Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Page 1
EMPLOYEES’ STATE INSURANCE CORPORATIONNN Ministry of Labour & Employment, Govt. of India
“PANCHDEEP BHAWAN” Plot No.-6, Block-GB, Sector-III,
Salt Lake, Kolkata – 700 097.
Ph. 033 2335 6021
www.esicwestbengal.org.
No. 41.W/25/16/10/2019-20/ARM Date: 01/08/2019
RE-E-Tender
For
“RE-E-TENDER FOR ANNUAL REPAIR & MAINTENANCE WORK (ELECTRICAL) OF DIFFERENT
OFFICE BUILDINGS OF ESI CORPORATION IN WEST BENGAL REGION FOR THE YEAR 2019-20.”
Tender Document
Issued by-
Additional Commissioner & Regional Director
Page 2
INDEX
S.NO. Subject Annexure Pages No. From To.
1 Notice Inviting E-Tender I 3-4
2 Instructions for Online Bid Submission II 5-7
3 Eligibility Criteria for bidders III 8
4 Instructions To The Bidders IV 9-10
5 Scope of work V 11
6 General condition of contract VI 12-16
7 Particular condition of contract VII 17
8 Additional Terms & Conditions for Contract VIII 18-19
9 Contract Agreement IX 20-21
10 Form of Performance Security Bank
Guarantee Bond
X 22-23
11 Complaint Slip & Complaint Register Performa XI 24-25
12 Technical Bid Performa XII 26-28
13 Experience of Company XIII 29
14 Undertaking XIV 30
15 Check list of documents XV 31
16 Financial Bid XVI 32-34
17 Monthly pay slip performa XVII 35-36
18 Bio data performa XVIII 37
19 BOQ OF ELECTRICAL XIX 38-68
Page 3
ANNEXURE-I
NOTICE INVITING E-TENDER
TENDER FOR ANNUAL REPAIR & MAINTENANCE WORK OF DIFFERENT OFFICE BUILDINGS OF
ESI CORPORATION IN WEST BENGAL REGION FOR THE YEAR 2019-20.
The Addl. Commissioner & Regional Director, ESIC Kolkata invites online tenders from eligible Agencies for Annual Repair & Maintenance of Electrical works as detailed below. The Addl. Commissioner & Regional
Director reserves the right to reject any or all the tenders without assigning any reason.
E-tenders in two bid system through “E-procurement solution are invited from eligible
and registered firms/contractors of CPWD/ PWDs/ PSUs/ MES/ Railways/ Automonous
Bodies & other Govt. undertakings as providing annual repair and maintenance
service(Electrical Works) at the “Annual Repair & Maintenance work of Different Office
Building of ESI Corporation in West Bengal for the year 2019-20”
S.NO. Description Details
1 Name of Work Annual Repair & Maintenance of Electrical Works at
Regional Office, Branch Office Bldgs. Salt Lake, North
Kolkata, Central Kolkata, Tollygunge, Howrah Maidan,
Serampore, Bansberia, Siliguri B.Os, ESI(MB) Scheme
Office,Bagmari and ESIC Staff Quarter Complex, AF Block,
Salt Lake and New R.O. Bildg. at GB Block, Salt Lake
(Job Schedule:- As per DSR/PWD/GEM items schedule).
2
Period of
Tender
September 2019 to March 2020
3 Estimated Cost (
Including
manpower) (in
INR)
(i) Electrical Rs. 56,58,496.00
4
Earnest Money
Deposit (in INR)
(i) Electrical Rs. 1,13,170.00
(in form of Demand Draft drawn in favour of “ESIC fund
A./c no.1” payable at Kolkata )
5 Tender
document
E-Tender document may be downloaded from Central Public
Procurement Portal (CPPP) Website https://eprocure.gov.in
www.esic.nic.in; www.esicwestbengal.org
From 01.08.2019 to 16.08.2019
6 Last date and
time of online
submission of bids
Technical bid & Financial bid must be submitted online at
https://eprocure.gov.in/eprocure/app. till 16.08.2019
upto 01.00 pm
Page 4
7 Time & date of
opening of
Online technical
bids
in the presence of the bidders
The Technical Bid of tenders shall be opened in the presence
of the tenderers, who wish to be present at the time of
opening the bid at New RO Building,ESIC, “PANCHDEEP
BHAWAN” Plot No.-6, Block-GB, Sector-III, Salt Lake,
Kolkata – 700 097.On 19.08.2019.at 3.00 PM
8 Time & date of
opening of
Online
Financial bids
Financial Bid of those bids which would technically qualify
shall be opened in the presence of the tenderers, who wish
to be present at the time of opening the bid, Date/time will
be intimated to the qualified bidder.
9 Bid validity
period
90 days
• Rate shall be quoted on percentage basis (above or less).
• All payments will be made on actual basis.
• The Estimated cost is inclusive of all taxes.
Sl.
No.
Particulars Date & Time
1 Date of uploading of N.I.T. & other Documents
(Publishing Date)
01.08.2019
2 Documents download/sell start date 01.08.2019 6:00 P.M.
3 Documents download/sell end date 16.08.2019 1:00 P.M
4 Bid submission start date 01.08.2019 4:00 P.M.
5 Bid Submission closing 16.08.2019 1:00 P.M.
6 Technical Bid opening date 19.08.2019 3:00 P.M
7 Financial Bid opening date To be notified later
Page 5
ANNEXURE-II Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1. Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL:https://eprocure.gov.in/eprocure/app) by clicking on the link
“Online bidder Enrollment” on the CPP Portal which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their
profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1. There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download
the required documents/ tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
Page 6
bidders through SMS / email in case there is any corrigendum issued to the tender
document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1. Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents – including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS
/ RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or ‘’Other Important
Documents’’ area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument / scan copy.
4. Bidder should prepare the EMD as per the instructions specified in the tender
document. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during
bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given
Page 7
as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the
BOQ file, open it and complete the white colored (unprotected) cells with their
respective financial quotes and other details (such as name of the bidder). No other
cells should be changed. Once the details have been completed, the bidder should save
it and submit it online, without changing the filename. If the BoQ file is found to be
modified by the bidder, the bid will be rejected.
Note :- There are three sheets for filling up BOQ, Sheets named “Material” and
“Manpower” should be filled by Bidders in percentage Basis i.e. above or below.
Sheet named “BOQ” will be filled automatically after sum up of “Material” and
“Manpower” and that will be final and deciding rate for L1 Bidder.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded
to the server is subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s
public keys. Overall, the uploaded tender documents become readable only after the
tender opening by the authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.
9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.
ASSISTANCE TO BIDDERS
Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact
number for the helpdesk is 1800 233 7315. Foreign bidder can get help at +91-79-
40007451 to 460.
Page 8
ANNEXURE-III
Eligibility Criteria for bidders
1. The bidder should have minimum three years experience as on Last day of the month previous to the one in which applications are invited in similar nature of works. (Similar nature of works means that the applicant should have completed the Repair/Maintenance to the Electrical works, Operation & Maintenance of DG set, internal & external electrical works, maintenance of all type of LT/HT Control panel, Maintenance of sub- stations, transformer,
APFC panel, Water pump sets, Switch gears, Street light, window/split Air Conditions in Central Govt. offices/ State Govt. offices/ attached offices/ statutory bodies/ PSU departments).{License/Registration copy, as mentioned in point no.1 above, must be 3 years old.}.
2. Agencies having sufficient credential in any Govt. or Govt. Undertaking Organisation for Repair & Maintenance and good track record of undertaking similar nature of Electrical works within last 3 years are eligible to apply. Agencies are requested to attach their respective credential certificate also with the tender paper at the time of dropping the
tender paper either of the following:-
a) One similar completed works/contract costing not less than the amount equal to 80% of estimated cost put to tender(Their completion certificate along with cost of the work, period and nature of work in the prescribed Performa of the concerned department duly
signed by the competent authority should be furnished)
b) Two similar completed works/contract costing not less than the amount equal to 50% of estimated cost or
c) Three similar completed works/contract costing not less than the amount equal to 40% of estimated cost or
3. The Tenderer should have the registered / Branch office in West Bengal.
4. Self-certificate that they have not been indicted for any criminal, fraudulent or anti
competition activity and has not been blacklisted by any Govt. departments or otherwise.
5. All documents as stated is must be submitted in Technical Bid.
Page 9
ANNEXURE-IV
INSTRUCTIONS TO THE BIDDERS
6. Earnest Money Deposit (EMD) :
1. EMD:-
Earnest Money in the form of Demand Draft drawn in favour of “ESIC Fund A/c No. 1” shall be scanned and uploaded to the E-tendering website within the period of bid submission.
The physical EMD shall be deposited at ESIC, R.O. Salt lake, Kolkata by all the bidders before the bid submission closing date & time failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority. The agency shall be debarred from tendering in ESIC.
2. Submission of bids:-
Each and every page of the tender documents must bear the stamp and signature of the person in whose name registration exists or he shall be authorized legally or any representative clearly by mentioning the name and stating that the person can sign the tender documents on his behalf.
