 1600 Hours in CMSS

E Last date for submission ofbids

11-12-2018 at 1600 Hours

F Opening of Technical bid 12-12-2018 at 1630 Hours

DG & CEO, Central Medical Services Society, reserves the right to accept/reject anyone /all the tenderswithout assigning any reason thereof.

General Manager (Administration)Central Medical Services Society,

Annexe Building India Red Cross society,1 Red cross Road, New Delhi-110001.

Page No.10 of 260

Page 11: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

SECTION 1:INSTRUCTIONS TO BIDDERS (ITB)

A. General

1. Scope of Bid

(i) Director General & Chief Executive Officer (hereafter referred DG&CO), CentralMedical Services Society, Annexe Building India Red Cross society, 1, Red cross Road,New Delhi-110001, India invites online bids for the Interior Renovation Work Of CentralMedical Services Society Office at Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Road,Teen Murti Marg, Chankayapuri, New Delhi-110001.

(ii) The successful bidder will be expected to complete the work by the intendedcompletion date specified in the Contract data.

(iii) This Invitation for online bid is open to all reputed well established and experiencedcontractors, who satisfy the qualifying criteria stipulated.

(iv) Forms of Bid and Qualification Information, a statement that the Bidder is notassociated, nor has been associated in the past, directly or indirectly, with the ArchitectConsultant or any other entity that has prepared the design, specifications, and otherdocuments for the Project or being proposed as Project Manager for the Contract. Afirm that has been engaged by the CMSS to provide consulting services for thepreparation of tender documents, supervision and certification of the works, and any ofits affiliates, shall not be eligible to bid.

2. Qualification of the Bidder

2.1 Since CMSS has not undertaken pre-qualification of potential bidders, all bidders shallsubmit the attested copies of following with their bids:

(i) Copies of defining the constitution or legal status, place of registration and principalplace of business.

(ii) Total monetary value of construction work performed for each of the last five years.

(iii) Experience in works of a similar nature and size for each of the last five years, and detailsof works under way or contractually committed; and clients who may be contacted forfurther information on those contracts.

(iv)Major items of construction equipment proposed to carry out the Contract.

(v) Qualifications and experience of key site management and technical personnelproposed for the Contract.

(vi)Reports on the financial standing of the Bidder, such as profit and loss statements andauditor's reports for the past five years;

Page No.11 of 260

Page 12: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

(vii) Evidence of adequacy of working capital for this contract.

(viii) Information regarding any litigation or arbitration resulting from contractsexecuted by the Bidder in the last five years or currently under execution. The informationshall include the names of the parties concerned, the disputed amount, cause of litigation,and matter in dispute.

(ix) The proposed methodology and program of construction including EnvironmentalManagement Plan backed with equipment, materials and manpower planning anddeployment, duly supported with broad calculations and quality control proceduresproposed to be adopted, justifying their capability of execution and completion of the workas per technical specifications within the stipulated period of completion as per milestones.

(x) A Programme Evaluation Review Technique (PERT) chart and presentation may beasked on how the two phases of work would be completed in 10 days (1st phase) and 30days (2nd phase) from award of LOA which has to be attached.

2.2 Bids from Joint ventures are not acceptable.

2.3 To qualify for award of the contract, each bidder should meet the following requirement :-

(i) The BIDDER should be a well-established and reputed Civil/Interior Contractor,registered as a Legal entity in India for a minimum period of five years,

(ii) The BIDDER should have an annual turnover of Rs.1 Crore (Rupees one crore only) inall Kinds of civil works or civil and electromechanical works during any two of the pastFive financial years, ending on 31st March 2018.

(iii) The bidder should have satisfactorily completed as a prime contractor at least onesingle Project of Civil construction & Electrical, Plumbing work not less than Rs. 1 Crore(Rupees One Crore only).

(iv) The bidder should produce Banker‘s Solvency Certificate or Revenue SolvencyCertificate of The value of Rs. 1 Crore. Solvency Certificate must have been obtainednot earlier than 1st Jan 2018.

(v) The successful bidder shall ensure that, the direct subcontractors engaged in the works,Complies with all conditions as specified in the bid document.

2.4 Each bidder should further demonstrate:

(a) Availability (either owned or leased or by procurement against mobilizationadvances) of the following key and critical equipment for this work:

NOTE: Based on the studies, carried out by the bidder should prepare a detailedconstruction planning and methodology supported with layout and necessary drawingsand calculations to allow the CMSS to review their proposals. The numbers, types andcapacities of each plant/equipment shall be shown in the proposals along with thecycle time for each operation for the given production capacity to match therequirements.

Page No.12 of 260

Page 13: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

(b) Availability for this work, Site Engineer with not less than FIVE years' experience inconstruction of similar civil engineering, Mechanical, Electrical and allied works andother key personnel with adequate experience as required. The bidders are to produceorganization chart for the execution of the project with responsibilities included.

2.5 Even though the bidders meet the above qualifying criteria, they are subject to bedisqualified if they have:

a) made misleading or false representations in the forms, statements andattachments submitted in proof of the qualification requirements; and/or Recordof poor performance such as abandoning the works, not properly completingthe contract, inordinate delays in completion, litigation history, or financialfailures etc.and/or

b) Participated in the previous bidding for the same work and had quotedunreasonably high bid prices and could not furnish rational justification to theCMSS.

3. Site visit:

The Bidder, at the Bidder‘s own responsibility and risk is encouraged to visit and examinethe Site of Works and its surroundings and obtain all information that may be necessaryfor preparing the Bid and entering into a contract for construction of the Works. The costof visiting the Site shall be at the Bidder's own expense on dated 20.11.2018 (from1400hrs to 1800 hrs).

4. Content of Bidding Documents:

4.1 The set of bidding documents comprises the documents listed below and addendaissued, if any:-

i. Invitation for Bids Sectionii. Instruction to Biddersiii. Forms of Bid and Qualification informationiv. Conditions of Contractv. Contract Datavi. Specificationsvii. Drawingsviii. Bills of Quantitiesix. Forms of Securities

4.2 Bidding documents submitted should be completed in all respect. It should be notedthat incomplete bid will be summarily rejected.

5. Clarification of Bidding Documents:

5.1 Pre-bid meeting: The bidder or his official representative is invited to attend a pre-bidmeeting on 22.11.2018 at 1130 hrs.

Page No.13 of 260

Page 14: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

5.2 The purpose of the meeting will be to clarify issues and queries on any matter that maybe raised at that stage.

5.3 Non-attendance at the pre-bid meeting will not be a cause for disqualification of abidder. However bidder must attend the pre-bid meeting to get the clearunderstanding about the project requirements.

6. Amendment of Bidding Documents:

Any corrigendum thus issued shall be part of the bidding documents and will bepublished in www.eprocure.gov.in and www.cmss.gov.in Website only.

7. Language of the Bid: All documents relating to the bid shall be in the English language.

8. Documents comprising the Bid:

The bid submitted by the bidder shall comprise the following:

A. Technical Bid:

(a) Technical Bid documents duly signed on each page with company seal.(b) EMD (Proof of payment through RTGS and NEFT),(c) Priced Bill of Quantities, duly signed on each page with company seal.(d) Qualification Information Form Documents and company profile.(f) PERT chart of 30 days to complete the work and handing over of completed worksite to the CMSS.

And any other materials required for completing the bid and submitted by bidders inaccordance with these instructions.

B. Financial Bid.

Financial Quote should be submitted online through www.eprocure.gov.in.

9. Bid Prices:

9.1 The contract shall be for the whole works as described in financial bid and bill ofquantities listed therein.

9.2 The bidder shall fill in rates and prices and line item total (both in figures and words) forall items of the Works described in the Bill of Quantities along with total bid price (both infigures and words). Items for which no rate or price is entered by the Bidder will not bepaid for by the CMSS when executed and shall be deemed Covered by the other ratesand prices in the Bill of Quantities.

9.3 All duties, taxes, and other levies payable by the contractor under the contract, or forany other cause shall be included in the rates, prices and total Bid Price submitted bythe Bidder.

9.4 Warranty on the executed work and material supplied be valid for one year from thedate of handover. The contractor will attend the complaints, if any, till one year

Page No.14 of 260

Page 15: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

otherwise performance guarantee will be forfeited. CMSS reserves the right to reject orcancel the contract without assigning any reason whatsoever.

10. Currencies of Bid and Payment: The unit rates and the prices shall be quoted by the bidderentirely in Indian Rupees.

11. Bid Validity: Bids shall remain valid for a period of 90 days after the deadline date for bidsubmission.

12. EMD:

12.1 The EMD amounting to Rs. 3.00 Lakhs to be paid by RTGS/NEFT in the following BankAccount.

Beneficiary Name : Central Medical Services SocietyA/C No. : 32719062216Bank Name : State Bank of IndiaBranch : Nirman Bhawan, Maulana Azad Road, New Delhi.IFSC Code : SBIN0000583

12.2 Any bid not accompanied by proof of EMD shall be rejected.

12.3 The EMD of unsuccessful bidders will be returned after award of work to successfulbidder.

12.4 The EMD of the successful bidder will be discharged when the bidder has signed theContract and furnished the required Performance Security.

12.5 The EMD may be forfeited

(a) If the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) In the case of a successful Bidder, if the Bidder fails within the specified time limit to Signthe contract or furnish the required Performance Security.

12.6 BID OPENING:

CMSS will open technical bids received, at 1500 hrs on 30.11.2018 in the presence ofthe Bidders or their representatives at Central Medical Services Society, AnnexeBuilding Indian Red Cross Society, 1, Red Cross Road, New Delhi -110001. Financial bidwill be opened in respect of those bidders who found qualified in technical bid fulfillingall tender conditions.

13. Clarification of Bids:

13.1 To assist in the examination, evaluation, and comparison of Bids, the CMSS may, at itsdiscretion, ask any Bidder for clarification of his Bid, including breakdown of the unitrates.

Page No.15 of 260

Page 16: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

13.2 Any effort by the Bidder to influence the CMSS in the Technical/financial bidevaluation, bid comparison or contract award decisions may result in the rejection ofthe Bidders bid.

14. Examination of Bids and Determination of Responsiveness:

14.1 A substantially responsive Bid is one which confirms to all the terms, conditions, andspecifications of the Bidding documents, without material deviation or reservation. Amaterial deviation or reservation is one (a) which affects in any substantial way thescope, quality, or performance of the Works; (b) which limits in any substantial way,inconsistent with the Bidding documents, the CMSS rights or the Bidder's obligationsunder the Contract; or (c) whose rectification would affect unfairly the competitiveposition of other Bidders presenting substantially responsive Bids.

14.2 If a Bid is not substantially responsive, it will be rejected by the CMSS.

15. Correction of Errors:

(a) where there is a discrepancy between the rates in figures and in words, the rate inwords will govern; and

(b) where there is a discrepancy between the unit and the line item total resulting frommultiplying the unit rate by the quantity, the unit rate as quoted will govern.

16. Evaluation and Comparison of Bids: If the Bid of the successful Bidder is seriouslyunbalanced in relation to the Architect's estimate of the cost of work to be performed underthe contract, the CMSS may require the Bidder to produce detailed price analysis for any or allitems of the Bill of Quantities, to demonstrate the internal consistency of those prices with theconstruction methods and schedule proposed.

17. Award Criteria: The CMSS will award the Contract to the Bidder whose Bid has beendetermined to be substantially responsive to the Bidding documents and who has offered thelowest evaluated on total/composite value of BOQ provided that such Bidder has beendetermined to be eligible.

18. CMSS Right to Accept any Bid and to Reject any or all Bids: The CMSS reserves the right toaccept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any timeprior to the award of Contract, without thereby incurring any liability to the affected Bidder orBidders or any obligation to inform the affected Bidder or Bidders of the grounds for the CMSSaction.

19. Notification of Award and Signing of Contract: The notification of award will constitute theformation of the Contract, subject to the furnishing of a performance security.

20. Performance Security:

Page No.16 of 260

Page 17: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

20.1 Within 3 days of receipt of the Letter of Acceptance, the successful Bidder shall deliverto CMSS a Performance Security in any of the forms given below for an amountequivalent to 10% of the Contract price. The PBG/Security will be valid for 14 months.

A bank guarantee in the form given in Demand draft/Bank Guarantee, fromnationalized / scheduled bank located in India in favour of, CENTRAL MEDICAL SERVICESSOCIETY, ANNEXE BUILDING INDIAN RED CROSS SOCIETY, 1 RED CROSS ROAD, NEWDELHI-110001.

20.2 Failure of the successful bidder to comply with the requirements shall constitute abreach of contract, cause for annulment of the award, forfeiture of the bid security andany such other remedy the CMSS may take under the contract, and the CMSS mayresort to awarding the contract to the next ranked bidder at risked and cost ofdefaulting L1 bidder.

21. Payment and Security: The contractor shall submit his running bills not less than 25 lakhstowards completed work after certified the work by Architect.

22. Corrupt or Fraudulent Practices:

CMSS requires that Bidders, Suppliers, Contractors, and Consultants observe the higheststandard of ethics during the procurement and execution of such contracts. In pursuit of thispolicy, the CMSS

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

I. Corrupt practice‖ means the offering, giving, receiving, or soliciting, directly orindirectly, of anything of value to influence the action of a public official in theprocurement process or in contract execution;

II. Fraudulent practice‖ means a misrepresentation or omission of facts in order toinfluence the procurement process or the execution of a contract;

III. Collusive practice‖ means a scheme or arrangement between two or more Bidders,with or without the knowledge of the CMSS, designed to establish bid prices at artificial,non-competitive levels.

IV. Coercive practice‖ means harming or threatening to harm, directly or Indirectly personsor their property to influence their participation in the procurement process or affect theexecution of a contract;

(b) Will reject a proposal for award if it determines that the Bidder recommended for awardhas, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercivepractices in competing for the Contract in question;

(c) will have the right to require that a provision be included in Bidding Documents and incontracts requiring Bidders, Suppliers, Contractors to permit the CMSS to inspect their accountsand records and other documents relating to the bid submission and contract performanceand to have them audited by auditors appointed by the CMSS

23. Penalty Clause: If the work is not completed within the aforesaid period the contractor shallpay liquidated damage of 3% per week subject to a maximum 10% of value of work order incase of delays beyond the accepted completion period for reasons solely attributed to him.

24. Extra Items:

Page No.17 of 260

Page 18: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

a. the rate of extra items shall be worked out in accordance with the following rules.

The rates for the extra items shall be derived from the rate of an appropriate item of the similarclass as per CPWD Manual where items are not specified in the BOQ

c. Variation and Non- Tendered items, if any, shall be carried out under specific writteninstruction by architects and prior sanction by CMSS. Sanction for all extra items shall be soughtby the contractor within seven days from the occurrence of such necessity.

25. Warranty on the executed work and material supplied be valid for one year from the dateof handover. The contractor will attend the complaints, if any, till one year otherwiseperformance guarantee will be forfeited. CMSS reserves the right to reject or cancel thecontract without assigning any reason whatsoever.

Page No.18 of 260

Page 19: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

SECTION 2:

FORMS OF BID, QUALIFICATION INFORMATION AND LETTEROF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- CONTRACT FORM

Page No.19 of 260

Page 20: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.20 of 260

Page 21: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Contractor's Bid

NAME OF WORK:

Interior and Renovation Work of Central Medical Services Society Office at Vishwa YuvakKendra, pt. Uma Shankar Dikshit Road, Teen Murti Marg, Chanakyapuri, New Delhi-110001

To: DG & CEO,

Address: Central Medical Services Society, Annexe Building Indian Red Cross Society, 1, RedCross Road, New Delhi-110001

Sir,

Interior And Renovation Work Of Central Medical Services Society Office At Vishwa YuvakKendra, Pt. Uma Shankar Dikshit Road, Teen Murti Marg, Chankayapuri, New Delhi-110001Having examined the bidding documents including addendum, we offer to execute the Worksdescribed above in accordance with the Conditions of Contract, Specifications, Drawings andBill of Quantities accompanying this Bid.

This Bid and your written acceptance of it shall constitute a binding contract between us. Weunderstand that you are not bound to accept the lowest or any Bid you receive. We herebycertify that we have taken steps to ensure that no person acting for us or on our behalf willengage in bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) theabove contract, we will strictly observe the laws against fraud and corruption in force in Indianamely ―Prevention of Corruption Act 1988 and amendment in year 2018.

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Securityrequired by the Bidding documents.

Yours faithfully,

Authorized Signature:Name & Title of Signatory:Name of Bidder:

Page No.21 of 260

Page 22: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.22 of 260

Page 23: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes ofqualification criteria as mentioned in bid document.

To be eligible for Qualification, BIDDERS shall provide evidence to suitability of their meeting theCriteria indicated in bid document and furnish details giving their full bio-data, organizationalset up, technical experience, availability of plant and equipment’s etc. To establish theircapacity and competence, and possession of adequate resources to carry out the contractseffectively and for this, the BIDS submitted shall include the following:

1 Letter of tender; as in Appendix A

2. For Individual Bidders

2.1 Constitution or legal status of BidderInformation shall be submitted in the Statement –A attached separately

2.2 Total value of Interior Engineering construction 2014-2015_______work executed and payments received in the 2015-2016_______last five years (in Rs. Crores) 2016-2017_______

2017-2018_______2018-2019 (till submission of bid

document date)

2.3 Year wise work performed as prime contractor (in the same name) on works of a similarnature over the last five years. Information shall be submitted in the Statement –D attachedseparately

2.4 Information on Bid Capacity (works for which bids have been submitted and works whichare yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:Information shall be submitted in the Statement–E attached separately.

(B) Works for which bids already submitted but yet to be finalized. Information to be givenin the statement given below.

Description ofWork

Place&State

Name andAddress oforganization

Estimated valueof works

Stipulatedperiod ofcompletion

Remarks

if any

Page No.23 of 260

Page 24: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2.5 Information of Contractor's Equipment, available Plant and Machinery is essential forcarrying out the Works. The Bidder should list all the information requested below. Informationshall be submitted in the Statement –F attached separately

2.6 Qualifications and experience of key personnel proposed for administration and executionof the Contract. Attach biographical data. Information shall be submitted in the Statement –Battached separately.

2.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors'reports (in case of companies/corporation), etc. Information shall be submitted in theStatement –C attached separately

2.8 Evidence of access to financial resources to meet the qualification requirements: cash inhand, lines of credit, etc. List them below and attach copies of support documents.

2.9 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who mayprovide references if contacted by the CMSS.

2.10 Information on litigation history in which the Bidder is involved. Information shall besubmitted in the Statement –H attached separately

2.11 Details of termination of contract by previous client if any in last five years Information shallbe submitted in the Statement –G attached separately

2.12 Proposed work method and schedule. The Bidder should attach descriptions, drawingsand charts as necessary to comply with the requirements of the Bidding documents.

Additional Requirements:

a) Certificates in support of suitability, technical know-how and capability for havingsuccessfully completed the works during the last five years under Annexure ‗A‘.

b) A detailed description on the approach, methodology to the constructiontechnology proposed, schedule and type of equipment to be used, names andresponsibilities and detailed qualifications of the proposed subcontractors, if any etc.

c) A detailed description of any method (PERT) of approach specially devised by thecontractor to speed up the work.

d) Current solvency certificate or letter of support from the BIDDER‘S Banker for anamount of Rs 50 Lakhs, not older than three months from the last date of submissionof Bid.

e) Details of cases of having been barred or black listed from the Bidding process, ifany. Black-listed Agencies ‘Tender is liable to be rejected.

2.13 The Selected Bidder shall provide all facilities to DG & CEO, Central Medical ServicesSociety, Annexe Building Indian Red Cross Society, 1 Red Cross Road, New Delhi-110001 forverification of the information / details furnished by them and also for inspection of their workscarried out / in progress if requested.

3. PARTICULAR ATTENTION:

3.1 CMSS reserves its rights to disqualify any BIDDER if:

Page No.24 of 260

Page 25: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

The BIDDERS have made untrue or false representation in the forms, statements andattachments submitted in proof of the qualification and requirements;

The BIDDER‘s track record of poor performance such as abandoning the work, not properlycompleting the contract, inordinate delays in completion or financial failures etc.

The BIDDERS have suits lodged / admitted / pending against it in a Court of Law forproceedings for declaration of Bankruptcy, etc or any suit which challenges the basicexistence of the BIDDER and substantially influences its capacity to implement the Workssatisfactorily. Information on the legal matters is to be submitted as per

Statement-I.

The BIDDER shall unconditionally waive all rights in respect of challenging in any courtany matter concerning this BID evaluation and award/termination of Contract. Theaggrieved bidder can approach DG & CEO, Central Medical Services Society, AnnexeBuilding Indian Red Cross Society, 1 Red Cross Road, New Delhi-110001 for their appealagainst any order.

4. FINAL DECISION MAKING AUTHORITY

4.1 The main criteria for the selection of Contractors for the work will be on the consideration oftheir ability to fulfill their obligations under the contract. And competence to do good qualityworks within specified time schedule resources committed evaluation of technical submissionetc. in addition to consideration given for competitiveness of bid price.

4.2 Selection of bidder’s qualification will be made by a Tender evaluation committee on thebasis of document submitted by individual bidders.

4.3 DG & CEO, Central Medical Services Society, Annexe Building India Red Cross Society, 1Red Cross Road, New Delhi-110001 reserves the right to accept or reject any Bid or to reducethe scope/ cancel the exercise without having to incur any cost or to assign any reason for itsdecision to any party whatsoever and DG & CEO, Central Medical Services Society, decisionon qualifying contractors will be final and binding on all the contractors.

Page No.25 of 260

Page 26: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.26 of 260

Page 27: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

APENDIX – A

(LETTER OF TENDER)

Date:

ToThe DG &CEO,Central Medical Services Society,Annexe Building Indian Red cross society,1, Red cross road, New Delhi-110001

Sir,Sub: Submission of Bid FOR Interior And Renovation Work Of Central Medical ServicesSociety Office At Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Road, Teen Murti MargChankayapuri, New Delhi-110001.

1. I / We ………………………………………..having examined the details given in theInvitation to BIDDERS, we hereby submit the following information and relevantdocuments.

a. I/We hereby certify that all the statements, information and data provided in theenclosed Statements A to G. and accompanying sheets are true and correct to thebest of my / our knowledge.

2. I/We .…………………………. have read the instructions appended with the qualificationdocument and I/We understand that any contract made between ourselves and THEDG & CEO Central Medical Services Society on the basis of the information given by me/ us is liable to be cancelled if any false information is detected at a later date.

3. I/We ……………………………..have also no objection if enquiries are made on all theprojects and works listed by me / us in the accompanying sheets or any other enquiryon the information furnished herewith in the accompanying sheets.

4. I/We have furnished all information and details as asked for and have no furtherpertinent information to provide.

5. I/We submit the requisite certified solvency certificate and authorize THE DG & CEOCentral Medical Services Society, Annexe Building India Red Cross Society, 1 Red CrossRoad, New Delhi-110001 to approach the Bank issuing the solvency certificate to verifythe correctness thereof. I/We also authorize THE DG & CEO Central Medical ServicesSociety, Annexe Building India Red Cross Society, 1 Red Cross Road, New Delhi-110001to approach individuals, CMSS, companies, and corporation to verify my / ourcompetency and general reputation.

6. I/We submit in the certificates in support of my / our suitability, technical know-how andcapability for having successfully completed the works during the last five years.

7. I/We also agree that the decision of DG & CEO, Central Medical Services Society,Annexe Building Indian Red Cross Society, 1 Red Cross Road, New Delhi-110001 in theQualification and selection of Contractors will be final and binding upon me / us.

Page No.27 of 260

Page 28: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

8. I/We agree that THE DG & CEO Central Medical Services Society, Annexe Building IndianRed Cross Society, 1 Red Cross Road, New Delhi-110001 reserves the right to qualify anycontractor or to cancel the exercise without assigning any reason for doing so or toincur any liability to any party whatsoever.

9. I/We agree not to withdraw from the contract after issue of LOA and before signing theContract. If so we abide by the condition that liquidated damages shall be claimedagainst us by THE DG & CEO Central Medical Services Society, Annexe Building IndianRed Cross Society, 1 Red Cross Road, New Delhi-110001.

10. The following are enclosed as enclosures to the letter of tender

I. Certificate of Incorporation from Registrar of CompaniesII. Memorandum of AssociationIII. Annual Report / Audited Balance Sheet & Profit and Loss Statement for the past 5

yearsIV. Solvency Certificate from Bankers for the value of Rs ------ LAKHS, current and

dated not earlier than three months from the last date of submission of bid.V. Support Certificate from Bankers for Credit facilities available and cash flow of Rs --

-----LAKHS per month.VI. Proof of filing Income Tax returns for the previous three years.VII. Sales Tax /Works Contract Tax / VAT / PAN Registration/GST and Clearance

certificate.VIII. PERT/BAR Charts and quality Formats used at site such as pour card for Concrete

etc.,IX. Testimonials from Clients / Consultants for completion of works included inX. LOA / Work Order issued by the Clients for ongoing works included inXI. weekly and monthly ; Management of direct subcontractors from selection

through execution of work; Coordination with Specialist contractors like Electrical,Air-conditioning, lifts etc. ;Quality control & quality Assurance at site; Safety Plan;

XII. Statements ‗A ‗ to ‗H ‗ with complete details. and any certificates other than thatlisted above.

I / we hereby agree to abide by the decisions of The DG & CEO Central Medical ServicesSociety, Annexe Building India Red Cross Society, 1 Red Cross Road, New Delhi-110001 in allmatters relating to this bid.

Date of Submission Signature of BIDDER with Official Seal

Page No.28 of 260

Page 29: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Sample Format For Evidence Of Access ToOr Availability Of Credit Facilities

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financialStanding. If the contract for the work, namely ………………………… is awarded to the abovefirm, we shall be able to provide overdraft/credit facilities to the extent of Rs. to meet theirworking capital requirements for executing the above contract.

__ Sd. __

Name of BankSenior Bank ManagerAddress of the Bank

Page No.29 of 260

Page 30: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.30 of 260

Page 31: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT – A

ORGANISATION STRUCTURE (BIDDER)

S.No Details requiredTo be filled by the Bidder

1 Name of the Bidder's Company

2 Nationality of Bidder

3

Establishment of the Company

i) Year

ii) Location

4.

The Bidder is a company

(Please enclose attested copy of registration /

incorporation under appropriate laws of theBidder‘s country)

Yes / No

Enclosed/ Not enclosed

5

Address of the Bidder :

i)

Registered Office Address

Telephone Number

Fax Number

E-mail Address

Web site

ii)Local office address:

Telephone Number

Page No.31 of 260

Page 32: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Fax Number

E-mail Address

iii)

Office address through which this work will be

handled and name of officer in-charge.

Telephone Number

Fax Number

E-mail Address

iv)

The Bidder has to furnish a detailed note onhow it will handle the project in India, ifsuccessful bidder, in terms of

(i) Finance,(ii) Manpower,(iii) Tools & equipment,

(iv) Use of local agencies and labour,

(v) Project control and management plan

6

Details of the Board of Directors

i) Name

ii) Qualification

iii) Organization

iv) Office address

v) Telephone Number

vi) Fax Number

vii) E-mail Address

7

Enclose Company's Organization Chartshowing the

structure of the organization including thenames of

Enclosed / Not Enclosed

Page No.32 of 260

Page 33: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

DG & CEO and position of Officers.

8

Number of years of experience and otherDetails.

a.

As a Principal Contractor

(Contractor shouldering major responsibility)

Yes / No

i. In own countryYes / No

No. of Years :

ii. Other countries (If yes, pl. specify country)

Yes / No

No. of Years :

Country :

9

Average number of permanent employees inthe last 12 months.

i) Managerial Nos.

ii) Technical

iii) Administration

Nos.

Nos.

iv) FinancialNos.

v) Quality Control and Quality AssuranceEngineer

Nos.

vi) Safety Officer Nos.

vii) Industrial Relations OfficerNos.

Page No.33 of 260

Page 34: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

viii) Supervisors Nos.

ix) Foreman Nos.

x) Skilled Labours Nos.

xi) Un Skilled Labours Nos.

xiii) Others ( to specify)

1.

Nos.

2.

Nos.

3.

Nos.

10

i) How many years has your Company been in

business of similar work under its present name&

address.

……….Years

ii) What were your fields of activities from when

your Company was established?

1.

2.

3.

iii) Whether any new fields were added in your

Company? and if so, when and in what fields? 1.

Page No.34 of 260

Page 35: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2.

3.

11

Area of business activities other thanconstruction

works, if any.

(If yes please furnish specific information).

Yes / No

12

In which fields of Interior engineering works doyou

claim specialization and interest?

1.

2.

3.

13

Whether registered with any Government /Public

Sector Undertaking / Local bodies like CPWD /MES

/ PWD or equivalent applicable in the Bidder's

country.

If yes, please furnish details class and type of

Registration.

1.

2.Yes / No.

3.

14

Registration Details :

i) Sales Tax Registration No or equivalent

applicable in the Bidder's country & Valid up to

ii) PF Registration No or equivalent applicablein

the Bidder's country & Valid up to

iii) ESI Registration No or equivalent applicablein

the Bidder's country & Valid up to

Page No.35 of 260

Page 36: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

iv) Service Tax registration No or equivalent

applicable in the Bidder's country & Valid up to

15

Whether adequate and satisfactory evidenceto

indicate financial capacity of the organizationto

undertake the said construction work isenclosed.

Yes / No

16

Do you have plans for sub-contracting thework

including specialised nature of building /

infrastructure works?

If yes, pl specify the quantum of contract interms

of percentage of works.

Also, pl furnish the value of work sub-contracted in

various works.

Details of credentials of the subcontractorsproving

their ability to handle the component of this

project.

Yes / No

%

Rs……………………

17

Do you have Latest Survey instruments and

Equipment to set out levels at any heights andall

type of Special structures?

Yes / No

If yes mention the name of

equipment and the quantity

possess.

18

Do you material in stock?

If yes, pl. furnish details of your own plant.

Yes / No

Page No.36 of 260

Page 37: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

If no, please specify name of manufacturer for

sourcing and the dependency of themanufacture

by the Bidder.

19Do you have R & D department?.

If yes, give details.

Yes / No

20

i) Do you have and adopt Quality Control and

Quality Assurance Manual?

Yes / No

Enclose QA Plan

ii) Is your company an ISO certified Company?

If yes, please furnish the ISO certification no.Yes / No

iii) Do you follow Quality Assurance System asper

the appropriate ISO series of standards?

Yes / No

21

i) Do you have and follow Safety Manual?

If yes, please give details of health and safety

facilities available with you.

Yes / No

Enclose Environmental

Health and Safety Plan.

ii) Was there any major, fatal accident during

execution in the last five years? If yes, furnish

Details.

Yes / No

iii) Whether corrective action takenimmediately

and first-aid facilities provided in the site?

Yes / No

22

Propose Methodology:Enclose Statement

i) Whether the Programming and planning planwill

be prepared in the form of Pert Chart or BarChart?

Yes / No

ii) Whether the coordination plan & report plan Yes / No

Page No.37 of 260

Page 38: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

will

be prepared in the standard format?

iii) Whether the technically qualified Sub-

Contractors are engaged to carry out thework?

Yes / No

iv) Please specify method for control and

management of Sub-Contractors.

23

Were you ever required to suspend work for a

period of more than three months continuously

after you started?

If yes, Please furnish the name of project and

reasons thereof.

Yes / No.

1. Name of Project :

Reasons

2. Name of Project :

Reasons

24

Have you ever left the work awarded to you

incomplete?

If yes, Please furnish the name of project and

reasons thereof.

Yes / No.

1. Name of Project :

Reasons

2. Name of Project :

Reasons

25

Were any penalties imposed for delays on the

completion of the project?

If yes, Please furnish the name of project and

reasons thereof

Yes / No.

1. Name of Project :

Reasons

2. Name of Project :

Reasons

26

Were there any termination of Contracts by the

CMSS?

If yes, please furnish the details

Yes / No.

1. Name of Project :

Reasons

2. Name of Project :

Page No.38 of 260

Page 39: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Reasons.

27

Litigation initiated by the Company andagainst the

Company if any?

i) Whether cases of litigation proceedings have

arisen in your projects during the last three

financial years?

Yes / No

ii) If Yes, How many cases of litigation arisen

during the last three financial years?Nos.

iii) Furnish the details of the highest claim of

Litigation during the last three financial years

. Rs.iv) If the Bidder is a multinational company,please

furnish the litigation history initiated by the

Company and against the company in India, ifany

28

Arbitration :

i) Whether cases of arbitration proceedingshave

arisen in your projects during the last threeyears?

Yes / No

ii) If Yes, How many cases of arbitration arisen

during the last three years.

Furnish name of work, name of the Client, costof work, amount of claim.

Nos.

iii) Furnish the details of the highest claim of

arbitration during the last three years.

Rs.

29Details of the Banker

Page No.39 of 260

Page 40: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Name of the Banker

Contact person

Office Address

Telephone Number

Fax Number

30

Are you a Recipient of any Award inappreciation of

your work?

If yes, please furnish the details

Yes / No

31

Please give at least three references of Clients

(Engineers, Architects or top Officials of

Organisation) for whom you may haveexecuted

construction works of importance and similarnature

from whom Superintending, Engineer, P.W.D,

Building (Construction & Maintenance)Circlecan verify

1) Name :

Designation :

Company :

2) Name :

Designation :

Company :

3) Name :

Designation :

Company :

32

Any special information, which you may like to

provide.

Place : Signature of the Bidder

Date : Common seal of the Company

Page No.40 of 260

Page 41: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-BPERSONNEL TO BE DEPLOYED FOR THE PROJECT

S.No. Details required To be filled by Bidder

A Managerial Level – General

1 Individual‘s Name

2 Age

3 Qualification

4 Present position

5 Professional experience in the similar nature of works.

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

B Managerial Level – Technical

1 Individual‘s Name

2 Age

3 Qualification

4 Present position

5 Professional experience in the similar nature of works.

Page No.41 of 260

Page 42: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

C Managerial Level - Administration & Finance

1 Individual‘s Name

2 Age

3 Qualification

4 Present position

5 Professional experience in the similar nature of works.

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

D Managerial Level - Quality Control and Quality

Assurance

1 Individual‘s Name

2 Age

3 Qualification

Page No.42 of 260

Page 43: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

4 Present position

5 Professional experience in the similar nature of works.

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

E Managerial Level - Safety Officer & Industrial

Relation Officer

1 Individual‘s Name

2 Age

3 Qualification

4 Present position

5 Professional experience in the similar nature of works.

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

F Managerial Level – Planning

1 Individual‘s Name

Page No.43 of 260

Page 44: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2 Age

3 Qualification

4 Present position

5 Professional experience in the similar nature of works.

6 Years with the Bidder

7 Language known

8 Name two recent works and nature of involvement of

the person

Note1) CV of each of the above key personnel and details of their experienceshould be included in the submission.

2) Organization Chart (both office and site) specific for this project for allthe divisions of work (Main works & Direct Sub works) as an Annexure tothis format must be attached.

Place: Signature of the Contractor

Date:Common seal of the Company

Page No.44 of 260

Page 45: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-CFinancial Information

S. No Description Details to be filled in byBidder

A Annual Turnover in the last five

financial years ( In INR crores )

1 Year : April 2013 - to March 2014

2 Year : April 2014 - to March 2015

3 Year : April 2015 - to March 2016

4 Year : April 2016 - to March 2017

5 Year : April 2017 - to March 2018

B Financial Information (In INR Crores)

I Year : April 2013 - to March 2014

a. Total assets

b. Current assets

c. Total Liabilities

d. Current Liabilities

Page No.45 of 260

Page 46: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

e. Profits before taxes

f. Profits after taxes

g. Net worth

h. Working Capital

II Year : April 2014 - to March 2015

a. Total assets

b. Current assets

c. Total Liabilities

d. Current Liabilities

e. Profits before taxes

f. Profits after taxes

g. Net worth

h. Working Capital

III Year : April 2015 - to March 2016

a. Total assets

b. Current assets

Page No.46 of 260

Page 47: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

c. Total Liabilities

d. Current Liabilities

e. Profits before taxes

f. Profits after taxes

g. Net worth

h. Working Capital

IV Year : April 2016 - to March 2017

a. Total assets

b. Current assets

c. Total Liabilities

d. Current Liabilities

e. Profits before taxes

f. Profits after taxes

g. Net worth

h. Working Capital

Page No.47 of 260

Page 48: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

V Year : April 2017 - to March 2018

a. Total assets

b. Current assets

c. Total Liabilities

d. Current Liabilities

e. Profits before taxes

f. Profits after taxes

g. Net worth

h. Working Capital

C Solvency Certificate (in INR Crores)

a. Name of Banker with address

b. Date of Certificate

c. Amount

D Credit facilities available to Bidder –

Fund and non-fund based such as Cash

Credit, Working capital term loans, LCs

and Bank Guarantees - Banker's or

Bankers' Letter must be produced - (In

Page No.48 of 260

Page 49: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

INR Crores )

a. Name of Banker with address

b. Date of Letter of Support

c. Amount

E Bidder's Financial resources for this

project

a. Own resources

b. Banker's or Bankers' credits

F a. Approximate total value of on-going

works

b. Total Value of works to be completed

as of now

Note:

1) The Bidder should furnish the value

of work to be completed as of now

along with break-up details of each

work.

2) The Bidder has to ensure that the

list of works covered in this Performa

should be same as the ones listed in

STATEMENT - E (List & details of

Page No.49 of 260

Page 50: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Ongoing works) with Performa of each

work.

G. Anticipated total value of new works for

the next financial year.

Place: Signature of Bidder

Official SealDate:

Note: Balance sheet, Profit and loss statement, auditor’s report etc. duly signed byCharted Accountant is required to be attached separately.

This page is initially left blank.

Page No.50 of 260

Page 51: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-DDetails of completed works in last five years

S.No Details required To be filled by the Bidder

1 Name of work

2 Country and location

3 Client‘s name and address Name:

Address :

4 Consultants name and address. Name:

Address :

5 Total tendered cost of work Contract

No.

Date

INR …………….. Crores

Contract No:

Date :

6 Total actual cost of work after

completion.

INR …………….. Crores

7 Excess / less in percentage. ……………%

8 Explain if Excess / less is higher by 20%

Page No.51 of 260

Page 52: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

of the tendered cost of work.

9 Date of commencement

10 Period of completion

11 Stipulated date of completion

12 Actual date of completion

13 Extended by the contractor, if any.

Reason for non-completion of work in

stipulated time limit / extended time

limit, if so furnish details

Yes / No

14 Extension of time granted by the Client,

if any.

If yes, please specify the reason for

extension of time.

Yes / No

15 Brief description of works including

principal features and quantities of main

items of the work

16 Name of Contractor‘s Engineer in-charge

of the Project & Qualifications

Name :

Qualification :

17 Details of specialised work executed

under this Contract.

18 Details of specialised work executed by

Page No.52 of 260

Page 53: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

their own divisions under the Contract

19 Whether the Programming and planning

plan was followed in the form of Pert

Chart or Bar Chart?

Yes / No

20 Whether the Quality Control and Quality

Assurance function was carried out?

If yes, Please give details and copies of

quality formats used in anyone project

Yes / No

21 Whether the safety measures were

followed?

If yes, Please give details

Yes / No

22 i) Were there any labour strikes? If yes,

Please give details.

Yes / No

Whether corrective action taken

immediately?

Yes / No

23 Were there any penalties / fines / stop

notice / compensation / liquidated

damages imposed during execution of

the project?

If Yes, Please give amount, details and

reason.

Yes / No

Amount :

Reason :

24 Whether the contract of the work was

terminated?

Yes / No

Page No.53 of 260

Page 54: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

If Yes, furnish the details.

Name of the Project :

Reason :

25 Please specify the details of litigation /

arbitration cases, if any, pertaining to

works completed.

If Yes, furnish the details i.e. Nature of

litigation / arbitration. Please furnish

whether the litigation is initiated by the

Company or against the Company.

Yes / No

26 Attach client‘s certificate, as may be

available (Not below the rank of Director

or equivalent)

Yes / No

Date:

Signature of Bidder

Place:

Page No.54 of 260

Page 55: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-EDetails of On-Going works

S.No Details required To Be filled by the Bidder

1 Name of work

2 Country and location

3

Client's name and address

Name :

Address :

4

Consultants name and address

Name :

Address :

5 Total tendered cost of work

(Contract No. and Date)

INR …………………. Crores

6 (a) Brief description of works including principal

features and quantities of main items of thework.

Page No.55 of 260

Page 56: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

7 i) Percentage of physical completion

ii) Amount billed for the work completed.

iii) Cost of work remaining to be executed as onthe

date of submission

iv) Stipulated date of completion

v) Anticipated date of completion

8 Name of Contractor‘s Engineer in-charge of the

Project & Qualifications.

Name :

Qualification :

9 Details of specialised works under this Contract

10 Specialised works being executed by their own

divisions

11 a. Details of the sub-contracted specialisedworks by

the Bidder

i) Total value of work sub-contracted. INR …………….. Crores

ii) Trade-wise value of work sub-contracted. 1.INR…………….. Crores

Page No.56 of 260

Page 57: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2.INR…………….. Crores.

3.INR…………….. Crores.

4.INR …………….. Crores.

iii) Trade-wise Name of sub-contractors

Use separate sheet for details of suchsubcontractors

experience, capability, testimonial.

1.

2.

3.

4.

12 15 i) Were there any labour strikes?

If yes, Please give details.

Yes / No

ii) Whether corrective action takenimmediately?

Yes / No

13 Were there any penalties / fines / stop notice /

compensation / liquidated damages imposed?

If Yes, Please give amount, details and reason.

Yes / No

Amount :

Reason :

14 Please specify the details of litigation / Yes / No

Page No.57 of 260

Page 58: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

arbitration

cases, if any, pertaining to works ongoing

15 Attach client's certificate, as may be available(Not

below the rank of Director or equivalent)

Yes / No

Place : Signature of the Bidder

Date : Official seal.

Page No.58 of 260

Page 59: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT- FA - PLANT, MACHINERY & EQUIPMENT

S.No. Item of

Equipment

Qty

Equipment Information Current Position

Source of

the

equipment

t. Pl.

mention

Owned /

Leased /

Rental

Name of

Manufacturer

Make

&

Model

Capacity

Year of

Manufa

cture

Location Present

Condition

Availabilityfor this

Project

1

2

3

4

5

6

7

8

9

Page No.59 of 260

Page 60: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

10

11

12

13

B – Details of manpower like carpenters, false ceiling agency, Electrical agency,etc. If the Machinery, Equipment’s, Plants etc are leased or rental attach copy ofContract

Place : Signature of the Bidder

Date : Common seal of the Company

This page is initially left blank.

Page No.60 of 260

Page 61: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-G

Details of Termination of contract by previous Client in the past, if any

S.No

.

Particulars To Be filled by the Bidder

1 Name of works

2 Name of the Client

3 Value of Contract in INR Crores

4 Period of Contract

5 Terminated at what stage

6 Reasons / grounds for termination

7 Approx. value of work completed at the

time of termination in INR Crores

Page No.61 of 260

Page 62: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

8 Approx. value of balance work not

completed in INR Crores

9 Remarks

Place : Date :

Page No.62 of 260

Page 63: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT- H

STATUS OF CURRENT LITIGATIONS, IF ANY

The Bidder is required to disclose as part of bid submission all cases filed against the BIDDER inany Court of Law in any country. The BIDDER shall give the information in the following format inseparate sheets for each litigation as applicable:

I General Information

(1) Name of the Petitioner :

(2) Name of the Court in whichcase has been admitted.

(3) Name / designation of thePresiding Authority of the Court

(4) Date of Filing of the case anddate of Admittance of the case.

(5) Expected date of next hearing :

(6) Has hearing alreadycommenced? If so, when wasthe last hearing?

(7) Name & Address of theBIDDER‘S Counsel

(8) Name & Address of thePetitioner‘s Counsel

(9) Current status of the litigation– Whether any interiminjunction or injunction awardhas been given. If so, give thedetails?

(10) Has any appeal been filedagainst any interim injunctionor such award?

(11) Value of litigation / damagesclaimed / out standings anddisputes, as per the Petitioner

Page No.63 of 260

Page 64: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

(12) Any arrest warrant or anyproperty attachment or anyinsolvency proceedings or anysuch decree issued against theBIDDER? Give the details.

II. Financial Value of Dispute / Claim / Damages:

The BIDDER should furnish the sum total of claims / damages involved, on account of thelitigations currently in operation.

III. Net Worth:

The BIDDERS shall furnish the percentage of the total sum of disputes / litigations / claim,currently under litigation in proportion to the average net worth of the Company for the lastthree years.

Page No.64 of 260

Page 65: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

STATEMENT-I

IV. BIDDER’S Legal Status on account of the Litigation:

The BIDDERS shall furnish information whether the litigation in question affects / threatens thefundamental existence / operation of the company (For E.g.: insolvency, decree of criminalnature etc.)

Page No.65 of 260

Page 66: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.66 of 260

Page 67: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

ANNEXURE – ‘A’

CERTIFICATES

Enclose Certificates in support of suitability, technical knowhow and capability for havingsuccessfully completed similar nature of works in the last five years.

Also furnish the following details in the enclosed certificate.

S.No Name of Works Period of

Construction

Name of Client /Owner.

Page No.67 of 260

Page 68: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

.Place : Signature of the Bidder

Date : Common seal of the Company

This page is initially left blank.

Page No.68 of 260

Page 69: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Letter of Acceptance

________________________[date]

To: _________________________________________________________________[name and address of the Contractor]

Dear Sir,

This is to notify you that your Bid dated ____________ for execution of the___________________________________________________________ [name of thecontract and identification number, as given in the Instructions to Bidders] for the ContractPrice of Rupees ——————————— ____________________________________(_____________) [amount in words and figures], as corrected and modified in accordancewith the Instructions to Bidders1 is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed asthe Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.[OR]

We note that as per bid, you propose to employ M/s. .......................................... asSub-contractor for executing ….........................................[Delete whichever is not applicable]

We hereby agree and accept to furnish Performance Security, plus additionalsecurity for unbalanced bids in terms of Tender Document for an amount of 10% of thecontract price within 3 days of the receipt of this letter of acceptance valid upto expiry ofDefects Liability Period i.e. up to 14 months and sign the contract, failing which action asstated in Tender Document will be taken.

We have reviewed the construction methodology submitted by you along with the biddocument and our comments are given in the attachment. You arerequested to submit a revised Program including environmental management plan as perbid document .

Yours faithfully,

Authorized SignatureName and Title of Signatory

Name of Agency

Page No.69 of 260

Page 70: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.70 of 260

Page 71: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Issue of Notice to proceed with the work

————— (date)

To

—————————————— (name and address of the Contractor)————————————————————————————

Dear Sir:

Pursuant to your furnishing the requisite security as stipulated in in Tender Document andsigning of the contract for the construction of —————— @ a Bid Price of Rs.— —————,you are hereby instructed to proceed with the execution of the said works in accordance withthe contract documents.

Yours faithfully,

(Signature, name and title of signatoryAuthorized to sign on behalf of CMSS).

Page No.71 of 260

Page 72: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.72 of 260

Page 73: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Contract Form

This Contract, made the ___________________ day of ______________20_______, between______________________________________[name and address of CMSS](hereinafter called ―theCMSS)‖ of the one part and _______________________________[name and address of contractor](hereinafter called ―the Contractor‖ ) of the other part.

Whereas the CMSS is desirous that the Contractor execute the Interior and Renovation work ofCentral Medical Services Society office at Vishwa Yuvak Kendra, pt. Uma Shankar Dikshit road,Teen Murti Marg Chankayapuri, New Delhi. [name and identification number of Contract](Hereinafter called ―the Works‖) and the CMSS has accepted the Bid by the Contractor forthe execution and completion of such Works and the remedying of any defects therein, at acontract price of Rs.................................................................................

NOW THIS CONTRACT WITNESSETH as follows:

1. In this Contract, words and expression shall have the same meanings as are respectivelyassigned to them in the Conditions of Contract hereinafter referred to, andthey shall be deemed to form and be read and construed as part of this Contract.

2. In consideration of the payments to be made by the CMSS to the Contractor ashereinafter mentioned, the Contractor hereby covenants with the CMSS to executeand complete the Works and remedy any defects therein in conformity in all aspectswith the provisions of the Contract.

3. The CMSS hereby covenants to pay the Contractor in consideration of the execution andcompletion of the Works and the remedying the defects wherein the Contract Price or suchother sum as may become payable under the provisions of the Contract at the times and inthe manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part ofthis Contract, viz.:

i) Letter of Acceptance;ii) Notice to proceed with the works;iii) Contractor‘s Bid;iv) Contract Data;v) Conditions of contract (including Special Conditions of Contract);vi) Specifications;vii) Drawings;viii) Bill of Quantities; andix) Any other document listed in the Contract Data as forming part of the contract.x) PERT

Page No.73 of 260

Page 74: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

In witness whereof the parties thereto have caused this Contract to be executedthe day and year first before written.

The Common Seal of____________________________________________________________was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said

____________________________________________________________________in the presence of:Binding Signature of CMSS_________________________________________________ ___

Binding Signature of Contractor

Page No.74 of 260

Page 75: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Conditions of Contract&

Contract Data

Page No.75 of 260

Page 76: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.76 of 260

Page 77: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Conditions of Contract

A. General

1. Definitions:

Terms which are defined in the Contract Data are not defined in the Conditions ofContract but keep their defined meanings. Capital initials are used to identify definedterms.

The Adjudicator is the person appointed jointly by the CMSS and the Contractor toresolve disputes in the first instance, as provided for in Clauses 24 and 25. The name ofthe Adjudicator is defined in the Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of theBid.

The Contract is the contract between the CMSS and the Contractor to execute,complete and maintain the Works. It consists of the documents listed.

The Contract Data defines the documents and other information which comprisethe Contract.

The Contractor is a person or corporate body who‘s Bid to carry out the Works hasbeen accepted by the CMSS.

The Contractor's Bid is the completed Bidding document submitted by theContractor to the CMSS.

The Contract Price is the price stated in the Letter of Acceptance and thereafter asadjusted in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

Defects Liability Period is the period named in the Contract Data and calculated fromthe Completion Date.

The CMSS is the party who will employ the Contractor to carry out the Works. In thiscontract DG & CEO, Central Medical Services Society, Annexe Building India Red CrossSociety, 1 Red Cross Road, New Delhi is the CMSS

The Architect shall mean the Consultants engaged by the CMSS. In this Case M/SVirender Sharma & Associates, A-3/205A, Janakpuri, New Delhi- 110058.

Contractor's Equipment is the Contractor's machinery and vehicles brought temporarilyto the Site to construct the Works.

The Initial Contract Price is the Contract Price listed in the CMSS's Letter ofAcceptance.

Page No.77 of 260

Page 78: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Drawings means the CMSS's drawings of the works included in the contract and anyvariations to such drawings given by an Architect.

Party means either CMSS or contractor.

Country means the country in which the site is located.

CMSS's Liabilities means those mentioned in sub clause 11.1.

Force Majeure means an exceptional events or circumstance which is beyond aParty's control, which such Party could not reasonably have provided against beforeentering in to the contract; which, having arisen, such party could not reasonablyhave avoided or overcome; and, which is not substantially attributable to the otherparty.

The Intended Completion Date is the date on which it is intended that theContractor shall complete the Works. The Intended Completion Date is specified inthe Contract Data. The Intended Completion Date may be revised only by theEngineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor forincorporation in the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical,electronic or chemical or biological function.

The Site is the area defined as such in the Contract Data.

Specification means the Specification of the Works included in the Contract andany modification or addition made or approved by the Architect.

The Start Date It is the date when Issue of notice to proceed with the work is given tothe Contractor shall commence execution of the works.

A Subcontractor is a person or corporate body who has a Contract with theContractor to carry out a part of the work in the Contract which includes work onthe Site.

Temporary Works are works designed, constructed, installed, and removed by theContractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Architect which varies the Works. The Worksare what the Contract requires the Contractor to construct, install, and turn over tothe CMSS, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male alsomeans female or neuter, and the other way around. Headings have no significance.Words have their normal meaning under the language of the Contract unless

Page No.78 of 260

Page 79: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

specifically defined. The Architect will provide instructions clarifying queries aboutthe Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditionsof Contract to the Works, the Completion Date, and the Intended Completion Dateapply to any Section of the Works (other than references to the Completion Dateand Intended Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order ofpriority:

(1) Contract(2) Letter of Acceptance, notice to proceed with the works(3) Contractor‘s Bid(4) Contract Data(5) Conditions of Contract including Special Conditions of Contract(6) Specifications(7) Drawings(8) Bill of Quantities and(9) any other document listed in the Contract Data as forming partof the Contract.