All tenderers are requested to follow the checklist at the time of submission of tender documents and must be
enclosed self attested photocopy of under mentioned serial no. (i) to (xv).
i) Tender documents must be signed all pages and total no of pages in tender documents should be numbered
serially.
ii) EMD worth Rs…………………….. dated……………….drawn from…………………
iii) Work completion certificate of credential,
iv) Copy of PAN Card.
v) IT Clearance Certificate, GST Registration Certificate, Labour License and Labour Welfare Cess
Registration Certificate
vi) Valid trade license/ Registration copy from C.P.W.D./State P.W.D.s./ M.E.S./Railways/ BSNL or
any other government body as Electrical contractor (Copy of previous registration along with latest renewed registration copy/license to be enclosed).
vii) Banker's Solvency Certificate
viii) Valid electrical contractor license/Document showing validity of Elec. License if applicable,
ix) ESI & PF Registration Certificate with current challan copy.
x) Audited Balance Sheet of Last 3 Years. xi) Annual turnover of works for immediate last 3 consecutive financial xii) Copy of Professional Tax Registration Certificate, if applicable.
xiii) A self-certificate that they have not been indicted for any criminal, fraudulent or anti competition activity and has not been blacklisted by any Govt. departments or otherwise. xiv) Complete Bank Details with Cancelled Cheque.
xv) Copy of Registration certificate in respect of Central Labour Act 1970 & Contract Labour Central
Rule 1970, if applicable.
Technical bid shall be opened on the date as mentioned in NIT. The financial bid of the tender shall
be opened only for the tenders which qualify in the technical bid, on the date as mentioned in NIT.
7. Financial Bid:
Financial bid must be submitted online only at https://eprocure.gov.in/eprocure/app. The financial
bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the
tenderers, who desire to attend the opening of financial bid.
• All Scanned documents should be clearly visible. In case of any discrepancy this may be treated as
invalid.
8. The site for the work can be seen on any working days during office hours by contacting concerned
hospital/dispensary/Branch Office authority. The tenderers are advised to inspect and examine the site and
its surroundings and satisfy themselves before submitting the tenders, the form size and nature of site, the
means of access to the site. A tenderer shall be deemed to have full knowledge of the site whether he
Page 10
inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.
9. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders
submitted by the contractors who resort to canvassing will be liable to rejection.
10. The work shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If
any tenderer withdraws his tender before the said period, or issue of letter of acceptance/Indent whichever is
earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable by the
ESIC and, shall be without prejudice to any other right or remedy, be at liberty to forfeit entire of the said
EMD.
11. Rights of Acceptance/ Rejection:
Additional Commissioner & Regional Director, ESI Corporation, Kolkata reserves the right to reject all or any
tender in whole, or in part, without assigning any reason therefore. The competent authority on behalf of
ESIC does not bind him to accept the lowest or any other tender, and reserves the right to reject any or all of
the tenders without assigning any reasons therefore. All the tenders, in which any of the prescribed
conditions is not fulfilled or any condition including that of conditional rebate as put forth by the tenderer,
shall be summarily rejected.
14. SECURITY DEPOSIT:
The successful contractor will be required to furnish an irrevocable Security Deposit of 5% (Five percentage)
in the shape of Demand Draft/Bankers Cheque/Pay Order in favour of “ESIC Fund A/c No. 1” payable at
Kolkata or Bank Guarantee from any Nationalised/ Commerical Bank to be pledged in favour of E.S.I.
Corporation within 07 days on receipt of work order which will be refunded after one year from the date of
successful completion of the work.
The Security Deposit shall be initially valid for a period up to Six months beyond the Stipulated Contract
Period. In case the Contract Period of work gets extended, the contractor shall get the validity of Security
Deposit extended, at his own cost to cover such extended time for Contract Period.
15. GST, Central sales tax, Local Sales tax, VAT, Purchase tax, Turn over tax, Service tax, ESI, EPF inclusive of
all cess or any other tax, labour cess, all duties in respect of the contract, must be payable by the
contractor, The ESIC, will not entertain any claim what so ever in respect of the same.
16.Rates quoted shall be deemed to have inclusive of cost of manpower, material, machinery, tools and plants,
GST etc. & all taxes including GST,ESI, EPF, Professional Tax, duties and levi es, cess, insurance etc.
complete. No escalation of whatsoever nature, shall be payable.
17.The tenderers shall produce their valid enlistment with the appropriate authority for all types of taxes,
GST,ESI, EPF, Professional tax & any other cess, duty, contribution etc.
18.Rates quoted by the agency shall also be inclusive of 1% (one percent) cess on the work done as applicable
on the building & other construction workers welfare act 1966 due to the introduction of “The building & other
construction works (Regulation of Employment & Conditions of Services Act 1966)”.
19.The contractor shall abide by and comply with all the relevant laws and statutory requirements covered
under various labour laws such as Minimum wages Act (Central), Payment of wages act, Bonus act, contract
labour(Regulation & Abolition )act 1970, EPF act, ESI act and various other act as applicable from time to
time with regard to personnel engaged for execution of contract.
22.Award of work :
The selection of the agency will be at the sole discretion of the Addl. Commissioner & Regional Director,
Employees State Insurance Corporation, Regional Office ,Kolkata who reserves the right to accept one or to
reject any or all the tenders without assigning any reasons thereof.
The contract shall be awarded to the best qualified responsive tender.
Upon evaluation of offers, the written notification for award of contract will be intimated to the
successful tenderer to start the work.
Sign of Contractor : ..............
Date : ...............
Place:.................................
Page 11
ANNEXURE-V
SCOPE OF WORK
Details of Premises/buildings :
Serial
No.
Name and Address of Building Nature of Facility
1 ANNUAL REPAIR & MAINTENANCE WORK
(ELECTRICAL) OF DIFFERENT OFFICE
BUILDINGS OF ESI CORPORATION IN WEST
BENGAL REGION FOR THE YEAR 2019-20.
R.O & New R.O Building /Staff Qtrs/Branch office and other building .
Scope of Works/Services:
The agency will be responsible for Repair and Maintenance of following.
1. It will be the responsibility of the Agency to always keep the construction site clean.
2. Agency will maintain Manpower Muster Roll & Wage Register as per law.
3. Whenever and wherever required, Agency will provide the appropriate qualified Engineer
at site.
4. Agency will provide Uniform, Identity Cards, Name bearing Plates, appropriate necessary
safety gadgets etc to each and every deployed staff.
5. All Tools & tackles, Plants, machineries, equipments and materials required to carry out
the Electrical work at site shall be provided by the Agency at his own cost.
6. The Agency shall have to display on signboard, Facility Manager/Engineer/supervisor’s
name to be contacted with Telephone Nos. in case of emergency or urgent requirement.
7. The agency should ensure all safety precautions for its labourers.
8. Contractor should do the preventive maintenance work for utilizing the manpower in
addition to the Complain based maintenance. Records of preventive maintenance
measurement should also be recorded.
9. Repair and maintenance of Electrical wiring ( Internal& External), Fans, Light Fittings,
DB’s, Street light & high mast lights of the site.
10. Operation & Maintenance of Electrical Substations, HT/LT panels, Capacitors panel,
Transformer, UPS, Relays, Fire system, window/split air conditioners, pump room, RO
system, operation of Lift & other equipments.
11. Uninterrupted electric services in the site.
12. Maintenance and operation of existing Water tube well for uninterrupted water supply.
13. Maintenance and operation of Diesel Generator Sets as per schedule & regular update log
book is to be maintained for the power cut period and should be got checked & verified
by ESIC authorized person.
14. Only genuine/original spare parts shall be used while carrying out the maintenance work.
Any major repair involving of engine, rewinding of motors, replacement of major components
like compressor etc. are excluded from the scope of work and shall be paid for on actual.
However, if the repair/replacements arises out of negligence of the contractor or his staff, the
same shall be carried out by the contractor at his own cost. Prior approval of the Engineer is
to be obtained for any such major repair/replacement. In case of lapse in performing above
duties & negligence in operation of equipment resulting in accidents/loss of life/damage to
equipments etc. it will be responsibility of the contractor to bear all loses at his own risk &
cost.
15. Any other works as and when directed by the authorized person from ESIC other than
mentioned above falling under the domain of Electrical Works.
Page 12
ANNEXURE-VI
GENERAL CONDITIONS OF CONTRACT
1. Definitions
In the Contract (as hereinafter defined) the following words and expressions shall have the meanings
hereby assigned to them except where the context otherwise requires:
(i) “Employer” means Additional Commissioner cum the Addl. Commissioner & Regional Director, RO, ESIC
Kolkata and the legal successors in title to Employees’ State Insurance Corporation.
(ii) “Engineer” means the person appointed by ESIC and nominated by the Additional Commissioner cum
Addl. Commissioner & Regional Director, RO, ESIC Kolkata to act as an Engineer for the purpose of the
Contract.
(iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or not, that
has entered into contract (with the employer) and shall include his/its heirs, legal representatives,
successors and assignees. Changes in the constitution of the firm, if any, shall be immediately brought to
the notice of the employer, in writing and approval shall be obtained to continue performance of the
contract.
(iv) “Contract” means the conditions, the Specifications, the Bill of Quantities, the Tender, the Contract
Agreement (if completed) and such other documents as may be expressly incorporated in the Letter of
Acceptance or Contract Agreement.(As per Annexure ‘IX’)
(v) “Specification” means the specification of the works included in the contract and any modification
thereof. The items of works shall be executed in strict accordance of CPWD specifications.
(vi) “Drawings” means all the completion drawings, calculations and technical information of a like nature
provided by the Engineer to the Contractor under this contract and all drawings, calculations, samples,
patterns, models, Repair/Repairs and Maintenance manuals and other technical information of a like
nature submitted by the Contractor and approved by the Engineer.
(vii) “Bill of Quantities” means the priced and completed bill of quantities forming part of the Tender.
(viii) “Tender” means the Contractor’s priced offer to the Employer for the execution and satisfactory
completion of the works and the remedying of any defects therein in accordance with the provisions of
the Contract, Specification as accepted by the Letter of Acceptance. The word Tender is synonymous with
“Bid” and the words “Tender Documents” with “Bidding Documents”.
(ix) “Letter of Acceptance” means the formal acceptance of the tender by Employees’ State Insurance
Corporation in writing.
(x) “Appendix to Tender” means the appendix comprised in the form of Tender/annexed to these
Conditions.
(xi) “Commencement Date” means the date on which the Contractor received the notice to start the works.
(xii) “Time for Completion” means the time period for which the contract has been allowed to be completed by
the employer to the contractor.
(xiii) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the Contractor for the
execution and completion of the Works and the removing of any defects therein in accordance with the
provisions of the Contract.
(xiv) “Extra Item Price” Any items of works required to be executed in the interest of ESIC but this item not
available in the contract agreement shall have to be executed by the contractor as an extra item without
any objection. The proposed extra item if available in DSR 2018 for Electrical, the rates will be calculated
on the basis of DSR-2018 rates plus applicable Cost Index. Otherwise rates of this item will be analyzed
on the basis of prevailing market rates plus10% contractors profit and overheads and the same has to be
accepted by contractor without any objection.
(xv) “Retention Money” means the aggregate of amount Retained by the Employer as Security Deposit.
(xvi) “Works” means the Permanent Works and the Temporary Works or either of them to be executed in
accordance with the contract and contract specifications.
(xvii) “Site” means the places provided by the Employer to the Contractor for works.
(xviii) “Cost” means all expenditure properly incurred or to be incurred, whether on or off the Site, including
over head and other charges but does not include any allowance for profit.
(xix) “Submission of Certificate” means a certificate issued by employee evidencing successful and
satisfactory completion of the awarded work as per contract agreement
Page 13
• Engineer’s Duties and Authority
The Engineer shall carry out the duties specified in the Contract
• Custody and Supply of Drawings and Documents
The Drawings shall remain in the sole custody of the Employer/Engineer, but copies as required
thereof shall be provided to the Contractor for free solely for the purpose of this contract.
• Sufficiency of Tender
The Contractor shall be deemed to have based his Tender on the data made available by the
Employer and on his own inspection and examination of this site conditions. The acceptance of
tender would imply that the contractors has visited the site and made themselves conversant with
the type of works incorporated in this tender.
• Contractor’s Employees
The Contractor shall provide qualified and experienced technical staff on site of work in connection
with the Works and for remedy of any defects therein.
• Engineer’s Liberty to Object
The Engineer shall be at liberty to object, to remove forthwith from the Works, any person provided
by the Contractor who, in the opinion of the Engineer, misconducts himself, or is incompetent or
negligent in the proper performance of his duties, or whose presence on site is otherwise considered
by the Engineer to be undesirable, and such person shall not be again allowed upon the Works
without the consent of the Engineer. Any person so removed from the Works shall be replaced
immediately. It shall be obligatory on the part of contractor to rectify the defects as pointed out by
Engineer.
2. Safety, Security and Protection of the Environment
The Contractor shall, throughout the execution and till completion of the Works and the remedying
of any defects therein:
(i) Have full regard for the safety of all persons entitled to be upon the site and keep the site (so
far as the same is under his control) and the Works (so far as the same are not completed
occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such
persons, and
(ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching,
when and where necessary or required by the Engineer or by any duly constituted authority
for the protection of the Works or for the safety and convenience of the public or others, and
(iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others, resulting from pollution noise or
other causes arising as a consequence of his methods of doing work activities under the
contract.
(iv) All safety rules prescribed by the Government shall be strictly observed to execute the work
and safety of manpower deployed.
3. (A) Insurance of work by the Contractor for his liability:
(i) During the execution of the work any loss or damage to the property and life of his
employee arising from a cause for which contractor is responsible.
(ii) For loss or damage occasioned by the Contractor in the Course of
any work carried out by him for the purpose of complying with his obligations.
(iii) It shall be the responsibility of contractor to notify the Insurance Company of any change in
the nature and extent of the works and to ensure the adequacy of the Insurance cover at all
times during the period of contract.
(B) Damage to Persons and Property
The Contractor shall, except if and so far as the Contract provides otherwise,
indemnify the Employer against all losses and claims in respect of :
(a) Death of or injury to any person, or
(b) Loss or damage to any property (other than the Works):
Which may arise out of or in consequence of the Special Repair of the works and the
remedying of any defects therein, and against all claims, proceedings, damages, costs,
charges and expenses whatsoever in respect thereof.
Page 14
4. Accident or injury to Workmen
The Employer shall not be liable for or in respect of any damages or compensation payable to any
workman under Compensation – Act for death or injury resulting from any act or default of the
contractor. The contractor shall indemnify and keep indemnified the Employer against all such
damages and compensation and expenses whatsoever in respect thereof or in relation thereto.
5. Evidence and Terms of Insurance
The contractor shall take out appropriate insurance to cover his work and workers and staff
employed by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as
practicable after the respective insurance have been taken out but in any case prior to the start of
work at the Site that insurance required under the Contract have been effected.
6. Compliance with Statutes and Regulations:
The Contractor shall conform in all respects, including by the giving of all notices and the paying of
all fees, with the provision of :
i. Any National or State Statute, Ordinance, or other Law, or any regulation, or bye-law of any
local or other duly constituted authority in relation to the execution and completion of the
Works and the remedying of any defects therein, and
ii. The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the Works, and the Contractor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision. Any changes required for approval due to revision of the local laws.
7. Default contractor in Compliance
In case of default on the part of Contractor in carrying out such instruction within the time specified
therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other
persons to carry out the same and all costs consequent thereon or incidental thereto shall, be
determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may
be deducted by the Employer From any payments due, or to become due, to the Contractor and the
Engineer shall notify the Contractor accordingly.
8. Time for Completion
The Repair and Maintenance work shall be for a period of one year or as mentioned in the letter of
commencement and shall start from the date of issue of letter and shall stands terminated after the
expiry of One years or for the period as stipulated in the accepted contract agreement.
9. Extension of Time for Completion
The Repair and Maintenance contract may be extended on the written mutual consent of both
Employer and Contractor for a further period of one year .The extension of the period can only be
granted on the valid and unavoidable grounds by the Addl. Commissioner & Regional Director of
ESIC Kolkata, if he satisfies himself on the ground mentioned.
10. Termination of Contract:
The employer reserves it’s right to terminate the contract/works by giving 30 days notice
at any time during currency of the contract if the services of the agency are not found satisfactory
as per the opinion of employer or his representative for which no claim or compensation shall be
entertained by the Employer.
11. Defect Identification and its rectifications
Agency shall immediately attend the defects after getting intimation at site. Defect Liability
period shall be 12 months from the date of completion of work under Bill of Quantities for
measurable works. The contractor shall rectify at his own expenses, any defect in the work carried
out by him during this period. On failure of the contractor to do so, the same shall be completed by
the Employer at the risk and cost of the contractor.
12. Liquidated Damages for Delay
If the Contractor fails to complete the work in time then the employer can impose liquidated
damages on the contractor @ 1% per week subject to maximum of 10% of estimated cost.
13. Contractor’s Failure to Carry out Instructions
In case of default on the part of the Contractor in carrying out defect rectification works, the
Employer/Engineer shall be entitled to employ and pay other persons to carry out the same and if
such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the
Contract, then all costs consequent thereon or incidental the reto shall be determined by the Engineer
and shall be recoverable from the Contractor by the Employer, and may be Deducted by the
Employer from any payment due or to become due to the Contractor.
Page 15
14. Instruction for Variations
Quantities given in the Bill of Quantity may increase or decrease as per actual execution of
work on site from the provision of contract quantity( being estimated quantities). The quantity of any
particular item may vary to any extent. Variation in quantity in particular items or overall cost, does
not entitle contractor to claim for any extra rate than tendered.
15. Method of Measurement
The works shall be measured net, notwithstanding any general or local custom, except
where otherwise provided in the Contract. The method of measurements shall be followed as per the
CPWD Norms / Specifications.
16. CERTIFICATES AND PAYMENTS
The contractor shall submit a bill in triplicate by 7th of every month for the work executed up
to the date of previous month in the tabulated form approved by the Engineer. The bill must be
supported with the following documents.
a) Measurement of all the works executed.
b) Abstract of all parts the bill.
c) Copy of certified attendance sheet of staff /workmen engaged under Part-I along with their copy
of wage register, ESI, EPF Challan, Bank statement for salary compliance etc
d) Complaint registration form ( as per Annexure K) duly signed by complainant on satisfactory work
completion
e) A self certificate by agency stating “They are adhering to all statutory laws including labour laws &
minimum wages act.”