3. Language and Law: The language of the Contract and the law governing the Contractare stated in the Contract Data.

4. Engineer's Decisions: Except where otherwise specifically stated, the Engineer willdecide contractual matters between the CMSS and the Contractor in the rolerepresenting the CMSS.

5. Communications: Communications between parties which are referred to in theconditions are effective only when in writing. A notice shall be effective only when it isdelivered (in terms of Indian Contract Act).

6. Subcontracting:

a) The Contractor may subcontract with the approval of the Architect but may notassign the Contract without the approval of the CMSS in writing. Subcontractingdoes not alter the Contractor's obligations.

b) The contractor shall not sub-contract the whole of the Works.

c) The contractor shall not sub-contract any part of the Work without prior consentof the CMSS. Any such consent shall not relieve the contractor from any liability orobligations under the contract and he shall be responsible for the acts, defaultsand neglects of any sub-contractor, his agents or workmen as fully as if they werethe acts, defaults or neglects of the contractor, his agents or workmen.

d) The Architect should satisfy whether (a) the circumstances warrant suchsubcontracting and (b) the sub-contractors so proposed for the Work possess theexperience, qualifications and equipment necessary for the job proposed to beentrusted to them in proportion to the quantum of work to be sub-contracted.

Page No.79 of 260

Page 80: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

7. Personnel: The Contractor shall employ the key personnel named in the STATEMENT – Bin Instruction and Information to Bidders ( Volume-1).The Engineer will approve anyproposed replacement of key personnel only if their qualifications, abilities, and relevantexperience are substantially equal to or better than those of the personnel listed in theSchedule.

8. Contractor’s Risks:

All risks of loss of or damage to physical property and of personal injury and death whicharise during and in consequence of the performance of the Contract other than theexcepted risks are the responsibility of the Contractor.

9. Insurance:

9.1 The Contractor shall provide, in the joint names of the CMSS and the Contractor,insurance cover from the Start Date to the end of the Defects Liability Period, for thefollowing events which are due to the Contractor‘s risks:

(a) loss of or damage to the Works, Plant and Materials;(b) loss of or damage to Equipment;(c) loss of or damage of property (except the Works, Plant, Materials andEquipment) in connection with the Contract; and(d) Injury or death of a person working on the site of work. This also includes thesupervisory staff employed by the CMSS.

9.2 Policies and certificates for insurance shall be delivered by the Contractor to theCMSS for the Architects approval before the Start Date. All such insurance shallprovide for compensation to be payable in the types and proportions of currenciesrequired to rectify the loss or damage incurred.

9.3 If the Contractor does not provide any of the policies and certificates required, theCMSS may affect the insurance which the Contractor should have provided andrecover the premiums the CMSS has paid from payments otherwise due to theContractor or, if no payment is due, the payment of the premiums shall be a debtdue.

9.4 Alterations to the terms of an insurance shall not be made without the approval ofthe Architect/CMSS

9.5 Both parties shall comply with any conditions of the insurance policies.

9.6 Site Investigation Reports: The Contractor, in preparing the Bid, shall rely on any siteInvestigation Reports referred to in the Contract Data, supplemented by anyinformation available to the Bidder.(Site Investigation Report is enclosed as Annexurein Technical Specifications- Volume 5 )

10. Queries about the Contract Data: CMSS will clarify queries on the Contract Data.

11. Contractor to Construct the Works: The Contractor shall construct and install the Works inaccordance with the Specification and Drawings, and as per instructions of an Architect

Page No.80 of 260

Page 81: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

12. The Works to Be Completed by the Intended Completion Date: The Contractor maycommence execution of the Works after fulfilling the contract conditions and shall carryout the Works in accordance with the program submitted by the Contractor, as updatedwith the approval of the Engineer, and complete them by the Intended CompletionDate.

13. Approval by the Architect:

13.1 The Contractor shall submit Specifications and Drawings showing the proposed Workto the Architect and CMSS authorities and take approval from the Architect /CMSSauthorities who are to approve them if they comply with the Specifications andDrawings.

13.2 The Contractor shall be responsible for design of Work.

13.3 The Architects approval shall not alter the Contractor's responsibility for design of theWork.

13.4 The Contractor shall obtain approval of third parties to the design of the Work whererequired.

13.5 All Drawings prepared by the Contractor for the execution of the Work, are subjectto prior approval by the Architect before their use.

14. Safety: The Contractor shall be responsible for the safety of all activities on the Site, asper safety norms under extent rules and regulation issued by govt. from time to time.

15. Discoveries: Anything of historical or other interest or of significant value unexpectedlydiscovered on the Site is the property of the CMSS. The Contractor is to notify theEngineer of such discoveries and carry out the CMSS instructions for dealing with them.

16. Possession of the Site: The CMSS shall give possession of all parts of the Site to theContractor. If possession of a part is not given by the date stated in the Contract Datathe CMSS is deemed to have delayed the start of the relevant activities and this will beCompensation Event.

17. Access to the Site: The Contractor shall allow the CMSS / Engineer / Architect and his /their authorized representative access to the Site, to any place where work inconnection with the Contract is being carried out or is intended to be carried out andto any place where materials or plant are being manufactured / fabricated /assembled for the works.

18. Instructions: The Contractor shall forthwith comply with and duly execute any work asinstructed by the CMSS / Architect. All instructions will be in writing. Instructions if orallygiven then contractor shall confirm them within seven days from the date of suchinstructions.

19. Disputes: If the Contractor believes that a decision taken by the CMSS /Architect waseither outside the authority given to the them by the Contract or that the decision waswrongly taken, the decision shall be referred to the Adjudicator within 14 days of thenotification of the CMSS / Architect's decision.

Page No.81 of 260

Page 82: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

20. Procedure for Disputes

a. The Adjudicator shall give a decision in writing within 28 days of receipt of anotification of a dispute.

b. The Adjudicator shall be paid daily at the rate specified in the Contract Datatogether with reimbursable expenses of the types specified in the Contract Dataand the cost shall be divided equally between the CMSS and the Contractor,whatever decision is reached by the Adjudicator. Either party may refer adecision of the Adjudicator toan Arbitrator within 28 days of the Adjudicator'swritten decision. If neither party refers the dispute to arbitration within the above28 days, the Adjudicator's decision will be final and binding.

c. The arbitration shall be conducted in accordance with the arbitration procedurestated will be final and binding. in the Special Conditions of Contract in page 21.

21. Replacement of Adjudicator :

Should the Adjudicator resign or die, or should the CMSS and the Contractoragree that the Adjudicator is not fulfilling his functions in accordance with theprovisions of the Contract, a new Adjudicator will be jointly appointed by theCMSS and the Contractor. In case of dis Contract between the CMSS and theContractor, within 30 days, the Adjudicator shall be designated by theAppointing Authority designated in the Contract Data at the request of eitherparty, within 14 days of receipt of such request.

22. Program:

a. Within the time stated in the Contract Data the Contractor shall submit to theArchitect for approval a Program including Environmental Management Planshowing the general methods, arrangements, order, and timing for all theactivities in the Works along with monthly cash flow forecast.

b. An update of the Program shall be a program showing the actual progressachieved on each activity and the effect of the progress achieved on the timingof the remaining work including any changes to the sequence of the activities.

c. The Contractor shall submit to the Architect /CMSS, for approval, an updatedProgram at intervals no longer than the period stated in the Contract Data. If theContractor does not submit an updated Program within this period, the CMSSmay withhold the amount stated in the Contract Data from the next paymentcertificate and continue to withhold this amount until the next payment after thedate on which the overdue Program has been submitted.

d. The Architect's approval of the Program shall not alter the Contractor'sobligations. The Contractor may revise the Program and submit it to the Architectagain at any time. A revised Program is to show the effect of Variations andCompensation Events.

Page No.82 of 260

Page 83: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

29 Extension of the Intended Completion Date:

a) The CMSS / Architect shall extend the Intended Completion Date if aCompensation Event occurs or a Variation is issued which makes it impossiblefor Completion to be achieved by the Intended Completion Date without theContractor taking steps to accelerate the remaining work and which wouldcause the Contractor to incur additional cost.

b) The CMSS / Architect shall decide whether and by how much to extend theIntended Completion Date within 21 days of the Contractor asking the CMSSfor a decision upon the effect of a Compensation Event or Variation andsubmitting full supporting information. If the Contractor has failed to give earlywarning of a delay or has failed to cooperate in dealing with a delay, thedelay by this failure shall not be considered in assessing the new IntendedCompletion Date.

30 Delays Ordered by CMSS: The CMSS may instruct the Contractor to delay the startor progress of any activity within the Works.

31 Management Meetings:

a. Either the CMSS / Architect or the Contractor may require the other to attenda management meeting. The business of a management meeting shallbe to review the plans for remaining work and to deal with matters raised inaccordance with the early warning procedure.

b. The CMSS / Architect shall record the business of management meetings and isto provide copies of his record to those attending the meeting and to theCMSS. The responsibility of the parties for actions to be taken is to be decidedby the CMSS either at the management meeting or after the managementmeeting and stated in writing to all who attended the meeting.

32. Identifying Defects:

a. The Architect/CMSS shall check the Contractor's work and notify the Contractorof any Defects that are found. Such checking shall not affect the Contractor'sresponsibilities. The Architect may instruct the Contractor to search for a Defectand to uncover and test any work that the Architect considers may have aDefect.

b. The contractor shall permit the CMSS‘s Technical auditor to check thecontractor‘s work and notify the CMSS/ Architect and Contractor of any defectsthat are found. Such a check shall not affect the Contractor‘s or the Architect‘sresponsibility as defined in the Contract.

33. Tests:

a. The testing of materials shall be carried out by approved laboratories atContractor's cost and the results will be binding. The test results in original will besent to the CMSS by the laboratory and a copy of the same sent to theContractor If the Architect instructs the Contractor to carry out a test not

Page No.83 of 260

Page 84: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

specified in the Specification to check whether any work has a Defect and thetest shows that it does, the Contractor shall pay for the test and any samples.

b. All construction material is required to be tested according to the frequency andrecord to be maintained by the contractor

34. Correction of Defects

a. The CMSS/ Architect shall give notice to the Contractor of any Defects beforethe end of the Defects Liability Period, which begins at Completion and isdefined in the Contract Data. The Defects Liability Period shall be extended for aslong as Defects remain to be corrected.

b. Every time notice of a Defect is given, the Contractor shall correct the notifiedDefect within the length of time specified in the CMSS/ Architect‘s notice.

35. Uncorrected Defects:

If the Contractor has not corrected a Defect within the time specified in the CMSSnotice, the CMSS will assess the cost of having the Defect corrected, and theContractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptanceof work within specified tolerance limits at reduced rates Architect will certifypayments to Contractor accordingly.

36. Bill of Quantities:

a. The Bill of Quantities shall contain items for the construction, installation, testing,and commissioning work to be done by the contractor.

b. The Bill of Quantities is used to calculate the Contract Price. The Contractor ispaid for the quantity of the work done at the rate in the Bill of Quantities for eachitem.

37. Changes in the Quantities

a. If the final quantity of the work done differs from the quantity in the Bill ofQuantities for the particular item by more than 10 percent, Architect shall giveproper justification to get approval of CMSS authorities

b. If requested by the Architect / CMSS, the Contractor shall provide the Architect /c. CMSS with a detailed cost breakdown of any rate in the Bill of Quantities.

38. Variations: All Variations shall be included in updated Programs produced by theContractor.

Page No.84 of 260

Page 85: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

39. Payments for Variations

a. The Contractor shall provide the Architect / CMSS with a quotation (withbreakdown of unit rates) for carrying out the Variation when requested to do soby the Architect / CMSS. The Architect shall assess the quotation, which shall begiven within seven days of the request or within any longer period stated by theCMSS and before the Variation is ordered.

b. If the work in the Variation corresponds with an item description in the Bill ofQuantities and if, in the opinion of the Architect / CMSS, the quantity of workabove the limit or the timing of its execution do not cause the cost per unit ofquantity to change, the rate in the bill of Quantities shall be used to calculate thevalue of the Variation. If the cost per unit of quantity changes, or if the nature ortiming of the work in the Variation does not correspond with items in the Bill ofQuantities, the quotation by the Contractor shall be in form of new rates for therelevant items of work.

c. If the Contractor's quotation is unreasonable (or if the contractor fails to providethe Architect /CMSS with a quotation within a reasonable time specified by theArchitect.), the CMSS may order the Variation and make a change to theContract Price which shall be based on Architect‘s own forecast of the effects ofthe Variation on the Contractor's costs.

d. If the Architect / CMSS decides that the urgency of varying the work wouldprevent a quotation being given and considered without delaying the work, noquotation shall be given and will be decided on mutually agreed rates.

e. The Contractor shall not be entitled to additional payment for costs that couldhave been avoided by giving early warning.

40. Cash flow forecasts: When the Program is updated, the contractor is to provide theArchitect / CMSS with an updated cash flow forecast.

41. Payment Certificates:

a. The detailed measurements will be taken for all the works executed by theauthorized representatives of the architect and recorded in the measurementbooks and acceptance for these measurements will be obtained from thecontractor. Due check measurement of these measurements will be done as perthe procedure in practice.

b. Contract bills will be prepared by the contractor’s engineers at frequent intervalsand submitted to the CMSS for making payment.

c. The value of work executed shall be determined by the Architect after duecheck measurement of the quantities claimed as executed by the contractor.

d. The value of work executed shall comprise the value of the quantities of the itemsin the Bill of Quantities completed.

e. The value of work executed shall include the valuation of Variations andCompensation Events as specified in clause 44.

Page No.85 of 260

Page 86: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

f. The Architect/CMSS may exclude any item certified in a previous certificate orreduce the proportion of any item previously certified in any certificate in thelight of later information.

42. Payments:

a. Payments shall be adjusted for deductions for advance payments, retention,other recoveries in terms of the contract and taxes, at source, as applicableunder the law.

b. The contractor shall submit his running bills not less than 25 lakhs towardscompleted work.5% amount will be retain from each running bill, retentionamount will be released after defect liability period after certified the work by thePMC, Architect and Institute authorities.

c. Items of the Works for which no rate or price has been entered in will not be paidfor by the CMSS and shall be deemed covered by other rates and prices in theContract.

43. Compensation Events

a. The following are Compensation Events unless they are caused by theContractor:

I. The CMSS does not give access to a part of the Site by the SiteII. Possession Date stated in the Contract Data.III. The Architect / CMSS orders a delay or does not issue drawings,IV. Specifications or instructions required for execution of works on time.V. The effect on the Contractor of any of the CMSS‘s Risks.VI. The Architect / CMSS unreasonably delays issuing a Certificate of

Completion.

b. If a Compensation Event would cause additional cost or would prevent the workbeing completed before the Intended Completion Date, the Contract Price shallbe increased and/or the Intended Completion Date is extended. The Architect /Engineer shall decide whether and by how much the Contract Price shall beincreased and whether and by how much the Intended Completion Date shallbe extended.

c. As soon as information demonstrating the effect of each Compensation Eventupon the Contractor's forecast cost has been provided by the Contractor, it is tobe assessed by the Architect / CMSS and the Contract Price shall be adjustedaccordingly. If the Contractor's forecast is deemed unreasonable, the Architect /CMSS shall adjust the Contract Price based on Architect‘s own forecast. TheEngineer will assume that the Contractor will react competently and promptly tothe event.

d. The Contractor shall not be entitled to compensation to the extent that theCMSS's interests are adversely affected by the Contractor not having given earlywarning or not having cooperated with the Engineer.

Page No.86 of 260

Page 87: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

44. Tax: The rates quoted by the Contractor shall be deemed to be inclusive of all taxesand duties that the Contractor will have to pay for the performance of this Contract.

45. Currencies: All payments shall be made in Indian Rupees.

46. Price Adjustment: To the extent that full compensation for any rise or fall in costs to thecontractor is not covered by the provisions of this or other clauses in the contract, theunit rates and prices included in the contract shall be deemed to include amounts tocover the contingency of such other rise or fall in costs.

47. Retention:

a) 5% of value of total work done which will be released after defect liabilityperiod of twelve month from the date of handover of site with clearance ofinstitute.

b) Time is the essence of the work. All the works shall have to be completed withinthe stipulate time from the date of LOA. If the work is not completed within theaforesaid period the contractor shall pay the owners liquidated damages of30% of the balance work value per week subject to a maximum of 10% of valueof work order in case of delays beyond the accepted completion period forreasons solely attributed to him.

48. Works during Night: If it is essential to execute the work during night hours priorapproval of the CMSS has to be obtained.

49. Cost of Repairs: Loss or damage to the Works or Materials to be incorporated in theWorks between the Start Date and the end of the Defects Correction periods shall beremedied by the Contractor at the Contractor's cost if the loss or damage arises fromthe Contractor's acts or omissions.

50. Completion: The Contractor shall request the Architect /CMSS to issue a Certificate ofCompletion of the Works and the CMSS / Architect will do so upon deciding that theWork is completed.

51. Taking Over: The CMSS shall take over the Site and the Works within seven days of theArchitect issuing a certificate of Completion.

52. Final Account: The final bill will be settled after Testing and commissioning of all theitems of work contemplated in the Contract to the satisfaction of the engineer andtaking over of the building by the Architect/CMSS.

53. Operating and Maintenance Manuals:

a. If ―as built‖ Drawings and/or operating and maintenance manuals are required,the Contractor shall supply them by the dates stated in the Contract Data.

b. If the Contractor does not supply the Drawings and/or manuals by the datesstate in the Contract Data, or they do not receive the Architect‘s approval, theArchitect shall withhold the amount stated in the Contract Data from paymentsdue to the Contractor.

Page No.87 of 260

Page 88: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

54. Termination

a. The CMSS or the Contractor may terminate the Contract if the other party causesa fundamental breach of the Contract.

b. Fundamental breaches of Contract include, but shall not be limited to thefollowing:

I. the Contractor stops work for 7 days when no stoppage of work is shown onthe current program and the stoppage has not been authorized by theArchitect;

II. The Contractor is made bankrupt or goes into liquidation other than for areconstruction or amalgamation;

III. the Architect/CMSS gives Notice that failure to correct a particular Defect isa fundamental breach of Contract and the Contractor fails to correct itwithin a reasonable period of time determined by the Architect/CMSS;

IV. the Contractor has delayed the completion of works by the number of daysfor which the maximum amount of liquidated damages can be paid asdefined in the Contract data; and

V. if the Contractor, in the judgment of the CMSS has engaged in fraud andcorruption, in competing for or in executing the Contract.

c. When either party to the Contract gives notice of a breach of contract to theArchitect for a cause other than those listed, the Architect shall decide whetherthe breach is fundamental or not.

d. Notwithstanding the above, the CMSS may terminate the Contract forconvenience.

e. If the Contract is terminated the Contractor shall stop work immediately, makethe Site safe and secure and leave the Site as soon as reasonably possible.

55. Payment upon Termination

a. If the Contract is terminated because of a fundamental breach of Contract bythe Contractor, the Architect/CMSS shall issue a certificate for the value of thework done less advance payments received up to the date of the issue of thecertificate, less other recoveries due in terms of the contract, less taxes due to bededucted at source as per applicable law and less the percentage to apply tothe work not completed as indicated in the Contract Data. AdditionalLiquidated Damages shall not apply . If the total amount due to the CMSSexceeds any payment due to the Contractor the difference shall be a debtpayable to the CMSS.

b. If the Contract is terminated at the CMSS's convenience or because of afundamental breach of Contract by the CMSS, the Architect shall issue acertificate for the value of the work done, the reasonable cost of removal ofEquipment, repatriation of the Contractor's personnel employed solely on theWorks, and the Contractor's costs of protecting and securing the Works and lessadvance payments received up to the date of the certificate, less otherrecoveries due in terms of the contract and less taxes due to be deducted atsource as per applicable law.

Page No.88 of 260

Page 89: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

56. Property: All materials on the Site, Plant, Equipment, Temporary Works and Works aredeemed to be the property of the CMSS, if the Contract is terminated because of aContractor‘s default.

57. Release from Performance: If the Contract is frustrated by the outbreak of war or byany other event entirely outside the control of either the CMSS or the Contractor shallcertify that the Contract has been frustrated. The Contractor shall make the Site safeand stop work as quickly as possible after receiving this certificate and shall be paidfor all work carried out before receiving it and for any work carried out afterwards towhich commitment was made.

58. Fraud and Corruption

The CMSS requires the Contractors and suppliers observe the highest standard ofethics during the procurement and execution of such contracts. In pursuit of thispolicy, the CMSS:(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) ―corrupt practice‖ means the offering, giving, receiving, or soliciting,directly or indirectly, of anything of value to influence the action of apublic official in the procurement process or in contract execution;

(ii) ―fraudulent practice‖ means a misrepresentation or omission of facts inorder to influence a procurement process or the execution of a contract;

(iii) ―collusive practice‖ means a scheme or arrangement between two ormore Bidders, with CMSS designed to establish bid prices at artificial, noncompetitive levels; and

(iv) ―coercive practice‖ means harming or threatening to harm, directly orindirectly, persons or their property to influence their participation in theprocurement process or affect the execution of a contract;

(b) will cancel the contract if it determines at any time that representatives of thecontractors engaged in corrupt, fraudulent, collusive or coercive practicesduring the procurement or the execution of that contract, without the takentimely and appropriate action satisfactory to the satisfaction of the CMSS toremedy the situation;

(c) will sanction a firm or individual, including declaring them ineligible, eitherindefinitely or for a stated period of time, to be awarded a contract if it at anytime they have, directly or through an agent, engaged, in corrupt, fraudulent,collusive or coercive practices in competing for, or in executing, contract; and

(d) will have the right to require that Contractors to permit the CMSS to inspect theiraccounts and records and other documents relating to the bid submission andcontract performance and to have them audited by auditors appointed by theCMSS.

Special Conditions of Contract

59. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his ownarrangements for the engagement of all staff and labour, local or other, and fortheir payment, housing, feeding and transport. The Contractor shall, if required by

Page No.89 of 260

Page 90: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

the Architect/CMSS, deliver to the Architect/CMSS a return in detail, in such formand at such intervals as the Architect/CMSS may prescribe, showing the staff andthe numbers of the several classes of labour from time to time employed by theContractor on the Site and such other information as the Architect/CMSS mayrequire.

60. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub-contractors shallabide at all times by all existing labour enactments and rules made there under,regulations, notifications and bye laws of the State or Central Government orlocal authority and any other labour law (including rules), regulations, bye lawsthat may be passed or notification that may be issued under any labour law infuture either by the State or the Central Government or the local authority. Salientfeatures of some of the major labour laws that are applicable to constructionindustry are given below. The Contractor shall keep the CMSS indemnified in caseany action is taken against the CMSS by the competent authority on account ofcontravention of any of the provisions of any Act or rules made there under,regulations or notifications including amendments. If the CMSS is caused to payor reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/byelaws/Acts/Rules/regulations including amendments, if any, on the part of theContractor, the Architect/CMSS shall have the right to deduct any money due tothe Contractor including his amount of performance security. TheArchitect/CMSS shall also have right to recover from the Contractor any sumrequired or estimated to be required for making good the loss or damagesuffered by the CMSS.

The employees of the Contractor and the Sub-Contractor in no case shall betreated as the employees of the CMSS at any point of time.

61. SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTSENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK:

(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case ofinjury by accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Acton satisfaction of certain conditions on separation if an employee has completed5 years service or more or on death the rate of 15 days wages for everycompleted year of service. The Act is applicable to all establishments employing10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The ActProvides for monthly contributions by the CMSS plus workers @ 10% or 8.33%. Thebenefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.(ii) Deposit linked insurance on the death in harness of the worker.(iii) Payment of P.F. accumulation on retirement/death etc.

Page No.90 of 260

Page 91: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits towomen employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certainwelfare measures to be provided by the Contractor to contract labour and incase the Contractor fails to provide, the same are required to be provided, bythe Principal CMSS by Law. The Principal CMSS is required to take Certificate ofRegistration and the Contractor is required to take license from the designatedOfficer. The Act is applicable to the establishments or Contractor of PrincipalCMSS if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The CMSS is supposed to pay not less than theMinimum Wages fixed by appropriate Government as per provisions of the Act ifthe employment is a scheduled employment. Construction of Buildings, Roads,Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are tobe paid, when it will be paid and what deductions can be made from the wagesof the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages forwork of equal nature to Male and Female workers and for not makingdiscrimination against Female employees in the matters of transfers, training andpromotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing20 or more employees. The Act provides for payments of annual bonus subject toa minimum of 8.33% of wages and maximum of 20% of wages to employeesdrawing Rs.3500/-per month or less. The bonus to be paid to employees gettingRs.2500/- per month or above up to Rs.3500/- per month shall be worked out bytaking wages as Rs.2500/-per month only. The Act does not apply to certainestablishments. The newly set-up establishments are exempted for five years incertain circumstances. Some of the State Governments have reduced theemployment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure forresolution of Industrial disputes, in what situations a strike or lock-out becomesillegal and what are the requirements for laying off or retrenching the employeesor closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to allestablishments employing 100 or more workmen (employment size reduced bysome of the States and Central Government to 50). The Act provides for layingdown rules governing the conditions of employment by the CMSS on mattersprovided in the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of tradeunions of workmen and CMSSs. The Trade Unions registered under the Act havebeen given certain immunities from interior and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employmentof children below 14 years of age in certain occupations and processes and

Page No.91 of 260

Page 92: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

provides for regulation of employment of children in all other occupations andprocesses. Employment of Child Labour is prohibited in Building and ConstructionIndustry.

n) Inter-State Migrant workmen‘s (Regulation of Employment & Conditions ofService) Act 1979: The Act is applicable to an establishment which employs 5 ormore interstate migrant workmen through an intermediary (who has recruitedworkmen in one state for employment in the establishment situated in anotherstate). The Inter-State migrant workmen, in an establishment to which this Actbecomes applicable, are required to be provided certain facilities such ashousing, medical aid, travelling expenses from home up to the establishment andback, etc.

o) The Building and Other Construction workers (Regulation of Employment andConditions of Service) Act 1996 and the Cess Act of 1996: All the establishmentswho carry on any building or other construction work and employs 10 or moreworkers are covered under this Act. All such establishments are required to paycess at the rate not exceeding 2% of the cost of construction as may be modifiedby the Government. The CMSS of the establishment is required to provide safetymeasures at the Building or construction work and other welfare measures, suchas Canteens, First-Aid facilities, Ambulance, Housing accommodations for workersnear the work place etc. The CMSS to whom the Act applies has to obtain aregistration certificate from the Registering Officer appointed by theGovernment.

p) Factories Act 1948: The Act lays down the procedure for approval at plans beforesetting up a factory, health and safety provisions, welfare provisions, workinghours, annual earned leave and rendering information regarding accidents ordangerous occurrences to designated authorities. It is applicable to premisesemploying 10 persons or more with aid of power or 20 or more persons withoutthe aid of power engaged in manufacturing process.

62. ARBITRATION (As per GCC)

If the decision of the Adjudicator as described in clause 25 is not acceptable, then thedisputes can be referred to the Arbitrator. The procedure for arbitration will be asfollows:

a. In case of Dispute or difference arising between the CMSS and a domesticcontractor relating to any matter arising out of or connected with this Contract,such disputes or difference shall be settled in accordance with the Arbitrationand Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators oneeach to be appointed by the CMSS and the Contractor. The third Arbitrator shallbe chosen by the two Arbitrators so appointed by the Parties and shall act asPresiding arbitrator. In case of failure of the two arbitrators appointed by theparties to reach upon a consensus within a period of 30 days from theappointment of the arbitrator appointed subsequently, the Presiding Arbitratorshall be appointed by the * Indian Council of Arbitration/President of theInstitution of Engineers (India)/The International Centre for Alternative DisputeResolution (India).

Page No.92 of 260

Page 93: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) abovewithin 30 days after receipt of the notice of the appointment of its arbitrator by theother party, then the * Indian Council of Arbitration/President of the Institution ofEngineers (India) shall appoint the arbitrator. A certified copy of the order of the *IndianCouncil of Arbitration /President of the Institution of Engineers (India), making such anappointment shall be furnished to each of the parties.

c) Arbitration proceedings shall be held at Delhi India, and the language of the arbitrationproceedings and that of all documents and communications between the parties shallbe English.

d) The decision of the majority of arbitrators shall be final and binding upon both parties.The cost and expenses of Arbitration proceedings will be paid as determined by thearbitral tribunal. However, the expenses incurred by each party in connection with thepreparation, presentation, etc. of its proceedings as also the fees and expenses paid tothe arbitrator appointed by such party or on its behalf shall be borne by each partyitself.

e) Performance under the contract shall continue during the arbitration proceeding andpayments due to the contractor by the owners shall not be withheld, unless they are thesubject matter of the arbitration proceedings.

63. PROTECTION OF ENVIRONMENT:

Add the following:

The contractor shall take all reasonable steps to protect the environment on and of theSite and to avoid damage or nuisance to persons or to property of the public or othersresulting from pollution, noise or other causes arising as a consequence of his methodsof operation.

During continuance of the contract, the contractor and his sub-contractors shall abideat all times by all existing enactments on environmental protection and rules madethere under, regulations, notifications and bye-laws of the State or Central Government,or local authorities and any other law, bye-law, regulations that may be passed ornotification that may be issued in this respect in future by the State or CentralGovernment or the local authority.

Salient features of some of the major laws that are applicable are given below : TheWater (Prevention and Control of Pollution) Act, 1974, This provides for the preventionand control of water pollution and the maintaining and restoring of wholesomeness ofwater. 'Pollution' means such contamination of water or such alteration of the physical,chemical or biological properties of water or such discharge of any sewage or tradeeffluent or of any other liquid, gaseous or solid substance into water (whether directly orindirectly) as may, or is likely to, create a nuisance or render such water harmful orinjurious to public health or safety, or to domestic, commercial, industrial, agricultural orother legitimate uses, or to the life and health of animals or plants or of aquaticorganisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention,control and abatement of air pollution. 'Air Pollution' means the presence in the

Page No.93 of 260

Page 94: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

atmosphere of any 'air pollutant', which means any solid, liquid or gaseous substance(including noise) present in the atmosphere in such concentration as may be or tend tobe injurious to human beings or other living creatures or plants or property orenvironment.

The Environment (Protection) Act, 1986, This provides for the protection andimprovement of environment and for matters connected therewith, and the preventionof hazards to human beings, other living creatures, plants and property. 'Environment'includes water, air and land and the inter-relationship which exists among and betweenwater, air and land, and human beings, other living creatures, plants, micro-organismand property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for thepurpose of providing immediate relief to the persons affected by accident occurringwhile handling hazardous substances and for matters connected herewith or incidentalthereto. Hazardous substance means any substance or preparation which is defined ashazardous substance under the Environment (Protection) Act 1986, and exceeding suchquantity as may be specified by notification by the Central Government.

64. Supply of materials:

a) The successful Bidder should make his own arrangement to obtain / import allmaterials required for the work.

b) The Work shall be carried out using high quality materials and products from goodsource and reputed manufacturer respectively. The tenderer / contractor shallfurnish the details of sources and manufacturers of materials and products, whichthey intend to use in the Work if their tender is acceptable.

c) Quality assurance should be strictly adhered to. All materials are subject toinspection and approval of the CMSS/Architect before use in the Work. All Workcarried out and materials supplied shall conform to relevant latest Indian StandardSpecification.

d) The Contractor shall furnish the CMSS for approval adequate samples of allmaterials to be used in Work and to permit tests and examinations thereof. Allmaterials used in the Work shall be strictly as per approved samples and approvedmake.

e) All mock ups / finishes / quality shall be approved by CMSS/Architect.

f) All materials which are rejected shall be forthwith removed from the site.

65. Water & Power:

a) The rate quoted by the Contractor shall include expenditure for providing all the waterrequired for the Interior construction work as well as that of Direct Sub Contractors andthe Contractor shall make his own arrangements for the supply of good quality water,including obtaining Municipal connection for his labour as well as for constructionpurpose, and all charges for water shall be borne by him. If Municipal water is notavailable and should it become necessary for the Contractor to bring acceptable

Page No.94 of 260

Page 95: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

quality water from outside by tankers, the CMSS shall not be liable to pay any charges inconnection therewith including charges for periodic testing of the water of such sourcesfor its suitability before use on works.

b) The rate quoted in the tender shall also include electric consumption charges for powerrequired for the Interior construction work as well as that of Sub-Contractor and theContractor shall have to make his own arrangements to obtain power connections andmaintain at his own expense an efficient service of electric light and power and shallpay for the electricity consumed. . The CMSS, as well as the Architect, shall give allpossible assistance to the Contractor to obtain the requisite permission from the variousAuthorities, but the responsibility for obtaining the same shall be that of the Contractor.Any shortfall in quantum of electric power from local electric company‘s supply shall bemade up by necessary captive generators at site which the Contractor shall install atsite. All charges connected with installing, running and maintaining of the generators,including all statutory approvals shall be borne by the Contractor.

c) The Contractor shall also be responsible to supply water and electricity to all otheragencies directly engaged by him such as Direct Sub-contractors etc. free and withoutlevying any charge.

d) If no such facility is available at the site of work and if available and found inadequate,it shall be the responsibility of the Contractor to make his own arrangement forobtaining water and power at his cost. The Contractor‘s responsibility also cover supplyof adequate quantity of water and power for testing and commissioning of all his Directsub-Contractors‘ works.

e) All Municipal service charges or fees, for drainage and water connection forconstruction purposes shall be borne by the Contractor and if any, payable forpermanent connections shall be initially paid by the Contractor and the CMSS willreimburse the amount on production of official receipts.

f) Electric supply connection deposits, improvement or development charges for thepermanent supply will be paid by the CMSS to the Electric supply authority. It is theresponsibility of the Contractor to apply in time and follow up with respectiveauthorities to obtain all permanent service connections.

66. RECORD DRAWINGS:

The Interior Contractor shall make accurate records of those parts of the Works whichwill become hidden by further progress, as may be directed by the Architect. Suchrecords shall be checked and verified by the Architect while the work is open forinspection. Records shall be entered by the Interior Contractor on prints of drawingswhich will be made available to him for this purpose, amplified by him withsupplementary dimensioned sketches and handed to the Architect as soon aspracticable. All costs and expenses in connection therewith shall be borne by theContractor.

67. Permission from Statutory Body:

Permission required to be obtained from local Government and connected bodies forestablishing the site office and executing the work shall be Bidder‘s responsibility.

Page No.95 of 260

Page 96: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

68. Insurance:

The Contractor shall be responsible for any injury to persons, animals or things and for allstructural damage to property which may arise from the operation or neglect of himselfand or any nominated Direct Sub-Contractors, or Direct Sub-Contractors / Contractor'sEmployees and or third party whether such injury or damage arising from carelessness,accident or any other cause whatsoever, in any way connected with the execution ofwork.

The cover taken by the Contractor towards Third Party Liability shall be for a value of Rs. 5Lakhs ( Rupees Five Lakhs only) for a single event and there shall be no upper limit on thenumber of such events. The Bidders are expected to include all the charges towardstaking all insurance cover, charges towards premia etc., in the quoted rates and noextras / claims shall be entertained on account of the Bidders‘ failure to comply with thisrequirement.

The Contractor shall take required insurance cover with an approved insurancecompany and deposit the policy with the Owner well before commencement of work.

69. Joint Inspection:

CMSS‘s / Architect representatives‘shall conduct a joint inspection with theContractors‘authorised representative at every stage of the work, immediately uponcompletion of such stage of works. The purpose of the joint inspection is to observe andrecord any deviations from the specified tolerances / levels, plumb or any quality defectsor any such issues which require immediate attention / action from the Interior Contractorto make good or rectify such defects or observations jointly recorded. Such jointinspections can be held at any time as deemed fit and shall be binding on theContractor to act upon and implement without any extra cost the directions arising out ofsuch joint inspections. Failure / delay in holding such joint inspections shall not absolve theInterior Contractor from his responsibilities to rectify any defects which may besubsequently noticed at any time after the respective stages of work.

70. Photographs and Video Cassettes:

The Contractor shall take photos and video from the locations approved by the /Architect to show the progress of work at weekly intervals throughout the constructionperiod and furnish photographs and video cassettes of required duration duly indicatingthere in the specified number of negative / prints affixed in albums. Each photographshall be marked with the description of the photograph and location from which it wastaken.

The ownership and copy right of all photographs and negatives shall be vested in theCMSS and are not to be used without his permission under any circumstances. Negativesand prints shall be handed over to the Architect monthly.

71. Fire Protection during Construction: Provide and keep in working order adequate firefighting equipment for emergency use.

Page No.96 of 260

Page 97: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

72. Schedule of Quantities and Technical Specifications:

In case of conflict between item description in ―Bill of Quantities‖ and ―Technicalspecifications‖ the following priority shall govern:

Bill of Quantities & PreambleTechnical SpecificationsIS CodeEquivalent BS CodesOther codes

73. DOCUMENTATION:

The contractor shall submit the All guarantee certificates and documents applicable toany item before submission of Final Bill :

I. As – built drawings for all buildings and structures.II. Guarantee for Anti-termite treatment work Any other Material and work

inspection reports called for by CMSS /Architects as found necessary.

74. Additional Special Conditions

a) Contractor to provide supervisor for each work group / area.

b) All Employees of the Contractor shall wear badge showing name, profession, date oftraining, work order no., work description, valid from _____ to _______ , name of theContractor, name of supervisor.

c) Welding transformer, if any brought to the site, shall have a valid test certificate

d) Contractor should provide detailed plan of material handling during time of contract.Material - manual handling shall conform to State Regulations.

e) Pre-commissioning test report shall be provided for all electrical systems. Includingcables, wire, motors, transformers, voltage stabilizers.

f) All rotating and moving parts with a nip must be guarded, such that even a little fingercannot come in contact with any moving part.

g) Section 32 of the Factory Act regarding ladders, platforms/stairs and scaffolding to befollowed strictly. (For e.g. Ladders should have uniform step height of not over 300mm.Allfixed ladders to have railings at a height of 910-1050mm. Ladders over 3m height to beroped.

h) All portable ladders shall be of aluminium with rubber shoes and flat treads as per IS3696part 2 (1991) except where these could come in contact with live electrical. In suchsituations, only carbon fibre or insulated ladders to be used. Wooden and Bambooladders are not to be used. Portable ladders to be stored in a place where it is easilyaccessible.

Page No.97 of 260

Page 98: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

i) All platforms, walkways to have toe-boards of 100 to 150mm and hand rails at a heightof 910mm to 1150mm. A spring return bar gate to be provided at every access to theladder.

j) All scaffolds to be of metallic construction and conform to IS2750-1964. Safe access bymeans of stairway to be provided if the height is more than 4m. Working platform withhandrails at a height of 910mm to 1150mm and toe boards of 100-150mm to beprovided.

k) Methods statement to be produced for all high risk activities (including risk assessment ofcritical activities). Approximate PPE usage for all critical activities to be compiled with.

l) Lifting gears, tools and tackles and equipment like cranes shall conform to requirementsof section 28 and 29 of the Factory Act.

m) Noise level at 1 Mtr. distance from the equipment should not exceed the level indicatedelsewhere in the specification.

Any further clarification on Environment, Health and Safety guidelines can be soughtfrom unit, Environment Health and Safety Manager and CMSS‘s guidelines on EHS.

Signature of Tenderer

With Date and Seal

Page No.98 of 260

Page 99: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

FORMS OF SECURITIES

Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performanceand Advance Payment Security forms at this time. Only the successful Bidder will be required toprovide Performance and Advance Payment Securities in accordance with one of the forms,or in a similar form acceptable to the CMSS.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex C: Performance Bank Guarantee for Unbalanced Items

Page No.99 of 260

Page 100: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.100 of 260

Page 101: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Annexure A

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") hassubmitted his Bid dated _______________________ [date] for the Interior and Renovation work ofCentral Medical Services Society office at Vishwa Yuvak Kendra, pt. Uma Shankar Dikshit road,Teen Murti Marg Chankayapuri, New Delhi-110001(hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bankhaving our registered office at ___________________________________ (hereinafter called "theBank") are bound unto DG & CEO, Central Medical Services Society, Annexe Building India RedCross Society, 1 Red Cross Road, New Delhi-110001.* (hereinafter called "the CMSS") in the sumof ___________________1 for which payment well and truly to be made to the said CMSS theBank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _______ day of ________ 2018____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bidvalidity specified in the Form of Bid;

OR(2) If the Bidder having been notified of the acceptance of his bid by theCMSS during the period of Bid validity:

(a) fails or refuses to execute the Form of Contract in accordance withthe Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordancewith the Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27of Instruction to Bidders;

we undertake to pay to the CMSS up to the above amount upon receipt of his first writtendemand, without the CMSS having to substantiate his demand, provided that in his demandthe CMSS will note that the amount claimed by him is due to him owing to the occurrence ofone or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 daysafter the deadline for submission of Bids as such deadline is stated in the Instructions to

Page No.101 of 260

Page 102: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Bidders or as it may be extended by the CMSS, notice of which extension(s) to the Bank ishereby waived. Any demand in respect of this guarantee should reach the Bank not later thanthe above date. DATE _______________ SIGNATURE OF THE BANK ______________________

WITNESS ____________ SEAL _______________________________________

[Signature, name, and address]

1 The Bidder should insert the amount of the guarantee in words and figures denominatedin Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructionsto Bidders.245 days after the end of the validity period of the Bid.

Page No.102 of 260

Page 103: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Annexure B

Performance Bank Guarantee

To:

The DG & CEO, Central Medical Services Society, Annexe Building India Red Cross Society, 1Red Cross Road, New Delhi-110001

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "theContractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to executeInterior and Renovation work of Central Medical Services Society office at Vishwa Yuvak Kendra, pt.Uma Shankar Dikshit road, Teen Murti Marg, Chankayapuri, New Delhi-110001.

(hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish youwith a Bank Guarantee by a recognized bank for the sum specified therein as security for compliancewith his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of theContractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [inwords], such sum being payable in the types and proportions of currencies in which the Contract Price ispayable, and we undertake to pay you, upon your first written demand and without cavil or argument,any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid withoutyour needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presentingus with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or ofthe Works to be performed there under or of any of the Contract documents

which may be made between you and the Contractor shall in any way release us from any liabilityunder this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of theDefects Liability Period.Signature and seal of the guarantor _____________________________Name of Bank ____________________________________________Address ____________________________________________Date ______________________________________________________________

An amount shall be inserted by the Guarantor, representing the percentage of theContract Price specified in the Contract and denominated in Indian Rupees.

.

Page No.103 of 260

Page 104: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.104 of 260

Page 105: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Annexure C

Performance Bank Guarantee (for unbalanced items)

To:The DG & CEO, Central Medical Services Society, Annexe Building India Red Cross Society, 1Red Cross Road, New Delhi-110001

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "theContractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to executeInterior and Renovation work of Central Medical Services Society office at Vishwa Yuvak Kendra, pt.Uma Shankar Dikshit road, Teen Murti Marg Chankayapuri, New Delhi-110001

(hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish youwith a Bank Guarantee by a recognized bank for the sum specified therein as security for compliancewith his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of theContractor, up to a total of ____________________ [amount of guarantee]___________________________ [in words], such sum being payable in the types and proportions ofcurrencies in which the Contract Price is payable, and we undertake to pay you, upon your first writtendemand and without cavil or argument, any sum or sums within the limits of ____________________[amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons foryour demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presentingus with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or ofthe Works to be performed there under or of any of the Contract documents which may be madebetween you and the Contractor shall in any way release us from any liability under this guarantee, andwe hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate ofcompletion of works.

Signature and seal of the guarantor _____________________________Name of Bank ____________________________________________Address ____________________________________________Date ______________________________________________________________1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, ifany and denominated in Indian Rupees.

Page No.105 of 260

Page 106: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.106 of 260

Page 107: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

TECHNICALSPECIFICATIONS

Page No.107 of 260

Page 108: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.108 of 260

Page 109: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

TECHNICAL SPECIFICATIONS1- GENERAL

1.1 (A) – WorkAll works shall be carried out with due diligence and specification laid hereunder. In caseany item not covered by this specification, either C.P.W.D. or any other specification asdirected by the Engineer in charge shall be followed. As and where necessary thisspecification shall be supplemented by C.P.W.D. specification.

(B) – Material specificationAll material shall conform to the latest edition of the Indian standard specification with allamendments issued thereof. For material not covered By Indian standard specification,C.P.W.D. specification shall followed. For such material covered by neither of the two anyother specifications as directed by the engineer in charge, and after obtaining his writtenapproval shall be followed.

1.2 Sampling and testingAll material used in the works shall be subjected to inspection and test. Samples of allmaterial proposed to be used in the works shall be submitted to the Engineer in chargefor approval, before they are bought to the site. These samples shall be submitted 15days in advance than required for works. After the sample is approved, the material shallbe arranged and bought to site within a fortnight. Sample submitted to the Engineer incharge or his representative for their retention is to be kept in labeled box and suitablystored.

1.3 Storage of materialAll material to be used in the works shall be stored on racks, supports, in bins, under coveretc., as required to prevent deterioration or damage from any cause whatsoever to theentire satisfaction of the Engineer in charge.Cement shall be stored in such quantities as can be consumed within a short time afterreceipt from the manufacturers. It shall be stored in such a manner to permit easy accessfor proper inspection and in a suitable weatherproof store to protect it from dampnessand to minimize deterioration. Use of cement shall be on principle of first come, first used.

2. MAERIALS

2.1 WaterClean fresh water only shall be used for mixing all concrete, grout and mortar. This shallbe free from any deleterious matter in solution or in suspension and be obtained froman approved source. Generally portable water is found to be suitable for the abovework.

2.2 LimeLime shall be stone lime and conform to the specification Building Limes-IS: 712 (latestedition). Lime putty may be prepared from hydrated lime or quick lime. Hydrated limeshall be mixed with water to form putty for preparation of lime cement and sand mortar,lime, cement and sand in specified proportions shall be mixed further. Minimum quantityof water shall be added to achieve working consistency.Surplus mortar droppings from masonry if received on surface free from dirt may bemixed with fresh mortar if permitted by the Engineer- in charge of site who may directadditions of additional cement without any extra payment.

Page No.109 of 260

Page 110: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2.3 Grading of Aggregate:

Coarse aggregate shall be as per IS: 383 (latest edition) consisting of hard, strong anddurable pieces of crushed stone and shall be free from organic or clay coating andother impurities like disintegrated stone, soft flaky particles etc.Aggregates other than confirming to the provision of specifications may be used ifpermitted by Engineer-in-charge.Washing of aggregates by approved means shall be carried out, if directed by theEngineer-in-charge. Grading of coarse aggregates shall confirm to IS:383 (latest edition)and shall be such as to produce dense concrete of the specified proportions andstrength and of consistency that will work readily into position without segregation.

a) Grading of Coarse Aggregate shall be as under :

I.S. SeriesPercentage passingBy weightfor nominal size of

Mm 40 mm 20 mm 16 mm 12.5 mm75 100 - - -37.5 95-100 100 - -19 30-70 95-100 100 10016 - - -11.2 - - - 90-1009.5 10-35 25-35 30-70 40-854.75 0-5 0-10 0-10 0-102.36 - - - -

(a) Fine aggregate : On the basis of particle size fine aggregate is graded into fourzone which is shown below :

(b)

IS Sieve Percentage passingfor grading

MM Zone-1 Zone-2 Zone-3 Zone-49.50 100 100 100 1004.75 90-100 90-100 95-100 95-1002.36 60-95 75-100 85-100 95-1001.18 30-70 55-90 75-100 90-10600 micron 15-34 35-59 60-79 80-100300 micron 5-20 8-30 12-40 15-50150 micron 0-10 0-10 0-10 0-15

Fine aggregate shall be coarse sand, fine sand stone dust or marble dust fly ash andsurkhi and shushkhi Use of sand shall not be allowed unless otherwise specified.

a) Grading of coarse sand shall fall within the limit of grading zone1, 2, 3, 4, of table above.Grading of fine sand shall fall within the limit of grading zone 4 of table above.

b) Grading of stone dust shall fall within the limit of grading zone1,2,3, of table above.c) Grading of marble dust shall fall within the limit of grading zone 4 of table above.

2.4 Bricks:

Page No.110 of 260

Page 111: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Bricks for masonry work shall be well burnt, of uniform size, shape and colour, free fromcracks, flaws or nodules of free lime and should give ringing sound when struck witheach other. Fractured surface shall show uniform texture free from grit, lumps, holes etc.Compressive strength shall not be less than 75kg/cm2. Water absorption after 24 hoursimmersion shall not exceed 15% by weight for common bricks and 12% for face bricks.Dimension tolerance shall have rectangular faces sharp, straight edges. Maximumpermissible chip page for bricks shall be 6 mm at the edge and 10 mm for corner bricksshall and show no efflorescence after soaking in water and drying.Each brick shall have the manufacturer’s identification mark clearly marked on the frog.Representative sample shall be submitted and approved sample shall be retained bythe Engineer in charge for future comparison and reference. The color and texture ofbrick shall be limited to the range of sample submitted. Any brick not found up to thesatisfaction shall be removed immediately from site at the Contractor’s own cost. Bricktiles shall conform to the same specification as brick but thickness shall be 5 cm (2”)nominal.

2.5 Ashes (Cinder):

These shall be obtained from furnaces of stream boilers using coal fuel only. It shall passthrough IS sieve designation 3.35 mm with at least 50% of it passing through IS sieve 1.7MM. Cinder obtained from brick kilns shall not be used. At site of work, the cinder shallbe protected from dirt or any harmful material getting mixed.Cinder required to be used for external work such as plastering and in foundationconcrete where it is likely to be affected by dampness, shall not contain more than 0.5%of acid soluble sulfates. For cinders required to be used in internal work such as mortarfor walls and base concrete for floors, the allowable percentage for unburnt carbonshall be up to 20% and that for acid sulfates as 1%.

2.6 Scaffolding:

Scaffolding shall consist of ballies necessary battens and planks of approved quality. Allthe scaffolding members before erection shall be checked for their strength and fitness.It shall be tied up properly and rigidly. Steel scaffolding, if available, may be used.Where scaffolding is necessary it shall be erected on double supports. Holes shall not bemade in walls for supports. Planks shall be fixed and tied together in case of finishingworks such as plastering, painting and distempering no part of the scaffolding shalltouch the structure. Where ladders are used, gunny bags shall be tied up at the end toprotect any damage to work by sliding etc.

2.7 Timber:

Timber shall be of type as stated in schedule and the best kind available. Perfectly dry,well-seasoned free from sapwood. And shall be straight free from knots, cracks, rootsand other defects.

2.8 Wrought iron work:

All wrought iron work shall be of best kind and of the size and shape specified. Theironwork shall be free from burning blisters and cracks and shall be coated with shopcoat of anticorrosive paint. No ironwork of inferior workmanship or quality shall beallowed to be used.

Page No.111 of 260

Page 112: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

2.9 TOR Steel:

Steel shall comply with the Indian Standards Specifications IS:226 latest editions forconstruction work. The surface shall be free from rust. All steel shall be TATA’s or otherIndian manufacturer. Untested steel shall not be used unless otherwise specified.

2.10 Cement:

One of the type of cement given below as specified shall be used Portland cementlatest edition 53 grade conforming to is 12269 latest editions. Rapid hardening Portlandcement conforming to IS 8041 (latest edition) any other brand of specified shall conformto relevant Indian Standard specification (ISS).

2.11 Glass:

Sheet or plates of glass shall be of approved Indian make (Pllington or equivalent) ofthickness as stated in the schedule of quantities and visually clear when viewed fromany direction. It should be free from bubbles, waves and all other defects.

2.12 Steel Frames:

Steel frames shall be manufactured out of steel conforming to the relevant standardspecifications and shall have oxidized fittings. The size & section shall be as specified orshown on the drawings. They shall have all necessary accessories such as eyes, lugs andhinges etc. as per drawings and Engineer In charge’s instructions. The welding of jointsshall be full size and grinned neat.

2.13 Oil Paint and primers:

These shall be ready mixed Jonson & Nicholson, Shalimar Goodlac, Nerolac ,I.C.I orother approved brand and in sealed tins and shall be of the quality approved by theEngineer in charge & shall conform to the relevant I.S.S. (latest edition).