After receipt of the bills submitted by the contractor in the manner prescribed by the above
duly supported by all the documents, the Engineer shall check the bills and certify the payments
admissible to the contractor. The payment shall be released only after certification of the Engineer
for the works actually carried out at site.
17. Deduction of Income tax & GST
• The amount to be deducted towards the income tax & GST shall be at the rate applicable at the
time of making payments to the contractor.
a. TDS deductions as per rates applicable at the time of making payment. Presently, TDS towards
Income tax and GST @2% each is being deducted from each Bill.
b. Labour welfare cess @ 1.0 (One) percentage on the work done shall be deposited by the
contractor to concern department for the each bill and submit the copy for the same to
the ESIC.
18. Security Deposit:
Within seven days of issue of letter of intent of work/ acceptance of tender, the Contractor
shall submit a Security Deposit for proper performance of the Contract in the form as specified in the
contract. The Security Deposit shall be initially valid for the duration of the contract period plus Six
Months.
The performance security can be en-cashed by the Employer to recover any amount which
is payable by the contractor to the Employer on any account for a cause arising out of the contract.
19. Correction of Certificates:
The Engineer may have issued any Interim Payment Certificate, the correction or
modification in any previous Interim Payment Certificate which has been issued by him, and shall
have authority, if any work is not being carried out to his satisfaction, to omit or to reduce the value
of such working any Interim Payment Certificate.
20. Default of Contractor:
If the performance of the contractor is not satisfactory and not corrected within 15 days of
receiving notice, then employer shall be at liberty to terminate the contract and get the work
executed through other means at the risk and cost of the Contractor.
21. Amicable Settlement of Dispute:
The party shall use their best efforts to settle amicably all disputes arising out of or in
connection with this contract or the interpretation thereof.
22. Payment on Termination:
In the event of termination of the contract, employer shall be at liberty to get balance work
done at the risk and cost of the contractor and due payment of the contractor, if any, shall be
released after the completion of whole of the works.
Page 16
23. Arbitration:
Any dispute and differences relating to the meaning of the specifications, designs,
drawings and instructions herein before mentioned and as to the quality of workmanship
of materials used in the work or as to any other question, claim, right, matter or thing
whatsoever in any way arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions or these conditions or otherwise concerning the
works or the execution of failure to execute the same whether arising during the progress
of the work or after the completion or abandonment thereof in respect of which amicable
settlement has not been reached shall be referred to the Sole Arbitrator appointed by the
Chief Engineer, Employees’ State Insurance Corporation, who shall proceed as per the
Arbitration Act, 1996.
i. The Work under the contract shall continue, during the Arbitration proceedings.
ii. The award of the Arbitrator shall be final, conclusive and binding on both the parties.
24. Any Dispute between the contractor and the Engineer would be decided by
the Addl. Commissioner & Regional Director, ESI Corporation, Kolkata
Sign of Contractor : ........................................... Date : ..............................
Place: .................................
Page 17
ANNEXURE-VII
Particular Conditions of Contract
a) CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by
the Engineer shall be followed. The materials shall be got approved prior to its use for work from the
Engineer I/C of the ESIC.
b) As the work will have to be carried out in building and area in use the contractor shall ensure.
c) While execution of the works the normal functioning of premises/office Employees’ State Insurance Corporation activity should not be effected as far as possible.
d) That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.
e) That all rubbish etc. is disposed off at the earliest.
f) The work should be carried out by the qualified worker for their part of work. The contractor shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to Employees’ State Insurance Corporation property.
g) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any consequence arising out of execution of the Repair &Maintenance work.
h) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material at suitable place provided by ESIC.
i) Water and electricity shall be made available free of cost at nearby source of work the contractor has to make his own arrangement for use of the same including extending temporarily lines etc. The responsibility for following relevant rules,regulations and loss in the regard shall be entirely that of the contractor.
j) The contractor shall take proper care during dismantling operations to ensure that there is no danger/damage
to any adjoining/existing structures and in case of any damage the contractor shall re-do the work/do the necessary repairs as per direction of the Engineering- Charge for which no claim would be entertained by the department
k) For any Extra items/substituted items/deviations in quantities of BOQ items, Contractor has to intimate to Engineer and obtained prior approval from Competent Authority before work execution.
l) The work shall be carried out in manner complying in all respects with the requirement of relevant byelaws of the local Municipal Corporation of the local body whatsoever.
m) The contractor shall put necessary boards on display forbidding the residents/public from approaching the building under repair to avoid any accident.
n) The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution - boards. They shall be responsible for all damages and accidents caused due to negligence on their part.
o) All incidental charges of any kind including cartage, storage cutting and wastage and safe custody of materials etc. (not covered under any other condition) shall be borne exclusively by the contractor and nothing extra shall be payable to them on this account.
p) All warning boards and displays, such as REPAIR WORK IN PROGRESS, KEEP AWAY FROM BUILDING, NOPARKING etc. along with sufficient supervisory staff on ground shall beprovided by the contractor, wherever required. Nothing extra shall be payable on this account.
q) The site of work shall be always kept neat and clean due to constraints of working space in and around
buildings. To avoid nuisance to the occupants, all building rubbish and unserviceable materials shall be periodically removed from the premises to the approved municipal grounds and all necessary permissions in this regard have to be obtained by the contractor from the Municipal Authorities. Nothing extra shall be payable on this account.
r) Since the work is to be carried out in the occupied buildings, proper sequencing as regards dismantling of sanitary pipes, GI pipes, toilets etc. shall be done so as to cause minimum in convenience to the occupants besides taking care of the constraint of keeping the system functional during repairs by making temporary
arrangements, as required. Nothing extra shall be payable on this account. s) The area of dismantling / guiniting / replastering / repairing/steel work /Painting work /renewing broken glass
panes as per relevant items etc. given in the tender may have to be got done in patches, at different heights / levels also for which nothing extra cost shall be payable until & unless specifically mentioned in BOQ.
t) Lifting of materials such as cement, sand, wooden planks etc. through the building lifts is prohibited. No mixing or off loading etc. of mortar / cement concrete etc. over the open terrace / flooring shall be permitted. Arrangements as deemed it shall be made by the contractor for mixing/ lifting/off loading all materials etc. at no extra cost.
u) Since the work is to be carried out in the occupied buildings, proper sequencing as regards dismantling of Existing wiring, DBS, Switch board, Electrical installations etc. shall be done so as to cause minimum inconvenience to the occupants besides taking care of the constraint of keeping the system functional during repairs by making temporary arrangements, as required. Nothing extra shall be payable on this account.
Page 18
ANNEXURE-VIII
Additional Terms and Conditions for Contract
1. Complaints shall be made in the prescribed format.( Annexure- XI)
2. A complaint register shall be maintained in the Repair and Maintenance Office in which all
complaints received shall be documented.
3. All emergent Repair and Maintenance related complaints shall be attended within Twenty Four
hours failing which the said work will be carried out from other agency and this amount will be
recovered from the contractor’s bill.
a. The supervisor/Manpower deployed should be facilitated with mobile phone to contact on
urgent basis & their numbers should be displayed and forwarded to all offices.
b. All tools plants and materials to carry out the ARM work at site shall have to be provided by
contractor
c. Regional Office, ESIC shall not be under any obligation for providing employment to any of
the worker of the service provider after the expiry of the contract. Regional Office, ESIC does
not recognize any employee employer relationship with any of the workers of the service
provider.
d. Labour wages will be independent of the rate quoted and shall be paid as per CLC rate given
below:-
i. Payment to be made to the Labour as per current CLC rate for 31 days for staff quarter and
for other site 27 days/26 days as per available working days in respective month. (including
contribution towards PF-13.61%, ESI-4.75% or amended rate) in r/o. Deployed skilled/semi
skilled workers on submission of proper document
ii. Monthly wages of the deployed workers shall be paid through ECS/NEFT positively within
1st. week of every following month Contractor should be followed strictly the time schedule
for payment of wages. Wage/Pay-Slip should be issued to the deployed workers and a copy
of the same should be attached to the R/A Bill as per enclosed format of pay-slip/wage slip
(Format Annexed)
e. Contractor will ensure that the payments to worker is being made in accordance with the
minimum wages as notified by the Central Govt. time to time along with statutory
compliance like ESI, EPF, Labour laws etc
f. The Contractor must employee adult and skilled labour only. Employment of child labour will
lead to the termination of the contract and necessary action under India Penal Code also.
g. RO Kolkata or any Branch offices shall not be responsible for providing residential
accommodation to any of the employee of the contractor.
h. Contractor employee/workmen shall register attendance through Aadhar Enabled Biometric
Attendance system (AEBAS) installed at Offices as applicable.
i. It will be the responsibility of the contracting agency to meet transportation, food,medical
and any other requirements in respect of the persons deployed and ESIC will have no
liabilities in this regard.
j. The contracting agency shall be solely responsible for the redressal of grievances/resolution
of disputes relating to person deployed. ESIC shall, in no way, be responsible for settlement
of such issues whatsoever.
k. The Contractor shall engage only such workers, whose antecedents have beenthoroughly
verified, including character and police verification and other formalities. The Contractor shall
be fully responsible for the conduct of his staff.
l. The tenderer should quote manpower charges in Financial Bid strictly in accordance with
minimum wages as decided by the Central Govt. If the rates quoted found below the
minimum wages, tender will be rejected. Under any circumstances whatsoever, the
manpower deployed shall not be paid wages below the minimum wages declared by Central
Govt.
m. The Contractor at all times should indemnify ESIC against all claims, damages or
compensation under the provisions of Payment of Wages Act, 1936, Minimum Wages Act
1948, Employer’s Liability Act, 1938, the Workmen Compensation Act 1923, Industrial
Disputes Act 1947, Maternity Benefit Act 1961, Payment of Bonus Act, 1965 or any other law
relating thereto and rules made there under from time to time. ESIC will not own any
responsibility in this regard.
Page 19
n. Requirement of Manpower may increase or decrease , similarly deployment on any day is
subject to change as per requirement for the sake of calculation 30 days have been taken in
month and four Sundays have been taken in month, however payment shall be made on
basis of actual man days in a month.
o. The work shall be carried out as per CPWD general specifications and up to date relevant IS
codes & Indian electricity rules amended wherever applicable and to entire satisfaction of the
Engineer-in- charge.
p. All the material to be used in the work shall be new and must be got approved from the
Engineer-in-charge before use in the work.
q. Bad workmanship in the opinion of Engineer-in-charge shall not be accepted and shall be
rectified by the contractor at his cost to the entire satisfaction of Engineer-in-charge.
r. Dismantled material shall be returned to the department otherwise recovery for the same
shall be made at current market rates.
s. All hardware items such as screws, thimbles, connectors, earth/neutral terminals, wires etc.,
which are essentially required for completing any item of work as per specifications will be
deemed to have been included in the item even when the same have not been specifically
mentioned.
t. All T&P including ladders, wire drawing equipment, electrical chase cutting equipment, multi
meter, drill machine, meggar, earth resistance testing equipmentetc., required for the work
shall have to be arranged by the contractor. No T&P shall be issued by the department.
u. The staff engaged by the contractor shall possess valid electrical license should be well
behaved, polite and courteous. Any complaint against staff on behavior shall be taken very
seriously and such staff should be removed by the contractor immediately from the site and
arrange replacement for the same failing which the Engineer-in-charge has the power to
cancel the contract and the contractor shall have no claim of loss/compensation for this.
v. Safety of the staff deployed will be the responsibility of the contractor who must ensure the
safety of the staff adequately, as per CPWD safety rules. ESIC will not be responsible for any
mishap, injury accident or death of the staff. No claim in this regard shall be
entertained/accepted by the department.
Other criteria :
a) Bio-Data as per enclosed format & location of all the deployed skilled workers alongwith updated licence
certificate, recent passport size photograph, duly attested by competent authority is to be submitted by the
successful bidder within 15 days of issue of Work Order. Place of posting of each employee will be fixed, in
case of deployment / transfer to other location will only be accepted if prior approval has been taken for the
same from this office otherwise it will be consider absent form duty.
b) Bonus will be paid by the agency as per prescribed rules of Govt of India applicable rate once in a year. No
overhead/agency charges will be paid on payment of Bonus to the workers.
c) The deployed workmen will never be considered for call attending to any electrical maintenance works of
branch offices.
d)The agency must be solvent enough to carry out the day to day maintenance works and pay wages to
the operational staffs / labourers uninterruptedly.
e) Successful bidder should follow the Contract Labour (Regulations & Abolition) Act,1970 and Central
Rule,1971. The Contractor shall be responsible for ensuring compliance with the Labour Laws and all other
applicable laws that may be in force from time to time. All liabilities on account of non-observance of the same
shall be met by the contractor.
Similarly, the Contractor shall be liable to ensure compliance with the provision of Minimum Wage Act(s)
that may be in force from time to time.
f) Identity Card and uniform should be issued to the employee by the agency.
Page 20
ANNEXURE-IX
CONTRACT AGREEMENT
AGREEMENT FOR THE WORK OF………………………………………………………………
…………………………………………………………………………………………………………
This agreement made at Kolkata on this …………………..day of …………………………(Month, Year) between
……………………………………………….(Name of Agency) having their registered office4 at
…………………………………………………………………………………………………………..
………………………………….(hereinafter called the FIRST PARTY) of the one part and
The EMPLOYEES STATE INSURANCE CORPORATION represented by Additional Commissioner & Regional Director
having their office at New RO Building, Plot No.06, GB Block Salt Lake Sec III Kolkata-700097 (W.B.) (hereinafter called
the SECOND PARTY) of the other part for the execution of the work of …………
………………………………………………………………………………………………….. (hereinafter called the WORKS).
Specific Terms and Conditions of the Contract 1. After completion of the work, the Contractor will submit the Final Bill at the earliest from the date of completion.
On receipt of running/final bills, JE will check the measurement along with rates and after checking the same will
submit the bill to the AC & RD for their perusal and approval.
2. If there is delay in completing the work as per time schedule given in the Agreement, then the Contractor shall be
liable to pay an amount of 1.25% of the total cost of the work of delay or part thereof as liquidated damages to ESIC
subject to a maximum of 5% of sanctioned cost of the work. For working out the 1.25% allowance, the odd number of
days would be rounded to nearest week.
3. Performance Guarantee/Security Deposit: - As soon as LOI is issued to the successful contractor, the Contractor
will submit a Performance Guarantee/Security Deposit @5% of the contract amount within 10 days which will be valid
for one year from the date of completion of the work. Before signing the Agreement with the Contractor, the AC & RD
or his authorized representative will verify the authenticity / correctness of the Bank Guarantee from the concerned
Bank.
4. The funds released shall be utilized only for the sanctioned work and no appropriation of funds will be permitted
until and unless approved by competent authority.
5. After completion of work, JE/AE will verify the facts and satisfy themselves that the work has been completed in
accordance with the contract. JE will record the completion certificate and Medical Superintendent/Incharge of
concerned Hospital will also countersign the same.
6. First Party to whom the work is awarded will execute the work himself. He will not be allowed to sub-let the work
to any other agency.
7. JE In-charge will record the measurement of the work and will be 100% responsible for the correctness of the
same. The AE will also be overall responsible for the correctness of the bill in general. He will exercise his last check of
measurement at least to the extent of 50% by money value. Wherever EE is posted he will exercise the test check to
the extent of 10%.
8. No escalation charges will be paid to the Contractor.
9. +25% variation within the estimate will be allowed by the RD/ JD and above +25% variation will be sanctioned by
the competent authority. The RD/JD will submit the case with full justification along with their recommendations.
10. The contractor shall be responsible for ensuring compliance with the Labour Laws and all other applicable laws that
may be in force from time to time. All liabilities on account of non-observance of the same shall be met by the
contractor.
Page 21
11. Similarly the Contractor shall be liable to ensure compliance with the provision of Minimum Wage Act that may be
in force from time to time. All liability whatsoever on account of non-observance of the same shall also be met by the
Contractor at their risk and cost.
12. No skilled/semi-skilled/un-skilled workers will be employed directly by the RD/SSMC/MS for this works.
13. Arbitration: - In case of any dispute or difference arising out of the Agreement, the same shall be referred to the
sole arbitration of the Chief Engineer, ESIC and his decision shall be binding on both the parties.
The witnesses whereof Shri …………………………………….., for and on behalf of First Party and Shri
…………………………………….. on behalf of Second Party have herein set their hands and seals and signed on the date and year
first above written.
For and on behalf of First Party, For and on behalf of Second Party,
( ) ( )
Witnesses: Witnesses:
1…………………………….. 1……………………………..
2…………………………….. 2……………………………..
Page 22
ANNEXURE-X
FORM OF PERFORMANCE SECURITY BANK GUARANTEE
In consideration of the Addl. Commissioner & Regional Director, Employees’ State Insurance Corporation,
Kolkata having agreed under the terms and conditions of the Agreement no. .............. dated made between
Employees’
State Insurance Corporation and Second Party (here in called the said contractor .............................. for the
work .............................. hereinafter called the said agreement) to production of irrevocable bank
guarantee for Rs. .............................................
(Rs…………………………………………………………………………………………………………………………………………
...................................................... only) as a Security/Guarantee from the Contractor for compliance of
his obligations in accordance with the terms and conditions in the said agreement.
1. We ................................................... (hereinafter referred as to “The Bank” hereby) (indicate the name of
the bank) Undertake to pay to the Employees’ State Insurance Corporation an amount not exceeding Rs.
......................(Rs. .............................................. only IN WORDS) on demand by the
Additional Commissioner & Regional Director, ESI Corporation, Kolkata.
2. We do hereby undertake to pay the amounts due and payable under
this Guarantee without any demure, merely on a demand from the Addl. Commissioner & Regional Director,
ESI Corporation, Kolkata stating that the amount claimed is required to meet the recoveries due or likely to be
due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount
due and the payable by the bank under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs………………………… . (Rs only IN WORDS).