2.14 Distempers and primers:

These shall be either water bound or oil bond as specified in the schedule of quantities.These shall be in powder form of Jenson and Nicholson, Shalimar or other approvedbrand in sealed drums and package as directed by Engineer In charge. These shall beof approved brand such as Snowcem/Apex Exterior Paint or equivalent as directed bythe Engineer in charge.

Page No.112 of 260

Page 113: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Specifications for Works

Page No.113 of 260

Page 114: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.114 of 260

Page 115: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

1. EARTHWORK IN EXCAVATION:

i. The excavation shall be done strictly according to the dimensions shown in the plans oras directed. If Contractors excavates beyond what is stipulated in the drawings or asdirected at site, the additional quantity of earth work shall not be taken into accountfor payment. In case, the Contractor excavates trenches and foundations width lessthan minimum specified, actual measurement of excavated trench will be taken forpayment. The excavation will be carried out in all sorts of soils up to a depth as shownin the drawings and will be disposed- off as directed by Engineer-in-Charge within thelead of 1000 Meters.

ii. Rates shall be inclusive of refilling the trench, foundation etc., with excavated earthwith in the lead of 1000 meters.

iii. Payment shall be made on cubic meter basis of the permissible excavation done.2. CENTERING SHUTTERING FOR R.C.C. WORKS:

I. Form-work shall be strong enough to withstand dead and live load and forces causedby ramming / vibration of concrete and other incidental loads, likely to be imposedupon it during and after casting of concrete. Shuttering shall either be of wooden plank30 mm minimum thickness or steel plate with stiffened edges. The shuttering shall besupported at bottoms by props of vertical salballies properly cross braced together soas to make the form work rigid. The shuttering shall have a smooth and even surfaceand joints shall not permit leakage of cement grout. The timber planks shall beaccurately sawn and planed on one side. The surface of shuttering that would come incontact with concrete shall be covered with a thin sheet of polythene paper rolls, afterremoving all rubbish such as chippings, shavings, saw dust etc. from the shuttering.

II. Alternatively application of raw linseed oil or soap solution to the surface of theshuttering may be allowed at the discretion of the Engineer-in-Charge / Site Engineer.Sufficient camber shall be provided to the shuttering so as to offset subsequentdeflection after pouring of concrete on it.

III. A minimum camber of 4 mm per meter length of beam and 1/50th of length ofcantilever / projected member shall be provided as directed by the Engineer-in-Charge / Site Engineer. Minimum period that shall elapse after the concrete is laid,before removal of centering and shuttering shall be as per provisions of IS: 456. Thecompleted form work shall be inspected and approved by the Engineer-in-Charge /Site Engineer before reinforcement bars are placed in position.

IV. Payment shall be made for form work, centering shuttering etc. on Sqm basis. Thelength and breadth shall be measured in cms correct to two places of decimal andarea shall be worked out in Sqm. No deductions from the shuttering due to openings /obstructions shall be made, if the area of such openings / obstructions does notexceed 0.10 Sqm. Nothing extra shall be paid for forming such openings. Rates quotedshall be inclusive of cost of form works, centering shuttering, labor, materials andremoval of form work etc. complete as described above.

3. BRICK WORK:

I. Brick work will be with bricks of class specified in schedule of rates, laid in cementmortar of designed proportion as specified in item or drawings. Bricks shall be soaked inwater thoroughly at the site of work for at least 6 hours before use. When the bricks are

Page No.115 of 260

Page 116: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

soaked they shall be removed from the tank sufficiently early so that at the time oflaying they are skin dry. The bricks shall be placed in the tanks by hand, one by one,and not by throwing. The mortar shall be used before it shows any signs of setting orstiffening.

II. Unless otherwise specified, brick work shall be done in English bond with the frogupwards. No broken brick shall be used except at closures. Brick work shall conform toIS-2212. The courses shall be truly horizontal and the work strictly in plumb. The mortarjoints should not exceed 10 mm in thickness except where extra thickness is required forthe purpose of bringing the brick work to the required height or level or for making bothfaces even. The brick work shall not be raised by more than 14 single courses per day.

III. Masonry shall be kept constantly moist while under construction and for a period of atleast 10 days after completion. Watering shall be continued twice a day for at leastone month after completion.

IV. Construction of walls shall, as far as possible, be carried out in regular and level coursethroughout their entire length and no portion of work shall be 0.90 meter lower than theother. All cross walls, buttresses, counterforts, steps etc. shall be built up, course bycourse, with the main walls carefully embedded into them. Where such bonding is notpossible in the course of the work for any reason, necessary grooves or toothing shall beleft in the brick work for subsequent bonding. No extra payment will be made for this.

V. Brick work in foundation and plinth shall be the portion of brick work betweenfoundation level and plinth level. Provision of relevant clausesof Special Conditions ofContract shall be applicable for distinguishing work infoundation from that ofsuperstructure.

VI. Brick work in superstructure will mean all brick works above plinth level. Parapet shall beconsidered as part of the wall. In exposed brick work, specially selected brick shall beused for facing, ensuring that irregular and wrinkled bricks or bricks which have irregularedges and corners are not used. The surface shall be rubbed down with brushes ifnecessary and thoroughly washed. The joints in faces which are to be plastered orpointed should be raked out to a depth of 15 mm while the mortar is still green. Theraked joints shall be brushed and well wetted, and shall be later refilled with mortar togive ruled finish.

VII. The rate for brick work shall include supplying, erecting and dismantling the necessaryscaffolding. Scaffolding shall be strong and stiff. Holes left in the brick work to take theput logs shall be properly bricked up before plastering or pointing is done. Put log holesshall not under any circumstances be allowed in pillars.

4. MEASUREMENT:

Payment will be made on cubic meter basis on the volume of work done calculatedon actual measurement of length, height and thickness. Any extra work over thespecified dimensions shall be ignored. No extra payment will be made for cuttingbricks, if required, either for openings or for rounding or for insertion at the time ofconstruction of small fixtures in wall such as angles, joists, distribution boards, small sizepipes, etc. No deduction will made for volumes occupied by such fixtures. Nodeduction shall be made for openings up to 0.1 square meter, cement concrete blocksfor holdfasts/ holding down bolts. In calculating area of opening, any separate lintel or

Page No.116 of 260

Page 117: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

sills shall be included with the size of opening but end portions of lintel shall beexcluded.

5. RATE:

The contractor's rate shall include cost of all material supply, fixing and removal ofscaffoldings, curing etc. and shall apply to all brick work in steps, string course, blockingcourse, brick work curved in plan and parapet over roof etc.

6. HALF-BRICK MASONRY:

Half - brick wall (115 mm) laid in stretcher bond including reinforced will be measured insquare meter for payment. In reinforced wall, 2 no. of 6 mm dia M.S. bars shall beprovided at every fourth course. Proper laps & end embedment’s (of not less than 200mm) shall be provided. They shall be securely anchored at their end where thepartitions end.

7. MEASUREMENTS:

Thickness of walls in excess of thickness computed on the basis of nominal brick sizes, ifany shall be ignored while measuring. No separate payment shall be made for steelreinforcement used in the brick masonry. Deduction for openings shall be as per IS:1200. The area shall be calculated in square meters.

8. RATE:

The rate includes the cost of all materials and labor involved in all the operationsdescribed including cost of reinforcement.

9.0 DAMP PROOF COURSE:

I. Proportions: One part of Portland cement, 2 parts of coarse sand, 4 parts graded stone20mm down size mixed with water proofing compound CICO or approved waterproofing compound @ 1 kg/bag of cement shall be used. The compound shall bemixed with the cement in the proportion specified by the manufacturer or as directedby the Engineer-in-charge.

II. Mixing:As per specification for cement concrete, compound will be first mixed drywithcement.

III. Laying:D.P.C. shall consist of 40mm thick or as specified cement concrete. The edgesshall be finished smooth. Plank shuttering for edges must be used. The top surface shallbe double checkered and cured by pounding for seven days. The item shall includeformwork, finishing, leveling etc. all complete.

10. CEMENT CONCRETE (PLAIN & REINFORCED)

10.1 Mixing:

All proportions shall be by volume or by weight as directed by Engineer-in-charge.Mixing shall be done in mechanical mixer. The cement and aggregate shall be

Page No.117 of 260

Page 118: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

thoroughly mixed together and the required quantity of the water shall be added tomixer only when all the cement and aggregate constituting one batch are in the drum.The concrete shall be mixed till the mixture is of uniform color. Mixing in a drum shall becontinued for at least 2 minute after adding water. When in special cases hand mixingis allowed by the Engineer-in-charge. Measured quantity of coarse sand shall bespread evenly on a pucca watertight platform. Required quantity of cement shall bedumped on the sand and distributed evenly and mixed intimately with spade till mixingis of even color throughout. Measured quantity of coarse aggregate shall be spread ontop of cement and sand mixture and mixing done by shoveling and turning till thecoarse aggregate gets evenly distributed in the cement sand mixture. ¾ quantity ofwater required should be added in a hollow made in the middle of the pile with spade.The whole mixture is turn over again and again and remaining quantity of water addedgradually. Mixing shall be continued till the mixture is of uniform color and consistency.Only such quantity of concrete shall be mixed which can be consumed in half an hour.In case of hand mixing 10% extra cement shall be added. No extra payment forcement thus added shall be made to the contractor.

10.2 Placing of Concrete:

Concrete shall be conveyed and placed in final position in such a manner as toprevent segregation and loss of any of the ingredients. The maximum height of dropand the method of placing concrete shall be approved by the Engineer-in-charge. Theinterval between adding water to dry ingredients and completion of placing ofconcrete shall not exceed 30 minutes and the concrete shall not be distributed oncethe setting of cement has commenced. The rate of placement of concrete shall besuch that no cold joint is formed and fresh concrete is placed always against greenconcrete which is still plastic and workable.

10.3. Protection:

Newly placed concrete shall be protected by approved means from frost, sun, dust,storms, rains and hot spells etc. Concrete placed below the ground shall be protectedfrom falling earth. Ground having deleterious salts shall be kept free from contact withconcrete at least for three days or otherwise directed thereafter.Approved measure shall also be taken to protect immature concrete from damage bydebris, excessive loading, vibration, abrasion, floating due to sub soil water and otherinfluences that may impair the strength and durability of the concrete. This shall apply toall item of cement concrete such as foundations, sub grade, flooring, damp proofingand all other R.C.C. and P.C.C. items.

10.4. Following tests shall be done on concrete in field or lab,as the case may be.

a) Slump Test (Field Test):

The consistency of the mix shall be controlled by ‘slump test’ of the wet mix as per ISspecification. The test shall be carried out at least twice a day, once at start ofconcreting and the other near the end of concreting. Quantity of water to be used forsuch mix shall be such that the concrete is of adequate workability for the placingcondition of the concrete and can properly be compacted with the means specified.Generally quantity of water to be used for each mix of 50 kg cement shall not be morethan 34 liters for 1:3:6 mix, 30 liters for 1:2:4 mix, 30 liters for 1:1/2:3 mix and 25 liters for 1:1:2mix. In case of vibrated concrete the quantity of water may be reached to avoid

Page No.118 of 260

Page 119: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

segregation. The quantity of water shall be regulated by carrying out regular stump testat intervals as mentioned above. The slump and workability for different kinds of workshall be as under:

Slump and workability for different kinds of works:

Placing Conditions Degree ofWorkability

Value of Workability

1. Concreting of shallow sections withvibration

Very low 0.75 to 0.80 compaction offactor

2. Concreting of lightly reinforcedsection with vibration

low Slump up to 22mm 10.5seconds vee bee time or0.80 to 0.85 compactingfactor

3. Concreting of lightly reinforcedsection without vibration orheavily reinforced section withvibration

Medium 25-75 mm slump for 20mmaggregate.

4. Concrete of heavily reinforcedsection without vibration

High 75-125 mm slump for 20mmaggregate

b) Test of material and (lab test):

Upon the signing of the contract, the contractor shall provide and deliver to theengineer-in-charge, at his own expense samples of the sand and coarse aggregate heproposes to use. Such samples shall be in sufficient quantity to enable tests to be carriedout on the individual materials and for the making and testing of concrete cubes ifrequired by the engineer-in-charge. All expenses of testing shall be borne by thecontractor.Six preliminary test cubes 150 x 150 x 150 mm shall be made in the laboratory forprescribed mix three for testing at seven days and three at twenty eight days. The meanstrength of set of three cubes shall not be less than the following:

Strength requirement of cement concrete (IS 456):

Grade of concrete Compressive strength

After 7 Days After 28 days

M (10) 1:3:6M (15) 1:2:4M (20) 1:1.5:3M (25) 1:1:2

07 N/mm2

10 N/mm2

13.5 N/mm2

17 N/mm2

10 N/mm2

15 N/mm2

20 N/mm2

25 N/mm2

During the course of the work, test cubes shall be made from time to time as directed bythe Engineer-in-charge from freshly mixed concrete taken from a batch prepared in the

Page No.119 of 260

Page 120: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

normal way for actual use in the works. The cubes shall be in sets of six numbers andtested in accordance with IS: 1999 (latest edition) and IS: 516 (latest edition).

Three cubes shall be tested at seven days and three at twenty-eight days. Test strength ofeach specimen should not vary +/- 15% of the average. The concrete shall be deemedto comply with the strength requirements if the above test results meet the ‘AcceptanceCriteria’ as per IS: 456 (latest edition).

In the event of a set of cubes failing to meet these strengths the engineer-in-charge maydirect that any concrete represented by the cube be subjected to in-situ tests at the costof the contractor. Depending on the result of such tests the Engineer may direct that theconcrete be demolished and reconstructed at the expense of the contractor.

Workability testing shall be carried out in accordance with IS: 1199-1959. The results shalllie within the range upon which the accepted mix design is based. Testing shall becarried out at such frequency so that required workability ic constantly achieved.

Prior to the commencement of concreting, the contractor shall submit for approval of theengineer-in-charge details of his proposed arrangements for carrying out tests. The resultsof all tests shall be communicated to the engineer-in-charge as soon as possible. If theengineer so desires he may require that his representatives shall be present at any test.

Contractor shall maintain records in a register issued by engineer-in-charge duly certifyingthe number of pages in the register of all test results of cubes of concrete indicatinglocation where the quantity of concrete to which the cube is related has been used. Incase of test result of core, location from where core has been cut with the result shall bementioned. An extract of such entries in the register shall be submitted to the engineer-in-charge.

In addition, a cement consumption & reinforcement steel record shall be maintained inthe prescribed form in a register issued by the engineer-in-charge, certifying number ofpages in the register by him.

c) Tensile strength of concrete (Lab. Test):

I.Flexural tests of beams (usually third point loading) for values of modulus of rupture.II.Diametrical splitting of cylinder for tensile splitting strength.III.Direct tensile tests using special shaped specimens or special gripping devices for direct

tensile strength.

d) Durability:

Concreting is to be done with care with low water/cement ratio, good compaction,careful curing, dry and graded aggregates, specified cement content so that concreteis almost impermeable and can resist weathering, chemical attack and abrasion.

10.5 Repairing and finishing of concrete:

All concrete surfaces either cast-in-situ or precast shall have even, clean finish, free fromhoneycombs, air bubbles, fins or blemishes. The joint marks due to form work in concretework exposed to view shall be rubbed out with carborundum stone and defectspatched up with a paste of 1 part and 1 part cement and cured. The finishing shall be

Page No.120 of 260

Page 121: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

done to the satisfaction of the engineer-in-charge. Concrete surfaces to besubsequently plastered or where brick work is to be done it shall be raked as soon as theform is stripped off so that proper bond can develop.

10.6 Curing and protection of concrete:

All fresh concrete shall be covered with a layer of hessian or similar absorbent materialand kept constantly wet for a period of seven days or more from the date of placing ofconcrete as per directions of the engineer-in-charge. Curing may also be done bypounding. Steps shall be taken to protect immature concrete from damage by debris,excessive loading, vibration, abrasion, deleterious ground water, mixing with earth orforeign materials, floating etc. that may impair the strength durability of the concrete.

10.7 Reinforcement:

All bars TMT tor steel shall be cold bent by machines or by approved means. Bends,hooks and shapes shall confirm strictly to the dimension shown on drawings and unlessotherwise mentioned, the bending dimensions shall confirm to IS: 2502. All binding shallbe done by 16/18 gauge annealed soft iron wire. To ensure adequate cover steel barsshall be kept on small concrete cube or any suitable material as directed by engineer-in-charge. Sufficient number of chairs and hangers shall be used to keep theenforcement in position. Placing of reinforcement shall be completed well in advanceof concreting. Before concreting, the reinforcement shall be inspected and approvedfor accuracy of placing, binding and cleanliness, by the engineer-in-charge. No placingof concrete shall be done before approval of reinforcement. Before reinforcement iscovered contractor shall ensure that it is measured, checked by the componentauthority & properly recorded.

11. VITRIFIED/ANTI-SKID CERAMIC GLAZED FLOOR TILES:

11.1 MATERIALS:

I. Providing & fixing of colored 10mm thick vitrified floor tiles / 6mm thick Anti-skidceramic glazed floor tiles of reputed make and manufacturer i. e. Somany, Kajaria,Johnson (thickness specified by the manufacturer may also be taken in toconsideration). The tiles shall be flat, true to shape and free from blisters crazing,chips, welts, crawling or other imperfections detracting from their appearance.

II. Deviation in length of tiles (+/-) 0.1%III. Deviation in thickness of tiles (+/-) 3%IV. Water absorption by tiles should not be more than 3% of its weights.V. The Resistance of tiles should be strain proof.VI. Flexural strength of tiles should not be less than 39 N/mm2.

11.2 BASE PREPARATION:

I. Tacking on existing floor, riser, dadoes on / surface shall be done for proper bondingbetween tiles and floor with cement mortar of specified grade / adhesive solution.

II. Tacking scrap to be collected & disposed off outside station premises within a lead of1 Km.

Page No.121 of 260

Page 122: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

III. After tacking & dry-cleaning, proper washing of existing floor/surface to be done byneat water.

IV. After washing proper cleaning of existing floor, riser, dedoson / surface shall be doneby soft brush and all dust particles or any loose materials to be cleaned by wet cloth.

11.3 LAYING / FIXING OF TILES:

I. After the base is cured and dried, 20 mm thick cement mortar 1:4 (1 cement: 4coarse sand) for vitrified / anti-skid ceramic glazed floor tiles and / adhesive solution(As per recommendation of manufacturers) shall be laid on the surface and spreadevenly with a trowel. Neat cement slurry of honey like consistency over cementmortar shall be spread over. The back of the tile previously cleaned and soaked inwater shall be placed over the mortar and brought to proper level by striking gentlywith a wooden mallet.

II. The tiles shall be laid in the manner as specified above in required pattern with as thina joint as possible. The joints shall be thoroughly cleaned and pointed with whitecement slurry admixed with pigment of matching color as the tiles. The pointing canalternatively be carried out with an approved non-shrink grout of matching color asrecommended by the manufacturer.

III. Since these are specially pre-sized tiles, and they have very low moisture absorptionand thermal expansion, they can be laid free of joints, and it is not necessary to leavegaps between two tiles. For large areas, an expansion gap of 2-4 mm may beprovided after every six meter of laying.

IV. Cutting of tiles shall be done by cutting machine, as per requirement / size of floor.Fixing of tiles on skirting, door’s Jam, corners etc shall be done according to sitecondition/requirement for which no extra cost shall be involved.

V. Joints between existing skirting & tiles shall be filled up with white cement. Edge ofexisting floor/ surface & top of the tiles at door portion shall also be filled up by samematerial maintaining angle of 450 or less so as to form a fillet.

VI. Fifteen minutes after fixing the tiles, wipe with a damp sponge and clean / polish thetiles with a soft dry cloth.

VII. The tiles should be Scrub and Scratch free and finally cleaning of the tiles shall bedone by water or dilute soap solution followed by water / moist cloth or sponge.

11.4 PRECAUTIONS:

I. Do not use neat cement while fixing / laying tiles. Only manufacturer’s suppliedadhesive (Mortar) to be used.

II. Wooden mallet / hammer to be used to keep the tiles in position and to remove airpocket between tiles & adhesive.

III. Minimum 95% of tiles shall be free from visible defects.

Page No.122 of 260

Page 123: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

12 Granite/Marble/Kota stone Flooring:

a. The slabs of Granite/marble. Kota stone as specified in the item. they shall be madeof selected quality, hard, sound and dense, color, shape, homogeneous in texture,free from cracks, decay, weathering and fault, Granite should be of Bangalore goodquality polished 18 mm thickness otherwise specified. Before starting the work,contractor shall get the sample of slabs approved; the colour pigment should beused to match the shade of the marble/granite/Kota.

b. Dressing: Every stone shall be cut by hand/machine to the required size and shapeand chisel dressed on all side /or cut by machine all the angles and edges of the slabshall be true, square and free from chipping and the surface shall be levelled smooth,the thickness of the slab shall be described in the item of work description.

c. Laying: The sub grade concrete or the R.C.C. slab on which the stone slabs are to belaid shall be cleaned wetted and mopped. The bedding for the slab shall be withcement mortar 53 grades of specified quality and ratio.

d. The average thickness or the bedding mortar under the slab shall be 18 mm orspecified and the thickness at any place under the slab shall not be less than12mm.when the mortar has hardened cement slurry of paste like consistency bespread at the rate of 4.4 kg of cement per square meter. The edges of the slabalready paved shall be buttered with cement and admixture of pigment mating theshade of stone slab. The slab shall then place in position so as to get a matching jointand required level.

e. Curing: The flooring shall be cured for a minimum period of seven days.

f. Grinding and Polishing: After the laid marble/kota flooring are cured and have dried,these shall be polished. Grinding should be done by granite finish polishing andgrinding machine, the first grinding shall be done with granite grinding blocks six battishould be used to finish grinding in a smooth manner, before the final granite finishblock shall be used after that buffing block batti shall be used to give a smoothgranite polish finish.

g. Measurements:Measurement shall be done in square meters of the flooring/slabcounters/stair steps, length and breadth shall be measured between the finishedfaces of skirting door or wall plaster, the skirting shall be measured in square meters ,as the case may be, correct to the centimetre and area calculated up to two placeof decimal.

13. CERAMIC GLAZED TILES IN WALLS / SKIRTING / DADOS:

13.1 MATERIALS:Minimum 5mm thick Ceramic glazed tiles of approved color, brand andmanufacturer i.e. Somani / Kajaria / Johnson or equivalent approved make shall beused with following details:

a. Deviation in length of tiles ± 0.6%b. Deviation in thickness of tiles ± 5%c. Water absorption by tiles should not be more than 0.5% of its weights.d. The abrasion resistance of tiles should not be less than 204 mm2.

Page No.123 of 260

Page 124: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

e. Flexural strength of tiles should not be less than 27N/mm2.

13.2 BASE PREPARATION:

a) Tacking on existing surfaces of floors, skirting, risers, dados shall be done for properbonding between tiles and the surface with cement mortar of specified grade /adhesive solution.

b) Tacking scrap to be collected & disposed of outside station premises within alead of 1 Km.

c) After tacking & dry-cleaning, proper washing of existing floor/surface to be doneby neat water.

d) After washing proper cleaning of existing floor, riser, dados the surface shall bedone by soft brush or cotton cloth and all dust particles or any loose materials tobe cleaned by wet cloth.

13.3 LAYING / FIXING OF TILES:

a) After preparation of the base, the tiles shall be fixed over a base of 12 mm thick cementmortar 1:3 (1 cement: 3 coarse sand). The back of the tiles previously cleaned andsoaked in water shall be fixed over the mortar and brought to proper level by strikinggently with a wooden mallet.

b) The tiles shall be laid in the manner as specified above in required pattern with as thin ajoint as possible. The joints shall be thoroughly cleaned and pointed with white cementslurry mixed with pigment of matching color as of the tiles. The pointing can alternativelybe carried out with an approved non-shrink grout of matching colour as recommendedby the manufacturer.

c) Since these are specially pre-sized tiles, and they have very low moisture, absorptionand thermal expansion, they can be laid free of joints, and it is not necessary to leavegaps between two tiles. For large areas, an expansion gap of 2-4 mm may be providedafter every six meter of lying.

d) Cutting of tiles shall be done by cutting machine, as per requirement / size of floor.Fixing of tiles on skirting, door’s Jam, corners etc. shall be done according to siteconditions / requirement for which no extra cost shall be involved.

e) Joints between existing skirting & tiles shall be filled up with white cement mixed withpigment to match the shade of the tiles. Edges of existing floor / surface & top of thetiles at door portion shall also be filled up by same material maintaining angle of 450 orless so as to form a fillet.

f) Fifteen minutes after fixing the tiles, wiping with a damp sponge and cleaning / polishingthe tiles with a soft dry cloth will be done.

g) The tiles should be Scrub and Scratch free and finally cleaning of the tiles shall be doneby water or dilute soap solution followed by water / moist cloth or sponge.

Page No.124 of 260

Page 125: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

13.4 PRECAUTIONS

i. Use of cement mortar / adhesive for fixing / laying tiles shall be done only as permanufacturer’s recommendations and as per the direction of EIC / Site Engineer.Nothing extra shall be paid to the contractor on this account.

ii. Wooden mallet / hammer to be used to keep the tiles in position and to remove airpocket between tile & adhesive.

iii. Minimum 95% of tiles shall be free from visible defects.

13.5 Measurements: The length and breadth of the tiles fixed shall be measured in cm correctto two places of decimals and area shall be calculated in Sq.m. The rate shall beinclusive of cost of all the operations described above.

13.6 M.S Steel Railing:Steel shall comply with the Indian Standards Specifications IS: 226 (latest edition) forconstruction work. The surface shall be free from rust. All steel shall be TATA’s or otherIndian manufacturer. Untested steel shall not be used unless otherwise specified.

13.7 Stainless steel Railing:Providing and fixing staircase railing 90cm high from nosing of steps , made of followingspecifications:

a) 50mm dia. SS pipe handrail.b) Providing and fixing in position SS railing at staircase made out of-304 grade 16 SWGSS

handrail -50mm dia. With Stainless Steel end cap and fixed into wall at end. Mid rail -12mm dia. X 3 rows 1st balustrade 75mm x 2 Nos. and other Balustrades75mm x 2 Nos.and other balustrade- 38mm Dia. x 5 steps per side with base plate of 5mm with StainlessSteel base cover and complete with all fittings as per design and diagram.

14.0 ANODISED ALUMINIUM DOORS / WINDOWS / VENTILATORS / PARTITIONS AND CARPENTRYWORK:

a) General: Aluminium Doors / Windows / Ventilators / Partitions shall be fabricated (bymitering) with box type frame sections & of size as mentioned in the relevant item ofschedule of rates or as shown in the drawing & shall be conforming to IS: 1948-1961. Allsections shall be fabricated from extruded sections as manufactured by reputedconcerns & as approved by Engineer-in-charge. The weight & thickness of walls ofsections shall be as specified in relevant item of schedule of rate. Robust constructionshall be achieved by interlocking & screwing outer frame corners.

b) Finish:Aluminium doors will be anodized. & will be powder coated. The averagethickness of anodized coating shall not be less than 15 microns as per IS-1868 andaverage thickness of powder coating shall not be less than 50 microns. A thick layer ofclear transparent lacquer based on mathacrylates or cellulose butyrate shall be appliedon aluminium door to protect the surface from waste cement during installation. Beforehanding over the building the lacquer coating shall be removed as directed byEngineer-in-charge.

c) Hinges:Hinges shall be projecting type, made of Aluminium alloy conforming to relevantIndian Standards and welded to frames). Minimum two hinges shall be provided foreach shutter, however, door shutter shall be provided with one additional hinge at the

Page No.125 of 260

Page 126: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

centre. The pins for hinge shall also be of aluminium alloy conforming to HR 30 of IndianStandard. Pins for hinges shall have an anodizing coating of 25 micron thickness andpowder coating of 50 microns thickness.

d) Fixing of panels/doors/windows/ ventilators: Fixing of frames with walls /other membersshall be done in any of the following three manners; Using 30 mm x no. 10 galvanizedscrews in case the frame is to be fitted to a wooden member.

I. With slotted galvanized steel lugs fitted to the frame with galvanized nuts andscrews embedded in cement concrete block (1:2:4) in case, the frame is to befitted on a brick / stone masonry wall.

II. With plug and galvanized screws (45 mm x 10 nos.). Position and number of fixinglugs and screws shall be as per IS: 1948: 1961 as far as practicable, Complete withall accessories including cleaning the Aluminium sections free from lacquer.

15. ALUMINIUM FULLY GLAZED DOORS:

a) Aluminium doors shall be manufactured from standard aluminium alloy extrudessections and shall be all as per drawings. The aluminium alloy shall be as per IS-733, HE-O-WP. Hollow aluminium alloy sections shall conform to IS designation HV-O-WP of IS1285. Aluminium doors will be made of 5.5 mm thick plate glass fitted and fixed with box101.6 x 44.45 x 3.18 mm aluminium frame with snap beadings and glazing clips as perstandard practice and exhibit drawings. Aluminium beading of approved size andmake, gasket and felt will be used for holding the glass in position. One floor spring12"x8” as per IS 7197 shall be provided with each panel at bottom unless otherwisespecified and one pivot at top of each panel shall be provided. Proper lockingarrangement as per drawings and direction of Engineer-in-Charge shall be provided.

b) Fittings & Fixtures: All doors shall be provided with double action floor spring, suitablelocking arrangement (open able either from outside or inside), bolting devices andhandles. In case of double leaf shutters doors, the first closing shutter shall have aconcealed aluminium bolt at top. All fixtures shall conform to relevant I.S. codes.

c) Rate: Rate shall include cost of all materials and labour required for fixing the doorexcluding the cost of floor springs (which shall be paid separately) etc. complete withall accessories including cleaning the aluminium section free from lacquer.

16. ALUMINIUM PARTLY GLAZED PARTITIONS:

a) Aluminium sections, finish, glazing, workmanship etc. shall, in general, conform to thespecifications covered under clause 16.1.0 and its sub-clauses except that floor-springsand locking arrangements which will not be required in case of glazed panels. Thesepanels shall have to be fixed in wall openings (with provision for opening as perdrawings, specifications and instructions of the Site Engineer / Engineer-in-charge.

b) Rate: Rates shall include all materials and labour required for providing and fixing hepanel in position complete.

Page No.126 of 260

Page 127: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

17. ALUMINIUM GLAZED WINDOW/ VENTILATORS (FEXED/ OPENABLE / TOP HUNGENTILATORS):

Frames for windows/ventilators shall be fabricated from anodized aluminium alloysection HE9-WP confirming IS : 733 and HE9-WP conforming to IS-1285 true to dimensionsas shown in construction drawings after making clearance for proper fittings in the wallopening as per IS:1948.

a) Glazing:Glazing panels of not less than 4 mm thickness or as specified shall be used.Sizes of glass panels shall conform to table I of IS:1948, wherever practicable.Specifications and fixing glazing shall confirm to those of steel door, windows andventilators.

b) Fittings & Fixtures: All windows shall be provided with cast aluminium handles and pegstays conforming to A-5-M of IS: 617 with anodized finish of 15 micron thickness andpowder coating of minimum 50 microns thickness. Ventilators shall be top hung andprovided with peg stays. It (peg) shall be 300 mm long complete with peg & lockingbracket. The locking bracket shall either fitted to the frame or to the ventilator.

c) Rate: Rate quoted for glazed windows and ventilators shall be inclusive of glazingworks and shall be as per relevant item given in the schedule of rates.

d) Payment: Payment shall be made on square meter basis of the actual area of theframe fixed.

18. CARPENTRY & JOINERY

a) Carpentry work: The timber to be used shall be well seasoned free from knots and otherdefects. All joints shall be true and tightly fitted to each other and of the type asspecified for the particular work. The embedded portion of the timber shall be paintedwith two coats of hot bitumen. The surface of wood work to be painted shall becleaned and sand papered so that the surface is quite smooth. Paint shall be appliedover a priming coat of specified primer. All joints shall be neat and strong trulyaccurately fitted and coated with white lead being fitted.

b) 18.2 Flush Doors: These shall be of well-seasoned soft wood battens of poplar etc withthree layers of ply as specified these flush door shutter should be phenol bonded fireproof and water proof in all respect with teak wood lapping on all side, the thickness willbe 40 mm as specified. Moulded and mortised together in a workman like manner.Each panel of door shall be of such thickness as specified.

c) The measurement shall be in square meters from outside of frame both ways verticaland horizontal. Wooden moulding shall not be paid separately. Measurements shall bemeasured nearest to one mm and area calculated to three places of decimal in squaremeter and shall include all fittings as described in the item of work.

d) Almirah and boxes below work counters: These should be of seasoned board 18mmboard of good quality termite proof and water proof of ISI mark Duro or equivalent andlapping on shutter should be of teak wood, with sunmica 1.0 mm thick pressed withfevicol/ or any other specified bonding material on the front surface or good qualityveneer should be used as per the specified shade and quality.

Page No.127 of 260

Page 128: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

e) Measurement shall be done in square meters.

f) Rate: Rate quoted for glazed doors, almirahs and boxes shall be inclusive of allcomplete fitting works and shall be as per relevant item given in the schedule of rates.

g) Payment: Payment shall be made on square meter basis of the actual area of theframe fixed.

19. Aluminum Composite Panel:-

19.1a) Providing & Fixing of 4mm thick PVDF coated Exterior Grade Aluminium Composite Panel

Cladding consist of LDPE core laminated between two sheets of aluminium foils.50thickness of a same grade on both sides as per ASTM standard ensuring no AirEntrapment between PE core and Aluminium Coil in desired colour as may beapproved by the Architects as per Elevation Drawings and Plan Drawings.

b) The basic frame work shall be created by 38mm x 38mmx16 gauge thick ExtrudedAluminium Rectangular Tube in the vertical and horizontal plane of the cladding.

c) The Extruded Aluminium Rectangular Tube shall be provided with 50mm long AluminiumExtruded Angle (Brackets) of 25x25x4 mm thick (Or 38x25x4 mm thick-50x25x4 mm thickor as may be required at site at respective locations) at every 900mm internal on bothsides of the Tube, fixed with 3 Nos. of Aluminium Rivets for each angle.

Fixing of the basic framework shall be done by drilling holes by an Electric Drill in theMasonry/Reinforced Cement Concrete, inserting 50mm long Nylon Sleeves of Fischermake and 10x25 or 50 or 75mm long stainless Steel CSK Wooden Screw (2 Nos. perBracket). Wherever the basic frame work is required to be fixed on to Metal StructuralFramework, the same shall be done by drilling holes and fixed with Stainless Steel self-taping screws. ACP shall be sealed with “Non-Staining” Silicon Weather Sealant of DowCorning 789 (USA). The Aluminium Composite Panel Cladding shall be measured on outto out basis and paid for.

19.2 Semi Unitized Glazing:

Providing & fixing of Semi unitized structural glazing in DGU (Double glass unit) as per theElevation drawing, fabricated out of Heavy Duty Aluminium Extruded profiles. All profilesshall be conforming to Alloy 63400 WP. Frame made from 131mm x 67mm2.5mm Thick.hollow extruded structural glazing Vertical section, horizontal section 81mm x 67mm X2.5 mm and sub frame section will be of 68mm X 28mm.X1.8mm thick for glass withnatural Anodized/power coating minimum 50 to 60 micron and glass will be of 6mmtoughened reflectasol +12mm air gap+6mm clear toughened glass Make Saint Gobain .with fixed in grid pattern mechanically joined with cleats and screws, frame fix to theslab /beam with fastener and fixing over it unitized Aluminium glazed panel withspacer tape and structural glazing adhesive and duly fixing the glazed panel to themain frame and sealing joint with silicon sealant make Dow Corning789 forwaterproofing and 995 structural support. All Profile shall be Powder coated to requiredcolour .The Semi unitized structural glazing shall be designed for a Wind Pressure as persite condition. The Anchoring/ Bracing of the Semi unitized structural glazing at site withHeavy duty M.S. Brackets of approved design, Pure Polyester Powder Coated to 50Microns Thickness in approved colour M.S. Brackets of approved Design. PVC spacers

Page No.128 of 260

Page 129: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

shall be provided between the Aluminium Mullion member and Bracket. Aluminiumshims of various thicknesses as may be required shall be provided behind the bracketsto adjust the beam level variations possible at site, or Extended brackets duly designedshall be provided of required size as per site requirements. FISCHER makes fasteners and10 x 75 mm. stainlessSteel Bolt ( or as may be required as per site condition) shall be used for Anchoring theBrackets to provide a minimum anchoring depth of 40mm in the concrete to withstandthe dead load of the Semi unitized structural glazing as stresses due to wind pressureetc.

19.3 Technical Specifications:

A. Vertical Frame Section : 131mm X 67mmX2.5mm thick.B. Horizontal Frame Section : 81mm X 67mmX2.5mm thick.C. Glass Panel Section : 68mm X 28mm.X1.8mm thick.D. Reflective Glass : 6mm toughened.

reflectasol+. 12mm air gap+.6mmclearE. Powder Coating : 50/60 microns Color Powder Coating.F. Tape : Norton Tape.G. Bracket : 6mm thick MS Power Coated bracket.H. Anchor Fastener : 12mmX100mm Fastener.I. Structural Silicon : 995 St Silicon Dow corning.J. Weather Sealant : 789 Weather Sealant Dow Corning.

20. Structural glazing:

a) Design, fabrication and installation of structural glazing system in the form of fixedpanels, using specially designed aluminum extruded sections, (weight 6 Kgs./sq. m.)mullions and transoms having 50 micron pure polyester powder coating of approvedcolor and shade and make with mullions fixed on the RCC beams/columns throughadequately designed brackets providing and fixing glass as specified includingproviding masking tape on the profiles for safety against external scratches on sitecomplete with approved silicon sealant EPDM gasket etc. to make the curtain glazingair tight and water tight as per standard and as per architects drawings andspecifications. Contractor to furnish shop drawings along with sequence of work and forapproval of Architect.

b) Above items using insulated glass hermetically sealed with 6 mm outer hard coatedtoughened reflective glass and 5 mm clear float glass inside with 12 mm dry air cavitybetween two glass panes separated by a hollow aluminium spacer bar with twin lines ofmicro holes as approved filled with molecular desiccant of approved make sealant ofapproved make all complete.

21. ARMSTRONG CEILING SYSTEM/ INDIA GYSUM CEILING SYSTEM.

21.1 Lay In Metal– Standard Perforated without fleece (BP4266M6A1WH)Providing & Fixing of Armstrong Lay In Standard Perforated without fleece(BP4266M6A1WH) metal ceiling System consisting of 600x600x0.50mm Lay in tiles withmicro look edge. Tile should have 2.50mm dia. holes with 16% open area. Material ofpre coated hot dipped galvanized steel with surface finish of baked polyester paint in0.50 mm thickness in white color with RH 100 performance to inhibit panel sag.Formulated to withstand conditions with temperature up to 49 degree Celsius. HavingCAC of 36 and fire resistance of Class A and Air quality ISO 3 (3). And having inherent

Page No.129 of 260

Page 130: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

Anti Microbial. Light reflectance 77% and scrub able soil resistant durability. To be laid onArmstrong make Superfine 15 mm steel angle systems with 15mm wide T - sectionflanges colour white having rotary stitching on the Main Runner (BP754033), 1200mm(BP753032) & 600mm (BP752032) Cross Tees and Angle Moulding (BPT1945HI). Luminariesshould be independently hung from the Soffit. Web height of steel angle should be38mm with load bearing capacity of 15.20 Kg/ SQM. Length of Main Runner should be3600mm.The Tile & Grid system used together should carry a 15 year warrantee. The T Sectionshave a Galvanizing of 120 grams per M2 & passed through 500 hrs of Salt test.

21.2 INSTALLATION: To comprise main runner spaced at 1200mm centres securely fixed to thestructural socket by approved hanger at 1200mm maximum centre. The last hanger atthe end of each main runner should not be greater than 450mm from the adjacent wall.Flush fitting 1200mm long cross tees to be interlocked between main runners at 600mmcentre to form 1200 x 600 mm module. Cut cross tees longer than 600mm requireindependent support. 600 x 600mm module to be formed by fitting 600mm long flushfitting cross tee centrally between the 1200 mm cross tees. Perimeter trim to beArmstrong wall angles or channel, secured to walls at 450 mm maximum enters.

21.3 ARMSTRONG SUSPENSION SYSTEM accessories manufactured and supplied by ArmstrongWorld Industries consisting of M6 Anchor Fasteners (BPGM6065) with Vertical Hangers(BPGM2626) made of Galvanized steel of size 26 x 26 x 25 x 1.2mm with a GalvanizedThickness of 80gsm, A pre Straightened Hanger wire (BP78916BD10) of dia – 2.68 mm of1.83 m length., thickness of 80gsm and a tensile strength of 344-413 MPa, along withAdjustable hook clips (BPGM2010) of 0.8mm thick, galvanized spring steel for 2.68 mmwith a minimum pull strength of 110 kg. The adjustable clip also consists of a 3.5 mmaquiline wire to be used with the main runner.

22. APP WATER PROOFING:

a) Water Proof treatment on roof shall be as specified in Schedule o f Rates and shall becarried out as per CPWD specifications 2009 volume-II Clause no. 25.13 and as permanufacturer’s recommendations.

b) The surface to be treated shall have a minimum slope of 1 in 120 or as directed by theSite Engineer. Grading shall be carried out with PCC 1:2:4 with 10 mm down aggregateto 40 mm average thickness and finished smooth. Such grading shall be included in theitem and nothing extra shall be paid on this account.

c) Junction between the roof and vertical face of parapet wall etc. shall be caused byrunning galta / triangular fillets 75x75 mm size in PCC 1:2:4 (1 cement : 2 coarse sand : 4graded stone aggregate 20 mm nominal size). At the drain mouths the fillets shall besuitably cut back and rounded off for easy application of water proofing treatment andeasy flow of water. The provision of fillets shall not be included in the item of waterproofing and shall be measured and paid for separately under the relevant item ofschedule of rates.

d) For carrying over and tucking in the water proofing felts into parapet wall etc. ahorizontal groove 65 mm deep and 75 mm wide section with its lower edge not lessthan 150 mm above the graded roof surface shall be left on the inner face of the sameduring construction, if possible. When such groove has not been left, the same shall be

Page No.130 of 260

Page 131: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

cut out neatly. The base and rear of the groove shall be finished smooth with cementmortar 1:4 (1cement: 4coarse sand). Such cutting of groove and its finishing smoothshall be deemed to be part of the water proofing item and shall not be measured orpaid separately. No deduction shall be made either, for making the groove when thelater has already been left in masonry.

e) Tucking in of the water proofing felt will be required where parapet wall exceed 45 cmin height from graded surface. Where the height is 45 cm or less, no groove will berequired as the water proofing treatment will be carried over the top of the parapetwall to its full thickness. Such treatment shall not be measured or paid for separately.

f) The graded surface of the roof and concrete fillets and face of walls etc. shall bethoroughly cleaned with wire brushes & all loose scale etc. removed. The crackedsurface shall be cut to `V' Section, cleaned and filled up flush with cement mortar slurry1:4 (1 cement : 4 coarse sand). Such cleaning of the surface or treating the crack shallnot be paid for separately.

g) After grouting the crack, if any, with Cement grout, the same shall be cured for aminimum period of seven days. The roof surface will be made dry and thoroughlycleaned with wire brushes & all loose scale etc. removed. The APP (AtacticPolypropylene Polymer) modified prefabricated five layer 3mm thick water proofingmembrane, black finished reinforced with non-woven polyester matt consisting of acoat of bitumen primer for bitumen membrane @ 0.40liter / Sqm by the samemembrane manufactured of density at 25degree Celsius , 0.87 - 0.89 kg / liters andviscosity 70 - 160 cps. Over the primer coat, the layer of membrane shall be laid usingbutane torch and sealing all joints etc., and preparing the surface complete. The vitalphysical and chemical parameters of the membrane shall be as under : Joint strength inlongitudinal and transverse direction at 23degree Celsius as 350/300 N/5cm. Tearstrength in longitudinal and transverse direction as 60/80N. Softening point ofmembrane not less than 150°C. Cold flexibility shall be up to -2°C when tested inaccordance with ASTM, D - 5147. The laying of membrane shall be got done throughthe authorized applicator of the manufacturer of membrane.

h) Payment will be made on square meter basis of the area of roof surface covered by theAPP water proofing treatment. No extra measurement shall be made for laps, joints,anchoring in grooves, carrying over parapet etc. The rate will be inclusive of all theoperations described above.

23. G.I. PIPES & FITTINGS:

a) All G.I. Pipes and fittings shall conform to IS: 1239 and shall be of medium grade (Class -B) for water supply services. All screwed tubes and sockets shall have pipe thread inaccordance with the requirement specified in IS: 554.

b) All fittings shall be of malleable galvanized iron approved by the Engineer-in-Charge.Fittings in G.I. line shall include all couplings, elbows, tees, bends, union, nipples,reducers, rubber insertion etc. No extra payment shall be made for these fittings.Payment shall be made on running meter basis. All pipes shall be painted with twocoats of anti-corrosive bitumenestic paint with an under coat of red oxide primer.

c) After laying and jointing, the pipes and fittings shall be inspected under workingconditions of pressure and flow. Any joint found leaking shall be redone and all leaking

Page No.131 of 260

Page 132: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

pipes shall be replaced at no extra cost. The pipes and fittings after laying shall betested under a gradually applied test hydraulic pressure of 6 kg/sq.cm. The pipe andjoints shall be capable of maintaining the above pressure for at least half an hourwithout any indication of fall of pressure. All expenses in carrying out the test shall beborne by the Contractor.

d) Measurement shall be made in running meter of the finished job as described above.Rate shall include the cost of materials and labor involved in all the operations describeabove.

24. EUROPEAN TYPE WATER CLOSET:

a) Water closet of Hindustan ware /Perry ware or any other equivalent approved make,colour , of vitreous china clay conforming to IS: 2556 ,Part VIII and as described in theSchedule of Rates. The closet shall be of one, piece construction and have integralflushing rim of suitable type. Each water closet shall have four holes with its pedestal forfixing to the floor. The water closet shall have an integral S or P trap outlet with at least50 mm water-seal. The closet shall be provided with 10 liters low level PVC flushingcistern with all fittings, CP Brass Angle valve with CP Brass connection pipe, M.S. or C.I.brackets and 40 mm dia flush bend pipe. The closet shall be provided with approvedcolour plastic seat and lid.

b) The water closet shall be fixed to the floor by means of 75 mm long 6.5 mm diametercounter sunk bolts and nuts embedded in the floor concrete. The cisterns shall be fixedon C.I. cantilever brackets which shall be firmly embedded in the wall in cement mortar1:4 (1 cement: 4 fine sand). The cistern shall be connected to the closet by means of 40mm diameter white porcelain enameled flush bend with rubber inlet connection.

c) Rate shall include cost of all materials, labour involved in all the operations specifiedabove including fixing, cutting of wall and floor and making good the same.

25. WASH BASINS:

Wash basins of Hindustan ware /Perry ware or any other equivalent approved makeand size specified in the relevant item of schedule of rates shall be provided and fixedwith single 15 mm CP brass pillar tap with CI/MS brackets of approved brand i.eKingston / Gem/ Techno/ Parko. Wash basin shall be of one piece constructionincluding a combined over flow. This shall be fitted on C.I. or M.S. brackets (conformingto IS:775). The wall side shall be fixed well flushed with the plaster of wall and the joint, ifany, shall be properly finished with mortar and painted white. The basin shall beprovided with C.P. brass waste trap, C. P. brass chain, rubber stopper, CP brass bottletrap, CP brass angle valve, CP brass connection pipe and 32 mm dia. C.P. brass wastepipe. The basin shall be fixed at 800 mm above finished floor level or as directed by theSite Engineer. Rate shall include cost of all materials and labour involved in all theoperations mentioned above.

26. C.P. BRASS BIB COCKS/ STOCK COCKS/ OTHER CP FITTINGS: All the C.P. Brass bib cocks,concealed stock cocks, bottle traps and all other CP fittings shall be of Kingston / Gem/Techno/ Parko or equivalent approved make.

Page No.132 of 260

Page 133: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

27. URINALS:

a) Providing and fixing colored vitreous china flat back or wall corner type lipped typefront Urinals basin of size 430 x 260 x 350 mm with automatic PVC flushing cistern of 5 ltr.Capacity of approved make i.e. Parryware / Hindware / Seabird / Orient with standardflush pipe and CP brass spreaders shall be conforming to IS:2556 Part-VI. Urinal basinshall be of one piece construction with integral flushing rim. These shall be mounted onwalls.

The flushing inlet pipe connection piece shall be of CP brass 15 mm dia. with brass unionand CP brass stop cock/Angle valve for cistern, 25 mm dia CP. distribution pipe andwaste pipe shall be 750 mm long 32 mm dia. G.I. pipe with necessary brass union andCP. brass screws shall be used for fixing the urinals. Fixing shall ensure that no liquid is leftover in the pan after flushing. Urinals shall be connected to automatic flushing cisterneither individually or in groups. For a set of three urinals one automatic flushing cistern of5 liter capacity shall be provided or as per specified in Schedule of Rates.

b) Rate shall include cost of all material and labour involved in all the operationsmentioned above.

28. BEVELLED EDGE MIRROR:

a) The bevelled edge mirrors shall be of best quality of `Hindustan Pilkington' or equivalentmake approved by Engineer-in-Charge. The size of the mirrors shall be 600 x 450 mmand of thickness 6 mm. Mirrors shall be provided with a backing of asbestos sheet of 6mm thickness and fixed to wooden cleat with 4 C.P. brass screws.

b) Payment shall be made on number of mirrors fixed.

29. TOILET PAPER HOLDER:The toilet paper holder shall be of C.P. Brass of size 150 mm x 150 mmfixed with C.P. brass, screws over the wooden cleat. Chromium plating shall be of GradeB type conforming to IS: 1068 (latest edition). The payment shall be made on pernumber basis. The rate is inclusive of providing and fixing of toilet paper holder withscrews, and making good the wall complete with alllabor and material.

30. TOWEL RAIL: The towel rail shall be of chromium plated and shall be of 20 mm dia. and upto 600 mm length. Aluminium brackets shall be fixed on both the sides. The rod shall befixed with screws and wooden batten on the walls as directed. The mode ofmeasurement shall be on number basis.

31. C.I. RAIN WATER PIPES AND FITTINGS :

a) Pipes and fittings shall be of approved manufacture. Pipe shall be true to shape, havesmooth and cylindrical inner and outer surfaces and be as nearly as practicable,concentric. These shall be of sound and uniform casting, free from laps, pin holes orother imperfections and shall be neatly finished and carefully fitted with both inside andoutside. The pipes shall be factory painted with a coat of tar both inside and outside(applicable for CI pipes).

b) Pipes shall be secured to wall at all joints with MS holder bats and clamps. The clampsshall be made from 1.6 mm thick MS flat 30 mm width, bent to the required shape so asto fit tight on the socket of the pipe. The clamps shall be fixed to the wall byclamping/embedding their hooks in steelworks/cement. Concrete blocks 10 x 10 x 10

Page No.133 of 260

Page 134: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

cm of mix 1:2:4 (1 cement: 2 coarse sand: 4 stone aggregate 10 mm nominal size) forwhich the necessary holes shall be made in proper places. The annular space betweenspigot and socket of the pipe shall be filled with five turns of spun yarn soaked incement slurry and then filled with cement mortar 1:2 (1 cement : 2 fine sand andfinished flush).

c) A M.S. grating of size 150mm X 150mm X 8mm thick weighing minimum 100grams shallbe provided and fixed at the inlet mouth of the rain water pipes.

d) Payment will be made on running meter basis inclusive of all material, jointing, fittingand fixing in position, including bends, shoes. M.S. grating, MS holder bat clamps andother specials etc. complete for all the operations described above.