3. We, the said bank further undertake to pay to the Employees’ State Insurance Corporation any money that
is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding
pending before any court or Tribunal relating thereto, a liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be a valid discharge of a liability for payment
there under and the Second Party shall have no claim against us making such payment.
4. We ..................................................... further agree that the guarantee herein contained shall remain in
full force and effect during the period that would taken for the performance of the said agreement and that it
shall continue to enforceable till all the dues of the Employees’ State Insurance Corporation under or by virtue
of the said agreement have been fully paid and its claims satisfied or discharged or Addl. Commissioner &
Regional Director on behalf of the Employees’ State Insurance Corporation certified that the terms and
conditions of the said agreement have been fully and properly carried out by the said Second Party and
accordingly discharges this guarantee.
5. We ..........................................(indicate the name of Bank) further agree with the Addl. Commissioner &
Regional Director Employees’ State Insurance Corporation, Kolkata shall have the fullest liberty without our
consent and without effecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said contractor(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by the Addl.
Commissioner & Regional Director, Employees’ State Insurance Corporation, Kolkata against the said Second
Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not
be relieved from our liability by reason of any such variation, or extension being granted to the said
contractor or for any forbearance, act of omission on the part of the Employees’ State Insurance Corporation
or any indulgence by the Employees’ State Insurance Corporation to the said contracts or by any such matter
or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank of the contractor.
7. We ............................................lastly undertake not to revoke this guarantee except with the previous
consent of the Addl. Commissioner & Regional Director, Employees’ State Insurance Corporation, Kolkata in
writing.
Page 23
8. This guarantee shall be valid up to ......................... . Unless extended on demand by Addl. Commissioner
& Regional Director, Employees’ State Insurance Corporation, Kolkata. Notwithstanding anytime mentioned
above, our liability against this guarantee is restricted to
Rs.....................(Rs………………………………………………………………………………………………………………
………………………………………....................................... only) and unless a claim in writing
is lodged with us within six months of the date of expiry of the extended date of expiry
of this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the ............................ Day of ........................
For .................................................. (indicate the name of Bank)
Page 24
ANNEXURE-XI
PROFORMA FOR COMPLAIN SLIP SL. NO................... DATE:. ...................
COMPLAIN FOR CIVIL/ELECTRIC MAINTENANCE
NAME:.................................................................................................................................................... DESIGNATION:..................................................................................................................................................... QTR. NO./ BR. OFFICE/ DEPARTMENT:........................................................................................................... DESCRIPTION OF COMPLAINTS/ DEFECTS
Signature of Complainant …..................................................................................................................................................................
Recommendation
SUPDT/JE(C)/JE(E)/CARETAKER ….................................................................................................................................................................. JOB COMPLETION CERTIFICATE
SIGNATUROF COMPLAINANT
SUPDT(C)/JE(C)/JE(E)/CARETAKER
Page 25
COMPLAINT REGISTER
S. No. Date/
Time
Complaint Nature of
complaint
Complaint
attended
Date/ Time
Remarks Signature
Page 26
ANNEXURE-XII
TECHNICAL BID PROFORMA
1. GENERAL INFORMATION
NAME OF THE AGENCY/ FIRM ALONG WITH ADDRESS
AND TELEPHONE / MOBILE NO AND
E-MAIL ADDRESS (Registered office/ Branch Office in
Uttar Pradesh
NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS
TYPE OF FORMATION
(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)
CBS ACCOUNT RTGS/NEFT DETAILS
2. STATUTORY AND OTHER REQUIREMNTS:
Particulars Registration Number Copy Enclosed (Yes/No)
Certificate of Incorporation/
Registration of Firm
Registration details as
contractor with C.P.W.D./ State
P.W.D.s./M.E.S./
Railways/PSU/Automonous Bodies/
BSNL or any other government body
(along with year of registration)
ESI Registration
Valid copy of Electrical License to carry
out Electrical work
EPF Registration
GST Registration with Latest Challan
PAN No. under Income Tax
Professional Tax Registration
Labour (Central) Registration
Certificate, if applicable
Page 27
3. DETAILS OF COMPLETED
Name of
C.P.W.D./ State P.W.D.s./M.E.S./
Railways/PSU/Autonomous
Bodies/ BSNL or any other
government body
Details of the
Completed
Works of Similar
Nature
Cost of the
Completed
Works
Copy of Certificate issued by
concerning authority Enclosed
(Yes/No)
4. DETAILS OF BALANCE SHEET/ P&L ACCOUNT DURING LAST THREE FINANCIAL YEAR
Financial
Year
Copy Enclosed
(Yes/No)
Income (Rs.) Expenditure (Rs.) Net Profit/
Loss (Rs.)
2015-16
2016-17
2017-18
5. Copies of Income Tax Return for Financial year , 2015-16 , 2016-17 and 2017-2018
Financial
Year
Income Tax Return Enclosed (Yes)
2015-16
2016-17
2017-18
Sign of Contractor: ...........................................
Date : .................................
Place: .................................
Page 28
Preferred qualification & experience of workman to be deployed on site
Sr.
no.
Job Description Category Preferred Qualification & Experience
1 Supervisor
Highly Skilled Diploma in Civil / Elec. Engineering 10 Years experience in respective fields
2 Plumber / Electrician/ Lift Man / Pump Man
Skilled ITI with minimum 1 year experience or having experience
of more than Five years in Maintenance of similar Nature of work.
2 Carpenter / Mali Semi Skilled Three ( 03) years experience in Maintenance of similar
Nature of work.
3 Sewer Man / Helper Unskilled N.A.
Details of Existing Staff of the tenderer
S. No. Name Qualification Designation Place of
Posting
ESI No. EPF No.
The above format may be used to provide employee details, If necessary
separate sheet duly signed may be attached for details of the above table should be
specifically mentioned with justification.
Page 29
ANNEXURE-XIII
EXPERIENCE OF COMPANY
Experience of the similar nature of completed work/contract as per eligibility condition.
1 Project title & Location :
2 Name of the Employer(s) and Address :
3 Describe area of participation (Specific Work
done/services rendered by the applicant)
4 Period of work Done/Services rendered for the
project
5 Total cost of similar nature of work as per
completion Certificate
6 Date of start of the work
7 Date of completion of the work
8 Completion Certificate issued by
9 Any other details
NOTE :-
Supporting authenticated documents, like completion certificates from the Employer in
support of each of the above works/project to be furnished in original when asked for.
Sign of Contractor : ...........................................
Date : .................................
Place: ................................
Page 30
ANNEXURE-XIV
Format of undertaking to be submitted along with Tender
Undertaking:
1. I the undersigned hereby declare and affirm that I have gone through the terms and conditions mentioned in the tender document and under take to comply with all the terms and conditions.
2. That the rates quoted by me are valid and binding upon me for the entire period of contract. 3. The Copy of the earnest money of Rs . ………………….…………… deposited by me vide Demand Draft No. …………….……….. Dt. …….……… drawn on ……………...................…………… (Name of the Bank) is attached herewith. 4. The physical EMD shall be deposited by me/us with the PMD Head Calling the bid before the prescribed time otherwise
department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from tendering in ESIC.
5. That I/ We authorize The Additional Commissioner & Addl. Commissioner & Regional Director ESIC, Kolkata to forfeit the security deposit money submitted by me/us if any delay or failure to supply the article/completion of the work to the satisfaction of the compitent authority. Within the stipulated time of the items of desired quality.
6. That I will be in the position to provide contract as per the work explained to me to the satisfaction of the Compitent authority.
7. That there is no vigilance/CBI case or court case pending against me/ my firm debarring me/my firm to undertake contract work/ supply of items quoted.
8. That I hereby undertake to carry out the work as has been explained to me to the satisfaction of compitent authority with in stipulated period.
9. I have been informed that The Additional Commissioner & Addl. Commissioner & Regional Director, ESIC, Kolkata has the right to accept or reject any or all the tenders without assigning any reason thereof.
10. I am ready to sign the agreement with the ESIC which was shown to me.
Sign of Contractor with stamp:
Full Name:
Designation:
Date :
Place: .
Page 31
ANNEXURE-XV
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to
participate in the tender.
S.no Item Confirm (Yes/No)
1 EMD
2 Tender form with complete technical bid and Financial bid, with
all pages serially numbered , signed and stamped on each page
3 Audited Balance sheet of last three years with details of annual
turnover , profit/loss account etc.
4 Income tax statement of last three years with income tax
clearance certificate.
5 Attested Photo copy of PAN Card
6 GST Registration Certificate
7 Tax registration certificate with details of the last payment
8 Documents in support of contracts fulfilled in last 3years along
with their values in support of the experience and financial
credibility.
9 Registration certificate under central labour law authorities.
Copy of valid labour license
10 Satisfactory completion of contract certificate from previous
organizations.
11 ESI Registration Certificate copy
12 EPF Registration Certificate copy
13 Valid Copy of Electrical license of company
14 CBS ACCOUNT RTGS/NEFT Details
15 Any other information which you consider necessary to furnish
Signature of Authorized Person
Date : Full name:
Place : Company's seal:
Page 32
ANNEXURE-XVI
Financial Bid
ABSTRACT OF FINANCIAL BID FOR ELECTRICAL
PART DESCRIPTION AMOUNT (Rs.)