31. OIL BOUND DISTEMPER:

a) Materials:Oil bound washable distemper of approved shade, brand and manufactureshall be used. The primer shall be of the same manufacture as oil bound distemper. Thedistemper and primer shall be procured by the contractor in sealed tin in sufficientquantities at a time to suffice for a fortnight's work and the same shall be kept in thejoint custody of the contractor and the Site Engineer. The empty tins shall not beremoved from the site of work, till this item of work has been completed and passed bythe Site Engineer.

b) Preparation of Surface: The surface shall be thoroughly cleaned of dust, old white orcolor wash if any by washing and scrubbing and then be allowed to dry for at least 48hours. It shall then be sand-prepared to remove any unevenness. Depressions if any,shall be made up with plaster of Paris putty.

c) Application: The primer coat shall be applied first horizontally and then verticallyimmediately afterwards. The surface shall be finished as uniformly as possible leaving nobrush marks. It shall be allowed to dry for at least 48 hours before oil bound distemper isapplied. The surface thus prepared shall be lightly sand papered to make it smooth forreceiving distemper, taking care not to rub out the primer coat. One coat of distemperproperly diluted with thinner (as stipulated by manufacturer) shall be applied with brushin horizontal strokes followed immediately by vertical ones, which together constituteone coat. The subsequent coat shall be applied in the same way, so as to obtain aneven shade. A time interval of at least 24 hours shall be allowed between consecutivecoats to permit proper drying of the preceding coat.

d) Mode of measurements and payments shall be on the Sq.M. basis. Deductions ofopening shall be done in accordance to IS 1200.

32. SYNTHETIC ENAMEL PAINT:

a) Ready mixed paints of approved brand and manufacture as received from themanufacturers without any mixture shall be used as per the manufacturer’s instructions.If for any reason thinning is necessary, the brand of thinner recommended by SiteEngineer shall be used. Primer shall be applied uniformly over the all surfaces.

b) Paints of approved brand and manufacturers as approved by Site Engineer shall beused. Paints manufactured by M/S. Johnson & Nicholson, Asian Paints, Berger Paints,Nerolac and Shalimar shall only be used.

Page No.134 of 260

Page 135: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

c) The brushing operations are to be adjusted to the spreading capacity advised by themanufacturers of particular paint. All unevenness shall be rubbed down to smoothnesswith sand paper and the surface shall be well dusted. The doors in wood shall be filledup with filler made of a paste of whiting in, if required otherwise the French polish will getabsorbed and good gloss will be difficult to obtain.

33. PLASTIC EMULSION PAINT

a) Preparation of Surface:The surface shall be thoroughly cleaned of dust, old white orcolor wash if any by washing and scrubbing and then be allowed to dry for at least 48hours. It shall then be sand-prepared to remove any unevenness. The surface beforeapplication of paint shall be flattened well to get the proper flat velvety finish afterpainting. Any depression / dents / holes shall be filled with thin acrylic wall putty/cement putty and allowed to dry for 4 to 6 hours.

b) Application: Plastic emulsion paints of Asian/Burger/Nerolac or other equivalentapproved shade, brand & manufacture shall be used. The primer coat shall be appliedfirst horizontally and then vertically immediately afterwards over the above preparedsurface. The primer used shall be of the same make as the plastic emulsion paint. Thesurface shall be finished as uniformly as possible leaving no brush marks. It shall beallowed to dry for at least 6 to 8 hours. Again the surface shall be smoothened withemery paper and wipe cleaned followed by application of another coat of primer. Thiswill again be allowed to dry for 6 to 8 hrs. The surface thus prepared shall be lightly sandpapered to make it smooth for receiving 2 coats of premium emulsion paint, takingcare not to rub out the primer coat. One coat of plastic emulsion paint properly dilutedwith water (as stipulated by manufacturer) shall be applied with brush in horizontalstrokes followed immediately by vertical ones, which together constitute one coat. Thesubsequent coat shall be applied in the same way, so as to obtain an even shade. Atime interval of at least 3 to 4 hours shall be allowed between consecutive coats topermit proper drying of the preceding coat.

c) Mode of measurements and payments shall be on the Sq. M. basis. Destructions ofopening shall be done in accordance to IS 1200.

Page No.135 of 260

Page 136: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.136 of 260

Page 137: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

APPROVED MAKESLIST OF APPROVED MAKES/SUPPLIERS

S. No. MATERIALS APPROVED MANUFACTURER/SUPPLIER

1 Commercial ply and commercial board(BWR)

Duro/ Green/ century ply wood/CPL orequivalent

2 Laminate Merino / Greenlam/ Sunmica orequivalent

3 Mirror Modiguard / Saint Gobain/ or equivalent

4 Glass Modifloat / Saint Gobain/ or equivalent

5 Flush Door Shutters Duro ,/ Green/ CPL or equivalent

6 PaintsPlastic EmulsionOil bound destemperTexture PaintWaterproof paintPOP

ICI Dulux / Asian paintsICI Dulux / Asian paintsSpectrum/bizzareSuper Snowcem / BergerSuper fine/ or equivalent

7 Mortice latches and locks Godrej/ or equivalent

8 Door Handles Dorset/Insta hardware/ or equivalent

9 Auto hinges Instahardware,hattich, kaff , haffle/ orequivalent

10 Double Action Hinges Avon/Everite/ or equivalent

11 Patch Fitting Ozone, Insta hardware/ or equivalent

12 All Sections Jindal/Hindalco/ or equivalent

13 Grid Ceiling Mineral Fibre board - India Gypsum/Newage/ India gypsum co / or equivalent

14 Plaster of Paris. (Super fine quality) Sakarni/Shriram/ orequivalent

15 Vitrified floor tiles Sardinia/Kajaria/orient/Somany/Johnsonor equivalent

16 Ceramic tile Sardinia/Kajaria/orient/Somany/Johnsonor equivalent

Page No.137 of 260

Page 138: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

17 Granite flooring and counter tops. Bnglore fine quality granite or equivalent

18 HVAC. L.G ( OEM or through authorised serviceprovided)

19 Electrical Fixtures Anchor/Philips/ lagero lighting/ lightingdesign Luminia /Panasonic vision/ orequivalent

20 Toilet Fixtures Kohler/parry ware / hind ware / orequivalent

21 Veneer White Oak/ Century ply / or equivalent

22 Smoke detectors Alba and equivalent.

23 Modular kitchens 1.Godrej2.Salwan3.Lipson4.Ushaor equivalent

24 Machinery and furnishing items. 1.Evok2.Home saaz3.Ultra Fresh4.Jagdish Store5.panasonic6.Electrolux7.Nescafe8.Racold/Crompton9.Videocon/ hitachi / L.G.10. Kent purifier.or Equivalent

1 Fire retardant paint/primer Firetard industrial grade ofNoble/Viper/Approved equivalent2 Marine Ply wood Anchor-72/Multiply/Century Greenply /Uniply3 Laminate Formica / Decolam/ Greenlam / Uro4 Veneer Jacsons/Anchor/Durian/Century/Decowood/Uro5 Wood Preservative STP Pentaphene pale /P C I/Wood guard /Termisil6 Gypsum Board Gypsum India/Approved equivalent7 Tempered/Toughened Glass Insotherm/Sejal Glass/GurianGlass/Goldplus/Glaverbal/approved

Page No.138 of 260

Page 139: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

equivalent8 Float Glass Modigaurd/Saint Goban/Emirates / HindustanPilkington9 Adhesive Fevicol, Araldite, PidiliteFevimate (TL)10 Door Closer Dorma /approved equivalent11 Floor Spring Dorma/approved equivalent12 Cup board Locks Godrej /CIEF/Vijayan/Efficient Gadget13 Cylindrical Lock Europa, Godrej, Acme/Neki14 Door Handles Dorma/D-Line/approved equivalent -15 Screws GKW Nettlefold/Janatha/App. Equivalent16 Glass/Mirrors Modigaurd,Saintgoban/Thaiwan/Float glassIndia17 Ceramic Tiles Nitco / Kajaria/ MCL/Johnson & Johnson18 Hinges Dorma/App. Equivalent(Heavy Duty)19 Telescopic sliding drawer channels Efficient Gadget, Earl Bihari,Jyoti,Shalimar/Hettich20 Carpet Transasia/Shalimar/Jupitar/Milliken /110Interface / Shaw21 Vertical Blinds Hounterdouglas or app. equivalent22 Sun Control Film Garware, Birla 3M23 Polishes ICI, Asian, GoodlasNerolac/berger24 False Ceiling25 G.I Powder coated false ceiling Hunter Douglas or Approved equivalent26 Gypsum Board Gypsum India or Approved equivalent27 Cement L&T, Ambuja,ACC28 White cement Birla,JK29 Vitrified Porcelain tiles MCL,Johnson,Nitco or approved equivalent30 Water Proofing Compound MC Bavucom, Roffe Chemicals, Pidilite31 G.I. Pipe TATA /Zenith or App Equivalent32 SS sink Nirali or App Equivalent33 Soft Board Jolly Board or App Equivalent34 Paints ICI/Asian/GoodlacNerolac/Jenson & Nicolson35 Fabric Soft board Seasons/Jagdeesh fabric/Classic Fabric orApp Equivalent36 Curtains Raymonds / Sham-Ahuja / Eden37 Panic Device Dorma / Ingersoll -Rand38 Fabric protection coating forupholsteryScotchgard of Birla 3 M LtdFoams in Chairs / Sofas MM Foam / Foam products/ Latex39 Rolling Shutter Indo Germa / Dyna40 White board White mark/Altop/Alko-sign.41 Texture paint Orient, Sterling42 Adhesive for Tiles Roff, PAL, Pidilite,BAL43 Multipurpose lock Efficient Gadgets, Jyoti, Godrej44 Storage Locks/Handles/Hinges etc Efficient gadjet/Argent/Jyothi/CIEF

Page No.139 of 260

Page 140: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.140 of 260

Page 141: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

TECHNICAL SPECIFICATIONSELECTRICAL WORK

Page No.141 of 260

Page 142: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SECTION I- LIGHT FIXTURES1 LIGHT FITTINGS

TECHNICAL PARAMETERS TO BE FOLLOWED BY ALL LIGHT FIXTURES UNLESS SPECIFIED IN :1) Efficacy of the fixture must be minimum 100 lumen/Watt,2) Service Life of the fixture should be minimum 50,000 burning hours,3) The LED used should be of following makes- Nichia/Cree/Philips-

Lumiled/Osram/Sharp/Seoul.4) The CRI of the fixture should be minimum 80 for indoor applications and 70 for outdoor

applications,5) The THD should be less than 10%.6) The housing of the indoor fixtures should be extruded aluminum/standard alloy housing,7) For outdoor fixtures the housing shall be of high pressure die cast aluminum housing,8) The IP category should be IP20 or higher for indoor applications and IP65 or higher for

outdoor applications,9) The Surge Protection to be provided conforming to relevant IS standards/IEC 61643-II

Class-2 & EN 61643-II Type-2,10) The manufacturers name/logo should be engraved/embossed on the housing/body or

Name/Logo on aluminum plate labels or Name/logo printed on housing/body,11) The warranty period on complete luminaire including driver/control gear, LED, all

accessories should be 5 years from the actual date of completion of work.12) The Power factor should be 0.95 or higher,13) The total power consumption of the fitting should not be more than 110% of rated

capacity of LED light.2 Lighting Fixtures & Accessories

The light fixtures and fittings shall be assembled and installed in position complete andready for service, in accordance with details, drawings, manufacturer’s instructions andto the satisfaction of the Engineer-in-Charge.

2.1 Scope :Scope of work under this section shall include inspection at suppliers/ manufacturer’spremises at site upto satisfaction of Engineer-in-Charge or authorized representative.Light fixture can only be supplied after getting approval from Engineer-in Charge.Supplying at site, receiving at site, safe storage, transportation from point of storage topoint of erection, erection and commissioning of light fittings, fixtures and accessoriesincluding all necessary supports, brackets, down rods and painting etc. as required asper .

2.2 Standards :The lighting and their associated accessories such as reflectors, housings, drivers etc.,shall comply with the latest applicable standards, more specifically the following:

2.3 Light Fittings-General Requirements:a) Fittings shall be designed for continuous trouble free operation under atmospheric

conditions without reduction in lamp life or without deterioration of materials and internalwiring. Degree of protection of enclosure shall be IP-65 or above and as per for outdoorfittings.

b) Fittings shall be so designed as to facilitate easy maintenance including cleaning,replacement of drivers.

c) Out door type fittings shall be provided with weather proof junction boxes (IP-55) and IP-54 Control gear boxes. All Medium bay and high bay fixtures shall be supplied withjunction box as per site requirement and as per .

d) Each fitting shall have a terminal block suitable for loop-out connection by 1100 V PVCinsulated copper conductor wires upto 4 sq.mm. the internal wiring should be completedby the manufacturer by means of standard copper wire and terminated on the terminalblock.

e) All hardwares used in the fitting shall be suitably plated or anodized and passivated.f) Earthing : Each lighting fitting shall be provided with an earthing terminal. All metal or

metal enclosed parts of the housing shall be bonded and connected to the earthingterminal so as to ensure satisfactory earthing continuity throughout the fixture.

Page No.142 of 260

Page 143: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

g) Painting/Finish : All surfaces of the fittings shall be thoroughly cleaned and degreasedand the fittings shall be free from scale, rust, sharp-edges, and burns.

h) The housing shall be powder coated as required and as per . The surface shall bescratch resistant.

i) Luminaire shall have dual optics with primary optics distribution of 120 degree or higherand secondary optics as per site/ requirement.

j) Luminaire shall be designed to operate continuously for minimum 12 hours withoutdeviation in the output parameters.

j) All the luminaires shall have LM-79 , LM-80 and certificates from NABL accredited lab .k) Luminaires and driver both shall be BIS certified individually.l) Metal used in BODY of lighting fixtures shall be not less than 22 SWG or heavier if so

required to comply with specification of standards. Sheet steel reflectors shall have athickness of not less than 20 SWG. The metal parts of the fixtures shall be completely freefrom burns and tool marks. Solder shall not be used as mechanical fastening device onany part of the fixture.

m) Luminaire should be covered with suitable Glass or diffuser with High Transitivity. Outdoorluminaire shall be with clear toughened glass or clear polycarbonate cover.

n) Heat sink used should be extruded Aluminum or Pressure Die-Cast Aluminum having highconductivity preferably ADC 12 or LM 6.

o) Lighting fixtures and accessories shall be designed for continuous trouble free operation ofminimum of 12 hrs under diverse atmospheric conditions without deterioration of materials.

p) Gasket: An extruded silicon loop gasket shall be provided in the lantern body to ensure aweather proof seal between the cover and the metal housing to exclude the entry of dust,water, insects, etc. Luminaire should conform to degree of protection of IP 65 or above.Felt gasket will not be accepted. This point is applicable only for highbays and outdoortype lumianires.

Q) The fixture shall be suitable to work under following ambient conditions. Maximumambient air temperature of 45 deg C (For Indoor products) Maximum ambient airtemperature of 35 deg C (For Outdoor products).

S) For outdoor type luminaire it shall consist of separate optical and control gearcompartment. Driver should be easily replaceable in the field conditions. Driver shall beintegrated inside the luminaire and should not be kept behind light engine .

L) The Luminaire should be compliant to the following standards: IEC 60529 - Classification of degree of protections provided by enclosures 16103(Part 1) : 2012 Led Modules for General Lighting- Safety Requirements 16103(Part 2) : 2012 LED MODULES FOR GENERAL LIGHTING PART 2

PERFORMANCE REQUIREMENTS IS 16107 (Part 1) : 2012 LUMINAIRES PERFORMANCE PART 1 GENERAL

REQUIREMENTS IS 16107 (Part 2) : 2012 LUMINAIRES PERFORMANCE PART 2 PARTICULAR

REQUIREMENTS Section 1 LED Luminaire IS 16104 : 2012 - d.c. or a.c. Supplied Electronic Control Gear for LED Modules -

Performance Requirements IS 16105 : 2012 Method of Measurement of Lumen Maintenance of Solid - State

Light LED Sources IS 16106 : 2012 - Method of Electrical and Photometric Measurements of Solid-

State Lighting (Led) Products IES LM-79-08 - Electrical and Photometric Measurements for Solid State Lighting

Products IES LM-80-08 - Measuring Lumen Maintenance of LED Light Sources IEC 60598-1 - General requirement and tests IEC 60068-2-38 - Specification for Permitted Humidity Test Immunity to interference EN 61547 Safety EN 60928 / IEC 928 / IS 13021 (Part I) Performance EN 60929 / IEC 929 / IS 13021 (Part II) Vibrations & Bump tests IEC 68-2-6 FC / IEC 9001 Quality Standard ISO 9001 Environmental Standard ISO 14001

Page No.143 of 260

Page 144: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

DC Operation EN 60924 Emergency Lighting Operation VDE 0108

2.4 Electronic driverDriver shall comply with the following: EN 6 1000-3-2 – Harmonics EMI – Confirming to CISPR-15 No Stroboscopic Effect Constant Wattage / Light output between 240 V ± 10%. Circuit protection for surge current and inrush current. Short circuits, open lamp protection RFI < 30 MHz EN 55015 RFI > 30 MHz EN 55022 Total Harmonic Distortion (THD) ≤10% Output voltage ripple should be within 3% Full Load Efficiency of the driver ≥ 90% Current waveform should meet EN 61000-3-2

2.5 InstallationFixtures shall be installed at mounting heights as detailed on the Drawings or as instructedon site by the Engineer.Pendent fixtures within the same room or area, shall be installed plumb and at a uniformheight from the finished floor. Adjustment of height shall be made during installation. Flushmounted recessed fixtures, shall be installed so as to completely eliminate leakage oflight within the fixture and between the fixture and adjacent finish.Fixtures mounted outlet boxes shall be rigidly secured to a fixture stud in the outlet box.Hickeys or extension pieces shall be installed where required to facilitate properinstallation.Fixtures located on the exterior of the building shall be installed with non-ferrous metalscrews finished to match the fixtures.All light fittings shall be supported with appropriate fixing accessories such as clips,supporting brackets, suspension sets, nuts, washers, screws etc. for their proper installationon different types of ceiling panels. Suspension sets shall be of adjustable type suitable tocarry the weight of the lighting fittings unless otherwise stated or indicated on drawings.

2.6 Testing of installations:After all lighting fixtures are installed and are connected their respective switches, test allfixtures to ensure operation on their correct switch in the presence of the Engineer. All un-operating fixtures or ones connected to the wrong or inconveniently located switch shallbe correctly connected as directed by the Engineer.

SECTION – II : UNINTERRUPTED POWER SUPPLY

1. GENERAL REQUIREMENTS

1.1 This section specifies the requirement of UPS power supply system, installation, testing,commissioning and maintenance of Uninterruptible Power Supply (UPS) System asdescribed herein and shown on the drawings.

1.2 The UPS system shall consist of rectifier / battery charger, batteries, inverter, static bypasstransfer switch, synchronizing devices, protective devices, bypass switch, filter circuits,and accessories as specified herein that will automatically maintain the continuity ofelectrical power within specified tolerance, without interruption, upon failure of thenormal power supply.

1.3 The UPS system shall be manufactured in an internal modular way so as to enable thepower of the UPS system installed to be easily increased on the site by paralleling morethan one UPS to meet the new operating requirements and the desired reliability. In thisconnection, transformation of unitary module into a multi-module configuration shall beable to be carried out directly on site without returning the equipment to the factory formodification and with a minimum installation down time.

Page No.144 of 260

Page 145: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

1.4 STANDARDS

a) IEEE Standard 446-1987 : Emergency and standby power systems.

b) IEEE Standard 450-1975 :

c) IEEE Paper 4-177 : Some discharge characteristics of leadacid batteries.

d) IEC 146 : Performance testing of UPS

e) ANSI C 37.90a,IEEE Standard 472 : Surge withstand capability test.

f) ANSI C 34.2 : Practices and requirements forsemiconductor power rectifiers.

g) ANSI C 37.90 : Relays and relay system associatedwith electrical power apparatus.

h) NEMA PE-1-1983 : Uninterrupted Power System Standard

i) IS 2208 & IS 9224 : Cartridge fuses for voltages upto andincluding 650 V(Part 1 & Part 2) (I.E.C. 269)

j) IS 9224 (Part - 4) : Fuses for protection of semiconductors.

k) IS 8623 (I.E.C 439) : Factory-built Assemblies of switchgearand control gear for voltages upto andincluding 1000 V AC and 1200 V DC.

l) BS 2709 (I.E.C 119) : The Electrical Performance ofSemiconductor Rectifiers.(Metal Rectifiers)

m) IS 694 (I.E.C 228) : PVC insulated Cables for switchgear andcontrol gear wiring.

n) IS 1652 & IS 1652 : Lead-acid stationary cells and batteries.

o) BD 9720 : Custom-built transformers and inductors ofassessed quality.

p) IP20 : Degree of protection.

q) IEC : Semi Conductor Convertor Standards.

2. Quality Assurance

a) UPS ratings shall be the final effective valves after the application of all appropriatederating factors. These ratings shall be adjusted to suit local conditions, viz. maximumambient temperature, etc. Derating factor due to the non-linearity of the load to beconnected to the UPS shall be taken into account.

Page No.145 of 260

Page 146: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

b) The UPS shall be manufactured for continuous reliable operating such that the “Mean-Time-Between-Failures” (MTBF) for individual modules of the UPS viz. Rectifier / chargerunit, inverter unit and static switch, etc. shall be more than 8760 hours.

c) To ensure minimum down time, the “Mean-Time-To-Repair (MTTR) of the UPS shall notexceed one (1) hour. The MTTR shall be the time required to diagnose the fault andrestore the UPS to normal working condition, say by means of module replacement atsite, but excluding the traveling time.

d) All battery use shall be heavy duty type of life span of minimum 5 years.

3. Submission

3.1 All technical submissions shall be approved by the Owner’s siterepresentative/Consultant.As a minimum requirement, the submission shall include the following:

a) Shop drawings showing the coordinated installation detail diagram

b) Client’s works requirement;

4. System Operation

a) The UPS system shall generally include its basic and supporting equipment for themonitoring, control and protection of the system, including input the output AC filters,electronic AC line conditioner, AC and DC input and output circuit breakers, converter,inventor, shielded isolation transformer, static by-pass switch and mechanical bypassswitch. The battery bank may be in a separate Rack.

b) Under normal conditions, power from the mains shall be supplied to the rectifier / chargerunit. The rectifier / charger unit shall convert the incoming AC power to DC power whichis fed into the inverter unit and battery unit. The inverter unit shall convert the DC powerto AC power, which is then supplied to the load through the static transfer switch. Aslong as the operable inverter unit is supplied with DC, it shall supply AC to the load.

c) Upon failure of the mains, the battery shall maintain the flow of DC to the inverter unitand the inverter unit shall continue to supply the load without interruption. Uponrestoration of mains supply or when the generator supply is available, input power for theinverter unit and for the recharging of the batteries shall automatically be supplied fromthe rectifier / charger output without interruption. If the battery is exhausted before theavailability of the mains or generator supply, the UPS system shall shut downautomatically.

d) The static transfer switch shall normally connect the inverter output power to the load.Should the inverter malfunction, the static switch shall automatically transfer the load tothe bypass source without interruption of the power supply to the load.

e) During periods when the UPS system is being serviced, the transfer switch shall beoperated to transfer the load to the bypass source.

f) In the case of the parallel redundant system, the total system load shall beautomatically distributed equally between the two UPS Systems under normal conditions.Malfunction in one of the UPS System shall cause instantaneous isolation of the faulty UPSfrom the system and the remaining healthy UPS shall take over the full critical loadwithout interruption. If both UPS modules fail, the critical load shall be transferred to thebypass source.

Page No.146 of 260

Page 147: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

5. FUNCTIONAL REQUIREMENTS

a) Contractor shall furnish On-Line Uninterruptible Power Supply (UPS) system of continuousduty of the ratings mentioned in Bill of Quantities. Each UPS shall give regulated filtered &uninterruptible power supply as described in the specifications.

b) Contractor shall note that the KVA ratings of the UPS systems shall be guaranteed at 40deg.C ambient temperature. In case contractor’s standard UPS KVA rating are based ata lower temperature, the contractor must consider a derating factor of atleast 1.5% perdeg.C for arriving at the specified UPS capacity at 40 deg.C ambient temperature.

c) In case the calculated /specified UPS capacity is not the same as one of the standardKVA ratings of the UPS manufacturer, the next higher standard KVA rating shall beselected. UPS of non standard rating shall not be acceptable.

d) UPS system supplied by the contractor shall be the latest state of the art technologysystem fully digitalized using DSP controlled IGBT inverter.

e) Batteries shall be valve regulated specially meant for UPS application.

f) Monitoring and control system shall also be state of the art technology LCD panel typeproviding all relevant data described in this document.

g) The monitoring and control system shall be capable of RS232 input software forconnecting to customer’s computer system for data display and monitoring.

h) All necessary components required for protecting UPS equipment and connected inputsand outputs shall be furnished by the Contractor as an integral part of the UPS system.

i) The control logic power supply shall have redundant power supply AC input and thesystem battery as power sources.

j) The UPS systems shall include but not be limited to the following equipment :

i. UPS system including 100% capacity float-cum-boost charger with 100% sealedvalve regulated lithium ion batteries with guaranteed battery life of 5 years.

ii. Suitable battery rack , including terminal isolator / breaker and power disconnectdevice.

6. STATIC CONVERTER

6.1 General

a) The static converter (rectifier) shall be a multi-functional converter providing functions ofpower conversion, battery charging and shall have the additional functions of inputpower factor improvement and current harmonics reduction by PWM / IGBT filter. Theconverter equipment shall include all necessary control circuitry and device to conformrequirements like voltage regulation, current limiting, wave shaping, transient recovery,automatic synchronization etc. as given below.

b) The converter shall be a solid state static PWM converter utilizing Power Module andshall include intelligent features like the drive circuitry, over current protection, overtemperature protection, control power failure protection and short circuit protection.

Page No.147 of 260

Page 148: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

c) The Power Module transistors shall enable high speed switching at 6 KHz thus reducingthe heat dissipation in the UPS and thereby providing high efficiency.

d) The PWM converter shall utilize the above and achieve unity power factor and reduceinput current harmonics as given earlier and thus improve the overall power factor of theconverter achieving input KVA savings.

e) During any step inverter load change (0-100%) the converter shall only supply 100%current to the inverter. The battery shall not be cycled at any time during this step loadchanges.

6.2 Input Current Limit

a) The converter logic shall provide input current limiting by limiting the DC output current.Two (2) line-side current transformers shall be employed as a means of sensing thecurrent amplitude. The converter logic shall also be capable of providing auxiliarycurrent limited when the logic is signaled to do so via an external dry contact closure(e.g. UPS fed from generator). The converter shall be capable of supplying overloadcurrent in excess to the full load rating. It shall also have sufficient capacity to providepower to a fully loaded inverter while simultaneously recharging the system battery to95% of full capacity within 10 times the discharge time. The DC output current limit valuesshall be as follows:

- Rectifier output current (maximum) 100%Note: 100% current shall be under the battery recharging mode.

b) Battery Charge Current Limited

The converter logic shall provide current limiting function of battery charging to preventthe battery from damage. The following battery current limit and protection shall beprovided.

- Battery charge current limit 10% of battery Ah rate.

- Over-current protection at 120% of above item.

c) Voltage Regulation

The rectifier / charger output voltage does not deviate by more than +/- 1% of thenominal output voltage, due to the following conditions:

- Form 0 to 100% loading.

- Rectifier input variations of voltage and frequency within the limitations set inSection 3.10.

- Environmental condition variations within the limitations set in Section 3.10.

d) Automatic Input Current Walk-in

The converter logic shall employ circuitry to allow a delayed and timed ramping of inputcurrent. Subsequent to energizing the converter input, the ramping of current shall bedelayed by a maximum of 3 seconds. Upon starting the walk-in process, the ramping ofcurrent is timed to assume the load gradually within 1 through 60 seconds (every 1second selectable).

e) Input Overload Protection

Page No.148 of 260

Page 149: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

The A/C input fuses shall be provided at the converter input as a means of overloadprotection.

The AC maximum current shall be controlled by the Converter.

g) Step Load Change

During any step inverter load change (0-100%), only the converter shall supply 100%current to the inverter. The batteries SHALL NOT be cycled at any time during these stepload changes.

h) Input Voltage

The converter shall be fed from the Normal Power Supply source.

i) The converter shall meet the following specifications in addition to other requirementsstated herein:

Nominal Voltage : 415V, 3 Phase, 3 Wire

Voltage Range. : + 15% / - 30% AC

Normal Frequency : 50 Hz + 5%

Frequency Range : + 5% (+ 2.5Hz)

Input Power Factor : 0.98 lagging or more at full load andno load(PF improvement by active – PWM /IGBT filters.

Input Harmonic Current THD : 5% typical at 100% Linear load

Duty : Continuous at 40 deg.C

Cooling : Forced cooling using fans withthermal relays using a latched cutout for re-setting as protection forcooling fans. Each individual fanshall have its own thermal relay.

Ambient operating temperaturerange

: 0 to 40 deg.C maximum.

Operating Relative Humidity : 0-95% non-condensing.

Operating Altitude : Sea Level to 1,000 meters.

Magnetized sub-cycle in rush current : Typically 8 times normal full loadcurrent

Converter Walk-in time : 1 through 60 seconds (every 1second selectable, (0 to 100% ratedload)

Input : Suitable terminals shall be providedfor termination of cables from theAC distribution board.

Page No.149 of 260

Page 150: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

7. STATIC INVERTER

a) General

The static inverter shall be of solid state type using proven Pulse Width Modulation (PWM)technique. The inverter equipment shall include all necessary control circuitry anddevices to conform requirements like voltage regulation, current limiting, wave shaping,transient recovery, automatic synchronization etc. as given below.

The inverter shall utilize Insulated Gate Bipolar Transistors (IGBT) or Intelligent PowerModule (IPM) Transistors which shall provide intelligent features like the drive circuitry,over-current protection, over temperature protection, control power failure protectionand short circuit protection.

The IGBT / IPM transistors shall enable high speed switching of 6 Khz thus reducing theheat dissipation in the UPS and thereby providing high efficiency.

The UPS shall utilize both Voltage and Current feedback control circuits so that theinverter shall act not only as a constant voltage source but also as a load requiredcurrent source. This shall enable the inverter to quickly adapt to the changing loadcurrent value and wave shape.

b) Voltage Regulation

The inverter output voltage shall not deviate by more than + 1% RMS due to the followingsteady state conditions:

Form 0 to 100% loadingInverter DC input voltage varies from maximum to minimum.Environmental conditions variations within the limitations set in the section 4.8.

c) Frequency Control

The inverter output frequency shall be controlled by an oscillator internal to the UPSmodule logic. It shall be capable of synchronizing to an external reference (e.g. thebypass source or another UPS module) or operating asynchronously. The oscillator shallmaintain synchronization with the external reference within the limitations set hereunder.The inverter shall operate on self run mode without synchronism if the bypass frequencyexceeds the set value. The oscillator, while running asynchronously, shall maintain thefrequency as 50 Hz + 0.01% (or + 0.005 Hz). Automatic adjustment of phase relationshipbetween inverter output and standby bypass source shall be gradual at a controlledslew rate which shall be adjustable at the rate of 0.5, 1.0, 2.0, 3.0 Hz / second. (Default2.0 Hz / second).

The inverter output frequency shall not vary during steady state or transient operationdue to the following conditions:

a. From 0 to 100% loading.b. Inverter DC input varies from maximum to minimum.c. Environmental condition variations within the limitations set in section 4.8.

d) Output Voltage Harmonic Distortion

The inverter output shall limit the amount of harmonic content to the values stated insection 4.9. The use of excessive or additional filtering shall not be required to limit theharmonic content thus maintaining a high level of efficiency, reliability and originalequipment footprint.

Page No.150 of 260

Page 151: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

e) Output Overload Capability

The inverter output shall be capable of providing an overload current while maintainingrated output voltage to the values stated in section 4.8. An LED indicator shall belocated on the control panel to identify this condition.

If the time limit associated with the overload condition expires or the overload is in excessof the set current amplitude, the load shall be transferred to the bypass source withoutinterruption.

f) Inverter Current Limit

The inverter output shall be limited to 150% of rated load current. The two sensinglocations shall operate separately and independently thus providing redundancy and, inthe event of a failure, preventing unnecessary damage to power transistor components /fuses. Load current above 150% shall cause an immediate transfer of the load to thebypass source for fault clearing.

g) Inverter Overload Protection

The AC output from the inverter shall utilize fuses for overload protection. The invertershall utilize a contactor to isolate the inverter output from the critical bus.

The inverter fuses shall be the fast acting semiconductor type.

The inverter output isolation contactor shall be located in the UPS module and shall becontrolled by the internal UPS module system logic.

h) The inverter shall meet the following specifications in addition to other requirementsstated herein:

Voltage Input : 340-478VFor Three Phase UPS upto 80 KVA UPS DCBus Flexibility between 32 to 40 batteryShall be available.For Three Phase UPS >80 KVA & <=200KVA, UPS DC Bus Flexibility between 36to 40 battery shall be available.For Higher Ratings – As per OEM Design

Nominal Voltage Output : 415 V + 1% AC 3 Phase, 4 Wire

Inverter Capacity : 20 KVA

Voltage Regulation :

a. For 0 to 100% loading : < + 1%

b. Inverter DC input voltage varyfrom maximum to minimum : < + 1%

c. Environmental conditions givenbelow:

: < + 1%

Transient Voltage Regulation :

Page No.151 of 260

Page 152: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

a. AT 100% step load change : < + 3%b. At loss or return of AC input : < + 1%c. At load transfer from bypass to

inverter: < + 3%

Time to recover from transient tonormal voltage : 20 milli seconds

Wave form

a. Normal frequency : 50 Hz

b. Frequency regulation for allconditions of input supplies,loads and temperatureoccurring simultaneously or inany combination(automatically controlled)

: + 0.01%

c. Synchronization limits forsynchronism between theinverter and standby ACsource.

: 49 Hz to 51 Hz.

d. Field adjustment range forabove

: 50 + 0.25 Hz to 50 + 1.5 Hz

Total voltage harmonic distortion : < 2% THD for 100% linear load< 4% THD for 100% non-linear load

Duty : Continuous

Cooling : Forced cooling using fans.

Ambient operating temperaturerange

: 0 to 40deg.C maximum continuous.

Operating relative humidity : 0-95% non-condensing.

Operating altitude. : Sea level to 1000 meters.

Output : Suitable terminals are provided fortermination of cables for connectinginverter output to AC distribution board.

i) Built-in Input Isolation Transformer

Three Phase UPS: -This shall provide neutral separation which shall mean that output neutral will beindependent of incoming neutral, hence critical load shall be isolated from the problemslike incoming neutral open or, short or, variations in neutral to earth voltage due tosudden loading in neighboring installation.

Three Phase UPS > 120 : -A separate Isolation Transformer shall be provided with Each UPS.

Page No.152 of 260

Page 153: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

j) Reverse Phase Sequence Protection

In the event of Phase sequence reversal at the input, UPS system shall continue to workon the main power supply, or UPS systems shall go into battery mode, and shall not tripthe UPS system.

k) The overall efficiency of complete UPS system (w/o transformer) shall not be less than orequal to 94%

l) Each UPS shall be provided with Dust Filter at Air Inlet of Each UPS to improve overallcomponent reliability. Dust Filters shall be cleanable and washable also.

8 BYPASS AND STATIC TRANSFER SWITCH

a) A bypass circuit shall be provided as an alternate source of power other than theinverter. A high speed switch and wrap-around contactor shall be used for the criticalload during automatic transfers to the bypass circuit. The static switch and wrap-aroundcontactor shall drive power from an upstream bypass feed circuit breaker internal to theUPS module provided for overload protection. The wrap-around contactor shall beelectrically connected in parallel to the static switch and shall at the same time as thestatic switch, energize and upon closure, maintain the bypass source.

b) The static switch shall only be utilized for the time needed to energize the wrap-aroundcontactor thus increasing reliability. The bypass circuit shall be capable of supplying theUPS rated load current and also provide fault clearing current. The UPS system logic shallemploy sensing which shall cause the static switch to energize within 150 microsecondsthus providing an uninterrupted transfer to the bypass source when any of the followinglimitations shall exceed:

Inverter output under voltage or over voltage.Overload beyond the capability of the inverterDC circuit under voltage or over voltageFinal end voltage of system battery is reached.Bypass source present and availableSystem failure (e.g. Logic fail, fuse blown, etc.)

8.1 Keeping the above requirements in view, the static switch shall have the followingminimum rating.

Capacity continuous equal to 100% of continuous rating of the inverter. Capacityoverload equivalent to overload characteristics specified for UPS.

8.2 Nominal bypass input voltage : 415 V , 3 phase, 4 wire

Voltage Range : + 10% of nominalNominal Frequency : 50 Hz

Frequency range : + 2%Please refer to selectable range ofInverter given in point 4.3 & 4.8

Output Fault Clearing :

Current : 1000%Duration : 20 milli seconds

Ambient operating temperature : 0 to +40 degree C continuous

Page No.153 of 260

Page 154: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Operating relative humidity : 0-95% non-condensingOperating altitude : Sea level to 1000 metersCooling : Natural ConvectionDuty : Continuous

8.3 Automatic Re-Transfer

In the event that the critical load must be transferred to the bypass source due to anoverload, the UPS system logic monitors the overload condition and, upon the overloadbeing cleared, perform an automatic re-transfer back to the inverter output. The UPSsystem logic shall only allow a re-transfer to occur three times within a ten minute period.Re-transfer shall be inhibited on the fourth transfer due to the likelihood of a recurringproblem at the UPS load distribution. The re-transfer a load to the inverter shall also beinhibited due to the limitations set in section 5.3.

8.4 Manual Transfer

The UPS shall be capable of transferring the critical load to / from the bypass source viaLCD touch panel. When performing manual transfer to inverter or automatic re-transfers,the UPS system logic shall force the inverter output voltage to match the bypass inputvoltage and then parallel the inverter and bypass source providing a make-before-breaktransition allowing a controlled walk-in of load current to the inverter.

8.5 Maintenance Bypass Switch (MBS)

The UPS shall include as standard equipment, a zero energy maintenance bypass switch.Full UPS wrap-around enables personnel to do work inside the UPS module ormaintenance bypass switchboard without danger from high voltage conditions.

9. UPS BATTERY SYSTEM

a. The UPS system shall, as an integral part, provide battery system runtime as perBOQ (Full Load) standby capacity.

b. The latest state of the art Valve Regulated Sealed Maintenance Free lithium ionBatteries shall be used with a 20 hours discharge rating.

c. The battery system shall be sized to provide back-up as per BOQ when the UPS issupplying 100% rated load at 0.8 load power factor.

e. The battery system design shall be provided with necessary devices to preventdeep discharge beyond recommended limits to prevent the batteriesdischarging beyond end cell voltage specified by the battery maker. Theconnections from battery to battery shall be by using copper tinned cable / orcopper bus bar strips and the entire battery system shall be used in MS BatteryRack.

All batteries shall be clearly identified and identification numbers marked on thebatteries and a schematic diagram along with the complete calculations,including manufacturers supporting curves, shall be submitted with the tender.

10. OPERATION

a. Under normal operation, the UPS load will be fed from the Inverter with the bypassswitch inhibited. The Converter, apart from providing DC power to the Inverter,also charges the battery under the float charge mode. The battery chargesystem shall have float charge, equalizing charge and recovery charge modes,

Page No.154 of 260

Page 155: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

to replenish the batteries self-discharging part while the battery is fully charged,equalizing the battery cell voltage to a constant value forcibly, and rechargingthe battery system to the required values when the batteries have been used,respectively.

b. The Inverter shall constantly monitor the AC source frequency and shall be insynchronization with the AC input source till the frequency of the AC input sourceis within synchronizing limit and if the frequency of the standby source exceedsthe synchronizing limit the Inverter will work on its own internal oscillatormaintaining an output frequency of 50 Hz +/- 0.01% under all conditions of load.When the Inverter operates on its internal oscillator, it shall continuously monitorthe frequency of the input source and when the input source frequency returnsto within synchronization limit, the Inverter shall automatically synchronize itselfwith the input A/C source frequency and use it as a signal for Inverter outputfrequency control.

c. Battery Operation:

i) When the A/C input voltage drops below specified limits or in case of apower failure the Inverter continues to supply AC power of constantvoltage and constant frequency utilizing the battery system as a powersource until the input voltage returns to normal requirement. When thepower supply is resumed or the input voltage returns to limits, theConverter shall automatically start and the load fed for normal operationstatus.

ii) If the power failure continues beyond battery backup time or the batteryvoltage drops to the final discharge voltage, the Inverter shouldautomatically stop and at the same time transferring the load to thebypass circuit. On resumption of power supply, the Converter shallautomatically re-start the operations and charge the batteries whereasthe Inverter should inhibit automatic start and should be started manually.

d. Bypass Operation:

When power is supplied from the Inverter in synchronization with the bypass, itshall accomplish the following:

i) When the UPS output current reaches overload status it shallautomatically transfer the load to bypass circuit with no interruption andwhen the overload status is cleared it automatically re-transfers the loadto Inverter.

ii) When the battery final discharge condition is reached, the load shallautomatically be transferred to the bypass circuit without interruption.

iii) In case of failure of the UPS, the load shall be automatically transferred tothe bypass circuit with no interruption and when the failure is cleared, re-transfer the load to the Inverter shall be done manually.

iv) There should be provision made in the system to prevent, when necessary,asynchronous transfer.

v) When the UPS goes on bypass mode in any of the conditions describedabove and if at that time there is no bypass power supply available dueto power failure, the UPS shall remain in standby mode and as soon as thebypass power supply is available will transfer the load to bypass.

Page No.155 of 260

Page 156: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

v) A maintenance bypass transfer switch shall be provided with lock and keyarrangement and should be manually done by authorized personnel only.

10. CABINET AND ENCLOSURES

a) The entire UPS system, including all components like inverter, static switch, maintenancebypass, shall be housed in free-standing steel type factory-finished enclosures complyingwith the protection standards of IP20. The enclosure shall be open able using a specialtool for internal access. The colour shall be as per OEM.

b) Ventilation

Forced air-cooling shall be provided to allow components to operate within their ratedtemperature specified. The cooling fans shall have thermal relays protection using alatched cut fire re-setting, as a protection for the cooling fans. Similarly the backupbattery system shall also be housed in open battery rack for allowing natural airventilation and clear observations.

11. CONTROL AND MONITORING

a) The UPS shall utilize state of the art full DDC control software driven Control andMonitoring System.

b) It shall be provided with LED displays. The display system shall have, as minimumindividual LEDs with different colours for the following:

i) Load on Inverterii) Battery operationiii) Load on Bypassiv) UPS failurev) LCD failurevi) Overload

c) The UPS shall be provided with SNMP+ MODBUS Card for monitoring the UPS system viaLAN or Building Management system if desired by client

d) The UPS shall have “option / as per BOQ” to connect Environment Monitoring Probe forMonitoring Temperature and Humidity whenever required in future.

e) LCD panel

i) The UPS shall be provided with a operator friendly large scale LCD panel.

ii) The LCD panel shall also include graphic measurement display, operationalprocedures of each activity, fault status display and also have capability torecord at least 512 faults.

iii) The screen panel shall clearly define specified areas for operational function,execution and message display.

iv) It should be possible to operate the entire UPS system and its components andobtain all measurements and data through the screen operation. Themeasurement software should provide capability to measure phase voltage,current in each phase, frequency, power factor, available battery time etc.

Page No.156 of 260

Page 157: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

v) Under all operating conditions, the system software should have capability fordisplaying fault alarm automatically. The tenderer should describe in detail thefaults that would be displayed under this mode.

12. UPS TESTING

a) The Contractor shall perform the following tests Mains Operation Verification without any active alarm Mains to Battery Operation verification Battery to Mains Return Operation verification UPS Online Mode to Bypass Mode Verification UPS Bypass Mode to Online Mode Verification Availability of Battery MCCB Availability of Isolation Transformer in UPS as per tender specs. Availability of SNMP+ MODBUS Card for UPS Monitoring remotely. LCD Display Operation

SECTION – IV: SERVER, DATA & VOICE NETWORKINGSYSTEM

1. SCOPE

1.1 This document defines the cabling system and subsystem components to include cable,termination hardware, supporting hardware, and miscellany required to furnish, and toinstall a complete cabling infrastructure supporting voice and video. The intent of thissection is to provide pertinent information to allow the vendor to bid the labor,supervision, tooling, materials, and miscellaneous mounting hardware and consumablesto install a complete system. However, it is the responsibility of the vendor to proposeany, and, all items required for a complete system whether or not it is identified in thespecification, drawings and bill of materials attached to this specification.

2. APPLICABLE DOCUMENTS

2.1 The cabling system described in this specification is derived in part from therecommendations made in industry standard documents. The list of documents below(or the latest revisions) has bearing on the desired cabling infrastructure are incorporatedinto this specification by reference:

a) This Technical Specification and Associated Drawingsb) ANSI/TIA/EIA 568-B Commercial Building Telecommunications Cabling Standard –

March 2001c) ANSI/EIA/TIA-569-A Commercial Building Standard for Telecommunications Pathways

and Spaces - February, 1998d) ANSI/EIA/TIA-606 Administration Standard for the Telecommunications Infrastructure

of Commercial Buildings - February, 1993e) ANSI/TIA/EIA-607 Commercial Building Grounding and Bonding Requirements for

Telecommunications - August, 1994

3. TELEPHONE NETWORK

3.1 Telephone Tag Block:3.1.1 General

a) The telephone tag blocks shall be suitable for the multi core telephone cables and shallhave two terminal blocks, cross connect type. All incoming and outgoing cables shall beterminated on separate terminal blocks and termination shall be silver soldered. The crossconnecting jumpers shall be insulated wires of same diameter and screw connected.

Page No.157 of 260

Page 158: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

b) The tag blocks shall be mounted inside fabricated sheet steel boxes with removablehinged covers and shall be fully accessible. The enclosure shall be painted with 2 coatsof red oxide and stove enameled.

c) CAT-5e (enhanced) unshielded twisted pair cable in MS/PVC conduit shall be used tohave modern structured cabling network for telephone system, to have latest facilities forInternet and also data cabling. All the telephone Jack must terminated on RJ-11 jacksand installed onto a dual Jack faceplate. Telephone RJ-11 Jacks must be terminatedwith a Connector/Jack.

4. EQUIPMENT ROOM

The equipment room shall be defined as an area within the building wheretelecommunications systems shall be housed along with the mechanical termination ofone or more portions of the telecommunications wiring system. Equipment room shall beconsidered to be distinct from telecommunications closets because of the nature orcomplexity of the equipment they contain. Any or all of the functions of atelecommunications closet shall be alternatively provided by an equipment room.

CABLE SPECIFICATIONS

5.1 UTP CABLING SYSTEM

5.1.1 Unshielded twisted pair cabling system, TIA / EIA 568-B.1 addendum Category5e Cabling system

a. Networks Supported 10 / 100 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE802.3ab Ethernet, and proposed Cat 6 GigabitEthernet

b. Warranty 25-year systems warranty; Warranty to coverBandwidth of the specified and installed cablingsystem, and the installation costs

c. Performancecharacteristics to beprovided along with bid

Attenuation, Pair-to-pair and PS NEXT, ELFEXT andPSELFEXT, Return Loss, ACR and PS ACR for 4-connector channel

5.1.2 Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2

a. Material:

b. Conductors23 AWG solid bare copper or better

c. InsulationPolyethylene

d. JacketFlame Retardant PVC

e. Pair SeparatorCross-member fluted Spline.

f. ApprovalsUL Listed

ETL verified to TIA / EIA Cat 6g. Operating temperature -20 Deg. C to +60 Deg. C

h. Frequency tested up to

Minimum 600 MHz

Box of 305 meters

Page No.158 of 260

Page 159: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

i. Packing

j. Delay Skew45ns MAX.

k. Impedance100 Ohms + / - 15 ohms, 1 to 600 MHz.

l. Performancecharacteristics to beprovided along with bid

Attenuation, Pair-to-pair and PS NEXT, ELFEXT andPSELFEXT, Return Loss, ACR and PS ACR

5.2 Category 5 Riser Cable

This cable shall consist of solid copper conductors insulated with expanded polyethylenecovered by a PVC sheet.

The core shall be covered with a layer of plastic tape and overlaid with a corrugated PVCplastic. it shall be suitable to be used without conduit. The cable shall meet. EIA/TIA -568, CS A T -529, IEEE 802.3 & 10 B A S E -T. The pair sizes shall be as per the schedule of quantities.The cable shall meet the following specifications.

a. Maximum DC Resistance 26.5 ohm per 100 ft.b. Maximum D C Unbalanced Resistance 17%c. Mutual Capacitance at 1 Khz 16 nF per 1000 ft.

6. TESTING

6.1 All the ports post termination should be tested to avoid any future data packet loss usingPenta scanning.

a) All the test result with complete documentation should be taken from cabling vendor.

b) Testing of network site should be as per EIA/TIA standard for 20/25 years networkguarantee and certification on passive components.

c) Testing & labeling:

All fiber-optic cables and connectors shall be tested.

All voice cables and connectors shall be tested for continuity and pin-out as well aslive circuit operation.

All date cables, connectors and patch cables shall be tested to EIA /TIA *568specification using a Penta Scanner.

All Cables, racks, enclosures, patch panels, blocks and faceplate shall beprofessionally and clearly labeled using an electronic labeling devise in accordancewith planned network labeling scheme.

7. WARRANTY

Owner seeks warranty for the installed cable plant from the OEM equipment supplier.Bidder shall ensure that the OEM norms for supply, installation, testing anddocumentation as specified by the OEM supplier shall be adhered to, provided thoseare in line with TIA / EIA standards and Owner requirement specifications. The warrantyshall be provided by the OEM vendor to Owner and shall be administered in India. Theduration of the warranty shall be for a minimum of 25 years and shall cover the systemperformance, application assurance and the costs of the supply of components andinstallation.

Page No.159 of 260

Page 160: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SECTION –IV(a) : CABLING FOR DATA SYSTEM1. SCOPE

This document defines the cabling system and subsystem components to include cable,termination hardware, supporting hardware, and miscellany required to furnish, and toinstall a complete cabling infrastructure supporting data and video. The intent of thissection is to provide pertinent information to allow the vendor to bid the labor,supervision, tooling, materials, and miscellaneous mounting hardware and consumablesto install a complete system. However, it is the responsibility of the vendor to proposeany, and, all items required for a complete system whether or not it is identified in thespecification, drawings and bill of materials attached to this specification.