I. Abstract of Manpower Deployment on
different site. (i.e 12 month wages) for
Electrical annual maintenance
works(components of rate of payments as
mentioned in financial bid)
II. Abstract of Electrical Works
Total( PartI+II)
Total in words-
Rupees-
Only
Sign of Contractor:
Full Name:
Designation:
Date :
Place: .
Page 33
Electrical Works
Description
No of
workmen to
be engaged
during each
month at site
Days in
month
per
person
Monthly Wages
(Rate per day * 26)
( CLC + 3.25% ESI +
13% PF ) * 26
Annually Wages (Monthly Wages * 12)
Electrician (Skilled) 06 26 21458 * 06 = 1,28,748.00 15,44,976.00
Helper ( Unskilled ) 03 26 17,654.00 * 03 = 52,962.00 6,35,544.00
Bonus to each employee@ 7000 63,000.00
Sub Total 22,43,520.00
GST @ 18% 4,03,850.00
Total 26,47,850.00
Note :
1. The worker engaged for the month will be allowed weekly off on continuous
engagement for a week.
2. Requirement for manpower may increase or decrease, similarly deployment on
any day is subjected to change.
3. Payments shall be made for the actual days of employment.
4. Deployment of manpower will be on various shifts at the hospital (24x7)/ as per
site requirement.
5. Agencies are bound to pay as par CLC rate to their employees despite of their
quoted rates towards manpower.
Page 34
Financial part of the Bid
For all the skilled/semi-skilled/unskilled manpower deployed for the work
• All the manpower deployed in ESI shall be paid wages on a monthly basis (By ECS in time) by the
contractor.
• Rate of monthly wages should not be less than rate of minimum wages as per notification of Chief
labour Commissioner, New Delhi from time to time
• Since it is a composite Bid and in addition to supply/engagement of labourers/workman, the other
works including labour/material as listed in work part of this bid may also be carried out
simultaneously hence it would be mandatory on the part of bidder to provide proper photo ID card,
duty card to each of his worker in separate colors i.e. for works & supply of Laborers. Bidders shall
have to submit daily progress report of the workers engaged under labour supply with brief
description of daily work done to Engineer or his authorized representative.
• During inspection, if any of the workmen engaged under supply of workman part fails to show his
photo ID & job card, No any payment shall be admissible under labour/manpower supply part and
such workman shall be treated to be engaged for carrying the work against the work part of this bid.
Similarly if any of the workmen except supervisor engaged under manpower supply of bid is found to
be working for items involved for works part of bid, the payment of such workman will not be
entertained under supply of manpower part of bid.
• The number of manpower may be increased or decreased at the option/requirement of Engineer
from time to time
• Contractor must be capable to pay monthly wages upto 1-2 months from his own resources due to
delay in payment by ESIC RO Kolkata if any
• Pay slip shall be provided to the deployed manpower and pay statement shall be submitted to
Engineer every month.
• After transferring the monthly wages, EPF & ESI to his deployed man power, contractor shall submit
the bill to Engineer with pay bill EPF & ESI details/challans along with a copy of daily attendance
register.
• Proof of GST shall be submitted to Engineer with the bill.
• The rate quoted by the bidder shall be deemed to be inclusive of all taxes as applicable ,levies, freight
etc. Nothing shall be paid extra on the quoted rate of the bidder.
v Page 35
ANNEXURE-XVII
Performa of monthly pay slip to be issued by the contractor to its workman shall be as under-
(ESIC’s Copy)
AGENCY’s NAME Agecy’s address
WAGES SLIP FOR THE MONTH OF : ____________
Employee Name : ESI No.(IP No.) :
Designation : PF A/C : Rate : UAN No.. :
No. of Day's work : PAN No :
Bank A/C No : IFSC No :
Earning Deduction
Gross : ESI Contribution(Employee) : ESI Contribution(Employer) :
PF Contribution(Employee) : PF Contribution(Employer) : Total Deduction :
NET PAY :
Receiver Full Signature
(Employee’s copy)
AGENCY’s NAME Agecy’s address
WAGES SLIP FOR THE MONTH OF : ____________
Employee Name : ESI No.(IP No.) :
Designation : PF A/C : Rate : UAN No.. :
No. of Day's work : PAN No :
Bank A/C No : IFSC No :
Earning Deduction
Gross : ESI Contribution(Employee) : ESI Contribution(Employer) :
PF Contribution(Employee) : PF Contribution(Employer) : Total Deduction :
NET PAY :
Receiver Full Signature
• The claim in bills regarding ESI, EPF shall be necessarily accompanied with
documentary proof pertaining to the concerned month. A portion of bill amount will
keep/ held up till such proofs are furnished.
v Page 36
• The manpower will be purely need based.
• TDS shall be as per provisions of Income Tax department.
Sign of Contractor: Full Name: Designation: Date : Place: .
v Page 37
ANNEXURE-XVIII
PROFORMA FOR BIO-DATA
Bio Data
Name of the Employee :
Father's name of the Employee :
Date of Birth :
Religion :
Sex :
Address :
Nationality :
Permanent Address :
Place of Posting :
Contact No :
Education Qualification :
Examination Year of Passing Board / Institution/ School
Electrical License / Lift Operator License (Yes or No):
If yes then Details:
Experience Details:
Declaration
I hereby declare that the above mention statement is given by me is true to the best of my
knowledge and belief.
Date:
Place: Full Signature
v Page 38
ANNEXURE-XIX
Estimate for Electrical at ESIC office building 2019 -2020
SL No
DSR / PWD / market
Product Description Make Unit Quantity rate
(including GST)
amount
1 Market
LED 60 watt, 5700 K, false ceiling type or suspended type for cleanining Room or Operation Theater or Lab 2 / 1.5 / 1 X 2 / 1.5 / 1 feet (model- LED CLEAN ROOM TOP OPENING, ordring code - LHECDDL7PL5W060, make - havells).
crompton / wipro / orient / bajaj /
havells each 4 7337 29348
2 Market
LED 78 / 80 watt, 5700 K, false ceiling type or suspended type for cleanining Room or Operation Theater or Lab 2 / 1.5 / 1 X 2 / 1.5 / 1 feet. (model- LED CLEAN ROOM TOP OPENING, ordring code - LHECDDL7PL5W080, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 8873 35492
3 Market
100 watt LED type flood light set with IP65. (model - JETA NEO, ordering no - LHEPCZU7PA6J100, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 10951 43804
4 Market
150 watt LED type flood light set with IP65. (model - JETA PRO PLUS, ordering no - LHFPCZBFP46J150, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 18642 74568
5 Market
200 watt LED type flood light set with IP65. (model - JETA PRO PLUS, ordering no - LHFPCZBFP46J200, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 23797 95188
6 Market
300 watt LED type flood light set with IP65. (model - JETA PRO, ordering no - LHEPDFU7P46J300, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 39749 158996
7 Market
LED 90 watt street light with IP65 (model - ENDURA PULSE, ordering no - LHETBXU7PA6J090, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 10254 41016
8 Market
LED upto 25 watt street light with IP65 (model - ENDURA CITYLITE PLATINUM, ordering no - LHEWEBP7PL6S025, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 2297 9188
9 Market
LED upto 35 watt street light with IP65 (model - ENDURA CITYLITE PLATINUM PLUS, ordering no -LHETBXU7PAIS035, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 3542 14168
10 Market
LED upto 25 watt down lights, round type with IP44 rating ( Model - ENDURA HO, ordering code - HEAAGP7PL4W025, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 2362 9448
11 Market
LED upto 15 watt down lights, round type With its IP44 rating ( Model - ENDURA HO, ordering code -LHEAAGP7PL4W015, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 1773 7092
12 Market
LED upto 25 watt down lights, round type with IP44 ( Model - ENDURA NEO, ordering code -LHEBJNP7IZ1W025, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 2665 10660
13 Market
LED upto 15 watt down lights, round type With its IP44 rating ( Model - ENDURA DL NEO, ordering code - LHEBJNP5IN1W015, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 1667 6668
v Page 39
14 Market
LED from 12 watt upto 15 watt down lights type With its IP44 rating ( Model -EDGEPRO ROUND, ordering code -LHEWEKP7PL1W018, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 1523 6092
15 Market
LED 12 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO ADJUSTABLE, ordering code -LHEBMKPFIH1W012, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 1508 6032
16 Market
LED driver for 12 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO ADJUSTABLE, ordering code -LHEBMKPFIH1W012, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 669 2676
17 Market
LED 20 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO SNOOT, ordering code -LHESAQPBIN1W020, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 3796 15184
18 Market
LED driver for 20 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO SNOOT, ordering code LSSCRX1837, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 610 2440
19 Market
LED 36 watt suspended type 5000 K ( Model - DESTELLO SUSPENDED, ordering code - LHEDEEP6PL1W036, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 5866 23464
20 Market