2. APPLICABLE DOCUMENTS2.1 The cabling system described in this specification is derived in part from the

recommendations made in industry standard documents. The list of documents below(or the latest revisions) has bearing on the desired cabling infrastructure are incorporatedinto this specification by reference:

a) This Technical Specification and Associated Drawings

b) ANSI/TIA/EIA 568-B Commercial Building Telecommunications Cabling Standard – March2001

c) ANSI/EIA/TIA-569-A Commercial Building Standard for Telecommunications Pathways andSpaces - February, 1998

d) ANSI/EIA/TIA-606 Administration Standard for the Telecommunications Infrastructure ofCommercial Buildings - February, 1993

e) ANSI/TIA/EIA-607 Commercial Building Grounding and Bonding Requirements forTelecommunications - August, 1994

3. CABLING SYSTEM AND COMPONENT SPECIFICATIONS3.1 UTP Cabling System

3.2 Unshielded twisted pair cabling system, TIA / EIA 568-B.1 addendumCategory 6 Cabling system

Networks Supported 1000 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE802.3ab Ethernet, and proposed Cat 6 GigabitEthernet

Warranty 25-year systems warranty; Warranty to coverBandwidth of the specified and installedcabling system, and the installation costs

Performancecharacteristics to beprovided along withbid

Attenuation, Pair-to-pair and PS NEXT, ELFEXTand PSELFEXT, Return Loss, ACR and PS ACR for4-connector channel

3.3 Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2

Material:

Page No.160 of 260

Page 161: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Conductors 23 AWG solid bare copper or betterInsulation PolyethyleneJacket Flame Retardant PVCPair Separator Cross-member fluted Spline.Approvals UL Listed

ETL verified to TIA / EIA Cat 6Operating temperature -20 Deg. C to +60 Deg. CFrequency tested up to Minimum 600 MHzPacking Box of 305 metersDelay Skew 45ns MAX.Impedance 100 Ohms + / - 15 ohms, 1 to 600 MHz.Performance characteristicsto be provided along withbid

Attenuation, Pair-to-pair and PS NEXT, ELFEXTand PSELFEXT, Return Loss, ACR and PS ACR

3.4 UTP JacksType PCB based, Unshielded Twisted Pair, Category 6, TIA

/ EIA 568-B.2DurabilityModular Jack 750 mating cyclesWire terminal 200 termination cyclesAccessories Strain relief and bend-limiting boot for cable

Integrated hinged dust coverMaterialsHousing Polyphenylene oxide, 94V-0 ratedWiring blocks Polycarbonate, 94V-0 ratedJack contacts Phosphorous bronze, plated with 1.27micro-meter thick

goldApprovals UL listedPerformance Characteristicsto be provided with bid

Attenuation, NEXT, PS NEXT, FEXT and Return Loss

3.5 UTP Jack PanelsType 24-port, PCB based, Unshielded Twisted Pair,

Category 6, TIA / EIA 568-B.2

Ports 24Port arrangement Modules of 6-ports each, arranged 1port x 6.Category Category 6Circuit Identification Scheme Icons on each of 24-portsPort Identification 9mm or 12mm Labels on each of 24-ports (to be

included in supply)Height 1 U (1.75 inches)DurabilityModular Jack 750 mating cyclesWire terminal (110 block) 200 termination cyclesAccessories Strain relief and bend limiting boot for cableMaterialsHousing Polyphenylene oxide, 94V-0 ratedWiring blocks Polycarbonate, 94V-0 ratedJack contacts Phosphhorous bronze, plated with 1.27micro-

meter thick goldPanel Black, powder coated steelApprovals UL listedTermination Pattern TIA / EIA 568 A and B;PerformanceCharacteristics to beprovided along with bid

Attenuation, NEXT, PS NEXT, FEXT and Return Loss

Page No.161 of 260

Page 162: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.6 Faceplates

Type 1-port, White surface box

Material ABS / UL 94 V-0

No. of ports One

3.7 Workstation / Equipment Cords

Type Unshielded Twisted Pair, Category 6, TIA / EIA568-B.2

Conductor 24 AWG 7 / 32, stranded copperLength 7-feetPlug Protection Matching colored snag-less, elastomer

polyolefin bootWarranty 25-year component warrantyCategory Category 5PlugHousing Clear polycarbonateTerminals Phosphor Bronze, 50 micron gold plating

over selected area and gold flash overremainder, over 100 micron nickel underplate

Load bar PBT polyesterJacket PVCInsulation Flame Retardant Polyethylene

Wireless Signal: The color of this parameter’s progress bar provides a visualinterpretation of signal strength. Values are given below

Excellent (green) : -57 to -45 dBms (75 to 100 %)

Good (green) : -75 to -58 dBms (40 to 74 %)

Fair (Yellow) : -85 to -76 dBms (20 to 39 %)

Poor (Red) : -95 to -86 dBms (0 to 19 %)

Note: Termination of active & Passive components shall be the part of systemIntegrator

4. TESTING

4.1 All the ports post termination should be tested to avoid any future data packet loss usingPenta scanning.

4.2 All the test result with complete documentation should be taken from cabling vendor.

4.3 Testing of network site should be as per EIA/TIA standard for 20/25 years networkguarantee and certification on passive components.

Page No.162 of 260

Page 163: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

4.3 Testing & labeling:

a) All fiber-optic cables and connectors shall be tested.

b) All voice cables and connectors shall be tested for continuity and pin-out as well aslive circuit operation.

c) All date cables, connectors and patch cables shall be tested to EIA /TIA *568specification using a Penta Scanner.

d) All Cables, racks, enclosures, patch panels, blocks and faceplate shall beprofessionally and clearly labeled using an electronic labeling devise in accordancewith planned network labeling scheme.

5. WARRANTY

Owner seeks warranty for the installed cable plant from the OEM equipment supplier.Bidder shall ensure that the OEM norms for supply, installation, testing anddocumentation as specified by the OEM supplier shall be adhered to, provided thoseare in line with TIA / EIA standards and Owner requirement specifications. The warrantyshall be provided by the OEM vendor to Owner and shall be administered in India. Theduration of the warranty shall be for a minimum of 25 years and shall cover the systemperformance, application assurance and the costs of the supply of components andinstallation.

SECTION –V : EPABXTECHNICAL REQUIREMENTS AND STANDARDS:

The specification defines the requirements for a continuous duty, highly reliable, latestand state of art technology EPABX Systems for effective intercommunication.

All equipment of system shall comply in all respects with the requirements of the latestedition of the relevant codes and Indian Standard. The technical specifications for thesystem to be executed are enclosed. Items which are not covered under the technicalspecifications and are required for completeness of the system shall be executed as perlatest IS/ IE rules and Indian telecom department requirements

The EPABX system shall be TEC/DOT approved and conform to the latest issue of relevantapplicableInternational standards/IEC standard /Indian standards for design,manufacturing,safety, inspectionand installation.

IP based Communication Server should be a full-featured IP based communicationssystem

providing a rich feature set of the system, with pure Voice over IP (VoIP)communications,

across corporate Local and Wide Area Networks (LAN and WAN).The system should be full featured, modular and expandable for port capacity.

Should be ROHS complied as green product with power savingSystem should supports traditional circuit switching as well as VoIP functionalities.

Support feature transparency over networked PBXs.

Universal Port Architecture that has the flexibility to accommodate station terminalequipment,

trunks and adjunct processors in any available slot in the system.

Page No.163 of 260

Page 164: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Multiple networking options supporting PSTN (analog and digital) and TIE trunk (analog,digital and IP)without additional external equipment.

Universal IP port gatekeeper control signaling for both Station and Trunk.

Remote sites should be survivable and fully operational even if the central site fails, or theWAN connectivity between the remote site and central site fails.

Support wide range of terminals including analog phone, digital phone, IP phone (H.323&

SIP), soft phone, and IP DECT phone.

The proposed system shall facilitate user-friendly computer telephony integration (CTI).

Basic telephony functions should be provided in one system without additional serverssuch

as publisher, TFTP server and other adjunct servers.

System should supports built in ACD function and no external server should be neededfor

ACD functionality.

Minimum communication must be provided after discharge backup battery (Powerfailure

transfer).

System should be offering features with enhanced user interface. On the WAN side, thesystem must provide peer-to-peer connections over IP networks with the voice

compression.

Besides, the system must provide legacy line / trunk interfaces to support the existing TimeDivision Multiplexing (TDM) based infrastructure, such as analog telephones, digitaltelephones, analog networks and digital networks.

Both peer-to-peer connections and TDM-based connections should controlled by theCPU

board. The CPU should incorporate a built-in Device Registration Server (DRS) and asingle

interface point of IP connection to IP telephone,

System Highlights:

Pure IP System capable TDM configuration

The PBX should support both pure IP switching (peer-to-peer connections) and TimeDivision

Multiplex Switching. The pure IP switching is provided for communications between IP

On the other hand, the TDM switching is provided for communications between legacystations/trunks. Connection between IP network and legacy network is made via VoIP

boardon the CPU board, which converts packet-based voice data to TDM-based voice data,

andvice versa.

Powerful CPU Board with Built-in Functionalities

Page No.164 of 260

Page 165: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

CPU board of the system should be like a heart of pure IP connections and TDM-basedconnections. The CPU board must employ a 32 bits microprocessor. With this processingpower and DSP technology, it must integrate the following functions.

DTMF receivers

Caller ID receivers

Caller ID senders

MF senders / receivers

In-Mail

VoIPDB

In addition, by means of today's advanced LSI technology, size of the CPU board isminimized, and VoIP which has VoIP NIC port (Gigabit Ethernet) must be mountable

withoutadditional slots in the KSU.

Maximum System Capacities

The compact 19” KSU that has six universal slots and one power supply unit. . AdditionalKSU, referred to as Expansion KSU, can be installed to increase the capacity of the system

tomeet the customer’s business needs. The system can be expanded to maximum portcapacity of 512 digital terminals.

System Maximum Capacity:

Total of Analog, Digital, IP Extensions : 512

Max Analog ext 512

Max Digital ext 512

Max IP ext 512

Max. Analog Trunk : 180

Max. BRI : 180

Max. PRI : 180 B-Channel

Max. IP Trunk (SIP) : 128

Max. VoIP Channels : 128

Conference Circuits : Maximum 32 party per Conference

IN skin Voice Mail/ AA (Auto attendant) Channel on CPU : 16 port Channel with out PC (Embedded card based ) with 500 mail boxes and 30 Hours storage capacity.

Networking with 15 locations with full features enabled.

2. Intelligent Networking

Page No.165 of 260

Page 166: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Supports peer-to-peer IP feature transparency, point-to-multipoint IP featuretransparency or

TDM-based feature transparency.

Provides one system look for multi-site implementation with centralized unified systemsmanagement.

Support feature transparency with remote office equipped with other IP PBX models fromthe

same vendor.

3. System Management

The PBX system can be managed under one single management interface.

Functionality distributed with call control intelligence residing in site for a multi-sites PBXenvironment.

Support remote maintenance by serial interface and/or TCP/IP interface.

4. System Features

The system should support the following features:

Malicious Call Trace

Call waiting services

Hot line

Music on hold including the music sources

Operator (console button) and station (dial access) to radio paging including tone-to-rotary

conversion as necessary

Trunk answer supervision by battery reversal or metering pulse

Intercom blocking

Restriction and unrestricting of telephones

No Attendant Service

QSIG Networking conforms Trunk to Trunk Connections

Support different voice encoding technique include G.729a, G.711, G.723.1

Peer to peer support

Backward compatibility for both hardware and software must be supported. Clearmigration

strategy must be illustrated.

H.323 and SIP standard phones.

System Interfaces

Page No.166 of 260

Page 167: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Availability of voice messaging system interface.

Availability of call accounting system interface.

Availability of interface to other IP applications.

Service Features

Support authorization code (at least 10 digits).

Support accounts codes (at least 10 digits).

Support forced accounts codes (at least 10 digits).

The user is allowed to key in at least 24 dialed digits to cater for called number as well asaccount codes.

Call Forwarding set by Direct Inward System Access (DISA).

Call Routing & Class of Service

Support Least Cost Routing

Routing must allow user to route dialed 0, 00, 01 or 011 calls over different routes.

Support fifteen classes of service and ring-down to operator

Traffic Management

Traffic statistics recording should be available.

Station hunting technique

Circular

Pilot

Secretarial

Uniform Call Distribution

6. Terminal Details

Legacy Terminals (Analogue & Digital), IP Terminals, IP DECT, IP Soft Phone, GSM / SIPMobile, Standard IP Terminals.XML Applications on IP Terminals. Messaging Waiting & CLIPon Analogue. Wideband Codecs.

Digital Terminal Set Physical Features

Must have option to use wired Handset or wireless Handset with Dial pad and at least 8BLF/LED keys via Bluetooth support.

Same Digital/IP Terminal must be upgradeable for blue tooth handset connectivity byjust

replacing wired handset to Blue tooth Handset

Minimum 24 freely programmable/fixed keys with LED’s expandable to 32 key withoutreplacing the original Base terminal by just replacing key Module.

Page No.167 of 260

Page 168: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Alphanumeric LCD tilt able display with 3 lines (24 characters per line); additional

Backlighting that remains illuminated for approx. 5 s.

The faceplate of the instrument should be changeable with different color option as andwhen

required in future.

Multiple line appearances with LED indication

Integrated Full-Duplex speakerphone with adjustable volume control

Speakerphone should allow on-hook dialing

Availability of various phone models supporting 8 to 32 programmable line/feature keyswith

capability to store up to 24 digits

Availability of fixed feature keys

Faceplate overlay must be a snap-on clear plastic material

Easily accessible data port for modem connection or fax machine use

Soft tone electronic ringer with adjustable High-Low settings

Line powered (No external power or user installed batteries)

Availability of HOLD button

Availability of Digital Multi-Line Station

For wall mounted version, comes with snap-in cable connectors

Digital Terminal Basic Call Features

Extension to extension dialing

Call waiting

Call hold

Distinctive ringing

Eight party conference

Call forward on busy

Call forward on no answer

Call forward all calls

Internal and external queuing

Automatic Recall

Automatic Line Preferences

Page No.168 of 260

Page 169: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Remote Call Forwarding (External Call Forwarding)

Do Not Disturb

Busy Override

Internal Paging Through Telephone

Appearance/Bridged Station Lines

Manual Signaling (Boss/Secretary Button/Buzzer)

Boss/Secretary Intercom

Trunk Queuing with Callback

Station Queuing with Callback

Multiple Call Forwarding options

“Off Premise” call forwarding

Support display/block caller ID for both incoming and outgoing call

Fully Featured IP Telephony Support

IP Ports (Stations-Trunks)

Distributed media gateways (analog/digital station, ISDN PRI trunk interface)

Failover resiliency

IP Terminals

IP Terminal with Color LCD Touch Screen with COLOUR DISPLAY

AND xml supports With BACKLIT LCD AND KEY PAD

Must have option to use wired Handset or wireless Handset via Bluetooth support.

Same terminal must be upgradeable for blue tooth handset connectivity by justreplacing

wired handset to Blue tooth Handset

Minimum 24 freely programmable/fixed keys with LED’s expandable to 32 key withoutreplacing the original Base terminal by just replacing key Module.

Alphanumeric LCD tilt able display with 3 lines (24 characters per line); additional

Backlighting that remains illuminated for approx. 5 s.

The faceplate of the instrument should be changeable with different color option as andwhen

required in future.

Multiple line appearances with LED indication

Page No.169 of 260

Page 170: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Integrated Full-Duplex speakerphone with adjustable volume control

Simple upgrade from digital phone to IP phone

Interface to native IP Telephones (H.323 & SIP)

Availability of PC Client soft phone

Availability of wireless IP DECT Handset

Full-duplex speakerphone

Easy programming of line/Feature Keys And Fixed Feature Keys

Support all the features of the Digital terminal

IP phone should equip with a build in mini switch for connectivity to a desktop/notebookcomputer

A user should be able to plug in their IP phone anywhere in the organization andautomatically

receive calls without administrative intervention.

The IP phone should be powered via external power adapter, power patch panel or inline

power of the switch

Supports failover resiliency for IP stations across discrete systems, i.e., an IP telephone canbe configured behind more than one PBX

Intelligent Attendant Console

Availability of PC based and desktop operator console

Attendant administration with high operability

Call ID of incoming trunk and station (Alpha Numeric)

Trunk group busy indicators

Support trunk group access

Busy verification of station lines

Privacy, line lock out

Attendant controlled conference

Transfer and extension of calls, both internal and external

Direct access to paging including the generating of any required tones or pulses

Release loop control with at least six loops per operator console

Camp-on

Intrusion support

Page No.170 of 260

Page 171: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Class of service support

Indication of the number of calls waiting

The LCD changes with different call states and instructs the user which Multifunction keysare

available for each state.

Support Multi-function Keys to reduce the number of different buttons and greatlysimplify

operation. Keys such as Busy Verify, DND Override, etc. only appear when needed.

Features of Communication Server:

Account Code – Forced/Verified/Unverified

Account Code Entry

Alarm

Alarm Reports

Alphanumeric Display

Analog Communications Interface (ACI)

Ancillary Device Connection

Answer Hold

Answer Key

Attendant Call Queuing

Automatic Call Distribution (ACD)

Automatic Release

Automatic Route Selection

Background Music

Barge-In

Battery Backup – System Memory

Battery Backup – System Power

Call Duration Timer

Call Forwarding – Park and Page

Call Forwarding

Call Forwarding with Follow Me

Call Forwarding, Off-Premise

Page No.171 of 260

Page 172: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Call Forwarding/Do Not Disturb Override

Call Monitoring

Call Redirect

Call Waiting/Camp-On

Callback

Caller ID Call Return

Caller ID

Central Office Calls, Answering

Central Office Calls, Placing

Class of Service

Clock/Calendar Display

Code Restriction

Code Restriction Override

Code Restriction, Dial Block

Conference

Conference, Remote

Conference, Voice Call/Privacy Release

Continued Dialing

Data Line Security

Delayed Ringing

Department Calling

Department Step Calling

Dial Pad Confirmation Tone

Dial Tone Detection

Dialing Number Preview

Digital Trunk Clocking

Direct Inward Dialing (DID)

Direct Inward Line (DIL)

Direct Inward System Access (DISA)

Page No.172 of 260

Page 173: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Direct Station Selection (DSS) Console

Directed Call Pickup

Directory Dialing

Distinctive Ringing, Tones and Flash Patterns

Do Not Disturb

Door Box

Drop Key

Facsimile CO Branch Connection

Flash

Flexible System Numbering

Flexible Timeouts

Forced Trunk Disconnect

Group Call Pickup

Group Listen

Handset Mute

Handsfree and Monitor

Handsfree Answerback/Forced Intercom Ringing

Headset Operation

Hold

Hot Key-Pad

Hotline

Howler Tone Service

Intercom

ISDN Compatibility

Last Number Redial

LCR-Least Cost Routing

Line Preference

Long Conversation Cutoff

Loop Keys

Page No.173 of 260

Page 174: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Maintenance

Meet Me Conference

Meet Me Paging

Meet Me Paging Transfer

Memo Dial

Message Waiting

Microphone Cutoff

Mobile Extension

Music on Hold

Name Storing

Night Service

Off-Hook Signaling

One-Touch Calling

Operator

(OPX) Off-Premise Extension

Paging, External

Paging, Internal

Park

Power Failure Transfer

Prime Line Selection

Private Line

Programmable Function Keys

Pulse to Tone Conversion

Redial Function

Repeat Redial

Reverse Voice Over

Ring Groups

Ringdown Extension (Hotline), Internal/External

Room Monitor

Page No.174 of 260

Page 175: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Save Number Dialed

Secondary Incoming Extension

Secretary Call (Buzzer)

Secretary Call Pickup

Selectable Display Messaging

Selectable Ring Tones

Serial Call

Single Line Telephones

SLT Adapter

Softkeys

Speed Dial – System/Group/Station

Station Hunt

Station Message Detail Recording

Station Name Assignment – User Programmable

Station Relocation

Synchronous Ringing

Tandem Ringing

Tandem Trunking (Unsupervised Conference)

Tone Override

Traffic Reports

Transfer

Trunk Group Routing

Trunk Groups

Trunk Queuing/Camp-On

Uniform Call Distribution (UCD)

Uniform Numbering Network

UNIVERGE Multimedia Conference Bridge

Universal Slots

User Programming Ability

Page No.175 of 260

Page 176: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Virtual Extensions

Voice Mail Integration (Analog)

Voice Mail Message Indication on Line Keys

Voice Over

Voice Response System (VRS)

Volume Controls

Warning Tone for Long Conversation

SECTION – VI - ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM, PUBLIC ADDRESS SYSTEM

1. Fire Alarm - General Requirements.

The contractor shall supply, install, test, connect and commission a high quality fast-actingelectronic

Intelligent Addressable Fire Detection and Alarm System.

The fire detection and fire alarm system shall comply with requirements of NFP70:2011 (NationalElectrical Code) and NFPA72:2010 (National Fire Alarm and Signaling) code of practices forsystem design, installation, commissioning and maintenance in and around buildings.

The fire detection and fire alarm system shall be manufactured by an ISO 9001:2008 certifiedcompany and the following shall apply:

The CIE (Control and Indicating Equipment) and peripheral devices shall be 100% manufacturedby a single manufacturer (or division thereof).

The CIE and peripheral devices shall be UL listed to the UL 864 9th Edition, UL268, UL421, UL464and UL38.

The fire detection system shall be comprised of the main fire alarm control panel, opticalsmoke/heat sensors, manual call points, electronic sounders, interface units, etc, each with itsown inbuilt short circuit isolators. All components in the system shall be fully tested and approvedby the manufacturer to be compatible with each other. All system cabling and other itemsdeemed necessary for a safe, reliable and satisfactory system shall conform to the relevant andapplicable requirements and recommendations of NFPA70:2011, NFPA72 (2010) and UL864 9 th

Edition.

2. System Description.

The fire detection and alarm system shall be designed to facilitate accurate identification of thesource of heat / smoke / fire in its early stage to minimize the occurrence of false alarms.

The fire alarm control panel shall continually collect and analyze the required device data toenable it to make the final decision on whether a fire or fault exists by comparing the plottedpatterns from a fire sensor against known fire and fault patterns held in its memory. Theoperational principle of the system shall on a true Intelligent addressable basis, and shall providethe facility to print the output from a fire sensor over a period of time or to transfer the dataelectronically to a PC for storage and analysis.

Page No.176 of 260

Page 177: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

The system shall be of Intelligent addressable type i.e. all the devices on the loops of the FACPshall be allocated addresses automatically from the panel at the time of system power up on asequential ‘numerically lowest unused’ value basis (algorithm) and also given an address duringcommissioning, the value of which shall be stored in non-volatile memory, within the electronicsmodule of the device. This value shall be interrogated during loop allocation and provided it isverified as valid it shall be used to set the device primary address.Intelligent system protocolAddressing shall include the benefit of Soft Addressing and also overcome the limitations of HardAddressing procedures.If devices are added or removed at a later point, all the existing devicesin the loop must keepthe same address , zone and text location.

The Control Panel shall allocate the addresses in strict sequential order when the loop ispowered up in order to speed up commissioning and ensure that it is impossible for two devicesto have the same address.

The fire alarm control panels shall be of a modular/rack mounted design and facilities shall beprovided to constantly monitor and check the following circuits and fault conditions, and to givethe following features:

the power supply to the loop(s).

battery impedance to be checked every 4 hours.

open-circuit, short-circuit, ground fault and any other fault condition in the loop wiring.

communication failures and errors in all cards and loops.

monitoring of all devices status to create a table of each analogue channel for eventanalysis.

all devices i.e. Optical/Heat Sensor, Fire Alarm Interface Units, Manual Call Points,Sounders module etc. shall be installed on the same loop and all interface operatingrelay / switch devices, auxilliary relays (controlling remote plant items, door release unitsetc) be monitored for faults.

the FACP shall support loop powered and networked repeaters. Network repeaters shallhave a large interactive, touch screen/320x240 viewable LED screen. Repeaters shall beprogrammable as passive (indication only) or active (indication and control) and mustbe equipped with UL864 9th Edition approved power supplies.

the addressable device Labelling procedure may be carried out either by using theinbuilt touch screen display of the FACP, by the use of PC based dedicated softwarepackage or by using a handheld programming tool for basic on-site programming.

all events, i.e. Fire, fault or warning shall be recorded with time, date and place ofoccurrence in the memory event log of the FACP. These events may either be displayedon the control panel LCD display, transferred electronically to PC or printed, as required.

provision shall be available for the fire alarm control panel to silence the alarm soundersbut maintain visual indication until the system is reset.

The facility to network up to 126 FACP’s using an international open protocol bus systemwhich must be compatible with Lon, Bacnet or Modbus.

3. System of Operation / Cause and Effect.

Page No.177 of 260

Page 178: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

The fire alarm control panel shall be equipped with the following options. These features must beUL listed.

PRE-SIGNAL (NFPA72:2010 compliant).

The Cause and effect procedures must be defined by the contractor either as a basic “one outall out” or as a detailed evacuation procedure (PRE-signal Option). Examples may include thefollowing:

Stage 1: If a fire condition is detected in any area, only the local sounder (or group ofsounders) to operate.

Stage 2: If the alarm is not acknowledged within a predetermined time delay then all soundersin the entire system to operate.

Positive Alarm Sequence.

The facility of Positive Alarm Sequence programming in to allow verification and delays times tobe set according to the evacuation procedure requirements.

Alarm Verification.

The advantage of the Alarm verification features is to reduce unwanted false alarms wherein atypical smoke detector reports alarm conditions for minimum period of time in order to accept avalid alarm condition. This period can be programmed to 15s, 30s or 60s.

During the minimum 60-second alarm confirmation period following the retard-reset-restartperiod, re-actuation of the same detector that initiated the alarm verification cycle, actuationof another smoke detector on the same circuit (zone), or an alarm from another zone shall resultimmediately in an alarm signal from the control unit.

4. System Components and Devices.

MAIN FIRE ALARM CONTROL PANEL.

The control panel shall be processor controlled using latest Intelligent analysis techniquesto detect smoke / heat / fire conditions. The control panel shall be complete with, butnot limited to, the following elements and must be UL listed to UL864 9th .

A large interactiveLED touch screen/650 character displaycapable of accessing thecomprehensive range of programming and operating functions of the FACP.

The panel must have a total of 96 inbuilt Fire Zone LED indicators.

An inbuilt 40 character thermal printer operating through a window. There shall also bean option to enable the printer when the door is closed.

The system shall include an Integral sealed lead acid battery and charger, with theability to provide a minimum of 24 hour back up in normal operation and half an hour fullalarm load in the event of supply mains failure.

Simple menu driven functions with passcode protection shall allow users to access anextensive range of software based features such as :

An event log showing at least the last 9,999 events.

A facility to Replace and Add devices.

Page No.178 of 260

Page 179: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Logs of current faults and fires.

Graphical analysis of intelligent sensor information.

The facility to enable or disable sensors, zones, sounders, interface units.

Addressable device status.

Printer status to allow ‘On Request’ or ‘Auto with filtering’ options..

Check Config facility to identify device type mismatch and to pinpoint loop open andshort circuit faults.

The Fire Alarm Control panel shall be capable of controlling the volume and tone of alladdressable Loop powered sounders.

The Fire Alarm Control Panel must have the flexibility to pulse the addressable device ledstatus indicators during normal operation, or to withhold normal operation indication. Thisfeature must be programmable by the touch screen at access level 3.

o Each loop shall support 180 minimum addressable detectors/devices out ofwhich 160 maximum capacity of detectors, with a maximum loop length of 2kmof 2core 1.5mm2 screened fire resistant cable.

o A LON based computer communication option shall be available.

o The control panel shall provide a minimum of 2 Master alarm sounder circuits (4sounder circuits) operating at 24V dc with a maximum capacity of 750mA percircuit.

o The system shall provide a secure networking facility to indicate a remote zonenumber and remote zone text across the network.

o Combination of 1/2/4 or 8 loop of panels should be available with minimum 126panels in one single network.

In addition to the above, all other necessary controls, elements and accessories shallbe included to provide a complete and efficient panel conforming to therequirements of NPFA70/72 and UL864 9th Edition.

B. BATTERY AND CHARGER EQUIPMENT FOR FIRE ALARM SYSTEMS.

Batteries for fire and/or security alarm systems shall be of sealed Lead Acid type. Eachbattery shall have a storage capacity sufficient to maintain the system for 24 hours inthe standby mode and to supply the full alarm load for one hour without the batteryterminal voltage falling below 90% of its nominal value.

The battery impedance must be monitored by the control Panel and the charger mustbe temperature compensated to extend the life of the batteries.SMOKE / HEAT DETECTORS.

DETECTORS.

Smoke Detector - Multi-Sensor Photo Thermal.The multi-sensor smoke detector which will have both photoelectric as well as thermal elements

Page No.179 of 260

Page 180: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

shall have built-in microprocessor, and shall be capable of taking an independent alarmdecision.Each multi smoke detector shall be capable of transmitting pre-alarm and alarm signals inaddition to the normal, trouble and need cleaning information. It shall be possible to programcontrol panel activity to each level. Detectors should have modern soft addressing method withbuilt in fault isolator. Addition, subtraction or modification of detector should not be licensedrestricted or dongle restricted.Technical details:

1. Supply Ratings : Working Voltage 18V dc to 30V dc2. Voltage Waveform: Filtered dc +/- 1 V (max), ripple @120Hz3. Standby Current : 220 μA (average) 220 μA (average) 220μA (average)4. Alarm Current : 5mA (max)5. Timings: Start-up Time 2 seconds, Reset Time 2 seconds (max)6. Sensitivity : Sensitivity 2.55+/- 0.33%/ft7. Operating Temperature: Smoke detector- 32ºF to 100ºF8. Heat Class (Heat Element Rating ): Multi Detector - 135ºF

Smoke Detector – Photoelectric.The detectors shall be use the photo electric principal to measure smoke density. Provideanalog/addressable photoelectric smoke detectors at the locations shown on the drawings.Each smoke detector shall be capable of transmitting pre-alarm and alarm signals in addition tothe normal, trouble and need cleaning information. It shall be possible to program control panelactivity to each level. Detectors should have modern soft addressing method with built in faultisolator. Addition, subtraction or modification of detector should not be licensed restricted ordongle restricted

Technical details:1. Supply Ratings : Working Voltage 18V dc to 30V dc2. Voltage Waveform: Filtered dc +/- 1 V (max), ripple @120Hz3. Standby Current : 220 μA (average) 220 μA (average) 220μA (average)4. Alarm Current : 5mA (max)5. Timings: Start-up Time 2 seconds, Reset Time 2 seconds (max)6. Sensitivity : Sensitivity 2.55+/- 0.33%/ft7. Operating Temperature: Smoke detector- 32ºF to 100ºF

Heat Detectors.The detectors shall be use the photo electric principal to measure smoke density. Provideanalog/addressable photoelectric smoke detectors at the locations shown on the drawings.Each smoke detector shall be capable of transmitting pre-alarm and alarm signals in addition tothe normal, trouble and need cleaning information. It shall be possible to program control panelactivity to each level. Detectors should have modern soft addressing method with built in faultisolator. Addition, subtraction or modification of detector should not be licensed restricted ordongle restricted.Technical Details:

1. Supply Ratings : Working Voltage 18V dc to 30V dc2. Voltage Waveform: Filtered dc +/- 1 V (max), ripple @120Hz3. Standby Current : 220 μA (average) 220 μA (average) 220μA (average)4. Alarm Current : 5mA (max)5. Timings: Start-up Time 2 seconds, Reset Time 2 seconds (max)6. Sensitivity : Sensitivity 2.55+/- 0.33%/ft7. Operating Temperature: Smoke detector- 32ºF to 100ºF8. Heat Class (Heat Element Rating ): Multi Detector - 135ºF ROR + Fixed, +

Fixed 135ºF Fixed, 194ºF Fixed

Detector bases:The bases shall be easy to install and mount and shall be of standard type.The base shall contain no electronics and support all series detector types.

Page No.180 of 260

Page 181: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

MANUAL CALL POINTS.

These shall comply with the latest UL38 requirements.

These shall be complete with all electronic components and circuitry for a safe addressabledevice. Optional Polycarbonate covers shall also be available if required. The manual call pointshall have an inbuilt short circuit isolator and an inbuilt microprocessor to ensure a response timeof less than 3 seconds. The unit shall incorporate a key operation facility for testing purposes anda specially designed film fitted over the glass to prevent fragmentation when broken ordesigned for use with a resettable element.

INTERFACE UNITS.

These shall be used to provide interfacing facilities triggering into the fire alarm system from 3 rd

party equipment and going out from the fire alarm system to other 3rd party equipment. Theyshall be suitable to allow ‘volt-free’ connection of volt free from (or to) other services required tobe interfaced with fire alarm system, e.g. interfacing with AHU's, BMS, FM200 System, Elevators,and Pressurization Fans etc. They shall be of safe addressable type with inbuilt isolator. All inputsand outputs are to provide the facility to be fully monitored for cable faults.

All addressable Loop Interfaces should have inbuilt short circuit isolators and must be looppowered. Door retention or operation devices supplied and fitted by the contractor shall be inUL listed to UL864 9th Edition.

WIRING.

All cables associated with Fire Alarm installation shall be of fire resistant 2 core 1.5mm2 screenedtype. Cables shall comply with UL1581, NFPA70:2011 and NFPA72:2010. The use of a 4 core cablefor the addressable loop circuit must be specifically avoided.

The cable for use on the Fire Alarm addressable loop circuit shall be of the following type andspecification, and shall typically not exceed 2 km per circuit.

• the cable is to UL1581 having typically no more than 2 cores.

• A maximum of 0.5 micro-farad intercore capacitance.

• A maximum of 13 ohms per core.

• Each core having no less than 1.5mm2 cross sectional area with an inherent orthorough metal conduit screen for earth continuity in order to produceelectrical protection & screening and having protection from heat andmechanical damage.

• The cable screen must be suitable for through termination at each systemdevice whilst maintaining separation from building earth.

Multi core cables having more than 2 cores shall not be allowed for loop wiring due toinadequate separation and likely interference problems.

Page No.181 of 260

Page 182: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SECTION – VII: Public Address system

1. General descriptionThe contractor shall supply, install, test, connect and commission a high quality fast-acting PublicAddress and Voice Alarm System complying strictly with BS 5839 part8 and EN60849 and shall beTUV or Equivalent Agency approved.The Public Address and Voice Evacuation System shallcomprise of Audio Matrix Units, High quality speakers, Audio rack all mounted on a 19” Rack andfully connected and integrated on the fire alarm loop. The system shall be used for ProfessionalSound Reproduction for all the areas where possible special events take place.

Prior to placing order for any equipment, the contractor shall submit comprehensive documentcomprising working drawings, catalogues and descriptive literature of components, acousticcalculation to meet with BS5839 part8 RASTI (Room Acoustic Speech Transmission Index)requirements of 0.5 on the STI scale and 0,7 on the CIS scale. The contractor shall be required totrain and instruct client's personnel in the correct use, operation and supervision of the system,preferably prior to the handing over of the project.

In order to ensure whole site integration capability, the fire and voice alarm system will beawarded to a single specialist local supplier who will be responsible for the design, globaloperation, management and interfacing of the system. The contractor shall make sure that allpower tapping of the speakers must be carried out as specified, even if the acousticcalculations indicates less power tapings. The contactor must endure minimum of 10dB abovethe ambient noise levels are achieved.

The system shall be fully programmed to accommodate fire alarm and voice communicationzones as indicated on the drawings and schematics. The system shall be configured to allow onsite modifications with the minimum of disruption using the PC based software to facilitate futurechanges or alterations to the buildings.

APPLICABLE STANDARD:

EVAC Compliant with IEC/EN60849Loudspeakers -Rated power IEC 60286-Part 5Tested in accordance with BSEN60268-5Acoustic models ready for CATT, ULYSSES & EASECompliant with BS5839 Part 8Battery backup/charger compliant with EN54 part 4

2. Scope of WorkThe Scope of work under this head shall included deThe scope of work under this head shall include designing supplying and installing of PublicAddress System. The work under this system shall consist of furnishing all materials, equipment’sand appliances and labor necessary to install the said system, complete with Speakers,Amplifiers, Microphone, Zone Selection Panel for interfacing with other systems.The PA system is designed to serve the dual purpose of making general announcement andVoice Evacuation at the time of Fire alarm activation.

3. System Design

The PAVA system shall be connected on the same Fire Alarm loop with in-built isolators toprotect the system in case of any cable faults. The system shall be de-centralized in nature, eachdistributed rack DAU (Distributed Amplifier Unit) shall have all the DSP (Digital Signal Processing),messages, amplifiers, monitoring in such a way that can work in a stand alone mode in case themaster rack is faulty or down.

The Man Machine Interface (MMI) shall be connected back to the control room, to monitor andcontrol the entire PAVA system. The MMI shall be fully BS5839 part 8 and EN60849 compliant andTUV approved. The DAU shall play background / Foreground music and in case of Fire Alarm /Paging announcement, the system shall go to full power as programmed to provide the enough

Page No.182 of 260

Page 183: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SPL (Sound Pressure Level) levels to comply with BS5839 part8, with minimum of 10dB above thenoise levels.

All system components shall be digitally monitored including and not limited to, Messages,Amplifiers, and back up amplifiers, Speaker Circuits, Audio Matrix units, Paging Microphone,Battery Charger and the 230VAC line. Each amplifier / line circuit shall be monitored individuallyand shall report any faults back to the Master Audio Matrix Unit as well as the PagingMicrophone.

The system shall be capable of sending messages automatically to any zone at any timeinterval, without affecting the music in the other areas. Each Zone and circuit speaker shall haveseparate amplifier, system sharing two amplifiers to multiple circuit speakers are not acceptable.There shall be one back up amplifier for every eight amplifiers, the system shall automaticallychange over to the back up in case of any amplifier failure, and the back up amplifiers shall bemonitored as well. In case of any system component failure, the paging microphone shalloverride any defective unit and provide paging to the required zone. The System can provideany Cause & Effect programs after integrating with the Fire Alarm System, thus Alert/Evacuatemessages can be programmed and delayed as well as played on any zone / floor as per theCause & Effect approved by the Engineer.

The Battery Back up shall provide 24 hours of back up and 30 min of alarm operation. The powersupply / charger must comply with EN54 part 4 and shall be 19” rack mounted. Batterycalculation must strictly comply with BS5839 part 8 and shall be based on the amplifier size andnot the speaker circuit load.

The PAVA system shall be properly integrated with the fire alarm system. The integrated PAVAsystem shall cover all normally accessible areas including the car parks. All stair cases shall havededicated zone riser. The system shall be capable of being used for everyday backgroundmusic and public announcement duties with the fire alarm initiated emergency announcementsoverriding all other facilities. Initiation of voice alarm shall take immediate priority and shallcancel all other PA operations.

In addition a FIRE DRILL, BOMB ALERT, EARTHQUAKE ALERT and an ALL CLEAR message shall beincorporated into the operation. A fire alarm broadcast signal shall cancel any public addressoperation and shall override it. When a fireman’s microphone is operated, this shall override anyautomatic voice alarm signal being transmitted to the zone selected. The Alert and Evacuatepre-recorded messages will be maintained in other zones while live voice fire announcementsare being broadcast to selected loudspeaker zones.

All amplifier gain shall be monitored and measured for open, short or earth faults. TheEntertainment Rack shall be located in the Control/Security Room enabling the operator toselect music from the CD player, FM tuner or the double cassette deck to transmit music toselected zones or all the zones in the building from the touch screen paging microphone. Apublic address announcement shall override the music transmission to selected zones or allzones. Paging any zone shall not interrupt music in other zones. The Speakers shall be distributedin the entire floor and shall be configured in different zones. The announcement can made inzone wise or to all the speakers simultaneously in ALL CALL mode. Fire Alarm shall be announcedimmediately on receipt of Fire signal from the panel to all zones or group of Zones.System shall have following functions:Voice Evacuation and Public Address system integration includes paging system andbackground music system.Monitoring of microphone, controller, amplifier, fireman microphone, source modular, andamplifier changeover, AC&DC power Supply, Loudspeaker Line and Volume Control.The Amplifier shall be used Class-D/ Class AB with Digital switching power technologySystem shall have facility for Backup amplifier for at least one backup amplifier over WorkingAmplifier.

Page No.183 of 260

Page 184: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

4. AmplifiersAll amplifiers shall be power amplifier with High quality speech and Music broadcast. The poweramplifiers shall have adequate continuous (RMS) power output to meet the requirement of theconfiguration. The unit shall be capable of delivering the rated output power with less than 0.1%harmonic distortion in the design bandwidth. The amplifier shall have a broad band frequencyresponse of 40 Hz to 20 KHz. The output voltage and impedance shall meet with the systemrequirements. Amplifiers shall be protected against over loads and output shorts and a specialthermal overload on the heat sink.The Amplifier shall be Class –D /Class AB Amplifier have one channel, Two Channel, ThreeChannel and four channel’s each channel have rated power 120/240or 500W. The Amplifiershall have switch power technology for power electricity saving, Separate PFC design for highestreliability, separate power supply system for each channel, Separate cooling system, sleepmode is automatically enabled when no signal input is detected.Amplifier shall have AC 100V or 230V power supply and DC 24V input, having separate fuse foreach channel. The Amplifier shall be connected through balanced audio input and shall workon 100V Speaker Line.

Technical Specifications Rated Output Voltage(RMS) 120/240/500W or 2x120/2x240/2x500

4x120/4x240/4x500W Amplification Class-D/ Class AB Battery Voltage 24VDC (max 10% déviation) Frequency Response 40Hz to 20KHz S/N Ratio >90 dB Total Harmonic Distortion <0.1% @ 1kHz Power Efficiency >80% Approval EN

5. Speakers1. Speakers shall be especially designed for broadcasting high quality, integrated emergency fire

alarm signals and voice communications and approved by an appropriate authority for use insuch situations.

2. Speakers shall be ceiling, wall mounted or Horn Speaker as shown in the schedule of work andshall be completed with mounting brackets accessories etc. Speakers shall be in metalenclosures only.

3. Speakers shall be of high efficiency providing maximum output at minimum power across 120 –14000 Hz frequency range for Indoor Speakers. Speakers shall have a line matching transformerfor direct connection to amplifiers with multiple taps.

4. Speaker external appearance shall be approved by the Architects.5. Speakers shall be interconnected in the zone configuration.5.1 6W Ceiling Mounted Speaker

The ceiling mounted 6 W speakers shall be installed as depicted in the drawing. The speakerssupport EASE, CATT or ULYSSES models for acoustic studies. This mean the acoustic model can bedesigned to simulate the sound quality and distortion prior to installation. The Speaker should bein compliance BS/EN 60065, 2003 and EMC (BS EN 61000-6-Part 1/2/3/4). The Ceiling speaker shallwork on 100V line so that it can reduce line losses over long distance and allow easy parallelconnection of multiple loudspeakers. The Speaker shall have multiple tapping for differentapplication according to room size and ambient noise environment. The Speaker shall havealuminum grille and metal baffle and shall have spring clip clamp for easy installation.

Technical Specifications Rated power 6 W Tapings 100V line 6/3/1.5W Operation Voltage 100V or 70V Effective frequency range 120 ~ 14kHz (10% Variation allowed) SPL @ 1W/m >91 dB S.P.L. ,@Full power/ 1m, dB >100 dB Color White

Page No.184 of 260

Page 185: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

5.2 6W Wall Mount SpeakerThe Wall mounted 6 W speakers shall be installed as depicted in the drawing. The speakerssupport EASE, CATT or ULYSSES models for acoustic studies. This mean the acoustic model can bedesigned to simulate the sound quality and distortion prior to installation. The Speaker should bein compliance BS/EN 60065, 2003 and EMC (BS EN 61000-6-Part 1/2/3/4). The speaker shall workon 100V line so that it can reduce line losses over long distance and allow easy parallelconnection of multiple loudspeakers. The Speaker shall have multiple tapping for differentapplication according to room size and ambient noise environment. The Speaker shall haveMetal grille and ABS Enclosure and shall be closed cabinet.

Technical Specifications Rated power 6 W Tapings 100V line 6/3/1.5W Operation Voltage 100V or 70V Effective frequency range 90 ~ 18kHz (10% Variation allowed) SPL @ 1W/m >90 dB S.P.L. ,@Full power/ 1m, dB >98 dB Color White

10/20W Dual directional sound projection SpeakerThe speakers with 10/20W Output shall be installed as depicted in the drawing. The speakerssupport EASE, CATT or ULYSSES models for acoustic studies. This mean the acoustic model can bedesigned to simulate the sound quality and distortion prior to installation. The Speaker should bein compliance BS/EN 60065, 2003 and EMC (BS EN 61000-6-Part 1/2/3/4). The speaker shall workon 100V line so that it can reduce line losses over long distance and allow easy parallelconnection of multiple loudspeakers. The Speaker shall have multiple tapping for differentapplication according to room size and ambient noise environment. The Speaker shall havemetallic grille and metal baffle and shall have clamp for easy installation.

Technical Specifications Rated power 10/20W Tapings 100V line 5/10/20W Operation Voltage 100V or 70V Effective frequency range 110 ~ 15kHz (10% Variation allowed) SPL @ 1W/m >92 dB S.P.L. ,@Full power/ 1m, dB >102dB Color White IP Rate IP 66

6. Remote Paging Microphone1. Digital voice evacuation system remote paging microphone.

2. Each microphone of 8 zone capacity.3. Zone expansion by connection with expansion unit.4. .System indicators of AC, DC, fault, Mic status and test.5. 6 inputs & mic/line selection buttons.6. 8 zone selection buttons with three-colored indicators7. Reset/Cancel, All Call & Call buttons.8. Two RJ45 ports for input and link output.9. CAT5 or CAT6 cable communication up to 600 meters.10. AC 230V and DC24V battery inputs.11. Built-in monitor speaker.

12. Voice Alarm Controller (VCA)1. Digital voice evacuation system all in one amplifier.2. Specifications meet the standards of BS EN54-32 & EN608409.3. EN54-16 standards certificate is under taken.4. Built-in 240W & 500W, 8 zone class-D / Class AB amplifier.5. Integration of EVAC system, paging system, PA system & BGM system together.6. Built-in two separate players for EVAC and alert voice message by SD card.

Page No.185 of 260

Page 186: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

7. Built-in 8 zone AB speaker line low impedance supervision.8. Built-in amplifier auto changeover into standby when fault.9. With external amplifier input to expansion the power.10. Capacity of connection 8 unit’s remote microphone.11. Red button EVAC message push to activate with priority except fireman mic.12. 8 zone speaker outputs with separate zone volume control.13. 8 zone separate indicator for EVAC, fault, music/paging & select.14. System indicators of AC, DC, fault and indicators for EVAC, alert & fireman mic.15. Zone capacity of 96 zones by cascaded 11 unit’s router.16. With 8 programmable control inputs and 8 programmable control outputs for voice

evacuation system.17. With Fault, EVAC outputs and Reset input for third party system integration.18. With fireman microphone of highest priority.19. Priority level: fireman mic, EVAC, input 1, remote microphone, timer & BGM.20. Two combo inputs for mic/line, 4 line inputs and one REC output.21. Two RJ45 for cascade router, two RJ45 for remote microphone input and two RJ45 for

LAN/WAN/Internet network.22. IP network module for optional to buy. The IP network23. AC 230V and DC24V battery input. Auto switch into the battery backup when AC fails.

Technical Specification:Description 8 Zone Voice Evacuation AmplifierRated Power Output 240W/ 500 wattFireman Microphone 5Mv, 600ΩLine 1-2 Inputs 385mV, 10kΩbalanced ComboLine 3-6 Inputs 350mV, 10kΩ, RCAFrequency Response 80Hz~20kHzTHD <1% at RMS,1KHzS/N Ratio >70DbSpeaker Output 100V AB 8 zone speaker outputsREC Output 200MvControl Input &Output

8 programmable control inputs: Max 3.3V (voltage mode) or0V closed contact8 programmable control outputs: 0V closed contactControl output for fault & EVAC: 0V closed contactReset control input: 0V closed contact

Voice Message MP3 or WMA format, two separate players of SD card withprotection cover, programmable voice message up to 255, 10years valid

Event Record HEX format, Hard Flash memory, events up to 1000 records, 10years valid

OperationEnvironment

Operation Temp: +5℃ ~ +40℃,Store Temp: -20℃ ~ +70℃Operation Humidity: <95%

Power Consumption 600WPower Supply AC230V or 115V & DC24V battery inputs, 50-60HZ

SECTION-VIII: MEDIUM VOLTAGE 1.1 KV GRADE XLPE INSULATED PVC SHEATHED CABLES

1. SCOPE

The MV cables shall be supplied, inspected, laid, tested and commissioned inaccordance with drawings, Specifications, relevant Standard Specifications and cablemanufacturer's instruction.

Page No.186 of 260

Page 187: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

2. STANDARDS AND CODES

2.1 Updated and current Indian Standard Specifications and Codes of Practice as stipulatedbelow shall apply to the equipments and the work covered in this section. In addition therelevant clauses of the Indian Electricity Act 1910, Indian Electricity Rules 1956, NationalBuilding Code 1994, National Electric Code 1985, Code of Practice for Fire Safety ofBuilding (general) : General Principal and Fire Grading – IS 1641 as amended upto dateshall also apply. Wherever appropriate Indian Standards are not available, relevant Britishand/or IEC Standards shall be applicable.

2.2 PVC insulated heavy duty cables IS 1554 - 1988Cross link polyethylene insulated PVC (sheathed XLPE cables) IS 7098 - 1985Code of practice for installation and maintenance of power cables IS 1255 - 1983Conductors for insulated electrical cables IS 8130 - 1984Drums for electrical cable IS 10418- 1982Methods of test for cables IS 10810- 1988Recommended current rating IS 3961 - 1987Recommended short circuit rating of high voltage PVC cables IS 5891 - 1970

3. MATERIAL

3.1 The MV cables shall be cross linked polyethylene (XLPE) insulated PVC sheathed of 1100volts grade as asked for in the schedule of quantities. Cables upto 16 sq.mm shall bewith copper conductor and 25 sq.mm and above shall be with aluminium conductor.

3.1.1 TECHNICAL REQUIREMENTS:

All XLPE Aluminium/Copper Power cables shall be 1100 Volts grade, multi coreconstructed as per IS : 7098 Part-I of 1988 as follows :

a) Stranded Aluminium /Copper conductor in case of 10 sq.mm. and above and solidconductor in case of 10 sq.mm. and below.

b) Cores laid up

c) The inner sheath should be bonded over with thermo-plastic material for protectionagainst mechanical and electrical damage.

d) Armoring should be provided over the inner sheath to guard against mechanicaldamage. Armouring should be Galvanized steel wires or galvanized steel strips. (Insingle core cables used in A.C. system armouring should be non-magnetic hardaluminium Wires/Strips. Round steel wires should be used where diameter over theinner sheath does not exceed 13 mm; above 13 mm flat steel armour should beused. Round wire of different sizes should be provided against specific request.)

e) The outer sheath should be specially formulated heat resistant black PVCcompound conforming to the requirement of type ST2 of IS : 5831-1984 extruded toform the outer sheath.

f) Conductor shall be of electrolytic Aluminium/Copper conforming to IS : 8130 andare compact circular or compact shaped.

g) Insulation shall be of XLPE type as per latest IS general purpose insulation formaximum rated conductor temperature 70 degree centigrade.

h) In Inner sheath laid up cores shall be bonded over with thermoplastic material forprotection against mechanical and electrical damage.

Page No.187 of 260

Page 188: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

i) Insulation, inner sheath and outer sheath shall be applied by extrusion and lappingup process only.

j) Armouring shall be of galvanized steel wire/flat.

k) Repaired cables shall not be used.

l) Current ratings of the cables shall be as per IS : 3961.

m) The XLPE insulated cables shall conform to latest revision IS read along with thisspecifications. The Conductor shall be stranded Aluminium/Copper circular/ sectorshaped and compacted. In multi core cables the core shall be identified by red,yellow, blue and black coloring of insulation.

n) The XLPE insulated 1100 Volts grade power cables shall conform to latest IS and shallbe suitable for a steady conductor temperature of 70 degree centigrade. Theconductor shall be stranded Aluminium/Copper as called for in the Schedule ofquantities. The outer sheath shall be as per the requirement of type ST-2 of IS:5831 of1984.

o) The cables shall be suitable for laying in racks, ducts, trenches, conduits andunderground buried installation with uncontrolled back fill and chances of floodingby water.

p) Progressive automatic in line sequential marking of the length of cables in meters atevery one meter shall be provided on the outer sheath of all cables.

q) Cables shall be supplied in non returnable wooden drums as per IS : 10418.

Both ends of the cables shall be properly sealed with PVC/Rubber caps so as toeliminate ingress of water during transportation, storage and erection.

r) The product should be coded as per IS :- 7098 Part-I as follows :-

Aluminium Conductor AXLPE Insulation 2XSteel round wire armour WSteel strip armour FSteel Double round wire armour WWSteel Double strip armour FFNon-magnetic (Al.) round wire armour WaNon-magnetic (Al.) strip armour FaPVC outer sheath Y

4. INSPECTION

All cables shall be inspected by the contractor upon receipt at site and checked for anydamage during transit.

5. TESTING OF CABLES

5.1 Cables shall be tested at works for the following tests before being dispatched to site bythe project team.

a) Insulation Resistance Test.b) Continuity resistance test.c) Sheathing continuity test.

Page No.188 of 260

Page 189: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

d) Earth test.(in armoured cables)e) Hi Pot Test.

5.2 Test shall also be conducted at site for insulation between phases and between phaseand earth for each length of cable, before and after jointing. On completion of cablelaying work, the following tests shall be conducted in the presence of the Owner’s siterepresentative.

a) Insulation Resistance Test( Sectional and overall)b) Continuity resistance test.c) Sheathing continuity test.d) Earth test.

5.3 All tests shall be carried out in accordance with relevant Standard Code of Practiceand Electricity Rules. The Contractor shall provide necessary instruments, equipmentand labour for conducting the above tests and shall bear all expenses in connectionwith such tests. All tests shall be carried out in the presence of the Owner’s siterepresentative.

SECTION-IX: LT SWITCHBOARDS

1. GENERAL

This section covers specification of LT Switchboards

2 STANDARDS AND CODES

Updated and current Indian Standard Specifications and Codes of Practice will apply tothe equipment and the work covered by the scope of this contract. In addition therelevant clauses of the Indian Electricity Act 2003, Indian Electricity Rules 1956, NationalBuilding Code 2005, National Electric Code 1985, Code of Practice for Fire Safety ofBuilding (general): General Principal and Fire Grading – IS 1641 - 1988 as amended uptodate shall also apply. Wherever appropriate Indian Standards are not available, relevantBritish and/or IEC Standards shall be applicable.

Low Voltage switchgear & controlgear IS/IEC 60947

Part I : General rulesPart II : Circuit BreakersPart III : Switches, disconnectors ,Switch disconnectors and fuse combination unitsPart IV : Contactors and Motor startersPart V : Control circuit devices and switching elements

Marking of Switchgear busbars IS 11353 : 1985

Degree of Protection of Enclosures for low voltage switchgear. IEC 60529

Electrical relays for power system protection IS 3231 : 1986

Code of Practice for selection, installationand Maintenance of switchgear & controlgear IS 10118 : 1982

Low voltage switchgear & controlgear assemblies IEC 60349

Danger notice plates IS 2551 : 1982

3. LT SWITCHGEAR

Page No.189 of 260

Page 190: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.1 AIR CIRCUIT BREAKER

3.1.1 The ACB shall confirm to the requirements of IEC 60947-2 & 3 (FOR SWITCHDISCONNECTION) / IS 13947-2 and shall be type tested & certified for compliance tostandards from–CPRI, ERDA/ any accredited international lab. The circuit breaker shall besuitable for 415 V + 10%, 50 Hz supply system. Air Circuit Breakers shall be with mouldedhousing flush front, draw out type and shall be provided with a trip free manualoperating mechanism or as indicated in drawings and bill of quantities withmechanical "ON" "OFF" “TRIP” indications.

3.1.2 The ACB shall be 3/ 4 pole with modular construction, draw out, manually or electricallyoperated version as specified. The circuit breakers shall be for continuous rating andservice short Circuit Breaking capacity (Ics) shall be as specified on the single linediagram and should be equal to the Ultimate breaking capacity(Icu) and short circuitwithstand values(Icw) for 1 sec. Circuit breakers shall be designed to ‘close' and `trip'without opening the circuit breaker compartment door. The operating handle and themechanical trip push button shall be at the front of the breakers panel. Inspection ofmain contacts should be possible without using any tools. The ACB shall be provided witha door interlock. i.e. door should not be open when circuit breaker is closed and breakershould not be closed when door is open. However, door interlock should have defeatmechanism for on line testing of ACB

3.1.3 All current carrying parts shall be silver plated and suitable arcing contacts withproper arc chutes shall be provided with to protect the main contacts. The ACB shallhave double insulation (Class-II) with moving and fixed contacts totally enclosed forenhanced safety and in accessibility to live parts. All electrical closing breaker shall bewith electrical motor wound stored energy spring closing mechanism with mechanicalindicator to provide ON/OFF status of the ACB.

3.1.4 The auxiliary contacts blocks shall be so located as to be accessible from the front. Theauxiliary contacts in the trip circuits shall close before the main contacts have closed. Allother contacts shall close simultaneously with the main contacts. The auxiliary contactsin the trip circuits shall open after the main contacts open . Minimum 4 NO and 4 NCauxiliary contacts shall be provided on each breaker. Rated insulation voltage shall be1000 volts AC.ACB shall confirm compliance to ROHS/WEEE guidelines.

3.2 CRADLE3.2.1 The cradle shall be so designed and constructed as to permit smooth withdrawal and

insertion of the breaker into it. The movements shall be free from jerks, easy to operateand shall be on steel balls/rollers and not on flat surfaces.

3.2.2 There shall be 4 distinct and separate position with self locking arrangement of thecircuit breaker on the cradle.

3.2.3 Racking Interlock in Connected/Test/Disconnected Position.

Service Position : Main Isolating contacts and control contacts of the breakerare engaged.

Test Position : Main Isolating contacts are isolated but control contactsare still engaged.

Isolated Position : Both main isolating and control contacts are isolated.

3.2.4 There shall be provision for locking the breaker in any or all of the first three positions.

The following safety features shall be incorporated :

Page No.190 of 260

Page 191: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

a) Withdrawal or engagement of Circuit breaker shall not be possible unless it is in opencondition.

b) Operation of Circuit breaker shall not be possible unless it is fully in service, test ordrawn out position.

c) All modules shall be provided with safety shutters operated automatically bymovement of the carriage to cover exposed live parts when the module iswithdrawn.

d) All Switchgear module front covers shall have provision for locking.e) Switchgear operating handles shall be provided with arrangement for locking in

‘OFF’ position.

3.3 PROTECTIONS

3.3.1 The breaker should be equipped with micro-controller based release to offer accurateand versatile protection with complete flexibility and shall offer complete over currentprotection to the electrical system in the following four zones :

a) Long time protection.b) Short time protection with intentional delay.c) Instantaneous protection.d) Ground fault protection.

3.3.2 The protection release shall have following features and settings:

3.3.2.1 True RMS Sensing

The release shall sample the current at the rate of 16 times per cycle to monitor theactual load current waveform flowing in the system and shall monitor the true RMS valueof the load current. It shall take into account the effect of harmonics also.

3.3.2.2 Thermal Memory

When the breaker shall reclose after tripping on overload, then the thermal stressescaused by the overload if not dissipated completely, shall get stored in the memory ofthe release and this thermal memory shall ensure reduced tripping time in case ofsubsequent overloads. Realistic Hot/Cold curves shall take into account the integratedheating effects to offer closer protection to the system.

3.3.2.3 Defined time-current characteristics :

A variety of pick-up and time delay settings shall be available to define the currentthresholds and the delays to be set independently for different protection zones therebyachieving a close-to-ideal protection curve.

3.3.2.4 Trip Indication

Individual fault indication for each type of fault should be provided by LEDs for fasterfault diagnosis.

3.3.2.5 Self powered

The release shall draw its power from the main breaker CTs (hog slay type) and shallrequire no external power supply for its operation.

3.3.2.6 Zone Selective Interlocking

The release shall be suitable for communication between breakers to enable zoneselective interlocking. This feature shall be provided for both short circuit and ground fault

Page No.191 of 260

Page 192: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

protection zones to offer total discrimination between breakers. This feature enablesfaster clearance of fault conditions, thereby reducing the thermal and dynamic stressesproduced during fault conditions and thus minimizes the damage to the system. Toimplement ZSI manufacturer should supply all related equipment like power supply, wiringetc. On-Line change of settings should be possible. It should be possible to carry outtesting of release without tripping the breaker.

3.3.2.7 The release shall meet the EMI / EMC requirements.

3.3.2.8 Derating factor- There shall not be any derating up to 50 degree. Manufactures shallprovided the derating table/chart

3.3.2.9 4P ACB shall have 100% Neutral as same of Phase conductor with protection setting(setting of 50%,100% and Off)

3.3.2.10 ACB release shall have 1st –ON/OFF setting to co-ordinate with HT breakers.

3.3.2.11 ACB release shall have inbuilt “Auto protection” against excessive heating at terminals.

3.3.2.12 Combined accuracy (Sensor + Release) ≤ 1.5% as per IEC 61557-

3.3.2.13 The setting range of release shall be as follows as per SLD :

3.3.2.14 The release should provide local indication of actual %age loading of individual phaseat any instant. The release should be able to communicate on MODBUS RTU protocolusing inbuilt RS485 port and shall be integral part of supply with trip unit. Parameters ofthe Protection Release should be changeable from Release as well as thrucommunication network. Release thru dial type potentiometer and navigation keys &should have graphical LCD for display of power parameters. The release should providecomprehensive metering as per mentioned in SLD.

3.1 SAFETY FEATURES

a) The safety shutter shall prevent inadvertent contact with isolating contacts whenbreaker is withdrawn from the Cradle.

b) It shall not be possible to interchange two circuit breakers of two different thermalratings. For Draw-out breakers, an arrangement shall be provided to prevent ratingmismatch between breaker and cradle.

c) There shall be provision of positive earth connection between fixed and moving portionof the ACB either thru connector plug or sliding solid earth mechanism. Earthing boltsshall be provided on the cradle or body of fixed ACB.

d) The incoming panel accommodating ACB shall be provided with indicating lamps forON-OFF positions, digital voltmeter and ammeter of size not less than 96 mm x 96 mm,selector switches, MCB for protection circuit and measuring instrument circuits.

e) It shall be possible to bolt the drawout frame not only in connected position but also inTEST and DISCONNECTED position to prevent dislocation due to vibration and shocks.

f) Drawout breakers should not close unless in distinct Service/Test/Isolated positions.

g) The insulation material used shall conform to Glow wire test as per IEC60695.

h) The ACB shall provide in built electrical and mechanical anti-pumping.

i) All EDO ACB`s Shall have Ready to Close Contact to ensure that the ACB gets acommand only when it is ready to close for applications of Remote Control, AMF,Synchronization and Auto Source Change Over Systems.

Page No.192 of 260

Page 193: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.4 MOULDED CASE CIRCUIT BREAKER (MCCB)

3.4.1 The MCCB should be current limiting type with trip time of less than 10 msec under shortcircuit conditions. The MCCB should be either 3 or 4 poles as specified in BOQ. MCCBshall comply with the requirements of the relevant standards IEC 60947-2 and shouldhave test certificates for Breaking capacities (Ics=Icu=100%) from independent testauthorities CPRI / ERDA or any accredited international lab.

3.4.2 MCCB shall comprise of Quick Make -break switching mechanism, arc extinguishingdevice and the tripping unit shall be contained in a compact, high strength, heatresistant, flame retardant, insulating moulded case with high withstand capability againstthermal and mechanical stresses

3.4.3 The breaking capacity of MCCB shall be as specified in the schedule of quantities. Therated service breaking capacity (Ics) should be equal to rated ultimate breakingcapacities (Icu). MCCBs for motor application should be selected in line with Type-2 Co-ordination as per IEC-60947-2, 1989/IS 13947-2. The breaker as supplied with ROM shouldmeet IP54 degree of protection.

3.4.5 MCCB shall be suitable for positive Isolation as per IEC 60947-2

3.4.6 MCCB shall comply with “Class-II front facia as per IEC 61140”

3.4.7 MCCB shall be provided with continuously ratio coils.

3.4.8 MCCB shall have cross bolted termination.

3.2 Current Limiting & Coordination

3.5.1 The MCCB shall employ maintenance free minimum let-through energies and capable ofachieving discrimination up to the full short circuit capacity of the downstream MCCB.The manufacturer shall provide both the discrimination tables and let-through energycurves for all. It shall be responsibility of Panel builder & OEM to carry out thediscrimination study at the time of drawing approval.

3.5.2 Protection Functions

3.5.2.1 MCCBs with ratings up to 250 A shall be equipped with Thermal-magnetic (thermal foroverload and magnetic for short-circuit protection) trip units

3.5.2.2 Microprocessor MCCBs with ratings 250A and above shall be equipped withmicroprocessor based trip units. (both variable setting)

3.5.2.3 Microprocessor and thermal-magnetic trip units shall be adjustable and it shall bepossible to fit lead seals to prevent unauthorized access to the settings

3.5.2.4 Microprocessor trip units shall comply with appendix F of IEC 60947-2 standard(measurement of rms current values, electromagnetic compatibility, etc.)

3.5.2.5 Protection settings shall apply to all poles of circuit breaker.3.5.2.6 All Microprocessor components shall withstand temperatures up to 125 °C

3.6 Testing

a) Original test certificate of the MCCB as per IEC 60947-1 &2 or IS13947 shall be furnished.b) Pre-commissioning tests on the switch board panel incorporating the MCCB shall be

done as per standard specifications.

3.7 Interlocking

Page No.193 of 260

Page 194: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.7.1 Moulded, case circuit breakers shall be provided with the following interlocking devicesfor interlocking the door of a switch board.

a) Handle interlock to prevent unnecessary manipulations of the breaker.

b) Door interlock to prevent the door being opened when the breaker is in ON position.

c) Defeat-interlocking device to open the door even if the breaker is in ON position.

d) The MCCB shall be current limiting type and comprise of quick make – Break switchingmechanism. MCCBs shall be capable of defined variable overload adjustment. AllMCCBs rated 250 Amps and above shall have adjustable over load & short circuit pick-up both in Thermal magnetic and Microprocessor Trip Units.

e) All MCCB with microprocessor based release unit, the protection shall be adjustableOverload, Short circuit and earth fault protection with time delay.

f) The trip command shall override all other commands.

3.8 MOTOR PROTECTION CIRCUIT BREAKER (MPCB)

3.8.1 Motor circuit breakers shall conform to the general recommendations of standard IEC60947 -1,2 and 4 (VDE 660, 0113 NF EN 60 947-1-2-4, BS 4752). The devices shall be inutilization category A, conforming to IEC 947-2 and AC3 conforming to IEC 60947-4.MPCBshall have a rated operational and insulation voltage of 690V AC (50 Hz) and MPCB shallbe suitable for isolation conforming to standard IEC 60947-2 and shall have a ratedimpulse withstand voltage (Uimp) of 6 kV. The motor circuit breakers shall be designed tobe mounted vertically or horizontally without de-rating.

3.8.2 Power supply shall be from the top or from the bottom. In order to ensure maximumsafety, the contacts shall be isolated from other functions such as the operatingmechanism, casing, releases, auxiliaries, etc, by high performance thermoplasticchambers. The operating mechanism of the motor circuit breakers must have snapaction opening and closing with free tripping of the control devices. All the poles shallclose, open, and trip simultaneously. The motor circuit breakers shall accept apadlocking device in the “isolated” position.

3.8.3 The motor circuit breakers shall be equipped with a “PUSH TO TRIP” device on the frontenabling the correct operation of the mechanism and poles opening to be checked.The auxiliary contacts shall be front or side mounting, and both arrangements shall bepossible. The front-mounting attachments shall not change the breaker surface area.Depending on its mounting direction the single pole contact block could be NO or NC.All the electrical auxiliaries and accessories shall be equipped with terminal blocks andshall be plug-in type. The motor circuit breakers shall have a combination with thedownstream contactor enabling the provision of a perfectly coordinated motor-starter.This combination shall enable type 1 or type 2 co-ordination of the protective devicesconforming to IEC 60947-4-1.Type 2 co-ordination shall be guaranteed by tables testedand certified by an official laboratory: LOVAG (or other official laboratory). The motorcircuit breakers, depending on the type, could be equipped with a door-mountedoperator which shall allow the device setting. The motor circuit breakers shall beequipped with releases comprising a thermal element assuring overload protection anda magnetic element for short-circuit protection. In order to ensure safety and avoidunwanted tripping, the magnetic trip threshold (fixed) shall be factory set to an averagevalue of 12 Ir. All the elements of the motor circuit breakers shall be designated to enableoperation at an ambient temperature of 60°C without de-rating. The thermal trips shallbe adjustable on the front by a rotary selector. The adjustment of the protection shall besimultaneous for all poles. Phase unbalance and phase loss detection shall be available.

Page No.194 of 260

Page 195: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.9 SURGE PROTECTION DEVICES ( SPD’S)

3.9.1 System

Surge Protection Devices ( SPD’S) shall be provided at main LT Panel incoming feeders(Stage I / Class B) & Distribution Boards (Stage II / Class C) for the protection of Buildingelectrical and Electronics system from the effect of Lightning discharges, line inducedtransient surge voltage or switching surges as per the details mentioned in the BOQ.

3.9.2 CODES & STANDARDS

3.9.2.1 The following standards & publications as referred in the various parts of this Specificationshall apply.

IEC-61643-11, IEC-61643-12IEC 60 364 – 5 – 5 53IEC 62 305 – 4

3.10 PRODUCT SPECIFICATIONS

3.10.1 Surge Protector at Stage I / Class B (L T Panel Protector)

The Surge Protection Device (SPD) manufacturer shall offer a complete line of SurgeProtection Devices to support the requirements for Main LT Panel Incoming feeders. Thesurge protector at this stage shall be provided to protect the down stream electrical andelectronics against any lightning discharges surges that may enter into the systemthrough Mains panel. The Protection unit shall be based on single arc spark gaptechnology and shall be able to withstand 10/350 microsecond surge currentsassociated with external lightning discharges.

3.10.2 Protection Network Configuration:3.10.2.1 The work required under this section consists of furnishing, installing and connecting SPD

device as specified and as asked for in BOQ. The SPD device shall be installed in aNETWORK configuration, consisting of one set of SPD panel device at the serviceentrance of switchboard. All SPD devices in this network configuration shall be of samemanufacturer. All SPD device shall be modular, mountable on 35 mm DIN rail. Unitstatus indicator shall be provided to indicate the status of complete Protection unit.

3.10.2.2 Protection shall be manufactured for the specific type and voltage of the electricalService and shall provide clamping for both normal (L-N) and common (N-G) modeoperation. Protection shall be manufactured to withstand a maximum continuousoperating voltage of not less than 115% of normal RMS Line voltage of 240 V.

3.10.2.3 The Protection shall be provided with safety MCB’s to be connected in series betweenLine/s to neutral & neutral to earth as per the TNS configuration of wiring. It shall betestable on line for routine maintenance, module failure and in order to preventcatastrophic failure modes. Protection shall be a fail-safe type device, shall have a followthrough current quenching capacity upto 25 KA r.m.s., shall have repeated surgecapability state, shall be self restoring and be fully automatic in all mode of operation.Protection shall comply with IEC 61643 and shall be approved for the location in whichthey are listed. Protection shall have an operating temperature ranges from -20oC to60oC.

3.10.3 Protection Criteriaa) The maximum continuous operating voltage (Rated Voltage) for SPD devices connected

to phase-neutral shall not be less than the values shown in table:

Page No.195 of 260

Page 196: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Nominal Voltage Rating per phase Maximum Continuous OperatingVoltage

(Vrms) (Vrms)240 320

b) Listingc) The surge protective device and associated hardware must comply with IEC 61643-11.d) The Protection voltage of the complete rail mount surge protective device shall be type

test to the figures as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominaldischarge current) / Protection Level

240 V < 2.5 k V (between Line to Neutral)1.5 kV (between Neutral to Earth)

e) Surge protective device application at Low Voltage AC main LT Panel incoming feedersurge impulse current withstanding capacity as shown in table below.

Application Panel Location Max. Single Withstand Surge Current(of 10/350 μs Impulse)

Service Entrance (Main LT Panel) 25 KA, 10/350μs (between Line toNeutral 100 KA, 10/350

(between neutral to Earth)

f) Compliance to this specification must be provided in the form of a certificate from anindependent testing laboratory.

g) Response time of stage-I class –B arrester should not be < 100 ns.

3.10.4 Surge protector at Stage II / Class C (Final Distribution Board Protector)

3.10.4.1 The surge Protection manufacturer shall offer a complete line of surge Protectionproduct to support the requirements for the Distribution Board. The surge protector atthis stage shall be provided to protect the down stream electrical and electronicsagainst any induced switching surges that may be passed on to the down streamelectrical & electronic system.

3.10.4.2 The Protection unit shall be based on Single High Capacity Metal Oxide Varistors (MOV),capable of handling 8/20 μs surges and shall be able to give an indication in the eventmodule failure and be pluggable to facilitate the in-service replacement withoutdistributing the lines. One extra set of replacement module shall be furnished to the jobsite.

3.10.4 Protection Network Configuration. The work required under this section consists offurnishing, installing and connecting SPD device as specified and as shown in thedrawings. The SPD device shall be installed in a NETWORK configuration, consist of oneset of SPD panel device at the service entrance of switchboard. All SPD device in thisnetwork configuration shall be of same manufacturer. All SPD device shall be modular,mountable on 35 mm DIN rail and be field replaceable without interruption of electricaldistribution circuit.

3.10.4.1 Unit status indicator shall be provided to indicate the status of complete Protection uniton the product as well as provision for remote indication must be provided.

Protection shall be manufactured for the specific type and voltage of the electricalService and shall provide clamping for both normal (L-N) and common (N-G) modeoperation.

Page No.196 of 260

Page 197: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.10.4.2 Protection shall be manufactured to withstand a maximum continuous operatingvoltage of not less than 115% of normal RMS Line voltage of 240 VAC.

3.10.4.3 The Protection shall be provided with internal safety fusing if required, to be connectedin parallel between Line/s to neutral & neutral to earth as per the TNS configuration ofwiring. It shall be testable on line for routine maintenance, module failure and in orderto prevent catastrophic failure modes.

3.10.4.4 Protection shall be a fail-safe type device, shall have no follow through current shallhave repeated surge capability, shall be solid state, shall be self restoring and be fullyautomatic in all mode of operation. It shall have thermal disconnection and indicationagainst overloading of the device.

3.10.4.5 Protection shall comply with IEC 61643 standards.

3.10.4.6 Protection shall have an operating temperature ranges from -20oC to + 60oC.

3.11 Protection Criteria3.11.1 The maximum continuous operating voltage (Rated voltage) for SPD devices connected

to phase-neutral shall not be less than the values as shown in table below:

Nominal Voltage Rating per phase Maximum Continuous OperatingVoltage

(Vrms) (Vrms)120 150240 320350 440480 600

3.12 Listing

3.12.1 The surge protective device and associated hardware must comply with IEC 61643-11.

3.12.2 The Protection voltage of the complete rail mount surge protective device shall be typetest to the figures as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominaldischarge current) / Protection Level

240 V 1500 V

3.12.3 Nominal Withstand Surge Current.

3.12.3.1 Surge Protective device (including all fusing and over current protection) for applicationat sub-Distribution Panels shall have a Nominal surge current withstand capacity asshown in table below. The failure or operation of any fuse / over – current device duringthe test is not permissible.

Application Panel Location Max. Single Withstand Surge CurrentOf 8/20 µs Impulse)

Sub-Distribution PanelFinal Distribution Board

10KA for 8 / 20 μs(between Line to Neutral)

25 KA for 10/350 μs(between Neutral to Earth)

Page No.197 of 260

Page 198: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

3.12.3.2 Compliance to this specification must be provided in the form of a certificate from anindependent testing laboratory.

3.12.3.3 Response time of Class C arrestor should not be <25 ns.

4. SWITCHBOARDS

1 General

1.1 Switchboards shall be suitable for operation at three phase 4 wire, 415 volt, 50 Hz, neutralsolidly grounded at transformer system with a short circuit level withstand as per scheduleof quantities and drawings.

1.2 Switchboards shall comply to Form 3B for compartmentalized boards and Form 1 for noncompartmentalized boards as per BS 5486 Part I – 1990 and IEC 439-1

1.3 The enclosures shall be designed to take care of normal stress as well as abnormalelectro-mechanical stress due to short circuit conditions. All covers and doors providedshall offer adequate safety to operating persons and provide ingress protection of IP 54unless otherwise stated. Ventilating openings and vent outlets, if provided, shall bearranged such that same ingress protection of IP 54 is retained. Suitable pressure reliefdevices shall be provided to minimize danger to operator during internal fault conditions.

1.4 Entire switchgear used in switchboards shall be completely fuse free. No fuses shall beused anywhere in the installation.

1.5 All accessible bares terminals shall be provided with integral shrouds and shall be fingertouch proof.

1.6 Bimetallic connectors shall be provided for termination of cable with aluminiumconductors on copper bus bars.

2 Switchboard Configuration

2.1 The Switchboard shall be configured with Air Circuit Breakers, MCCB's, and otherequipment as called for in the schedule of quantities.

2.2 The MCCB's shall be arranged in multi-tier formation whereas the Air Circuit Breakers shallbe arranged in Single or Double tier formation only to facilitate operation andmaintenance.

2.3 The Switchboards shall be of adequate size with a provision of 25% spare space toaccommodate possible future additional switch gear.

3 Equipment Specifications

All equipment used to configure the Switchboard shall comply to the relevant Standardsand Codes of the Bureau of Indian Standards and to the detailed technicalspecifications as included in this tender document.

4 Constructional Features

4.1 The Switchboards shall be metal clad totally enclosed, floor mounted free standing typeof modular extensible design suitable for indoor mounting. The Switchboards shall bedesigned for a temperature rise restricted to 40 Deg C above ambient of 45 Deg C

4.2 Switchboards shall be either compartmentalized or non compartmentalized as stipulatedin schedule of quantities.

Page No.198 of 260

Page 199: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

4.3 Switchboards shall be made up of requisite vertical sections, which when coupledtogether, shall for continuous dead front switchboards.

4.4 Switchboard shall be readily extensible on both sides by addition of vertical sections afterremoval of the end covers.

4.5 The switchboards shall be designed for use in high ambient temperature and humidtropical conditions as specified. Ease of inspections, cleaning and repairs whilemaintaining continuity of operation shall be provided in the design.

4.6 Metal based neoprene gaskets between all adjacent units and beneath all covers shallbe provided to render the joints dust and vermin proof to provide a degree of protectionof IP 54 as stipulated in schedule of quantities .

4.7 ‘U’ Channels forming switchboard frames shall be fabricated from 2.5 mm thick electrogalvanized MS sheets. All joints shall be neatly formed and finished flush with adjacentsurfaces by grinding. No joints shall be located in corners. Bare edges shall be lipped.Structural members and bracings where ever required shall be welded or bolted to theframe. The frame shall be of modular design and extensible.

4.8 All doors and covers shall also be fully gasketed with metal based neoprene gasketswith fastners designed to ensure proper compression of the gaskets. The hinged doorshall open a maximum of 1500. All hinged doors shall have earth braid connected to thecubicle. Good quality door handles fitted with toggles to operate rods to latch withsuitable slots in both top and bottom of switchboards shall be provided. Latching rodsand associated brackets shall be cadmium plated.

4.9 Each vertical section shall be provided with a rear side cable chamber housing thecable end connections and power/control cable terminations. There should begenerous availability of space for ease of installation and maintenance with adequatesafety for working in one vertical section without coming into contract with any liverparts.

4.10 Switchboard panels and cubicles shall be fabricated with CRCA Sheet Steel of thicknessnot less than 2.0 mm and shall be folded and braced as necessary to provide a rigidsupport for all components. The doors and covers shall be fabricated from CRCA sheetsteel of thickness not less than 1.6 mm. Joints of any kind in sheet metal shall be seamwelded and all welding slag ground off and welding pits wiped smooth with plumbermetal.

4.11 All panels and covers shall be properly fitted and square with the frame. The holes in thepanel shall be correctly positioned.

4.12 Fixing screws shall enter holes tapped into an adequate thickness of metal or providedwith hank nuts. Self threading screws shall not be used in switchboards.

4.13 All electrical contacts between dissimilar metals (eg.. aluminium conductor of cablesconnected to copper terminals of breakers etc..) shall be through bimetallic connection

5 Switchboard Dimensional Limitations

5.1 A base channel 75 mm x 5 mm thick shall be provided at the bottom.

5.2 A minimum of 200 mm blank space between the floor of switchboard and bottom mostunit shall be provided.

Page No.199 of 260

Page 200: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

5.3 The overall height of the switchboard shall be limited to 2300 mm unless otherwisestipulated.

5.4 The height of the operating handle, push buttons etc shall be restricted between 300 mmand 2000 mm from finished floor level.

6 Switchboard Compartmentalization

6.1 For compartmentalized switchboards, separate totally enclosed compartments shall beprovided for horizontal busbars, vertical busbars, ACBs, MCCBs and cable alleys.

6.2 Earthed metal or insulated shutters shall be provided between drawout and fixed portionof the switchgear such that no live parts are accessible with equipment drawn out.Degree of protection within compartments shall be atleast IP 4X.

6.3 Sheet steel hinged lockable doors for each separate compartment shall be providedand duly interlocked with the breaker in "ON" and "OFF" position.

6.4 For all Circuit Breakers separate and adequate compartments shall be provided foraccommodating instruments, indicating lamps, control contactors and control MCB etc.These shall be accessible for testing and maintenance without any danger of accidentalcontact with live parts of the circuit breaker, busbars and connections.

6.5 Each switchgear cubicles shall be fitted with label in front and back identifying thecircuit, switchgear type, rating and duty. All operating device shall be located in front ofswitchgear only. Minimum height from floor level for any device mounted on panel covershall be 250 mm.

6.6 A horizontal wire way with screwed cover shall be provided at the top to takeinterconnecting control wiring between vertical sections.

6.7 Separate cable compartments running the height of the switchboard in the case of frontaccess boards shall be provided for incoming and outgoing cables.

6.8 Cable compartments shall be of adequate size for easy termination of all incoming andoutgoing cables entering from bottom or top.

6.9 Adequate and proper support shall be provided in cable compartments to supportcables.

7 Spare Provision

25% spare cubicles/space shall be provided in all switchboards to cater for future use.

Switchboard Bus Bars

8.1 Busbars shall be made of high conductivity, high strength aluminium alloy, complyingwith requirements of grade E 91E of IS 5082 – 1981. Design of busbar system shall complyto IS 5578 and IS 11353. Busbars shall be of rectangular cross sections suitable for full loadcurrent for phase bus bars as also neutral bus bar . The maximum current density shall be1 amp per Sq. mm. Busbar shall be suitable to withstand the stresses of fault level asspecified in schedule of quantities.

8.2 Bus bars shall be insulted with heat shrunk PVC sleeving of 1.1 kV grade and bus bar jointsprovided with clip-on shrouds.

8.3 The bus bars shall be extensible on either side of the switchboard.

Page No.200 of 260

Page 201: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

8.4 The bus bars shall be supported on non-breakable, non-hygroscopic epoxy resin or glassfiber reinforced polymer insulated supports able to withstand operating temperature of110O C at regular intervals, to withstand the forces arising from a fault level of 31 MVA at415 volts for 1 second or as stipulated in schedule of quantities.

8.5 All bus bars shall be colour coded.

8.6 Auxiliary buses for control power supply, space heater power supply or any otherspecified service shall be provided. these buses shall be insulated, adequatelysupported and sized to suit specific requirement. The material for auxiliary supply bus willbe electrolytic copper.

8.7 Additional cross sectional area to be added to the bus bar to compensate for theholes.

9 Switchboard Interconnection

9.1 All connection and tap offs shall be through adequately sized connectors appropriatefor fault level at location. This shall include tap off to feeders and instrument/controltransformers. Alternatively current limiters of approved make and type shall be used.

9.2 For unit ratings upto 100 amps, PVC insulated copper conductor wires of adequate sizeto carry full load current shall be used. The terminations of such interconnections shall becrimped. Solid connections shall be used for all rating of 100 amps and above.

9.3 All connections, tappings, clamping, shall be made in an approved manner to ensureminimum contact resistance. All connections shall be firmly bolted and clamp with .eventension. Before assembly joint surfaces shall be filed or finished to remove burrs, dentsand oxides and silvered to maintain good continuity at all joints. All screws, bolts, washersshall be cadmium plated.

9.4 Approved spring washers shall be used with cadmium plated high tensile steel bolts withBSF threads.

9.5 All connectivity and tap offs shall have bimetallic connectors as required, finger touchproof terminals & integral switchgear shrouds.

10 Drawout Features

10.1 Air Circuit Breakers shall be provided in fully drawout cubicles, unless otherwise stated.These cubicles shall be such that drawout is possible without disconnection of the wiresand cables. The power and control circuits shall have self aligning and self isolatingcontacts.

10.2 The fixed and moving contacts shall be easily accessible for operation andmaintenance. Mechanical interlocks shall be provided on the drawout cubicles toensure safety and compliance to relevant Standards. The MCCB's shall be provided infixed type cubicles.

10 Instrument Accommodation

11.1 Instruments and indicating lamps shall not be mounted on the Circuit BreakerCompartment door for which a separate and adequate compartment shall be providedand the instrumentation shall be accessible for testing and maintenance without dangerof accidental contact with live parts of the Switchboard.

11.2 For MCCB's instruments and indicating lamps can be provided on the compartmentdoors.

Page No.201 of 260

Page 202: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

11.2.1 The current transformers for metering and for protection shall be mounted on the solidcopper/aluminium busbars with proper supports.

11 Wiring

11.1 All wiring for relays and meters shall be with PVC insulated copper conductor wires. Thewiring shall be coded and labelled with approved ferrules for identification. The minimumsize of copper conductor control wires shall be 2.5 sq. mm.

11.2 Wiring shall be terminated with ferrules on terminal block. CTs shall be provided withshorting facilities

12 Cable Terminations

12.1 Knockout holes of appropriate size and number shall be provided in the Switchboard inconformity with the location of incoming and outgoing conduits/cables.

12.2 The cable terminations of the Circuit Breakers shall be brought out to terminal cablesockets suitably located in the cable chamber

12.3 The cable terminations for the MCCB's shall be brought out to the rear in the case of rearaccess switchboards or in the cable compartment in the case of front accessSwitchboards.

12.4 The Switchboards shall be complete with tinned brass cable sockets, tinned brasscompression glands, gland plates, supporting clamps and brackets etc for termination of1100 volt grade aluminium conductor XLPE cables.

12.5 Removable gland plates shall be provided for power and control cables. The glandplates shall be 3 mm thick and for single core cables shall be of non magnetic material.

13 Space Heaters

Anti- condensation heaters shall be fitted in each cubicle together with an ON/OFFisolating switch suitable for electrical operation at 230 volts A.C 50 Hz single phase ofsufficient capacity to raise the internal ambient temperature by 5O C. The electricalapparatus so protected shall be designed so that the maximum permitted rise intemperature is not exceeded if the heaters are energized while the switchboard is inoperation. As a general rule, the heaters shall be placed at the bottom of the cubicle.

14 Ventilation Fans

The Switchboard shall be provided with panel mounting type ventilation fans in eachpanel with switchgear rated for 2500 amp and above. The fan shall be interlocked withswitchgear operation. If ventilation fans cannot be provided for maintaining the requireddegree of ingress protection, the design of switch board cubical shall incorporatesuitable measures like decreasing current density of conductors, increasing cubicalvolume for effective heat dissipation etc. in order to restrict temperature rise to within therequired limit.

15 EarthingContinuous internal copper earth bus sized for prospective fault current to be providedwith arrangement for connecting to station earth at two points. Hinged doors / frames tobe connected to earth through adequately sized flexible braids.

16 Sheet Steel Treatment And Painting

Page No.202 of 260

Page 203: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sheet steel used in the fabrication of switchboards shall undergo a rigorous cleaning andsurface treatment nine tank process comprising of alkaline degreasing, descaling indilute sulphuric acid and a recognised phosphating process after which a coat of primerpaint compactively with the final paint shall be applied over the treated surface. Finalpaint coat of oven baked powder coating, of minimum 50 micron thickness, of sheetapproved by Architects/Owners shall then be provided.

17 Name Plates And Labels

Suitable engraved white on black name plates and identification labels of metal for allSwitchboards and Circuits shall be provided. These shall indicate the feeder number andfeeder designation.

18 Local Authorities Requirement

18.1 All other requirements by the local Authority that are imposed in course of execution ofthe work, particularly those listed below shall be provided.

a) Danger Signsb) Rubber floor mat of 10 m thickness and 1 m width provided for t he full length of the

switchboard.c) A dry chemical type fire extinguisher of 9 kg capacity with approved labeld) Framed single line diagram with minimum A1 sizee) First Aid Demonstration sign.

19 CPRI TESTING

Switchboard configurations offered shall be CPRI tested. Copies of the CPRI testcertificates shall be submitted with the tender.

20 TESTING AT WORKS

Copies of type test carried out at ACB/MCCB manufacturers works and routine testscarried out at the switchboard fabricators shop shall be furnished along with the deliveryof the switchboards. Architects/Owners reserves the right to get the switchboardinspected by their representative at fabricators works prior to dispatch to site to witnessthe routine tests

21 INSTALLATION

21.1 The foundations prepared as per the manufacturers drawings shall be leveled, checkedfor accuracy and the Switchboard installed. All bus bar connections shall be checkedwith a feeler gauge after installation. The cable end boxes shall be sealed to prevententry of moisture. The main earth bar shall be connected to the sub-station earths.

21.2 Antistatic rubber matting of approved make conforming to IS 5424 – 1983, of minimum1000 mm width 10 mm thickness shall be provided in front of and along the full length ofthe Switchboard. The rubber mat shall withstand 15 KV for 1 minute and leakage currentshall not exceed 160 mA/sq. metre.

21.3 After installation the Switchboard shall be tested as required prior to commissioning.

22 TESTING AT SITE

22.1 Pre-commissioning tests as required and as per manufacturers recommendations shallbe carried out on each switchboards at site before energizing the switchboardsincluding but not restricted to the following.

Page No.203 of 260

Page 204: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

a) Physical checking of the switchboards including checking alignment of panels,interconnection of Bus bars, tightness of bolts/connections and evidence ofdamage/cracks in any components.

b) Physical checking and inspections of Inter panel wiringc) Checking free movement of ACBs/MCCBs/SFUsd) Checking of operation of breakerse) Insulation tests of bus bar supports and control wiring etc. with 1.1 kV megger.f) Primary & secondary injection tests of relays and CTs.g) Checking of Interlocking function.

METERING EQUIPMENTS

1. GENERAL

This section covers specifications for Protection and Control Relays for breakers,Instrument Transformers, Measuring Instruments, Push Buttons, Indicating Lamps etc.required in LT and HT switchboards.

2. STANDARDS AND CODES

Updated and current Indian Standard Specifications and Codes of Practice will apply tothe equipment and the work covered by the scope of this contract. In addition therelevant clauses of the Indian Electricity Act 2003, Indian Electricity Rules 1956, NationalBuilding Code 1994, National Electric Code 1985, Code of Practice for Fire Safety ofBuilding (general) :General Principal and Fire Grading – IS 1641 as amended upto dateshall also apply. Wherever appropriate Indian Standards are not available, relevant Britishand/or IEC Standards shall be applicable.

Application guide for Current Transformers IS 4201 :Application guide for Voltage Transformers IS 4140 :Application guide for Relays IS 3842 :Electromagnetic Relays IS 5051 :

3. PROTECTION AND CONTROL RELAYS

3.1 The Circuit Breaker shall have protection and control relays as specified in the scheduleof quantities. Relays shall be approved types complying to relevant ISS and havingapproved characteristic. Relays shall be flush mounted in dust proof cases. Relays shallbe arranged so that adjustments, testing and replacement can be affected withminimum of time and labour.

3.2 Incase of C.T. operated thermal overload and magnetic instantaneous short circuitrelease, the overload releases shall be such that each phase can be individually setdepending on the phase unbalanced currents. The releases shall have inverse timecurrent characteristics and the magnetic release shall be time delayed with a minimumsetting of 25 ms varying upto 300 ms for discrimination without effecting the breakingcurrent capacity of the ACB.

4. CURRENT TRANSFORMERS4.1 Separate sets of CTs shall be provided for metering and protection. C/Ts shall confirm to

IS 2705 (part -I, II and III) in all respects. All C/Ts used for medium voltage application shallbe rated for 1 kV. C/Ts shall have rated primary current, rated burden and class ofaccuracy as specified in Schedule of Quantities/drawings. Rated secondary current shallbe 5A unless otherwise stated. Minimum acceptable class for measurement shall be class0.5 to 1 and for protection class 5P10. C/Ts shall be capable of withstanding magneticand thermal stresses due to short circuit faults as applicable. Terminals of C/Ts shall bepaired permanently for easy identification of poles. C/Ts shall be provided with earthing

Page No.204 of 260

Page 205: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

terminals for earthing chassis, frame work and fixed part of metal casing (if any). EachC/T shall be provided with rating plate indicating:a) Name and makeb) Serial numberc) Transformation ratiod) Rated burdene) Rated voltagef) Accuracy class

4.2 CTs shall be mounded such that they are easily accessible for inspection, maintenanceand replacement. Wiring for CT shall be with copper conductor FRLS PVC insulated wireswith proper termination works and wiring shall be bunched with cable straps and fixed tothe panel structure in a neat manner. Facilities for shorting terminal shall be provided.

5. POTENTIAL TRANSFORMERPT’s shall conform to IS 3156 (Part I, II and III) in all respects. Primary and secondary circuitwiring star connected and voltage ratio shall be 11 kV /3/110/3 or 415/3/110/3 asspecified in Schedule of Quantities. Class of accuracy shall be 1.0. Over voltage factorshall be 1.2

6. MEASURING INSTRUMENTS6.1 Direct reading electrical instruments shall conform to IS 1248 or in all respects. Accuracy

of direct reading shall be 1.0 of voltmeter and 1.0 for ammeters. Other instruments shallhave accuracy of 1.0. Meters shall be suitable for continuous operation between -10o Cand +450C. Meters shall be flush mounting and shall be enclosed in dust tight housing.The housing shall be of steel or phenolic mould. Design and manufacture of meters shallensure prevention of fogging of instrument glass. Pointer shall be black in colour and shallhave Zero position adjustment device operable from out side. Direction of deflectionshall be from left to right. Suitable selector switches shall be provided for ammeters andvolt meters used in three phase system unless otherwise stipulated, 96 mm x 96 mminstrument shall be used. The rating type and quantity of meters, instruments andprotective device shall be as per Schedule of Quantities /drawings. Ammeter on motorcircuit shall be provided with suppressed scales to take care of shorting surges.

6.2 AmmetersDigital type Ammeter of specified range to class 1.0 accuracy with necessary selectorswitches. Ammeters shall be manufacture and calibrated as per IS 1248. Ammeters shallnormally be suitable for 5 A secondary of current transformers. Ammeters shall becapable of carrying substantial over loads during fault conditions. Ammeters of motorcircuits shall be provided with suppressed scale to cater for starting current.

6.3 VoltmetersVoltmeters shall be digital type range of 3 phase 415 volt voltmeters shall be 0-500. Voltmeters shall be provided with protection MCB.

6 Watt meterWattmeter shall be of 3 phase digital type and shall be provided with a maximumdemand indicator if required.

6.5 Power factor meters3 phase power factor meters shall be digital type with current and potential coilssuitable for operation with current and potential transformers provided in the panel.Scale shall be calibrated for 50% lag - 100% - 50% readings. Phase angle accuracy shallbe +40.

6.6 Energy and reactive power metersTrivector meters shall be two element, integrating type, KWH, KVA, KVARH meters. Metersshall confirm to IEC 170 in all respects. Energy meters, KVA, and KVARH meters shall beprovided with integrating registers. The registers shall be able to record energyconsumption of 500 hours corresponding to maximum current at rated voltage and unity

Page No.205 of 260

Page 206: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

power factor. Meters shall be suitable for operation with current and potentialtransformers available in the panel.

7. INDICATING LAMPSCluster LED type indicating lamps shall be provided for indication of phases and Breakerposition as required in the schedule of quantities. Lamps shall be easily removed andreplaced from the front of the panel by manual means not requiring the use ofextractors.

8. PUSH BUTTONSPush buttons shall be of non hygroscopic material, non-swelling and fitted to avoid anypossibility of sticking. Contacts shall be of adequate strength and have a positivewhipping action when in operation

ANNEXURE-I

LIST OF INDIAN STANDARDS (IS)

IS : 374 - 1979 Ceiling fans and regulators (3rd revision)

IS : 694 - 1990 PVC insulated Electric cable for working voltage upto andincluding 1100 volts.

IS : 732 - 1989 Code of practice for electrical wiring and installation

IS : 1255 - 1983 Code of Practice for installation and maintenance of PowerCables upto and including 11 KV rating (Second Revision)

IS : 1258 - 1987 Bayonet lamp holders(Third revision)

IS : 1293 - 1988Three pin plugs and sockets outlets rated voltage upto andincluding 250 volts and rated current upto and including 160amps.

IS : 1554 - 1988( Part - I )

PVC insulated ( Heavy Duty) electric cables for working voltagesupto and including 1100 volts.

IS : 1646 - 1982 Electrical installation fire safety of buildings (general) Code ofpractice.

IS : 1885 - 1971 Glossary of items for electrical cables and conductors

IS : 1913 - 1978 General and safety requirements for fluorescent lamps luminariesTubular.

IS : 2026 - 1977 to 81( Part I to IV )

Power Transformers

IS : 2071 - 1974 - 76 Methods of high voltage testing

IS : 2309 - 1989 Protection of building and allied structures against lightning

IS : 2551-1982 Danger notice plate.

IS : 3043 - 1987 Code of practice for earthing.

IS : 3427 – 1997 AC Metal enclosed switch gear and control gear for ratedvoltages above 1 KV and upto and including 52 KV.

IS : 3480 - 1966 Flexible steel conduits for electrical wiring.

Page No.206 of 260

Page 207: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

IS : 3837 - 1976 Accessories for rigid steel conduit for electrical wiring.

IS : 4146 - 1983 Application guide for voltage transformers

IS : 4615 - 1968 Switch socket outlets.

IS : 5133 - 1969(Part -I)

Boxes for the enclosure of electrical accessories.

IS : 5216 - 1982(Part-I)

Guide for safety procedures and practices in electrical work.

IS : 5424 - 1969 Rubber mats for electrical purposes.

IS : 5578 &11353-1985

Marking and arrangement of bus bars

IS : 7098 - 1985(Part - II)

Cross linked polyethylene insulated PVC sheathed cables. Forworking voltages from 1.1 KV upto and including 11 KV

IS : 8130 - 1984 Conductors for insulated electric cables and flexible cords

IS : 8623 -1977(Part -I)

Factory built assemblies of switchgear and control gear forvoltages upto and including 1000 V AC and 1200 V.D C.

IS : 8623 - 1980(Part -II)

Bus Bar trunking system

IS : 8828 - 1996 Miniature Circuit Breakers

IS : 9537 - 1981 Rigid Steel Conduits for electrical wiring (Second Revisions)

IS : 10810 - 1988 Methods of test for cables.

IS : 12640 - 1988 Earth Leakage Circuit Breakers

IS : 13947-1993(Part-II)

Air Circuit Breakers

IS : 13947-1989(Part- )

Moulded Case Circuit Breakers

IS : 13947 - 1993(Part- )

Degree of protection provided by enclosures for LV switchgearand control gear.

IS : 13947 - 1993(Part- )

General requirement for switchgear and control gear for voltagenot exceeding 1000 Volts.

IS : 1651 & 16521991

Stationary cells and batteries lead acid type.

Page No.207 of 260

Page 208: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

LIST OF APPROVED MAKES

SNO Details of Materials / Equipment Manufacturer’s Name

A MEDIUM VOLTAGE EQUIPMENT

1 Power Distribution Panel Ambit SwitchgearPrecision System ControlTricoliteAdlec

2 Final Distribution Board Hager-NovelloLegrand Ekinox3Siemens Beta Guard 10KASchneider - Acti9

3 Moulded Case Circuit Breaker(MCCB)

ABB TmaxLegrand - DPX3L&T DU sineSchneider - NSXSiemens 3VL

4 Miniature Circuit Breakers ABBHager-H3Legrand - DX3Siemens Beta Guard 10KASchneider - Acti9

5 Residual Current Circuit Breaker(RCCB)

ABBHager-H3Legrand - DX3Siemens Beta Guard 10KASchneider - Acti9

Page No.208 of 260

Page 209: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SNO Details of Materials / Equipment Manufacturer’s Name6 Power/Aux. Contactor ABB AF

L&T- MNX

Legrand CTX3Siemens Sirius RTSchneider Tesys K, D, F

7 Control Transformer/PotentialTransformers

Automatic ElectricGilbert & MaxwellIndcoilPragatiPreciseMatrix

8 Current Transformer (Epoxy CastResin)

Automatic ElectricGilbert & MaxwellIndcoilPragatiPrecise

9 Protection Relay (Numeric Type) ABBArevaL&TSiemens

10 Indicating Lamps LED type andPush Button

GE Power ControlsLarsen & Toubro (ESBEE)Schneider ElectricSiemens

11 Overload relays with built in SinglePhase preventer

ABBGE Power ControlsLarsen & ToubroMitsubishi ElectricalSchneider ElectricSiemens

12 Electronic Digital Meters(A/V/PF/Hz/KW/KWH) with LEDDisplay

Automatic ElectricL & TSchneider Electric

13 Static Power Meter & Logger(SPML)With RS 485 port

ConzervLarsen & ToubroSchneider Electric

Page No.209 of 260

Page 210: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Automatic ElectricSNO Details of Materials / Equipment Manufacturer’s Name14 PVC insulated XLPE

aluminium/copper conductorarmoured MV Cables upto 1100 Vgrade

FinolexPolycabHavellsNaviflex

15 LT Jointing Kit / Termination Birla-3MRaychemREPLSafe Kit

16 Cable Glands DoubleCompression with earthing links

Baliga LightingCometCosmos

17 Bimettalic Cable Lug CometCosmosDowell’s (Biller India)Hax Brass (Copper Alloy India)

18 PVC insulated copper conductorstranded flexible wires (FRLS)

FinolexPolycabHavellsNaviflex

19 Mettalic / GI Conduit (ISIapproved)

RM-Con(AKG)BECNICVimco

20 PVC Conduit & Accessoires (ISIapproved)

AKGBECPolypackPrecision

21 Lead Coated Flexible GI Conduit PLICA IndiaPvt. Ltd.FlexiconABB – Lumina/ Classic

22 Switch & Socket- General Clipsal NEO C-MetroMK- AspectLegrand - ArteorABB - Concept BS

Page No.210 of 260

Page 211: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SNO Details of Materials / Equipment Manufacturer’s Name24 Industrial Socket

Splash Proof LegrandGewissSchneider Electric

25 Industrial SocketMetal Clad Hansel

MDSLegrand

26 Ceiling Fan Crompton GreavesHavellsBajajUsha

27 Lighting Fixturea. LED Philips

TriluxOsramGE

27 UPS EatonSchneider ElectricPowerwareGE

28 Lighting & Surge VoltageProtection

ABBHagerObeoBettermanSchneider Electric

29 230/12 V Step Down Transformerwith BUILTIN Isolation Transformer

TalemaVolstat

30 Energy saving Units FMSInncomInn Link SystemsPumba Electronics

Page No.211 of 260

Page 212: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SNO Details of Materials / Equipment Manufacturer’s Name31 Exit Signage’s Legrand

MKProlitePhilipsThorn

32 Cable trayRiccoSlotcoIndiana Engineering

33 RacewayLegrand - CMSOBOMK

SNO Details of Materials / Equipment Manufacturer’s NameB TELEPHONE

a) Cat-6 Cable Legrand - LCS2Panduit(Pannet)Siemon

b) Fiber Optic Cable Legrand - LCS2Panduit(Pannet)Siemon

c) Telephone Tag Blocks KRONEOm EnterprisesTVS

2. Telephone Armoured Cables DELTON CABLESFINOLEXSKYTOEN

3. Patch Cords, patch panels,Splitter Box, cross connect outlet

Legrand - LCS2Panduit(Pannet)Siemon

4. Data Switches, Receiver, MediaConverter

JUNIPERCISCOEXTREME

5. WiFi(AP’s) AROOBARUCKUSPALOALTO

6. Racks for Data Switches VALRACKRittal

Page No.212 of 260

Page 213: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

APW

7. EPABX AvayaNECAlcatel

SNO Details of Materials / Equipment Manufacturer’s Name

C Addressable Fire Detection & Public Address Systema) Intelligent Addressable

Photoelectric Smoke DetectorsBoschCooperSiemensRavelNotifier (ONYX series)

b) Intelligent Addressable HeatDetectors

BoschCooperSiemensRavelNotifier (ONYX series)

c) Intelligent Addressable FixedTemperature Heat Detectors

BoschCooperSiemensRavelNotifier (ONYX series)

d) Intelligent addressable ManualPull Station

BoschCooperSiemensRavelNotifier (ONYX series)

e) Intelligent addressable ControlModule

BoschCooperSiemensRavelNotifier (ONYX series)

f) Intelligent addressable MonitorModule

BoschCooperSiemensRavelNotifier (ONYX series)

g) Intelligent addressable MainPanel/Repeater Panel

BoschCooperSiemensRavelNotifier (ONYX series)

h) Addressable Hooters/Speakers BoschCooperSiemens

Page No.213 of 260

Page 214: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

RavelNotifier (ONYX series)

i) Fire Supression System Siemens Sinorix 1230Novec

SNO Details of Materials / Equipment Manufacturer’s Namei) Beam detector Bosch

CooperSiemensRavelNotifier (ONYX series)

j) Response indicator BoschCooperSiemensRavelNotifier (ONYX series)

k) Talk back unit BoschCooperSiemensRavelNotifier (ONYX series)

l) PA System HoneywellRavelEdward

m) Mettalic/ GI Conduit ( ISIapproved )

BECRM-CONNICVimco

n) Control / power Cables/wires PolycabFinolexNaviflexHavels

Page No.214 of 260

Page 215: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

APPENDIX-1

LIST OF APPROVED ELECTRICAL EQUIPMETS/FITTINGS & FIXTURES

SL.N. NAME OF FITTINGS/ FIXTURES/EQUIPMENTS

MANUFACTURER’S NAME/BRAND ASREQUIRED

1. 650 V grade PVC insulated PVCsheathed Cu wires (for internal wiring)

Finolex,Kalinga/Havells/Bonton

2. Indoor and Outdoor light fittings LED3. Tube-light fittings LED4. 5A, 3 pin socket and modular switch Anchor viola/Roma/Havells./5.6.7.

15A, 3 pin socket and modularswitchM.C.B

-do-ModularHavells/standard copp.

27.0.0 OTHER MATERIALS:

27.1.0 All other materials not fully specified herein and which may be used in the worksshall be of best quality approved by the Engineer-in-Charge and he shall have the rightto determine whether all or any of the materials offered or delivered for use in the worksare suitable for the intended purpose. Contractor shall produce the sample of materialsto the Engineer-in-Charge and shall get it approved before procurement and executionof work.

Page No.215 of 260

Page 216: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.216 of 260

Page 217: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

WORKMANSHIP&

QUALITY STANDARDS

Page No.217 of 260

Page 218: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.218 of 260

Page 219: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

LIST OF I.S. CODE FOR THE REFERENCE

Materials used shall confirm to appropriate standards specified by the Indian standardsinstitution/Bureau of Indian standards and unless other wise specified, these standards willform a part of these specifications in particular.

AEPPL herein clarifies that the IS codes mentioned in the technical specifications &in the list given below are for reference only.

The following or latest standards should be referred to-

AGGREGATES

IS : 383-1970 Coarse and find aggregate from natural sources for concreteIS : 515-1959 natural and manufactured aggregates for use in mass concreteIS ; 1607-1960 Sand for plasterIS : 2386 Methods of test for aggregate for concrete.Part-I-1963 Particle size and shape.Part-II-1963 Estimation of deleterious materials and organic impurities.Part-III-1963 Specific gravity, density, voids, absorption and bulking.Part-IV-1963 Mechanical properties.Part-V-1963 Soundness.Part-VI-1963 Measuring mortar making properties of fine aggregates.Part-VII-1963 Alkali aggregate reactivity.Part-VIII-1963 Pétrographiqueexaminateur.

CEMENT :

IS : 8112-1976 High strength ordinary Portland cement.

CONCRETE :

IS : 516-1959 Methods of tests for strength of concrete.IS : 1199-1959 Methods of sampling and analysis of concrete.

REINFORCEMENT CONCRETE :

IS : 456-1978 Code of practice for plain and reinforcement concrete forgeneral building Construction.IS : 432 Mild steel and medium tensile steel bars andIS : 1786-1985 High strength Deformed steel bars and wires for concretereinforcement.

BRICK MASONRY

IS : 1077-1076 Common burnt clay building bricks.IS : 2212-1962 Code for practice of brick work.

DOORS & WINDOWSIS : 1003 Timber panelled and glazed shutters.Part-I-1977 Doors shutters.Part-II-1966 Windows and ventilators and shut.IS: 1948-1961 Aluminium doors, windows and ventilators.IS: 2191 Wooden flush door shutters (Cellular and hollow core type).Part-I-1973 Plywood face panels.IS: 2202 Part-I-1991 Wooden flush door BWP type (solid core).

Page No.219 of 260

Page 220: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

FLOOR AND FLOOR FINISHING

IS : 777-1970 Glazed Earthenware tiles.IS : 1443-1972 Code of practice for laying and finishing of cement concrete (Flooringtiles)IS : 3365-1956 Floor polishing machines.

WATER SUPPLY PIPES AND DRAINAGE

IS : 651-1971 Specification for salt glazed stoneware pipes and fittings.IS : 778-1971 Gunmetal gate, globe and check valves for general purpose.IS : 780-1969 Sluice valves for water work purpose.IS : 781-1977 Cast copper alloy screw-down bib taps and stop valves for waterserviceIS : 172-1971 Code of basic requirements for water supply, drainage and sanitation.IS : 1726- Cast iron manhole covers and frames.Part-I-1974 General requirements.Part-IV-1974 Specific requirements for MD circular type.Part-V-1974 Specific requirements for MD rectangular typePart-VI-1974 Specific requirements for LD rectangular typeSec 1 : Single sealSec 2 : Double sealPart-VII-1974 Specific requirements for LD square typeSec 1 : Single sealSec 2 : Double sealIS : 1742-1972 Code of practice for doubling drainage.IS : 2065-1972 Code of practice for water supply in buildings.IS : 2556- Vitreous sanitary appliances (Vitreous Chin)Part-I-1974 General requirements.Part-II-1973 Specific requirements of wash down water closets.Part-III-1972 Specific requirements of squatting pans.Part-IV-1974 Specific requirements of wash basins.Part-VIII-XV Wash down water-closets, bibes foot rests, shower-rose, foottraps for squatting pans, integrated squatting pans. Universalwater closets.IS : 2963-1964 Non-ferrous waste fittings for wash basins and sinks.IS : 311-1965 Waste plug and its accessories for sinks and wash basins.IS : 4127-1967 Code of practice for laying of glazed stoneware pipes.IS : 5531 Specification of cast iron special for asbestos cement for water,gas and Sewage

STRUCTURAL STEEL:

IS: 2062-1992 Steel for general structural purpose.

MISCELLANEOUS :

IS : 1020-1963 Conversion tables for ordinary use.

Page No.220 of 260

Page 221: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

FOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETYOFFICE AT VISHWA YUVAKK KENDRA, PT. UMA SHANKAR DIKSHIT ROAD,TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001-TO BE COMPLETEDWITHIN 30 DAYS OF LETTER OF INQUIRY (LOA)*

(NOTE* ONLY THOSE BIDDERS WHO HAVE THE CAPABILITY TO COMPLETE THEWORK IN 30 DAYS FROM LOA SHOULD PARTICIPATE)

(FINANCIAL BID)

CENTRAL MEDICAL SERVICES SOCIETYMinistry of Health & Family Welfare

(Government of India)Annexe to main Building of Indian Red Cross Society,

1, Red Cross Road, New Delhi – 110001, IndiaPhone: 011- 23736186, Fax: 011- 23730120, Email: [email protected]

Website: www.cmss.gov.in & www.eprocure.gov.in/cppp

Page No.221 of 260

Page 222: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Tender No. CMSS/Admn./182/2018

This page is initially left blank.

Page No.222 of 260

Page 223: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION DSR AMOUNT NON DSR AMOUNT

A 6.0 BRICK WORK

B 8.0 MARBLE & GRANITE WORK

C 9.0 WOOD & PVC WORK

D 11.0 FLOORING & CLADDING WORK

E 12.0 ROOFING

F 13.0 FINISHING

G 14.0 REPAIRS TO BUILDING

H 15.0 DISMANTLING AND DEMOLISHING

I 17.0 SANITARY FIXTURES & ACCESSORIES

J MISCELLANEOUS WORKS

K HVAC

L IT

M ELECTRICAL

TOTAL

GRAND TOTAL

INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT. UMA SHANKARDIKSHIT ROAD, TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001.

SUMMARY

OWNERSCentral Medical Services Society, Annexe Building India red cross society, 1, Red cross Road, New Delhi-110001.

Page No.223 of 260

Page 224: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Page No.224 of 260

Page 225: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

A 6.0 BRICK WORK

1 6.34

Brick work with non modular fly ash bricks conforming toIS:12894, class designation 10 average compressive strength insuper structure above plinth level up to floor V level in :

i 6.34.2 Cement mortar 1:6 (1 cement : 6 Coarse sand) Cu.Mt. 0.00

2 6.45Half brick masonry with non modular fly ash bricks of classdesignation 10, conformingio IS :12894, in super structureabove plinth and upto floor V level.

i 6.45.2 Cement mortar 1:4 (1 cement : 4 coarse sand) Sq.Mt. 0.00

3 6.15Extra for providing and placing in position 2 Nos 6mm dia. M.S.bars at every third course of half brick masonry. Sq.Mt. 0.00

TOTAL (Carried Over to Summary of Civil Works)

B 8.0 MARBLE & GRANITE WORK

1 8.2

Providing and fixing 18mm thick gang saw cut ( premouldedand prepolished) machine cut for kitchen platforms, vanitycounters, window sills , facias and similar locations of requiredsize of approved shade, colour and texture laid over 20mmthick base cement mortar 1:4 (1 cement : 4 coarse sand) withjoints treated with white cement, mixed with matchingpigment, epoxy touch ups, including rubbing, curing, mouldingand polishing to edge to give high gloss finish etc. complete atall levels.

a) 8.2.2 Granite of any colour and shadei 8.2.2.2 Area of slab over 0.50 Sqm.( For Counter) Sq.Mt. 0.00

2 8.4

Extra for fixing marble / granite stone over and abovecorresponding basic item, in facia and drops of width upto150mm with epoxy resin baesd adhesive including cleaningetc. complete.

metre 0.00

3 8.5

Extra for providing opening of required size & shape for washbasins/ kitchen sink in kitchen platform, vanity counters andsimilar location in marble/Granite/Stone work includingnecessary holes for pillar taps etc. including rubbing andpolishing of cut edge etc. complete.

each 0

4 8.10

Providing and fixing stone slab with table rubbed, edgesrounded and polished, of size 75x50 cm deep and 1.8 cm thick,fixed in urinal partitions by cutting a chase of appropriatewidth with chase cutter and embedding the stone in the chasewith epoxy grout or with cement concrete 1:2:4 (1 cement : 2coarse sand : 4 graded stone aggregate 6 mm nominal size) asper direction of Engineer-in-charge and finished smooth.

i 8.10.2 Granite Stone of approved shade Sq.Mt. 0.00

TOTAL (Carried Over to Summary of Civil Works)

C 9.0 WOOD & PVC WORK

1 9.1

Providing wood work in frames of doors, windows, clerestorywindows and other frames, wrought framed and fixed inposition with hold fast lugs or with dash fasteners of requireddia & length ( hold fast lugs or dash fastener shall be paid forseparately).

i 9.1.1 Second class teak wood Cum 0.17

2 9.20

Providing and fixing ISI marked flush door shutters conformingto IS : 2202 (Part I) decorative type, core of block boardconstruction with frame of 1st class hard wood and wellmatched teak 3 ply veneering with vertical grains or crossbands and face veneers on both faces of shutters.

i 9.20.135 mm thick including ISI marked Stainless Steel butt hingeswith necessary screws Sqm 13.23

INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT. UMA SHANKAR DIKSHIT ROAD, TEEN MURTI MARGCHANKAYAPURI, NEW DELHI-110001.

BOQ

OWNERSCentral Medical Services Society, Annexe Building India red cross society, 1, Red cross Road, New Delhi-110001.

Page No.225 of 260

Page 226: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

3 9.23

Extra for providing lipping with 2nd class teak wood battens 25mm minimum depth on all edges of flush door shutters (overall area of door shutter to be measured). Sqm 13.23

4 9.40Providing and fixing wooden moulded beading to door andwindow frames with iron screws, plugs and priming coat onunexposed surface etc. complete :

a 9.40.1 2nd class teak woodi 9.40.1.1 50x12 mm Rmt 35.70

5 9.76

Providing and fixing bright finished brass 100 mm mortice latchand lock with 6 levers and a pair of lever handles of approvedquality with necessary screws etc. complete. Each 7.00

6 9.84

Providing and fixing aluminium extruded section body tubulartype universal hydraulic door closer (having brand logo withISi, IS : 3564, embossed on the body, door weight upto 36 kg to80 kg and door width from 701 mm to 1000 mm), with doublespeed adjustment with necessary accessories and screws etc.complete.

Each 7.00

7 9.74Providing and fixing bright finished brass tower bolts (barreltype) with necessary screws etc. complete :

i 9.74.1 250x10 mm Each 14.00

8 9.82Providing and fixing bright finished brass hanging type floordoor stopper with necessary screws, etc. complete. Each 7.00

9 9.127

Providing & Fixing decorative high pressure laminated sheet ofplain / wood grain in gloss / matt / suede finish with highdensity protective surface layer and reverse side of adhesivebonding quality conforming to IS : 2046 Type S, including costof adhesive of approved quality.

i 9.127.2 1.0 mm thick Sqm 26.46

10 9.105

Providing and fixing partition upto ceiling height consisting ofG.I. frame and required board, including providing and fixing offrame work made of special section power pressed/ roll formG.I. sheet with zinc coating of 120 gms/sqm(both sideinclusive), consisting of floor and ceiling channel 50mm widehaving equal flanges of 32 mm and 0.50 mm thick, fixed to thefloor and ceiling at the spacing of 610 mm centre to centrewith dash fastener of 12.5 mm dia meter 50 mm length orsuitable anchor fastener or metal screws with nylon plugs andthe studs 48 mm wide having one flange of 34 mm and otherflange 36 mm and 0.50 mm thick fixed vertically within flangesof floor and ceiling channel and placed at a spacing of 610 mmcentre to centre by 6 mm dia bolts and nuts, including fixing ofstuds along both ends of partition fixed flush to wall withsuitable anchor fastener or metal screws with nylon plugs atspacing of 450 mm centre to centre, and fixing of boards toboth side of frame work by 25 mm long dry wall screws onstuds, floor and ceiling channels at the spacing of 300 mmcentre to centre. The boards are to be fixed to the frame workwith joints staggered to avoid through cracks, M.S. fixingchannel of 99 mm width (0.9 mm thick having two flanges of9.5 mm each) to be provided at the horizontal joints of twoboards, fixed to the studs using metal to metal flat headscrews, including jointing and finishing to a flush finish with

i 9.105.175 mm overall thickness partition with 12.5 mm thick doubleskin fire rated board conforming to IS: 2095: part I Sq.Mt. 0.00

11 9.147.B

Providing and fixing factory made uPVC white colour fixedglazed windows/ ventilators comprising of uPVC multi-chambered frame and mullion (where ever required) extrudedprofiles duly reinforced with 1.60 ± 0.2 mm thick galvanizedmild steel section made from roll forming process of requiredlength (shape & size according to uPVC profile), , uPVCextruded glazing beads of appropriate dimension, EPDMgasket, G.I fasteners 100 x 8 mm size for fixing frame tofinished wall, plastic packers, plastic caps and necessarystainless steel screws etc. Profile of frame shall be mitred cutand fusion welded at all corners, mullion (if required) shall bealso fusion welded including drilling of holes for fixinghardware's and drainage of water etc. After fixing frame thegap between frame and adjacent finished wall shall be filledwith weather proof silicon sealant over backer rod of requiredsize and of approved quality, all complete as per approveddrawing & direction of Engineer-in-Charge. (Single / doubleglass panes and silicon sealant shall be paid separately). Note:For uPVC frame, sash and mullion extruded profiles minus 5%tolerance in dimension i.e. in depth & width of profile shall beacceptable.

Page No.226 of 260

Page 227: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

i 9.147.B.1

Fixed window / ventilator made of (small series) frame 47 x 50mm & mullion 47 x 68 mm both having wall thickness of 1.9 ±0.2 mm and single glazing bead of appropriate dimension.(Area upto 0.75 sqm.)

Sqm. 14.45

12 9.147D

Providing and fixing factory made uPVC white colour slidingglazed window upto 1.50 m in height dimension comprising ofuPVC multi-chambered frame with in-built roller track and sashextruded profiles duly reinforced with 1.60 ± 0.2 mm thickgalvanized mild steel section made from roll forming processof required length (shape & size according to uPVC profile),appropriate dimension of uPVC extruded glazing beads anduPVC extruded interlocks, EPDM gasket, wool pile, zinc alloy(white powder coated) touch locks with hook, zinc alloy bodywith single nylon rollers (weight bearing capacity to be 40 kg),G.I fasteners 100 x 8 mm size for fixing frame to finished walland necessary stainless steel screws etc. Profile of frame &sash shall be mitred cut and fusion welded at all corners,including drilling of holes for fixing hardware's and drainage ofwater etc. After fixing frame the gap between frame andadjacent finished wall shall be filled with weather proof siliconsealent over backer rod of required size and of approvedquality, all complete as per approved drawing & direction ofEngineer-in-Charge. (Single / double glass panes, wire meshand silicon sealent shall be paid separately)

i 9.147D.1

Two track two panels sliding window made of (small series)frame 52 x 44 mm & sash 32 x 60 mm both having wallthickness of 1.9 ± 0.2 mm and single glazing bead ofappropriate dimension. (Area of window upto 1.75 sqm)

Sq.Mt. 1.59

ii 9.147D.4

Three track three panels sliding window with fly proof S.S wiremesh (Two nos. glazed & one no. wire mesh panels) made of(big series) frame 116 x 45 mm & sash 46 x 62 mm both havingwall thickness of 2.3 ± 0.2 mm and single glazing bead / doubleglazing bead of appropriate dimension. (Area of window above1.75 sqm).

Sq.Mt. 43.35

13 9.147F

Providing and fixing factory made uPVC white colour slidingglazed door comprising of uPVC multi-chambered frame within-built roller track and sash extruded profiles duly reinforcedwith 1.60 ± 0.2 mm thick galvanized mild steel section madefrom roll forming process of required length (shape & sizeaccording to uPVC profile), appropriate dimension uPVCextruded glazing beads, uPVC extruded interlock and uPVCextruded Inline sash adaptor (if required), EPDM gasket, woolpile, zinc alloy (white powder coated) handle with key on oneside of extreme panels along with zinc plated mild steel multipoint locking having transmission gear with keeps, zinc alloy(white powder coated) cresent lock (if required), stainless steel(SS 304 grade) body with adjustable double nylon rollers(weight bearing capacity to be 120 kg), G.I fasteners 100 x 8mm size for fixing frame to finished wall and necessarystainless steel screws etc. Profile of frame & sash shall bemitred cut and fusion welded at all corners, including drilling ofholes for fixing hardware's and drainage of water etc. Afterfixing frame the gap between frame and adjacent finished wallshall be filled with weather proof silicon sealent over backerrod of required size and of approved quality, all complete asper approved drawing & direction of Engineer-in- Charge.(Single / double glass panes, wire mesh and silicon sealent shallbe paid separately).

i 9.147F.1

Two track two panels sliding door made of (big series) frame67 x 50 mm & sash 46 x 82 mm both having wall thickness of2.3 ± 0.2 mm and singleglazing bead / double glazing bead of appropriate dimension.(Area of door above 2.00 sqm upto 5.00 sqm)

Sq.Mt. 1.89

Page No.227 of 260

Page 228: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

14 21.3

Providing and fixing glazing in aluminium/UPVC door, window,ventilator shutters and partitions etc. with EPDM rubber /neoprene gasket etc. complete asper the architectural drawings and the directions of engineer-in-charge.

i 21.3.2 With float glass panes of 5.50 mm thickness Sq.Mt. 61.28

15 NSI

Providing & Fixing Wooden Wall Panelling Finished Withmelamine polishing shall be fixing on 19mm th. ply (Century/Duro /Greenply /Archidply) using adhesive, necessary nails,screws, etc. The ply shall be fixed on necessary framework of38x38mm wooden frame on wall maintaining a grid of600mmx600mm (approximate) using adhesive, necessarynails, screws, etc. Complete in all respect with the entiresatisfaction of the Engineer-in-Charge.

Sq.Mt. 163.24

TOTAL (Carried Over to Summary of Civil Works)

D 11.0 FLOORING & CLADDING WORK

1 11.3

Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4graded stone aggregate) finished with a floating coat of neatcement including cement slurry, but excluding the cost ofnosing of steps etc. complete.

i 11.3.1 40mm thick with 20mm nominal size stone aggregate. Sqm 0.00

2 11.34

38 mm thick wood block flooring of first class teak wood laidover 25 mm thick leveling layer of cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stone aggregate 10 mmnominal size) to be paid separately, coated with a thin layer ofhot bitumen penetration 80/25 (blown type) @ 2.45 kg persqm, including fixing blocks in position after dipping in hotbitumen (blown type) up to half depth, planed, levelledsmooth and finished complete.

Sqm 0.00

3 11.36

Providing and fixing Ist quality ceramic glazed wall tilesconforming to IS: 15622 (thickness to be specified by themanufacturer), of approved make, in all colours, shades exceptburgundy, bottle green, black of any size as approved byEngineerin- Charge, in skirting, risers of steps and dados, over12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarsesand) and jointing with grey cement slurry @ 3.3kg per sqm,including pointing in white cement mixed with pigment ofmatching shade complete.

Sqm 0.00

4 11.38

Providing and laying Ceramic glazed floor tiles of size 300x300mm (thickness to be specified by the manufacturer), of 1stquality conforming to IS : 15622, of approved make, in allcolours, shades, except White, Ivory, Grey, Fume Red Brown,laid on 20 mm thick bed of cement mortar 1:4 (1 Cement : 4Coarsesand), jointing with grey cement slurry @ 3.3 kg/ sq.mincluding pointing the joints with white cement and matchingpigments etc., complete.

Sqm 0.00

5 11.41

Providing & Laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with waterabsorption's less than 0.08% and confirming to IS : 15622 ofapproved make in all colours and shades, laid on 20mm thickcement mortar 1:4 (1 cement : 4 coarse sand) includinggrouting the joints with white cement and matching pigmentsetc, complete.

i 11.41.2 Size of Tile 600x600 mm Sqm 0.00

6 11.46

Providing and laying Vitrified tiles in different sizes (thicknessto be specified by manufacturer), with water absorption lessthan 0.08 % and conforming to I.S. 15622, of approved make,in all colours & shade, in skirting, riser of steps, over 12 mmthick bed of cement mortar 1:3 (1 cement: 3 coarse sand),including grouting the joint with white cement & matchingpigments etc. complete..

i 11.46.2 Size of Tile 600x600 mm Sqm 0.00

Page No.228 of 260

Page 229: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

7.0 11.54

Providing and fixing removable raised/false access flooringwith system and its components of approved make fordifferent plenum height with possible height adjustment upto50 mm, comprising of modular load bearing floor panelssupported on G.I. rectangular stinger frame work and G.I.Pedestal etc. all complete, as per the architectural drawings, asspecified and as directed by Engineer-in-charge consisting of :a) P roviding at required spacing to form modular framework,pedestals made out of GI tube of thickness minimum 2 mm and25 mm outer diameter, fully welded on to the G.I. Base plate ofsize 100mm x 100mm x 3mm at the bottom of the pedestaltube, G.I. pedestal head of size 75mmx75mmx3.5 mm weldedwith GI fully threaded stud 16mm outer diameter with two GICheck nuts screwed on the stud for level adjustment upto50mm, locking and stabilizing the pedestal head in position atthe required level. The pedestals shall be fixed to the subfloor(base) through base plate using epoxy based adhesive ofapproved make or the machine screw with rawl plug. b) Stringers system in all steel construction hot dipped galvanizedof rectangular size570x20x30x0.80mm thick having holes atboth ends for securing the stringers on to the pedestal headusing fully threaded screws.ensuring maximum lateral stabilityin all directions, the grid formed by the pedestal and stringerassembly shall receive the floor panel, this system shall provideadequate solid, rigid support for access floor panel, the systemshall provide a minimum clear uninterrupted clearancebetween the bottom of the floor for electrical conduits andwiring etc. all complete as per the architectural drawings, asspecified and as directed by the Engineer-incharge.c) P r oviding and fixing Access Floor panel of 600x600x32 mmmedium grade Filled Steel anti static high pressure Laminationof 800H grade (FS800H). Access Floor panel shall be steelwelded construction with an enclosed bottom pan withuniform pattern of 64 hemispherical cones. The top andbottom plates of Steel Gauges: top 0.6 mm and bottom 0.7mm fused spot welded together (minimum 64 welds in eachdome and 20 welds along each flange). The panel should beCorroresist epoxy coated for lifetime rust protection and cavityformed by the top and bottom plate is filled with Pyrogripnoncombustible Portland cementitious core mixed withlightweight foaming compound. The access floor shall befactory finished with Anti-static High Pressure laminate withNon Warp technology upto 1mm thickness for superioradhesion and Surface flatness within 0.75mm.The panel is towithstand a Concentrated Load of 363 kgs applied on area25mm x 25mm without collapse in the centre of the panelwhichis placed on four steel blocks. The panel will withstand andUniformly Distributed Load (UDL) minimum 1250 kg/sqm andan impact load of 50kg all complete as per the approvedmanufacturers specification and as per the direction ofi 11.54.1 300 mm Finished Floor Height (FFH) Sqm 0.00

8 NSI

Providing and laying Unbacked flexible P.V.C /marblexflooring/ skirting with P.V.C sheets/ Marblex tiles as specifiedbelow of approved make and shade including preparing thesurface, cleaning as required and applying adhesive - asrecommended by the P.V.C / Marblex tile manufacturers,laying, aligning, cutting in required size and pattern, trimmingof tiles, removing the adhesive stains on the surface includingcleaning the surface with soap solution (2 table spoons of soappowder for 5 ltrs of water) using a cloth or mop or and wipingthe dried surface with soft dry cloth etc; complete all as perspecifications.

i i

In PVC flooring/ skirting/ dadoing: With 2mm thick Unbackedflexible fully homogeneous PVC sheets in rolls of approvedmake and quality - viz Poly floor of M/s. Poly floor vinylflooring or TUSKER of M/s. Krishna vinyls Limited or Birlavinoleum of M/s Birla corporation Limited or equivalent makeconforming to IS: 3462-1986.

Sqm 0.00

TOTAL (Carried Over to Summary of Civil Works)

E 12.0 ROOFING

Page No.229 of 260

Page 230: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

1 12.45

Providing and fixing false ceiling at all height includingproviding and fixing of frame work made of special sections,power pressed from M.S. sheets and galvanized with zinccoating of 120 gms/sqm (both side inclusive) as per IS : 277and consisting of angle cleats of size 25 mm wide x 1.6 mmthick with flanges of 27 mm and 37mm, at 1200 mm centre tocentre, one flange fixed to the ceiling with dash fastener 12.5mm dia x 50mm long with 6mm dia bolts, other flange of cleatfixed to the angle hangers of 25x10x0.50 mm of requiredlength with nuts & bolts of required size and other end of anglehanger fixed with intermediate G.I. channels 45x15x0.9 mmrunning at the spacing of 1200 mm centre to centre, to whichthe ceiling section 0.5 mm thick bottom wedge of 80 mm withtapered flanges of 26 mm each having lips of 10.5 mm, at 450mm centre to centre, shall be fixed in a direction perpendicularto G.I. intermediate channel with connecting clips made out of2.64 mm dia x 230 mm long G.I. wire at every junction,including fixing perimeter channels 0.5 mm thick 27 mm highhaving flanges of 20 mm and 30 mm long, the perimeter ofceiling fixed to wall/partition with the help of rawl plugs at 450mm centre, with 25mm long dry wall screws @ 230 mminterval,

including fixing of gypsum board to ceiling section andperimeter channel with the help of dry wall screws of size 3.5 x25 mm edges of the board with recommended jointingcompound , jointing tapes , finishing with jointing compound in3 layers covering upto 150 mm on both sides of joint and twocoats of primer suitable for board, all as per manufacturer'sspecification and also including the cost of making openings forlight fittings, grills, diffusers, cutouts made with frame ofperimeter channels suitably fixed, all complete as perdrawings, specification and direction of the Engineer in Chargebut excluding the cost of painting with : at 230 mm c/c,including jointing and finishing to a flush finish of tapered andsquare

i 12.45.312.5 mm thick tapered edge gypsum moisture resistant board.

sqm 0.00

TOTAL (Carried Over to Summary of Civil Works)

F 13.0 FINISHING WORK1 13.4 12 mm cement plaster of mix :i 13.4.1 1:4 (1 cement: 4 coarse sand) sqm 0.00

2 13.515 mm cement plaster on rough side of single or half brick wallof mix :

i 13.5.2 1:6 (1 cement: 6 coarse sand) sqm 0.003 13.16 6 mm cement plaster of mix :i 13.16.1 1:3 (1 cement: 3 fine sand) sqm 50.00

4 13.21Extra for providing and mixing water proofing material incement plaster work in proportion recommended by themanufacturers.

per bag of50KG

CementUsed in

12.50

5 13.26Providing and applying plaster of paris putty of 2 mm thicknessover plastered surface to prepare the surface even and smoothcomplete.

Sqm 50.00

6 13.81

Distempering with 1st quality acrylic distemper, having VOC(Volatile Organic Compound ) content less than 50 grams/ litre,of approved brand and manufacture, including applyingadditional coats wherever required, to achieve even shade andcolour.

i 13.81.2 Two coats Sqm 50.00

7 13.43Applying one coat of water thinnable cement primer ofapproved brand and manufacture on wall surface :

i 13.43.1 Water thinnable cement primer. Sqm 50.00

8 13.60Wall painting with acrylic emulsion paint of approved brandand manufacture to give an even shade :

i 13.60.1 Two or more coats on new work Sqm 0.00

9 13.61Painting with synthetic enamel paint of approved brand andmanufacture to give an even shade :

i 13.61.1 Two or more coats on new work Sqm 50.0010 13.68 French spirit polishing :

Page No.230 of 260

Page 231: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

i 13.68.1Two or more coats on new works including a coat of woodfiller. Sqm 26.46

11 13.69.1Polishing on wood work with ready mixed wax polish ofapproved brand and manufacture : New work Sqm 26.46

12 13.80

Providing and applying white cement based putty of averagethickness 1 mm, of approved brand and manufacturer, overthe plastered wall surface to prepare the surface even andsmooth complete

Sqm 0.00

TOTAL (Carried Over to Summary of Civil Works)

G 14.0 REPAIRS TO BUILDING

1 14.4

Making the opening in brick masonry including dismantling infloor or walls by cutting masonry and making good thedamages to walls, flooring and jambs complete, to matchexisting surface i/c disposal of mulba/ rubbish to the nearestmunicipal dumping ground, all complete as per direction ofEngineer-in-Charge.

i 14.4.1 For door/ window/ clerestory window Sqm 0.00

2 14.26Providing and fixing 25 mm thick shutters for cup board etc. :

i 14.26.1.1Panelled or panelled & glazed shutters : Superior class teakwood including nickel plated bright finished M.S. piano hingeswith necessary screws.

Sqm 0.00

3 14.58 French spirit polishing :i 14.58.1 One or more coats on old work Sqm 0.00

4 14.69Varnishing with varnish of approved brand and manufacture:

i 14.69.2 One or more coats with spar varnish Sqm 15.00

5 14.70Melamine polishing on wood work (one or more coat).

Sqm 0.00

6 14.21

Renewing bottom rail and/or top runner of collapsiblegate/Steel door including making good all damages andapplying priming coat of zinc chromate yellow primer ofapproved brand and manufacturer.

Kg 0.00

7 14.81

Cutting holes of required size in brick masonry wall for fixing ofexhaust fan including providing and fixing 300 mm dia PVCpipe conforming BIS-12818 and making good the same etc.complete as per direction of Engineer-in-charge.

each 10.00

8 14.85

Taking out existing wooden/steel door shutter, repair bycutting, painting etc. and refixing of repaired door shutters toexisting door frames, including replacement of hinges withscrews, etc. as required, all complete as per the direction ofthe Engineer-in-charge.

each 1.00

TOTAL (Carried Over to Summary of Civil Works)

H 15.0 DISMANTLING AND DEMOLISHING

1 15.7

Dismolishing brick work manually / by mechanical meansincluding stacking of sericeable material and disposal ofunserviceable material within 50 metre lead as per direction ofengineer- in- charge.

i 15.7.4 In cement mortar Cum 0.00

2 15.12

Dismantling doors, windows and clerestory windows (steel orwood) shutter including chowkhats, architrave, holdfasts etc.complete and stacking within 50 metres lead :

i 15.12.1 Of area 3 sq. metres and below each 6.00

3 15.13Taking out doors, windows and clerestory window shutters(steel or wood) including stacking within 50 metres lead :

i 15.13.1 Of area 3 sq. metres and below each 0.00

4 15.14Dismantling wood work in frames, trusses, purlins and raftersup to 10 metres span and 5 metres height including stackingthe material within 50 metres lead :

i 15.14.2 Of sectional area below 40 square centimetres metre 0.00

5 15.18

Dismantling steel work in built up sections in angles, tees, flatsand channels including all gusset plates, bolts, nuts, cuttingrivets, welding etc. including dismembering and stackingwithin 50metres lead.

kg 0.00

Page No.231 of 260

Page 232: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

6 15.23Dismantaling tile work in floor and roof laid in cement mortarincluding stacking material within 50 metre lead .

i 15.23.1 For thickness of tiles 10mm to 25mm. sqm 0.00

7 15.25

Dismantling stone slab flooring laid in cement mortarincluding stacking of serviceable material and disposal ofunserviceable material within 50 metre lead: sqm 0.00

8 15.39Dismantling wooden boardings in lining of walls and partitions,excluding supporting members but including stacking within 50metres lead :

i 15.39.3 Thickness above 25 mm up to 40 mm sqm 0.00

9 15.44

Dismantling G.I. pipes (external work) including excavation andrefilling trenches after taking out the pipes, manually/ bymechanical means including stacking of pipes within 50 metreslead as per direction of Engineer-in-charge :

i 15.44.1 15 mm to 40 mm nominal bore metre 13.50

10 15.52

Dismantling of flushing cistern of all types (C.I./PVC/VitriousChina) including stacking of useful materials near the site anddisposal of unserviceable materials within 50 metres lead. each 13.00

11 15.56

Dismantling old plaster or skirting raking out joints andcleaning the surface for plaster including disposal of rubbish tothe dumping ground within 50metres lead.

sqm 50.00

12 15.57

Dismantling aluminium/ Gypsum partitions, doors, windows,fixed glazing and false ceiling including disposal ofunserviceable surplus material and stacking of serviceablematerial with in 50 meters lead as directed by Engineer-in-charge.

sqm 0.00

13 15.60

Disposal of building rubbish / malba / similar unserviceable,dismantled or waste materials by mechanical means, includingloading, transporting, unloading to approved municipaldumping ground or as approved by Engineer-in-charge, beyond50 m initial lead, for all leads including all lifts involved.

Cum 0.00

TOTAL (Carried Over to Summary of Civil Works)

I 17.0 SANITARY FIXTURES & ACCESSORIES

1 17.78

Providing and fixing white vitreous china extended wallmounting water closet of size 780x370x690 mm of approvedshape including providing & fixing white vitreous china cisternwith dual flush fitting, of flushing capacity 3 litre/ 6 litre(adjustable to 4 litre/ 8 litres), including seat cover, and cisternfittings, nuts, bolts and gasket etc complete.

Each 0.00

2 17.80

Providing and fixing white vitreous china battery basedinfrared sensor operated urinal of approx. size 610 x 390 x 370mm having pre & post flushing with water (250 ml & 500 mlconsumption), having water inlet from back side, includingfixing to wall with suitable brackets all as per manufacturersspecification and direction of Engineer-in-charge.

Each 0.00

3 17.7A

Providing and fixing wash basin with C.I. brackets, 15 mm diaCP Brass single hole basin mixer of approved quality and make,including painting of fittingsand brackets, cutting and making good the walls whereverrequired:-

i (a)White Vitreous China Wash basin size 550x400 mm with a 15mm CP Brass single hole basin mixer Each 0.00

4 17.10

Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sinkas per IS: 13983 with C.I. brackets and stainless steel plug 40mm, including painting of fittings and brackets, cutting andmaking good the walls wherever required :

i 17.10.1.1Kitchen sink with drain board, 510x1040 mm bowl depth 250mm Each 0.00

5 17.16A

Providing and fixing 8 mm dia C.P. / S.S. Jet with flexible tubeupto 1 metre long with S.S. triangular plate to Eureopean typeW.C. of quality and make asapproved by Engineer - in - charge.

Each 0.00

6 17.22AProviding and fixing CP Brass 32mm size Bottle Trap ofapproved quality & make and as per the direction of Engineer-in-charge.

Each 0.00

Page No.232 of 260

Page 233: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

7 17.28Providing and fixing P.V.C. waste pipe for sink or wash basinincluding P.V.C. waste fittings complete.

a) 17.28.2 Flexible pipei 17.28.2.1 32mm dia Each 0.00ii 17.28.2.2 40 mm dia Each 0.00

8 17.32

Providing and fixing mirror of superior glass (of approvedquality) and of required shape and size with plastic mouldedframe of approved make andshade with 6 mm thick hard board backing :

i 17.32.4 Rectangular shape 1500x450 mm Each 0.009 17.34 Providing and fixing toilet paper holder :i 17.34.1 C.P. brass Each 0.00

10 17.35 Providing and fixing soil, waste and vent pipes :a) 17.35.1 100 mm dia

i 17.35.1.1Centrifugally cast (spun) iron socket & spigot (S&S) pipe as perIS: 3989 Metre 75.00

11 17.36Providing and filling the joints with spun yarn, cement slurryand cement mortar 1:2 ( 1 cement : 2 fine sand) in S.C.I./ C.I.Pipes :

i 17.36.2 100 mm dia pipe Each 25.00

12 17.37

Providing and fixing M.S. holder-bat clamps of approved designto Sand Cast iron/cast iron (spun) pipe embedded in andincluding cement concrete blocks 10x10x10cm of 1:2:4 mix (1cement : 2 coarse sand : 4 graded stone aggregate 20mmnominal size) including cost of cutting holes and making goodthe walls etc. :

i 17.37.1 For 100 mm dia. Pipe Each 6

13 17.38Providing and fixing bend of required degree with access door,insertion rubber washer 3 mm thick, bolts and nuts complete.

a) 17.38.1 100mmi 17.38.1.2 Sand Cast Iron S&S as per IS-3989 Each 4

14 17.42Providing and fixing double equal plain junction of requireddegree.

a) 17.42.1 100x100x100x100 mmi 17.42.1.2 Sand cast iron S&S as per IS - 3989 Each 2

15 17.61

Cutting chases in brick masonry walls for following diametersand cast iron/ centrifugally cast (spun) iron pipes and makinggood the same with cement concrete 1:3:6 ( 1 cement : 3coarse sand :6 graded stone aggregate 12.5 mm nominal size),including necessary plaster and pointing in cement mortar 1:4(1 cement : 4 coarse sand) :

i 17.61.1 100 mm dia Metre 10.50

16 17.69Providing and fixing PTMT Waste Coupling for wash basin andsink, of approved quality and colour.

i 17.69.1Waste coupling 31 mm dia of 79 mm length and 62mmbreadth weighing not less than 45 gms Each 0.00

ii 17.69.2Waste coupling 38 mm dia of 83 mm length and 77mmbreadth, weighing not less than 60 gms Each 0.00

17 17.70 Providing and fixing PTMT Bottle Trap for Wash basin

i 17.70.1

Bottle trap 31mm single piece moulded with height of 270mm,effective length of tail pipe 260mm from the center of thewaste coupling 77mm breadth with 25mm minimum waterseal,weighing not less than 260gms.

Each 0.00

18 17.71

Providing and fixing PTMT liquid soap container 109mm wide,125mm high and 112mm distance from wall of standard shapewith bracket of the same materials with snap fitting ofapproved quality and colour.weighing not less then 105gms.

Each 0.00

19 17.73

Providing and fixing PTMT towel rail compleate with bracketsfixed to wooden cleats with CP brass screws with concealedfitting arrangement of quality and colour.Weighing not lessthan 88 gms.

i 17.73.1450mm. Long towel rail with rotal length of 495mm, 78mmwide and effective height of 88mm, weighing not less than170gms.

Each 0.00

20 18.8

Providing, fixing chlorinated polyvinyl Chloride (CPVC) pipes,having thermal stability for hot and cold water supplyincluding all CPVC plain and brass threaded fittings includingfixing the pipes with clamps at 1.00 m spacing. This includesjointing of pipes & fittings with one step CPVC solvent cementand the cost of cutting chases and making good the sameincluding testing of joints complete as per direction ofEngineer in charge.Concealed work including cutting chase and making good thewall etc.

Page No.233 of 260

Page 234: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

i 18.8.1 15mm nominal outer dia pipes Metre 0.00ii 18.8.2 20mm nominal outer dia pipes Metre 0.00iii 18.8.3 25mm nominal outer dia pipes Metre 0.00

21 18.49Providing & fixing CP brass bib cock of approved qualityconforming to IS: 8931.

i 18.49.1 15 mm nominal bore Each 0.00

22 18.50Providing and fixing C.P brass long nose bib cock of approvedquality conforming to IS standards and weighing not lessthan 810 gms.

i 18.50.1 15 mm nominal bore Each 0.00

2318.51

Providing and fixing C.P. brass long body bib cock of approvedquality conforming to IS standards and weighing not less than690 gms.

i 18.51.1 15 mm nominal bore Each 0.00

24 18.52Providing and fixing C.P. brass stop cock (concealed) ofstandard design and of approved make conforming to IS:8931.

i 18.52.1 15 mm nominal bore Each 0.00

2518.53

Providing & fixing 15 mm nominal bore C.P brass angle valvefor basin mixer and geyser points of approved qualityconforming to IS 8931.

i 18.53.1 15 mm nominal bore Each 0.00

26 18.76Cutting holes up to 30x30 cm in walls including making goodthe same

i 18.76.1 With common burnt clay F.P.S. (non modular) bricks. Each 10

27 18.77

Cutting holes up to 15x15cm in R.C.C. floors and roofs forpassing drain pipe etc. and repairing the hole after insertion ofdrain pipe etc. with cement concrete 1:2:4 (1 cement :2 coarsesand : 4 graded stone aggregate 20 mm nominal size) includingfinishing complete so as to make it leak proof.

Each 15

28 18.78Making chases up to 7.5x7.5 cm in walls including making goodand finishing with matching surface after housing G.I. pipe etc. Metre 90

TOTAL (Carried Over to Summary of Civil Works)

J MISCELLANEOUS WORKS

1 NSI

Providing applying three or more coat of Plastic EmulsionPaint (velve touch) paint of brand (Asian Paints) ofapproved shade to walls and ceiling, applied evenly togive approved uniform finish,on exiting walls includingpreparation of surace with putty and applying one coat ofPrimer complete as per instruction & to the satisfactionof Engineer-in-charge.

Sqm 0.00

2 NSIProviding & fixing Vista Vertical Blind100mm in Dust-guard shades complete all as per specification anddirection of Engineer -in -charge.

Sqm 0.00

3 NSI Flase Ceiling cutting for lights etc. complete all as perspecification and direction of Engineer -in -charge. Sqm 0.00

4 NSI

Providing and fixing Pigeon mess hard drawn steel febric75x25 mm mesh of weight not less than 7.75 Kg per sqmto Aluminium frames etc. including 62x19 mm beading ofaluminium and priming coat with approved steel primer &paints etc. all complete.

Sqm 0.00

5 NSIProviding and applying PU Polish finish on doors as perapproved sample and colour as per instruction & to thesatisfaction of Engineer-in-charge.

Sqm 0.00

6 NSI

Polish: Polishing Work on tiles flooring etc. completeincluding rubbing, joint filling with matching pigment etc.complete as per instruction & to the satisfaction ofEngineer-in-charge.

Sqm 0.00

7 2.10

Grassing with selection No. 1 grass including watering andmaintenance of the lawn for 60 days or more till the grassforms a thick lawn, free from weeds and fit for mowingincluding supplying good earth, if needed (the grass and earthshall be paid for separately).

i 2.10.2 With grass Turf Sq.Mt. 0.00

Page No.234 of 260

Page 235: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sl. No. DSR-2016 DESCRIPTION UNIT QTY. DSR RATE DSR Amount NDSR RATE NDSR Amount

8 2.33

Providing and laying Neelgiri/Mexican grass turf with earth50mm to 60mm thickness of existing ground prepared withproper level and ramming with tools wooden (Dhurmos) andthan rolling the surface with light roller make the surfacesmoothen and light waterning with sprinkler and maintenancefor 30 days or more till the grass establish properly, as perdirection of officer-in-charge.

Sq.Mt. 0.00

9 NSI

P/F/P 10mm thk Toughened Clear Glass Cubical for Toilet.It shall have 1 nos Openable glass door on approvedfitting & track finished in S.S. Brush Steel & side Glasspanel shall be fixed on wall,floor & in track above. All asper design & detail. Rate shall be inclusive of 10mm thktoughened glass,3MM Frosting film,Cut out or Holes forfittings,silicon,Machine polish, Installation at per site etc.Fitting to be used of HAFELE dorma or any otherEquivalent Fittings..Rates shall be inclusive of allHardwares & Fittings etc. Doorl size – 750 mm x 2100 mm(ht)

Sqm 0.00

10 NSI Providing & fixing Designer glass on Above partition asper design & detail. Sqm 0.00

TOTAL (Carried Over to Summary of Civil Works)

GRAND TOTAL

Total of DSR & NDSR

Page No.235 of 260

Page 236: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Page No.236 of 260

Page 237: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total Remarks Proposed Qty.

GM-07,AGM01,02 Sqm 1 Wooden Partitionded. D1 Sqm -4 Wooden Partition

Sqm 3 Wooden PartitionCabin ,Window open close Cum 1 9" Brick Work

Storage door open close Sqm 1 Half Brick WorkOffice Door Close Sqm 1 Wooden Partition

Office Sqm 1 Wooden PartitionSliding door Sqm -1 Wooden Partition

Conference room,door open close Sqm 1 Half Brick WorkSqm 2 Half Brick Work

GM-01,02 Sqm 1 Wooden Partitionded. D1 Sqm -2 Wooden Partition

Workstation & Cabins Sqm 1 Gypsium False CeilingGents Toilet Sqm 1 Gypsium False Ceiling

PA Room Sqm 1 Gypsium False CeilingConference room Sqm 1 Gypsium False Ceiling

GM-01,02 Sqm 1 Gypsium False Ceilingsides Sqm 1 Gypsium False Ceiling

Office Chamber Sqm 1 Gypsium False Ceilingsides Sqm 1 Gypsium False Ceiling

UPS Room Sqm 1 Raised FlooringPantry Sqm 1 Anti-skid Vitrified Tile FlooringPantry Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoGents Toilet Sqm 1 Anti-skid Vitrified Tile FlooringGents Toilet Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoSqm 1 Glazed Ceramic Tile DadoSqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -2 Glazed Ceramic Tile DadoWC Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoWC Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoLadies Toilet Sqm 1 Anti-skid Vitrified Tile FlooringLadies Toilet Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoSqm 1 Glazed Ceramic Tile DadoSqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoWC Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoStaionary Store Sqm 1 Tiles Flooring

PA & Conference Room Sqm 1 Wooden FlooringToilet Sqm 1 Anti-skid Vitrified Tile FlooringToilet Sqm 1 Glazed Ceramic Tile Dado

ded. door Sqm -1 Glazed Ceramic Tile DadoCorridor Sqm 1 Vinyl Flooring

Workstation Sqm 1 Wooden FlooringGM-01 Sqm 1 Wooden Flooring

Door Sqm 1 Wooden FlooringGM-02 Sqm 1 Wooden Flooring

Door Sqm 1 Wooden FlooringLobby Sqm 1 Wooden FlooringDoor Sqm 1 Wooden Flooring

Total qty.All Proposed

1 Wooden Partition Sqm 12 9" Brick Work Cum 13 Half Brick Work Sqm 14 Gypsium False Ceiling Sqm 15 Raised Flooring Sqm 16 Anti-skid Vitrified Tile Flooring Sqm 1

Anti-skid Vitrified Tile Skirting Sqm 17 Glazed Ceramic Tile Dado Sqm 18 Tiles Flooring Sqm 1

Tiles Skirting Sqm 19 Vinyl Flooring Sqm 1

Vinyl Skirting Sqm 110 Wooden Flooring Sqm 111 Wooden panelling Sqm 1

INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT. UMA SHANKAR DIKSHIT ROAD, TEEN MURTI MARG CHANKAYAPURI,NEW DELHI-110001.

TAKE OF SHEET

OWNERSCentral Medical Services Society, Annexe Building India red cross society, 1, Red cross Road, New Delhi-110001.

Page No.237 of 260

Page 238: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total Remarks12 Wooden Skirting Sqm 1

Total Qty.

Granite for CounterPantry Sqm 1

Gents Toilet Sqm 1Ladies Toilet Sqm 1

Toilet Sqm 1Total Qty.

Counter FaciaPantry rmt. 1

Gents Toilet rmt. 1Ladies Toilet rmt. 1

Toilet rmt. 1Total Qty.

Opening each 5 Total Qty.

Urinals Partition

toilet (he) Sqm 2

Total Qty.

F FINISHING

Internal Plaster WorkCabin ,Window open close Sqm 2

Storage door open close Sqm 2Conference room,door open close Sqm 2

Sqm 4Total qty.

G REPAIRING WORKSMaking Opening

Storage door open Sqm 1Window Opening Sqm 1

Total qty.

H DISMANTLING WORKCabins (15'-7"x11'-9") Sqm 1 Wooden Partition

Sqm 1 Wooden Partitionded. Door Sqm -1 Wooden Partition

low Hight Partition Sqm 1 Wooden Partitionlow Hight Partition Sqm 1 Wooden PartitionFull height Cabinet Sqm 1 Wooden CabinetOver Head Cabinet Sqm 1 Wooden Cabinet

Sqm 1 Wooden CabinetLow height Cabinet Sqm 1 Wooden Cabinet

Sqm 1 Wooden CabinetStorage door open Cum 1 9" Brick Work

Storage ,Full height Cabinet Sqm 1 Wooden CabinetSecurity, Over Head Cabinet Sqm 1 Wooden Cabinet

Low height Cabinet Sqm 1 Wooden CabinetCounter Sqm 1 Granite Counter

Office Sqm 1 Wooden PartitionOffice Sqm 2 Granite Counter

Sqm 1 Wooden CabinetOffice, Over Head Cabinet Sqm 1 Wooden CabinetOffice,Low height Cabinet Sqm 1 Wooden Cabinet

Conference room ,Low height Cabinet Sqm 1 Wooden CabinetPantry Sqm 1 Granite Counter

Low height Cabinet Sqm 1 Wooden CabinetCabinets Sqm 1 Half Brick Work

Over Head Cabinet Sqm 1 Wooden CabinetLow height Cabinet Sqm 1 Wooden Cabinet

Office Sqm 1 Half Brick Workded. Door Sqm -1 Half Brick Work

Cum 1 9" Brick WorkWindow Opening Sqm 1 Half Brick Work

Sqm 2 Low Height Glass PartitionOver Head Cabinet Sqm 2 Wooden Cabinet

Sqm 1 Wooden CabinetLow height Cabinet Sqm 1 Wooden CabinetOver Head Cabinet Sqm 1 Wooden CabinetLow height Cabinet Sqm 1 Wooden Cabinet

Cabin Sqm 3 Granite CounterSqm 3 Granite CounterSqm 3 Wooden Cabinet

Page No.238 of 260

Page 239: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total RemarksSqm 3 Wooden Cabineteach 5 Table

Workstation & Cabins Sqm 1 Gypsium False CeilingGents Toilet Sqm 1 Gypsium False Ceiling

Office Sqm 1 Repairing Gypsium False CeilingConference room Sqm 1 Repairing Gypsium False Ceiling

Pantry Sqm 1 Repairing Gypsium False CeilingSecurity room Sqm 1 Gypsium False Ceiling

Office Sqm 1 Gypsium False Ceilingsides Sqm 1 Gypsium False Ceiling

Storage Sqm 1 Tile FlooringSecurity Sqm 1 Tile Flooring

Gents Toilet Sqm 1 Tile FlooringGents Toilet Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoSqm 1 Tile dadoSqm 1 Tile dado

ded. door Sqm -2 Tile dadoWC Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoWC Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoLadies Toilet Sqm 1 Tile FlooringLadies Toilet Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoSqm 1 Tile dadoSqm 1 Tile dado

ded. door Sqm -1 Tile dadoWC Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoPantry Sqm 1 Tile FlooringPantry Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoSecurity Room Sqm 1 Tile Flooring

Toilet Sqm 1 Tile FlooringToilet Sqm 1 Tile dado

ded. door Sqm -1 Tile dadoOffice & Cabin Sqm 1 Tile Flooring

Corridor Sqm 1 Tile FlooringWorkstation Sqm 1 Carpet Flooring

Office Sqm 1 Repair Steel DoorGents Toilet Counter Sqm 1 Granite CounterLadies Toilet Counter Sqm 1 Granite Counter

Toilet Counter Sqm 1 Granite CounterFull height Cabinet Sqm 1 Repair & Polishing wooden CabinetOver Head Cabinet Sqm 1 Repair & Polishing wooden CabinetLow height Cabinet Sqm 1 Repair & Polishing wooden Cabinet

Balcony Side Sqm 1 M.S JaliSqm 1 M.S Jali

Total Qty.All Dismantling

1 Wooden Partition Sqm 12 Wooden Cabinet Sqm 13 Low Height Glass Partition Sqm 14 9" Brick Work Cum 15 Half Brick Work Sqm 16 Table each 17 Granite Counter Sqm 18 Gypsium False Ceiling Sqm 19 Repairing Gypsium False Ceiling Sqm 1

10 Tile Flooring Sqm 111 Tile dado Sqm 112 Carpet Flooring Sqm 113 Repair Steel Door Sqm 114 Repair & Polishing wooden Cabinet Sqm 115 M.S Jali Sqm 1

Total Qty.Taking Outdoor Sqm 5window Sqm 1

Total Qty.I SANITARY FIXTURES WORK:-

WC each 4 T.Qty.Wash Basin each 4 T.Qty.

Paper Holder each 4 T.Qty.Soap Dispenser each 4 T.Qty.

Sink Mixer each 1 T.Qty.Towel rail each 4 T.Qty.

Page No.239 of 260

Page 240: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total RemarksGlass Cubicle (1100x900mm) each 1 T.Qty.

Urinal each 4 T.Qty.

MirrorGents Toilet Sqm 1Ladies Toilet Sqm 1

Toilet Sqm 1Total Qty.

J MISCELLANEOUS WORKSWall Paint

GM-07 Sqm 2ded. D1 Sqm -2

AGM-01 Sqm 2ded. D1 Sqm -2

UPS Room Sqm 1ded. D Sqm -1

Staircase Sqm 1ded. DW Sqm -1

Sqm -2Admin Sqm 1

ded.SD Sqm -1ded.Window Sqm -1

ded.D2 Sqm -1Office Sqm 1

ded.SD Sqm -1ded. D Sqm -1

ded.Window Sqm -1ded.Window Sqm -1

Office Sqm 2ded. D1 Sqm -2

ded.Window Sqm -2ded.Window Sqm -2

Office Sqm 2ded. D1 Sqm -2

ded.Window Sqm -4ded.Window Sqm -2

ded.D2 Sqm -1Conference Room Sqm 1

ded. D1 Sqm -2ded.D2 Sqm -1

ded.Window Sqm -2ded.Window Sqm -1

Office Chamber Sqm 1ded. D1 Sqm -1ded.D2 Sqm -1

ded.Window Sqm -1ded.Window Sqm -1

Stationary store Sqm 1ded. D1 Sqm -1

ded.Window Sqm -2Conference Room Sqm 1

ded. Opening Sqm -1ded.Window Sqm -1ded.Window Sqm -1

P.A Room Sqm 1ded. Opening Sqm -1ded.Window Sqm -1

ded. D1 Sqm -1Toilet Front Sqm 1

ded. D3 Sqm -1ded.D2 Sqm -1

Lobby Sqm 1ded.Window Sqm -1

ded. D1 Sqm -3ded. D3 Sqm -1GM-01 Sqm 1

ded.Window Sqm -1ded. D1 Sqm -1GM-02 Sqm 1

ded.Window Sqm -1ded. D1 Sqm -1ded.D2 Sqm -1

GM-05,06 Sqm 2ded.Glass Sqm -2

ded. D1 Sqm -2GM-06 Sqm 1

ded.Glass Sqm -1ded. D1 Sqm -1

ded.Window Sqm -1

Page No.240 of 260

Page 241: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total Remarksded.D2 Sqm -1

Workstation Sqm 1ded. D1 Sqm -9ded.D2 Sqm -3

ded.Window Sqm -3ded.D Sqm -2

ded.Glass Sqm -1ded.Window Sqm -1

ded.Glass Sqm -1Sqm -1

Corridor Sqm 1ded. D1 Sqm -13

ded. DW Sqm -1Sqm -2

ded.Window Sqm -1ded.D Sqm -2

ded.Glass Sqm -1ded.Window Sqm -2

Sqm -1Sqm -1

Ceiling PaintWorkstation Sqm 1

Corridor Sqm 1GM-07 Sqm 2

AGM-01 Sqm 2UPS Room Sqm 1

Staircase Sqm 1Admin Sqm 1Office Sqm 1Office Sqm 2Office Sqm 2

Conference Room Sqm 1Office Chamber Sqm 1Stationary store Sqm 1

Conference Room Sqm 1P.A Room Sqm 1

Toilet Front Sqm 1Lobby Sqm 1

GM-01 Sqm 1GM-02 Sqm 1

GM-05,06 Sqm 2GM-06 Sqm 1

Balcony area Sqm 1Sqm 1

Gents Toilet Sqm 1Pantry Sqm 1

Ladies Toilet Sqm 1Toilet Sqm 1

Total qty.Blinds

UPS Room Sqm 1Pantry Sqm 1

Staircase Sqm 2Recption Sqm 1

Admin Sqm 1Office Sqm 1

Sqm 1Office Sqm 2

Sqm 2Office Sqm 4

Sqm 2Conference Room Sqm 2

Sqm 1Office Chamber Sqm 1

Sqm 1Stationary store Sqm 2

Conference Room Sqm 1Sqm 1

P.A Room Sqm 1Lobby Sqm 1

GM-01 Sqm 1GM-02 Sqm 1

GM-05,06 Sqm 2GM-06 Sqm 1

Sqm 1Workstation Sqm 3

ded.Glass Sqm 1ded.Window Sqm 1

ded.Glass Sqm 1Sqm 1

Page No.241 of 260

Page 242: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.No Description Unit No L B H Total RemarksCorridor

ded.Glass Sqm 1Total qty.

Pigeon MessBalcony sides Sqm 1Balcony sides Sqm 1

Total qty.Doors PU Paints

D1 Sqm 50D2 Sqm 30

D Sqm 8Total qty.

FlooringWorkstation Sqm 1

Corridor Sqm 1GM-07 Sqm 2

AGM-01 Sqm 2UPS Room Sqm 1

Staircase Sqm 1Admin Sqm 1Office Sqm 1Office Sqm 2Office Sqm 2

Conference Room Sqm 1Office Chamber Sqm 1Stationary store Sqm 1

Conference Room Sqm 1P.A Room Sqm 1

Toilet Front Sqm 1Lobby Sqm 1

GM-01 Sqm 1GM-02 Sqm 1

GM-05,06 Sqm 2GM-06 Sqm 1

Balcony area Sqm 1Sqm 1

Gents Toilet Sqm 1Pantry Sqm 1

Ladies Toilet Sqm 1Toilet Sqm 1

ded. New flooring Sqm -1Total qty.

Green AreaSqm 1

Total qty.Glass Cubical

Sqm 1Total qty.

Page No.242 of 260

Page 243: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Total W(MM)

H(MM)

SD Admin 1 1 Sliding Door 0.90 2.10 1 6.00 1.89 2 2 1D1 Rooms 7 7 Flush Door 0.90 2.10 1 35.7 13.23 7 14 14 7 7W green area 1 1 UPVC Window 1.33 1.20 1 7.578 1.59

Window Balcony sides 1 1 UPVC Window 23.97 1.20 1 101.9 28.76Balcony sides 1 1 UPVC Window 24.20 1.20 1 102.6 29.04

11 0 0 11 253.78 74.51 7.00 16.00 16.00 8.00 7.00Types Frame Shutter stopper Tower bolt Lock Closer

Sliding Door 6 1.89Flush Door 35.7 13.23 7 14 7 7

UPVC Window 212.08 59.39253.78 74.51 7 14 7 7

SCHEDULE OF DOORS

Level Doors Type Location

No. of Doors

Closer

Alldoors/

Windows

Total

Towerbolt(nos)

stopper LockDescription

SizeNo. ofLeaf

Totaldoor

Frame(rmt)

Totaldoor

shutter(sqm)

Handle

Page No.243 of 260

Page 244: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Code Description Unit Quantity Rate Amount

NSI

Providing and laying Unbacked flexible P.V.C /marblex flooring/skirting with P.V.C sheets/ Marblex tiles as specified below ofapproved make and shade including preparing the surface,cleaning as required and applying adhesive - as recommendedby the P.V.C / Marblex tile manufacturers, laying, aligning,cutting in required size and pattern, trimming of tiles, removingthe adhesive stains on the surface including cleaning thesurface with soap solution (2 table spoons of soap powder for 5ltrs of water) using a cloth or mop or and wiping the driedsurface with soft dry cloth etc; complete all as perspecifications.

i

In PVC flooring/ skirting/ dadoing: With 2mm thick Unbackedflexible fully homogeneous PVC sheets in rolls of approvedmake and quality - viz Poly floor of M/s. Poly floor vinyl flooringor TUSKER of M/s. Krishna vinyls Limited or Birla vinoleum ofM/s Birla corporation Limited or equivalent make conformingto IS: 3462-1986.

Details of cost for 1 sqmUnbacked flexible P.V.C /marblex flooring/ skirting with P.V.C

sheets/ Marblex tiles Sqm 1.15

9999 Transportation, loading, unloading L.S. 43.40Installation Charges day 0.48

TOTALAdd 1 % Water charges 1%TotalAdd 12% GST applicable on work contract, by reversiblemethod (multiplying factor 0.1405) 0.1405

TOTALAdd 15 % Contractor's profit and overheads 15%TOTALAdd labour cess @ 1% 1%TOTALCost of 1 sqm.Say

69.0Providing and fixing glass partition in toilets with openable doorand necessary hardware fittings.

Details of cost for 2x1.5=3 sqmMATERIAL: glass partition in toilets with openable door and necessaryhardware fittings. Sqm 3

TOTALVat @14.5%

TOTALInstallation charges @ 7.0%

Carriage of materials @ 2.0%TOTAL

Add 1% for water chargesTOTAL

Add CPOH @ 15%Cost of 3 SqmCost of 1 Sqm

Say

Page No.244 of 260

Page 245: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO. SUB HEAD AMOUNT AS PER DSR2018(Rs.)

AMOUNT S PER MR (Rs.)

1 SUB HEAD -I : LT PANEL ,MAIN DISTRIBUTION BOARDS

2 SUB HEAD -II : DISTRIBUTION BOARD

3 SUB HEAD-III: W I R I N G & SUBMAIN

4 SUB HEAD-IV: LIGHT FITTING

5 SUB HEAD-V : EARTHING

6 SUB HEAD-VI : CABLE TRAY & RACEWAY

7 SUB HEAD - VIII : CABLE & END TERMINATIONS

8 SUB HEAD - IX : DATA, VOICE NETWORKING, WIFI, EPABX

9 SUB HEAD - X : FIRE ALARM SYSTEM

10 SUB HEAD - XI : PUBLIC ADDRESS SYSTEM

TOTAL ELETRICAL & IT

TOTAL HVAC

GRAND TOTAL -

SUMMARY OF COST

Page No.245 of 260

Page 246: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Page No.246 of 260

Page 247: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

S.NO DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

Note:The execution of complete HVAC workand the procurement of the material shallbe done as per the standard govt. codesand prevailing regulations OR followingprevious installation procedures.

The contractor shall make all shopdrawings based on the drawings issuedgood for construction and avail approvalfrom the consultant / Architect/Clientbefore starting of said work.

1 Dismentelling of existing VRV system atRed Cross Building

1.1 JRUN160LN3 Multi V type VRV 3 nosoutdoor 16HP each

Nos. 3

1.2 JRUN160LN3 Multi V type VRV 1 nooutdoor 14HP

No. 1

1.3 Split AC 2 nos 1.5 TR each Nos. 21.4 15 nos indoor units at First Floor Nos 151.5 18 nos indoor units at Second Floor Nos 18

2 Loading, Transportation and unloading of allabove dismentelled units at Vishva YuvkaKendra Teen Murti Marg

2.1 Unloading/shifting of all outdoor units atTerrace on RCC foundation at Vishva YuvkaKendra Teen Murti Marg

Nos. 4

2.2 Unloading and shifting of Indoor units atSecond Floor at Vishva Yuvka Kendra TeenMurti Marg

Nos. 33

3 Servicing of all indoor and outdoor unitsincluding filling of gas and other necessaryitems to make the system functional.

Nos. 39

4 Installation of all shifted indoor and outdoorunits complete with Ref piping and necessarypipe fittings i.e. Y and T within the pipelineconnecting to outdoor. As per OEMspecifications. Making foundation forplacement of outdoor units

Nos. 39

7 All indoor/outdoor interconnecting electricalpower and control wiring. Isolater panel nearoutdoor as per OEM specifications.

RMT LOT

8 PVC Condensate Drain piping8.1 25mm dia RMT 2008.2 32mm dia RMT 758.3 40mm dia RMT 50

ESTIMATE OF HVAC WORKSFOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES

SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT. UMA SHANKAR DIKSHITROAD, TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001.

OWNERS

Page No.247 of 260

Page 248: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

8.4 50mm dia RMT 508.5 65mm dia RMT 40

9 Providing and fixing sheet metal ductingcomplete with supports, dampers, vanes etc.as per specifications and drawings.

9.1 0.63 mm (24 Ga) SQM 509.2 0.80 mm (22 Ga) SQM 50

10 Providing and fixing of XLPE polythylene /nitrile rubber insulation with proper adhesiveon ducts complete as per specifications anddrawings.

10.1 9 mm thick SQM 50

11 Providing and fixing of duct acoustic lining10mm with Armasound.

SQM 50

12 SITC of Fire Retardant duct connectioncomplete with fittings ,flange,supports,allaccessories as per specifications and anyother required to make the system complete

SQM 50

13 Providing and fixing of cable/pipe tray forrunning refrigerant piping and cable alongwithcontrol wiring etc. tray should be properlyclamped and hang with all connectedaccessories and it should be of followingsizes.

13.1 300 x 50 x 2 mm (Thickness) RMT 5013.2 150 x 50 x 2 mm (Thickness) RMT 50

14 Providing and fixing of aluminium extrudedpowder coated supply and return airgrilles/diffusers as per specifications anddrawings including fixing frame in falseceiling/walls as per specification anddrawings.(Colour approval from Arch.)

14.1 Supply/Return air grill SQM 5014.2 Supply/Return air diffusers SQM 5014.3 Damper for supply air grilles and diffusers SQM 50

TOTAL

Page No.248 of 260

Page 249: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

Note:The execution of complete Data/Telephone/Server work and the procurement of thematerial shall be done as per the standard govt. codes and prevailing regulations

The contractor shall make all shop drawings based on the drawings issued good forconstruction and avail approval from the consultant / Architect/Client before startingof said work.

NS-12 SUB HEAD - IX : DATA, VOICE NETWORKING, WIFI, EPABX

12.1 Supplying & Fixing of Non- PCB based Information Outlet (I/O) RJ45, TollessTermination TIA-568C Category-6, Termination of Catergory-6 UTP Cable, UL listed,Shall conform to Category-6 as per the EIA/TIA-568C.2,Shall support network linespeeds up to 1 Gbps, Shall have RJ-45 type connector with bend limiting and strain reliefboot for securing IDC contacts from external forces and for maintaining the bend radius ofthe cable, Shall have minimum duraility of 950 or Above mating cycles and 200termination cycles. Certified by independent labs like ETL/GHMT/3P for compliance toEIA/TIA-568C.2 complete in all respect.

Nos 35

12.2 Supplying & Fixing of Single Faceplate Shall be Duplex Port (RJ45) square plate,dimension as per commercially available modular office furniture.Shall have springshuttered front access for preventing ingress of dust,Shall be supplied with Gang Box ofthe same size by System Integrator complete in all respect.

Nos 100

12.3 Supplying & Fixing of Single Faceplate Shall be Quad Port (RJ45) square plate,dimension as per commercially available modular office furniture.Shall have springshuttered front access for preventing ingress of dust,Shall be supplied with Gang Box ofthe same size by System Integrator complete in all respect.

Nos 6

12.4 Supplying & Fixing of UTP Jack Panel, loaded with 24 nos UTP ports for Non-PCB basedIO Jacks (RJ45, TIA-568C Category-6, Shall have integrated bonding bar or othermechanism for grounding, Shall be loaded with individually replaceable 24 nos. Category-6 certification by Jacks complying with TIA-568.C.2 , Shall be having a 6 port moduleconstruction for better cable dressing at the rear, the jacks shall have RJ-45 type connectorwith bend limiting and strain relief boot for securing IDC contacts from external forcesand for maintaining the bend radius of the cable complete in all respect.

Nos 3

12.5 Supplying & Fixing of Category 6, UTP patch cords shall be constructed of 24-27 AWGunshielded twisted pair stranded copper cable with an enhanced performance modularplug at each end. Patch cord cable shall be offered in multiple colored UTP cable fordesign flexibility with a clear strain relief boot on each modular plug. All patch cords shallbe compatible with both T568A and T568B wiring schemes. UTP Cable will be 1.0 mtr.complete in all respect. Jacket - LSZH

Nos 100

12.6 Supplying & Fixing of Category 6 UTP patch cords shall be constructed of 24-27 AWGunshielded twisted pair stranded copper cable with an enhanced performance modularplug at each end. Patch cord cable shall be offered in multiple colored UTP cable fordesign flexibility with a clear strain relief boot on each modular plug. All patch cords shallbe compatible with both T568A and T568B wiring schemes. Blue UTP Cable, 2 Metercomplete in all respect. Jacket -LSZH

Nos 200

12.8 Supplying & Fixing of Fiber Optic Patch Cable (LC-LC), 3 Mtrs. Long, ISO/IEC-11801-OM3 50μ Duplex, LSZH,All patch cords shall conform to EIA/TIA-568C.3 and ISO/IEC-11801,Shall be Duplex Multi Mode Fiber Optic Patch Cords OM3 50μ,Shall supportnetwork line speeds up to 10 Gbps.Shall have LC-LC Connector connectors at the endscomplete in all respect.

Nos 2

ESTIMATE OF DATA/TELEPHONE/SERVER WORKSFOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT. UMA SHANKAR

DIKSHIT ROAD, TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001.

OWNERSCentral Medical Services Society, Annexe Building India red cross society, 1, Red cross Road, New Delhi-110001.

Page No.249 of 260

Page 250: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

1.53 Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in theexisting surface/ recessed Steel/ PVC conduit as required.

1.53.1 1 run of cable Metre 9000

NS-12.19

Supply, installation, testing & Commissioning of 8(2X4) modules brushed brass/coppercolour pop-up boxes.(Make-Legrand, model No.-0540 18)(All switch socket, DATAoutlet, telephone etc are considered separately)

Each 3

NS-12.20

Supply, installation, testing & Commissioning of 1 module Female BNC 75 jack(Make-Legrand, Model No.- 5722 76) for pop up box.

Each 3

NS-12.21

Supply, installation, testing & Commissioning of 2 Module Female HD15(VGA)(Make-Legrand, Model No.- 5722 82) for pop up box.

Each 3

NS-12.22

Supply, installation, testing & Commissioning of 2 ModuleHDMI socket (Make- Legrand,Model No.- 5722 81) for pop up box.

Each 3

NS-12.23

Supply, installation, testing & Commissioning of 1 Module USB charger 1000mA (Make-Legrand, Model No.- 5736 21)

Each 10

DSR-1.19

Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PEinsulated, shielded with fine tinned copper braid and protected with PVC sheath in theexisting surface/ recessed steel/ PVC conduit as required.

Metre 100

DSR-1.21

Supplying and fixing of following sizes of medium class PVC conduit along withaccessories in surface/recess including cutting the wall and making good the same in caseof recessed conduit as required.

1.21.2 25 mm Metre 1000

DSR-1.24

Supplying and fixing following modular switch/ socket on the existing modular plate &switch box including connections but excluding modular plate etc. as required.

1.24.6 Telephone socket outlet Each 1001.24.7 TV antenna socket outlet Each 5

DSR-1.27

Supplying and fixing following size/ modules, GI box alongwith modular base & coverplate for modular switches in recess etc as required.

1.27.1 1 or 2 Module (75mmX75mm) Each 5

NS-12.24

Supplying, of 100 Pair anealed tinned copper conductor PVC insulated and sheathedarmoured copper telephone cables with suitable clamps, saddles and including makingterminal joints complete as required.

Metre 100

NS-13 Wi Fi SYSTEM

Supply, installation, testing and commissioning of Wi Fi Access points and ControllerMake-Arooba/Ruckus/Paloalto

Page No.250 of 260

Page 251: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

13.1 22*2 IEEE 802.11b/g/n/ac Wireless Concurrent Ceiling Access Point with 802.11a:6/9/12/18/24/36/48/54 Mbps & Auto fallback- 802.11b: 1/2/5.5/11 Mbps & Auto fallback- 802.11g: 6/9/12/18/24/36/48/54 Mbps & Auto fallback- 802.11n-802.11acStandard Compliances : IEEE802.3u MDI / MDIX 10/100/1000Base-T Ethernet- IEEE802.11b/g/n wireless LAN standard- IEEE 802.11a/an/ac wireless LAN standardStandard Protocol- TCP/IP,IPv4- IPX- NetBEUI- CAPWAPOperating Mode-Thin AP mode- Fat AP mode- Router modeInterfaces2 * RJ45 support 10/100/1000Mbps (WAN*1, LAN*1)1 * Reset button1 * Power Jack(option) Ethernet Interface 2 *10/100/1000 BASE-T RJ-45 Ethernet connectorWAN for Power over Ethernet (802.3at) with Cat5e/6 cableAntenna 2G/5G internal antennaAntenna Gain 2G -> 5dBi PCB Antenna5G -> 5dBi PCB Antenna

Each 6

13.2 Centrally managed AP controller to manage up to 256 Access points and 128,000simultaneous users having authentication, data encryption, firewall, user-role accesspolicies, bandwidth control as well as wireless intrusion protection capabilities. KeyFeatures:• Up to 256 managed APs and 128,000 users• Centralized and local data forwarding• Auto AP Discovery and zero-touch provisioning• Dynamic channel and power management• WEP, TKIP, AES encryption support• 802.1x, web authentication supported• RADIUS support• Intergraded and external captive portal• Local user authentication database• SSID-based bandwidth control• Load balancing• Qos with WLAN prioritization• Rogue AP detection• VLAN assignment• N+1 Redundancy• Firewall• Access control• User and traffic monitoring statistics

Each 1

13.3 Supply, installation, testing and commissioning of Networking switch, 10/100/1000 Base16-ports, ports PoE as per 802.3a/f including all accessories required to complete thework.

Each 1

NS-14 EPABX

14.1 Dismantelling of EPBAX System from CMSS Building at red cross road New Delhi andInstallation of the same EPBAX system at Second floor vishwa yuva kendra,Chanakyapuri New Delhi.

Lump sum

Total of Sub-Head - IX carried to summary sheet

NS-15 SUB HEAD - X : FIRE ALARM SYSTEM

Page No.251 of 260

Page 252: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

15.1 Supply, Installation, Testing and commissioning of ARM Cortex Microprocessor BasedIntelligent Fire Alarm Panel UL listed 9th edition , 40 x 4 Characters LCD display,Maximum 4 number of loop cards with Class A Style 5,6 or 7 / Class B style 4 wiring, 254devices per loop, Day / Night Mode Facility, USB 2.0 Interface for PC connectivity, RS485 Communication facility for Network / Repeater, Programmable Auto Silence Facility,Programmable Trouble Reminder Facility, Programmable AC Loss Delay, ProgrammableSilence Inhibit, Two no’s of Programmable Inputs, Loop wise test facility, Battery lowvisual warning with audible tone, Three Programmable Form C relay for Fire, Fault andsupervisory, Two nos. of Supervised Notification Appliance Circuits, Auto dialler / GSMModule, Ethernet Module, Printer Interface Module, Loop card : 4 Nos. Maximum,Number of Devices per loop : 254, Loop resistance : 40 (Max.), Loop capacitance : 0.6 μf(Max.), Loop Current : 300mA (Max.), One conventional zone Class B Style B/Coperation, Normal Operating Voltage : 14 - 21 VDC, Alarm Current : 15 - 30mA ShortCircuit Current : 45mA Maximum, Loop resistance : 100 Maximum, End-Of-Line Resistor: 4K7, 1/2watt, Standby Current : 7mA (2mA for Detectors) with battery backup of 30minutes in alarm condition and 24 hours in Normal Condition 2 loop panel completeMake:- Notifier, Ravel, Edward

Each 1

15.2 Supply, Installation, Testing and commissioning of Analogue addressable Active RepeaterPanel 32 bit processor.160 (40 X 4) Characters LCD display. Touch Keypad for userfriendly operation. Remote silence and evacuate can be done from Repeater Panel. RemoteProgramming and control of any main panel in the network / system .RS 485Communication for Standalone / Network Repeater.1000 Event storage with Real TimeClock. Battery low audio visual warning. One supervised Notification Appliance Circuits.One Form C relay for Common fire.USB 2.0 for PC Interface. Make Notifier, Ravel,Edward. Note : Control cable wiring between main panel and Rpeater panel isdeemed to be included in the quoted rate.

Each RO

15.3 Supply, Installation, Testing and commissioning of Analogue Addressable Multi-criteriaDetector, UL listed 9th edition, Dual LED’s for 360 visibility, Advanced detection andcommunication protocol, Regular 100mm base, Address setting by 8 digit DIP switch,Operating Voltage17 ~ 28V DC, Reset Voltage, less than 3V, Start-Up Current, 500 μAAlarm Current, 5 mA, Remote Output, 2mA maximum open collector, Thermal Rating :59C,Rate of Raise of Temp : 11.1C / min, Humidity-0 - 95% RH, non-condensing, SmokeSensitivity : (2.12 ± 0.61) % / ft, High : 1.1% ft, Middle : 1.4% ft, Low : 2.3% ft, AirVelocity : 0 - 4000 fpm,IP Rating : IP – 42 Make Notifier, Ravel, Edward

Each 80

15.4 Supply, Installation, Testing and commissioning of Analogue Addressable MonitorModule UL-Listed (9th Edition), Modular Construction, Module Status by RED LED,Module Addressing by 8 way DIP switches, Low Standby Current, Available with suitableback boxes o Operating Voltage : 24 VDC Nominal, Alarm Current : 2.7 mAMax.(Latched), Standby Current : 0.7 mA, End of Line Resistor : 47K Ohms,Communication Line, Loop Impedance : 40 Ohms, IDC wiring Resistance : 100 OhmsMax, IDC Voltage : 8 V Max, Temperature Range : 0oC to 49oC / 32 - 120 F. MakeNotifier, Ravel, Edward

Each 2

15.5 Supply, Installation, Testing and commissioning of Addressable Manual Pull Station, ULlisted 9th Edition, Type A Indoor Use, Resettable by an align key, shall painted by Diecasting Housing, shall have a break Glass Rod, Shall have Single gang Mounting, Shall beRED in colour, Shall have corrosion free gold Contact with 10 A rating ,Shall beintegrated with addressable panel thru Monitor Module (UL Listed) : Make Notifier,Ravel, Edward

Each 4

15.6 Supply, Installation, Testing and commissioning of Sounder cum Strobe with addressablecontrol Modules, UL Listed 9th Edition, Operates on 24VDC, 100db, Ceiling / Flush WallMount, Input Voltage : 24V DC (15-30V), Current : 100 mA @24V, Relative Humidity :93 ± 2 @ 32 C, Operating Temperature : -10 to 50 C, Sound Level : 112 db +/- 5dB @30cm, Tone Type : Sweep Siren, Size : 126(W)*126(H)*55(D)mm MakeNotifier, Ravel, Edward

Each 4

15.7 Supplying and drawing fire survival control cable through ERW steel conduit necessarysize, with class-2 copper conducter twin twisted with ceramiflable silicon insulationalongwith drain wire, aluminium tape and Low Smoke Zero Halogen (LSZH) outer sheathas per BS-7629 part-I, outer should be Anti Rodent. Fire test in accordance with BS:6387 -1994 CWZ.

2 x 1.5 sq. mm RM 8004 x 1.5 sq. mm RM 50

Page No.252 of 260

Page 253: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

DSR-1.20

Supplying and fixing of following sizes of steel conduit along with accessories insurface/recess including painting in case of surface conduit, or cutting the wall and makinggood the same in case of recessed conduit as required.

1.20.1 20 mm RM 850

Total of Sub-Head - X carried to summary sheet

NS-16 SUB HEAD - XI : PUBLIC ADDRESS SYSTEM

16.1 Supply ,Installation, Testing and Commissioning of Ceiling Mountable ABS plastic grillewith metal punched net Speaker , Flush mount 14cm dynamic cone speaker, Shall be Easyto install with spring catch mount, Shall have Connectors with screw for hooking up thewires tightly, Shall have 100V power taps, shall have Protective dust cover at rear, Acircular template for marking a hole is accompanied with the speaker, Shall have LineMatching Transformer with the Tapping of 1.5,3 and 6 watts, shall be white in Colour,Shall give the Music Power of 10 watts with the impedance of 100V with 92 dBMaximum. Make Notifier, Ravel, Edward

Each 50

16.2 Supply, Installation, Testing and Mounting of Wall mounted Horn speaker forannouncement and paging. Shall be Made of Aluminium body, Shall be equipped with theFive tapping transformer to deliver 100V,2.5w,5w,7.5w,10w,12.5w,15w and 25watts(max) output, Output shall be maximum of 106dB,Shall be grey In colour. MakeNotifier, Ravel, Edward

Each RO

16.3 Supply, Installation, Testing and Commissioning of Digital Signal Processing BasedVoice Alarm Controller ,Shall have 4 inputs, Shall supports Paging Unit thru RS485,shallhave Digital Amplifier inbuilt of 250 watts, Shall have 8 zones inbuilt, each zones shallsupports maximum of 250 watts, Zones shall be expandable in the multiples of 8 up tomaximum of 64 zones, Shall Support Remote Paging Unit ,shall be integrated with FireAlarm system, Shall have Emergency Inputs ,Shall supports 12 nos of Built inProgrammable Digital Voice Alert message ,Shall have 160 characters LCD display, Shallhave USB connectivity, Shall have PC based Router Configuration, Shall have 3 levels ofpassword protection, Shall have Event Log facility, Shall have Overriding Facility forEmergency Condition, Shall have ALL CALL facility, Shall have Zone paging facility,Shall have inbuilt MIC ,shall be 19" Rack Mountable. Shall works on 230 VAC ,Shallhave volume control features for all the zones, Shall Supports maximum of 7 slaves witheach of 8 zones. Make Notifier, Ravel, Edward

Each 1

16.4 Supply, Installation, Testing and Commissioning of 8 zone Slave unit with zone wiseselector switch ,Shall supervise all the zones, Shall have LED indication, Shall have 8Emergency Input circuits, Shall have Overriding trigger Output ,Shall supports 250 wattsmaximum on each zone, Shall have Power ON LED indications, Shall communicate withthe Voice Alarm Controller, Shall be 19" RACK mountable ,Shall work on 24VDC,Shalllhave All CALL facility to activate only 8 zones on this particular slave.Make Notifier,Ravel, Edward

Each 1

16.5 Supply, Installation, Testing and Commissioning of Remote Paging Station, Shall haveLED display and Tactile Keypad to select the zones, shall have goose neck mic inbuilt,shall be table top type, Shall have RS485 Communication facility. Make Notifier, Ravel,Edward

Each 1

16.6 Supply, Installation, Testing and Commissioning of Digital Amplifier of 250watts output,Class D amplifier, Low Heat dissipation, Shall be integrated with Slave console ,Shallhave Power ON LED indiactions, Shall be 19" RACK Mountable. Make Notifier, Ravel,Edward

Each 1

16.7 Supply installation, Testing & Commissioning of Professional CD/DVD player with USBflash port & 19" Rack mount arrangement.

Each 1

16.8 Supply installation, Testing & Commissioning of Volume Controller for Office and Cabins Each 5

16.9 Supply, Installation, Testing and Commissioning of Suitable Rack for the required heightof 19 " width with Exhaust fans and Power Sockets and Door with Lock arrangements,etc.,

Each 1

Page No.253 of 260

Page 254: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

SL.NO DESCRIPTION OF ITEMS QTY. UNIT RATE AMOUNT

16.10 Supply and drawing twin twisted 32/0.2mm PVC insulated copper conductor speaker wirein existing conduit including earth wire complete as required (for speakers). This includeswiring for the amplifier as well.

RM 500

DSR-1.20

Supplying and fixing of following sizes of steel conduit along with accessories insurface/recess including painting in case of surface conduit, or cutting the wall and makinggood the same in case of recessed conduit as required.

1.20.1 20 mm RM 500

Total of Sub-Head - XI carried to summary sheet

Page No.254 of 260

Page 255: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

Note:The execution of complete electrical work and the procurement of the material shall bedone as per the enclosed electrical specification.The contractor shall make all shop drawings based on the drawings issued good forconstruction and avail approval from the consultant / Architect before starting anyelectrical work.

1 SUB HEAD -I : LT PANEL ,MAIN DISTRIBUTION BOARDSDesign, manufacture, supplying fixing in position of the following front operated cubicletype,compartmentalised with front access, dead back, 2mm thick steel enclosed freestanding, dust and vermin proof, switchboard with IP42 protection with hinged and lockabledoors complete with interconnections, tinned copper crimping lugs, bonding to earth andpainting, suitable for use at 415 volts, 3 phase 4 wire 50 Hertz system, and suitable for afault level of 25 KA symmetrical at 415 volts.Make- Precision System Control, Tricolite, Adlec, Ambit Switchgear.

NS-1 MAIN LT PANEL

INCOMING:1 no. 500 A 415V, 4P MCCB with O/L, S/C and E/F protection.

ESTIMATE OF ELECTRICAL WORKSFOR INTERIOR RENOVATION WORK OF CENTRAL MEDICAL SERVICES SOCIETY OFFICE AT VISHWA YUVA KENDRA, PT.

UMA SHANKAR DIKSHIT ROAD, TEEN MURTI MARG CHANKAYAPURI, NEW DELHI-110001.

OWNERSCentral Medical Services Society, Annexe Building India red cross society, 1, Red cross Road, New Delhi-110001.

1 no. 500 A 415V, 4P MCCB with O/L, S/C and E/F protection.

1 no. 0-500V Digital type Voltmeter with selector switch.1 no. 0-500A Digital type Ammeter with selector switch with CT's 500/5A1 Set of phase indicating lamps with MCB protection.

BUSBARS:600 A TPN Clour coded AL. Busbars.

OUTGOING:2 nos. 200A 415V, TP MCCB of 25kA with O/L, S/C protection2 nos. 63A 415V, TP MCCB of 25kA with O/L, S/C protection4 nos. 63A 415V, 4P MCB of 10kA4 nos. 40A 415V, 4P MCB of 10kA

MAIN LT PANEL described above Set 1

NS-2 HVAC PANEL

INCOMING:1 no. 200 A 415V, 4P MCCB with O/L, S/C and E/F protection.

1 no. 0-500V Digital type Voltmeter with selector switch.1 no. 0-200A Digital type Ammeter with selector switch with CT's 200/5A1 Set of phase indicating lamps with MCB protection.

BUSBARS:200 A TPN Clour coded AL. Busbars.

OUTGOING:5 nos. 63A 415V, TP MCCB of 25kA with O/L, S/C protection

HVAC PANEL described above Set 1

NS-2.2 UPS PANEL

INCOMING:2 nos. 63 A 415V, 4P MCCB with O/L, S/C and E/F protection.

Page No.255 of 260

Page 256: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

1 no. 0-500V Digital type Voltmeter with selector switch.1 no. 0-63A Digital type Ammeter with selector switch with CT's 60/5A1 Set of phase indicating lamps with MCB protection.

BUSBARS:100A TPN Clour coded AL. Busbars.

OUTGOING:3 nos. 40A 415V, 4P MCB 10kA3 nos. 25A 415V, DP MCB 10kA

UPS PANEL described above Set 1

Total of Sub-Head - I carried to summary sheet

SUB HEAD -II : DISTRIBUTION BOARDSupplying installing testing and commissioning of distribution boards manufactured out of14 SWG CRCA sheet duly painted, Duble door, complete with copper bus bars, neutral link,earth strip, cable alley etc. as required

DSR 2.3 Supply and fixing following way, single pole and neutral, sheet steel, MCB distributionboard, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar,earth bar, din bar, interconnections, powder painted including earthing etc. as required. (Butwithout MCB/RCCB/Isolator).

2.3.3 12 way (4+36), Double door Each 2

NS-3 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCBdistribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutralbus bar, earth bar, din bar, interconnections, powder painted including earthing etc. asrequired. (But without MCB/RCCB/Isolator).

NS-3 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCBdistribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutralbus bar, earth bar, din bar, interconnections, powder painted including earthing etc. asrequired. (But without MCB/RCCB/Isolator).

12 WAY TPN DB Set 2

DSR-2.4 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCBdistribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutralbus bar, earth bar, din bar, interconnections, powder painted including earthing etc. asrequired. (But without MCB/RCCB/Isolator).

2.4.3 8 way (4 + 24), Double door Set 4

DSR-2.10 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, "C" curve, miniature circuitbreaker suitable for inductive load of following poles in the existing MCB DB complete withconnections, testing and commissioning etc. as required.

2.10.1 Single pole Each 152

DSR-2.11 Supplying and fixing single pole blanking plate in the existing MCB DB complete etc. asrequired.

Each 10

NS-4 Supplying and fixing following rating, double pole, 240 volts, MCB in the existing MCB DBcomplete with connections, testing and commissioning etc. as required.25 amps Each 2

NS-5 Supplying and fixing following rating, four pole, 415 volts, MCB in the existing MCB DBcomplete with connections, testing and commissioning etc. as required.63 amps. Each 6

DSR-2.14 Supplying and fixing following rating, double pole, (single phase and neutral), 240 volts,residual current circuit breaker (RCCB), having a sensitivity current upto 300 milliamperes inthe existing MCB DB complete with connections, testing and commissioning etc. asrequired.

2.14.1 25 amps. Each 22.14.3 63 amps. Each 18

DSR-2.17 Supplying and fixing TP sheet steel enclosure on surface/ recess along with 16/25/32amps415 volts "C" curve TP MCB complete with connections, testing and commissioning etc. asrequired.

Each 3

Page No.256 of 260

Page 257: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

DSR-2.18 Supplying and fixing 20 amps, 240 volts, SPN industrial type, socket outlet, with 2 pole andearth, metal enclosed plug top alongwith 20 amps "C" curve, SP, MCB, in sheet steelenclosure, on surface or in recess, with chained metal cover for the socket out let andcomplete with connections, testing and commissioning etc. as required.

Each 3

DSR-2.19 Supplying and fixing 20 amps, 415 volts, TPN industrial type, socket outlet, with 4 pole andearth, metal enclosed plug top alongwith 20 amps "C" curve, TPMCB, in sheet steelenclosure, on surface or in recess, with chained metal cover for the socket out let andcomplete with connections, testing and commissioning etc. as required.

Each 3

DSR-2.20 Supplying and fixing 30 amps, 415 volts, TPN industrial type, socket outlet, with 4 pole andearth, metal enclosed plug top alongwith 30 amps “C” curve, TPMCB, in sheet steelenclosure, on surface or in recess, with chained metal cover for the socket out let andcomplete with connections, testing and commissioning etc. as required.

Each 3

Total of Sub-Head - II carried to summary sheet

2.00 SUB HEAD-III: W I R I N G & SUBMAIN

DSR-1.1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVCinsulated copper conductor single core cable in surface / recessed medium class PVCconduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.

1.10.3 Group C Each 125

DSR-1.55 Wiring for group controlled (looped) light point/fan point/exhaust fan point/ call bell point (without independent switch etc.) with 1.5 sq. mm FRLS PVC insulated copper conductorsingle core cable in surface/ recessed PVC conduit, and earthing the point with 1.5 sq. mmFRLS PVC insulated copper conductor single core cable etc. as required.

DSR-1.55 Wiring for group controlled (looped) light point/fan point/exhaust fan point/ call bell point (without independent switch etc.) with 1.5 sq. mm FRLS PVC insulated copper conductorsingle core cable in surface/ recessed PVC conduit, and earthing the point with 1.5 sq. mmFRLS PVC insulated copper conductor single core cable etc. as required.

1.55.3 Group C Each 210

DSR-1.11 Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductorsingle core cable in surface / recessed medium class PVC conduit, 2 way modular switch,modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulatedcopper conductor single core cable etc. as required.

Each 4

DSR-1.12 Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor singlecore cable in surface/ recessed medium class PVC conduit alongwith 1 No 4 sq. mm FRLSPVC insulated copper conductor single core cable for loop earthing as required.

Metre 500

DSR-1.13 Wiring for light/ power plug with 4X4 sq. mm FRLS PVC insulated copper conductor singlecore cable in surface/ recessed medium class PVC conduit alongwith 2 Nos 4 sq. mmFRLS PVC insulated copper conductor single core cable for loop earthing as required.

Metre 100

DSR-1.14 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVCinsulated copper conductor, single core cable in surface/ recessed medium class PVCconduit as required.

1.14.2 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire (For Circuit Wiring & Light Plug Wiring) Metre 5001.14.4 2 X 6 sq. mm + 1 X 6 sq. mm earth wire (For Single Phase DB. From Sub Panel to DB). Metre 50

1.14.10 4 X 10 sq. mm + 2 X 10 sq. mm earth wire (For Three Phase DB. From Sub Panel to DB). Metre 50

1.14.11 4 X 16 sq. mm + 2 X 16 sq. mm earth wire (For Three Phase DB. From Sub Panel to DB). Metre 150

DSR-1.24 Supplying and fixing following modular switch/ socket on the existing modular plate &switch box including connections but excluding modular plate etc. as required.

1.24.8 Bell push Each 5

DSR-1.26 Supplying and fixing modular blanking plate on the existing modular plate & switch boxexcluding modular plate as required.

Each 20

DSR-1.31 Supplying and fixing suitable size GI box with modular plate and cover in front on surface orin recess, including providing and fixing 3 pin 5/6 A modular socket outlet and 5/6 Amodular switch, connections etc. as required.

Each 460

Page No.257 of 260

Page 258: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

DSR-1.32 Supplying and fixing suitable size GI box with modular plate and cover in front on surface orin recess, including providing and fixing 6 pin 5/6 A & 15/16 A modular socket outlet and15/16 A modular switch, connections etc. as required.

Each 75

DSR-1.33 Supplying and fixing 3 pin, 5 amp ceiling rose on the existing junction box/ wooden blockincluding connection etc as required.

Each 10

DSR-1.38 Supplying and fixing call bell/ buzzer suitable for single phase, 230 volts, complete asrequired.

Each 5

DSR-1.45 Installation, testing and commissioning of ceiling fan, including wiring the down rods ofstandard length (upto 30 cm) with 1.5 sq. mm FRLS PVC insulated, copper conductor,single core cable, including providing and fixing phenolic laminated sheet cover on the fanbox etc. as required.

Each 2

DSR-1.5 Installation of exhaust fan in the existing opening, including making good the damage,connection, testing, commissioning etc. as required.

1.50.1 Upto 450 mm sweep Each 10

DSR CIVIL2013 Itemno: 10.18

Providing and fixing circular/ Hexagonal cast iron or M.S. sheet box for ceiling fan clamp, ofinternal dia 140 mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet with its top surfacehacked for proper bonding, top lid shall be screwed into the cast iron/ M.S. sheet box bymeans of 3.3 mm dia round headed screws, one lock at the corners. Clamp shall be madeof 12 mm dia M.S. bar bent to shape as per standard drawing.

Each 2

DSR-1.21 Supplying and fixing of following sizes of medium class PVC conduit along withaccessories in surface/recess including cutting the wall and making good the same in case ofrecessed conduit as required.

1.21.1 20 mm dia. RM 1001.21.2 25 mm dia. RM 5001.21.2 25 mm dia. RM 5001.21.3 32 mm dia. RM 50NS-6 20 mm dia flexible conduit. RM 100

Total of Sub-Head - III carried to summary sheet

4 SUB HEAD-IV: LIGHT FITTING

NS-7 Supply and fixing of following light fixture with copper ballast, starter, capacitor, lamp,reflector, diffuser, PVC body / housing holder etc. complete with all fixing accessories asrequired.

7.1 22 W LED Square 300mmx300mm in compliance of relevant standard & powerconsumption not more than 24W with luminous efficiency of 90 lm/W & CRI >80 & CCT5700K & THD< 10%. The heat sink of the fixture is die cast aluminum for ceiling recessedapplications etc. The fixture has an operating voltage range 220-240V AC 50 Hz ,ConstantCurrent withstand 300Volt input for continuous operation & driver designed to withstandcasing temp. 85 degree C & 85% Driver efficiency.Power Factor ≥ 0.9. Driver Casing madeof FR rated bayblend material to withstand 260 Degree C. System Service life 50000operating hours.Complete with all accessories as per specification from the list of approvedmake.Make- Trilux Enterio IND M41 OA LED 2000 857 ET LED1000-857 ET / Philips FullGlow 300x300mm / Osram Equivalent

Each 50

7.2 30 - 36 W 2x2 CEILING LIGHT - Supply 2'x2' IP20 LED light fixture suitbale for ceilingrecessed for office purpose .The fixture has a power consumption of 30-36W with luminousefficiency of 100 lm/W & CRI >80 & CCT 5700K & THD< 10%. The fixture is designedfor 50, 000 hrs of operational life at L70, Construction of fixture is Housing made ofMetallic CRCA powder coated body and Diffuser is a high efficiency Lumio Diffuser .Electronic control gear having a PF > 0.95, and low THD.Low output current tolerance(<10%) ensuring uniform Light output .Color Rendering Index Ra >80. Withstands 400Voltfast transit & Surge Protection 3KV .The fixture has an operating voltage range 220-240VAC 50 Hz ,Constant Current ,withstand 300Volt input for continuous operation & driverdesigned to withstand casing temp. 85 degree C & 85% Driver efficiency.Driver Casingmade of FR rated bayblend material to withstand 260 Degree C. Complete with allaccessories as per specification from the list of approved make.Make- Trilux Enterio IND M73 OA LED 3600 ET / Philips RC600B LED30S840 PSUW60L60 / Osram LED Touch Panel

Each 70

Page No.258 of 260

Page 259: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

7.3 10 - 12W LED DOWNLIGHTER - Supply of recessed LED Downlighter in compliance ofrelevant standard & power consumption not more than 12W with luminous efficiency of100 lm/W & CRI >80 & CCT 5700K & THD< 10%. The heat sink of the fixture is die castaluminum for ceiling recessed applications etc. The fixture has an operating voltage range220-240V AC 50 Hz ,Constant Current withstand 300Volt input for continuous operation& driver designed to withstand casing temp. 85 degree C & 85% Driver efficiency.PowerFactor ≥ 0.9 Driver Casing made of FR rated bayblend material to withstand 260 Degree C.System Service life 50000 operating hours.Complete with all accessories as perspecification from the list of approved make.Make- Trilux Ambiella Plus IND G3 LED1000-857 ET / PhilipsDN 393B LED 16S /Osram Luxpower DL

Each 214

7.4 Supply of 10 W mirror lightMake- Trilux or its equivalent model from Philips,Osram.

Each 4

DSR-15.1 Supplying,installation,testing and commissioning of Passive Infrared(PIR) technology basedoccupancy sensor having high preformance, non regulating programmable type, suitable forconnected load upto 10 A, for mounting height up to 2.8 meter and for 5 meter diametercoverage area along with necessary fixing arrangements i/c programming at site etc.complete as required.

Each 25

Total of Sub-Head - IV carried to summary sheet

5.00 SUB HEAD-V : EARTHING

DSR-5.6 Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories,and providing masonry enclosure with cover plate having locking arrangement and wateringpipe of 2.7 metre long etc. with charcoal/ coke and salt as required.

Each 4DSR-5.6 Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories,and providing masonry enclosure with cover plate having locking arrangement and wateringpipe of 2.7 metre long etc. with charcoal/ coke and salt as required.

Each 4

DSR-5.14 Providing and fixing 25 mm X 5 mm copper strip on surface or in recess for connectionsetc. as required.

RM 150

DSR-5.15 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in recess for connections etc. asrequired.

RM 50

Total of Sub-Head - V carried to summary sheet

SUB HEAD-VI : CABLE TRAY & RACEWAYDSR-4.1 Supplying and installing following size of perforated pre-painted M.S. cable trays with

perforation not more than 17.5%, in convenient sections, joined with connectors, suspendedfrom the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc asrequired.

4.1.1 100 mm width X 50 mm depth X 1.6 mm thickness Metre 504.1.2 150 mm width X 50 mm depth X 1.6 mm thickness Metre 50

NS-8 Supplying, installation, testing & commissioning of GI openable bottom cover raceway madefrom 1.5 mm thick per-galvanized sheets for top, bottom and sides and complete with 1.5mm thick bottom cover complete with rubber gasketing. The junction box shall be suitable toaccommodate GI raceways specified below. Necessary civil work to support/ clamp fromRCC slab/floor need to be included here too.(Junction Box price not included in the item).

8.1 75 mm wide x25 mm deep in ceiling/floor. Metre 608.2 100 mm wide x25 mm deep in ceiling/floor. Metre 1008.3 150 mm wide x25 mm deep in ceiling/floor. Metre 1008.4 225 mm wide x25 mm deep in ceiling/floor. Metre 508.5 300 mm wide x25 mm deep in ceiling/floor. Metre 50

NS-9 JUNCTION BOX

Page No.259 of 260

Page 260: TENDER DOCUMENT - cmss.gov.in Renovation.pdf · office at vishwa yuvak kendra, pt. uma shankar dikshit road, teen murti marg chankayapuri, new delhi-110001-to be completed within

Sr. No. /DSR-2018

Description Unit Qty. Rate Amount(Schedule Items) Rs

Amount(NonScheduleItems) Rs

Supplying, installation, testing & commissioning of floor/ceiling recessed junction boxes forGI raceway systems fabricated from 3 mm MS sheets finished with per-galvanized sheets,including 2 nos. GI strip at side for earthing, with 1, 2 or 3 nos "+", "I", ''L' shaped support inthe center in case required with 3 mm thick neoprene gasketted removable cover fixed bycounter sunk cadmium plated screws including the cost of earth links at all joints to ensureearth continuity and including the cost of chasing and making good recess in floor etccomplete as required and as below. (in ceiling / Floor)(Only junction box price included inthe item.)

9.1 150X150X38mm Each 409.2 250X250X38 mm Each 109.3 400X400X38 mm Each 6

Total of Sub-Head - VI carried to summary sheet

SUB HEAD - VIII : CABLE & END TERMINATIONS

DSR-7.8 Laying and fixing of one number PVC insulated and PVC sheathed / XLPE power cable of1.1 KV grade of following size on cable tray as required.

7.8.1 Upto 35 sq. mm (clamped with 1mm thick saddle) Metre 2157.8.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm

MS flat clamp)Metre 100

DSR-9.1 Supplying and making end termination with brass compression gland and aluminium lugsfor following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of1.1 KV grade as required.

9.1.7 3 X 10 sq. mm (22mm) Each 29.1.21 3½ X 35 sq. mm (32mm) Each 49.1.22 3½ X 50 sq. mm (35mm) Each 49.1.22 3½ X 50 sq. mm (35mm) Each 49.1.26 3½ X 150 sq. mm (50mm) Each 29.1.29 3½ X 240 sq. mm (62mm) Each 29.1.32 4 X 10 sq. mm (25mm) Each 89.1.33 4 X 16 sq. mm (28mm) Each 29.1.34 4 X 25 sq. mm (28mm) Each 4

NS-11 Supply of MV cableSupply, following sizes of PVC sheathed PVC/XLPE insulated Aluminium conductor/copperconductor power/ multicore control armoured cable of 1.1 KV grade.

11.1 3 ½ C- 240 sq mm Aluminium Metre 10011.2 3 ½ C- 150 sq mm Aluminium Metre 5011.3 3 ½ C- 35 sq mm Aluminium Metre 5011.4 3 ½ C- 50 sq mm Aluminium Metre 10011.5 4C- 25 sq mm Aluminium Metre 5011.6 4C- 16 sq mm Aluminium Metre 2011.7 4C- 10 sq mm Aluminium Metre 2011.8 3C- 10 sq mm Aluminium Metre 511.9 3C- 6 sq mm Aluminium Metre 1011.10 1C X 25 Sqmm Copper flexible Cable Metre 3011.11 4C X 6 Sqmm Copper flexible Cable Metre 20

Total of Sub-Head - VIII carried to summary sheet

Page No.260 of 260


Recommended