LED 36 watt suspended type 5000 K ( Model - SABER, ordering code - LHEDHRP7PY1W036, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 9717 38868
21 Market
LED 40 watt suspended type 5000 K (with continuous mounting end cap) ( Model - CONSTA LED, ordering code - LHECDOL6PW1W040, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 4932 19728
22 Market
Suspended 40 watt linear LED luminaire with drop down diffuser (Model - AxeonLED Drop Down, cat no - LM34-501XXX-57DDCT, Make - wipro)
crompton / wipro / orient / bajaj /
havells each 4 17406 69624
23 Market
LED 18 watt, 4 feet tube light. ( Model - LUMILINE, Ordering code - LHEXBQP6IN1W018, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 663 2652
24 Market
LED 20 watt, 4 feet tube light. ( Model - E-LITE LED TRIYCA, Ordering code - LHEXBYPNIN1W020, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 934 3736
25 Market
Bathroom decorative light suitable for 1x15W LED ( Model - BEETLE, Ordering code - LHDL07150099, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 646 2584
26 Market
bedroom decorative light suitable for 1x10W LED ( Model - EBONY / VENZA, Ordering code - LHJE04104499 / LHJC02108499, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 1017 4068
27 Market
Baranda decorative light suitable for 1x15W LED ( Model - GLAZE / FLORET , Ordering code - LHFOECE1TZ1B014 / LHFHCHE1TL1W020, make - havells)
crompton / wipro / orient / bajaj /
havells each 4 566 2264
28 Market
LED tube light batten double side. (Model - REGAL BATTEN FOR LED TUBE, ordering code - LHFYBWP2TB1W020, Make - Havells)
crompton / wipro / orient / bajaj /
havells each 4 393 1572
29 Market
2 X 2 feet, 28 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 2X2, ordering code - LHEWEIP6PW1W028, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 4949 19796
v Page 40
30 Market
2 X 2 feet, 42 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 2X2, ordering code - LHEWEIP6PW1W042, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 5331 21324
31 Market
1 X 1 feet, upto 34 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 1X1, ordering code - LHEWEJP6PW1W015, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 2235 8940
32 Market
2 X 2 feet, 36 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) with Provision for open suspension with chain hooks through 4 holes (nos.) of Ø 6mm provided behind the fixture (Model - ENDURA SLIM PRO PLUS 2X2, ordering code - LHECDIL6PP1W0362, Make - havells)
crompton / wipro / orient / bajaj /
havelles each 4 3456 13824
33 Market
LED Driver for ENDURA SLIM PRO PLUS ordering code - LHECDIL6PP1W0362, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 950 3800
34 Market
1 X 1 feet, 15 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) with Provision for surface mounting through 4 holes (nos.) of Ø5 mm provided at the back of the fixture. (Model - PLUTO PANEL (SURFACE), ordering code - LHEWEIP6PL1W015, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 2378 9512
35 Market
2 X 2 feet, 36 watt, Suitable for Armstrong / grid ceiling. Also, provision for open suspension with chain/ hooks through 4 holes (nos.) of Ø6mm provided at the side panel of the fixture. (Model - SOFTLINE BRILLIANT NEO 2X2, ordering code - LHEWEBP7UN1W036, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 4662 18648
36 Market
40 watt, Contemporary suspended light to match the ergonomics of next generation offices with PC diffuser and extruded aluminium anodised housing.(Model - AVION, ordering code - LHEDDGN5IX1W040, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 8331 33324
37 Market
Ultra bright glass 18 watt LED Tubelight with very high efficacy suited for installation in existing T8 tubelight with G13 lamp holders to give glare free light (Model - CRYSTAL GLASS LED TUBELIGHT (Double Side Connection), ordering code - LHLDDAXEUL8Z018, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 440 1760
38 Market
Ultra bright 18 watt LED Tubelight with aluminium heat sink & polycarbonate diffuser having high efficacy suited for installation in existing T5 tubelight with G5 lamp holders to give glare free light with separate LED driver. (Model - TITANIA SLEEK NEW T5 LED TUBELIGHT (Double Side Connection), ordering code - LHLDCNVENL8Z018, Make - havells)
crompton / wipro / orient / bajaj /
havells each 4 971 3884
39 Market
LED Ball lamp up to 10 watt crompton / wipro / orient / bajaj /
havells each 4 123 492
40 Market
LED Ball lamp up to 15 watt crompton / wipro / orient / bajaj /
havells each 4 247 988
v Page 41
41 Market
LED Ball lamp up to 20 watt crompton / wipro / orient / bajaj /
havells each 4 342 1368
42 p - 19,
11
fixing only lamp or LED bulb or LED tube. ISI each 21 5 105
43 1.35
Installation ,Testing, Commissioning of wall bracket /ceiling / false ceiling fittings of all sizes and shapes containing upto three GLS/CFL/LED lamps per fitting, complete with all accessories including connections etc. as required.
ISI each 26 98 2548
44 1.41
Installation, testing and commissioning of pre-wired, fluorescent or LED fitting or compact fluorescent of all types, complete with all accessories and tube/lamp etc. directly on ceiling / false ceiling / wall or suspended type from ceiling / false ceiling , including connections with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable and earthing, etc. as required.
ISI each 26 168 4368
45 1.43
Providing and fixing extra conduit down rod of 20 mm dia, 2 X 10 cm length, wiring with 2 X 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)
ISI each 26 40 1040
46 P - 20,
18
Fixing only outdoor / street light type fitting or MV or SV light fitting complete with all accessories to be fixed /projected from the wall of the building incl. making holes/providing clamping arrangement & necy. GI reducer as required. S&F 40 mm GI pipe (ISI-Medium) quality 1.5 mts. average length having suitable bend S&F necy. length of 1.5 sqmm PVC insulated single core stranded annealed copper wire and making connections as required and mending good damages to wall incl. painting etc
ISI each 26 807 20982
47 P - 20,
19
Fixing only outdoor / street light type fluorescent light fitting or LED luminiar fitting complete with all accessories to be fixed / projected from the wall of the building incl. making holes to building, S&F 40 mm dia GI pipe (ISI-Medium) 1.50 mts. average length, with GI socket at one end and thread at the other end & suitable bend to house the fitting & making necy. connections with S&F necy. length of 1.5 sqmm PVC insulated single core stranded annealed copper wire and making connections as required and mending good damages to wall and painting
ISI each 26 722 18772
v Page 42
48 P - 83,05
Supplying & Fixing GI waterproof type looping cable box size 200x150x100 mm deep having 4 mm thick comprising of one 415 V 15 A kit-kat fuse unit, one NL on porcelain insulator, one compression type brass cable gland for PVC/Al/cu/ armoured cable and having lined with rubber gasketted GI top cover with brass machine screws etc., earthing terminal with lug, on steel tubular pole near base, including S&F 40x6 mm thick, MS clamps with bolts, nuts etc. including painting with anticorrosive paint
ISI each 26 458 11908
49 P - 83,04
Fixing outdoor type fluorescent/SV/MV light fitting on pole including S&F 40 mm dia x 1.68 mts. long GI Pipe (ISI-Medium) bracket with 40 mmx10 mm thick, MS clamp etc. and providing wiring with 2x1/1.40 PVC insulated and sheathed wire (single core) from loop box at the base of pole to light fiting through pole & bracket (without control switch) including making connections & painting
ISI each 26 1335 34710
50 Market
1200 mm ceiling fan Velocity/Velocity HS
havells / orient / bajaj / crompton
/ usha each 6 2199 13194
51 Market
wall fan Airboll Hi-Speed 450 mm haveles
havells / orient / bajaj / crompton
/ usha each 3 3568 10704
52 Market
wall fan Platina HS 400 havells
havells / orient / bajaj / crompton
/ usha Each 3 2780 8340
53 Market
wall fan D’zire 300 mm
havells / orient / bajaj / crompton
/ usha Each 3 2289 6867
54 Market
Pedestal Fans windstrom 450 mm havells
havells / orient / bajaj / crompton
/ usha Each 3 3894 11682
55 Market
Pedestal Fans Trendy 400mm havells
havells / orient / bajaj / crompton
/ usha Each 3 2926 8778
56 Market
Ventilating Fans Ventil Air - DSP 230 mm Metallic Range havells / orient /
bajaj / crompton / usha
Each 3 1321 3963
57 Market
Ventilating Fans Ventil Air - DSP 300 mm Metallic Range havells / orient /
bajaj / crompton / usha
Each 3 1529 4587
v Page 43
58 Market
Ventilating Fans heavy duty Turbo Force SP 400 mm havells / orient /
bajaj / crompton / usha
Each 3 5135 15405
59 Market
Ventilating Fans heavy duty Turbo Force SP 600 mm havells / orient /
bajaj / crompton / usha
Each 3 9751 29253
60 Market
Ventilating Fans Ventil Air-DXR 150 mm Non Metallic Range havells / orient /
bajaj / crompton / usha
Each 3 1458 4374
61 Market Repair ( coil change) Ceiling fan up to 1400 mm
ISI Each 11 450 4950
62 Market Repair of Pedestal fan (coil change ) up to 450 mm
ISI Each 6 550 3300
63 Market Repair of Pedestal fan (coil change ) beyound 450 mm
ISI Each 6 600 3600
64 Market Repair / coil change of exhauat fan up to 400 mm
ISI Each 6 450 2700
65 Market Repair / coil change of exhauat fan up to 600 mm
ISI Each 11 550 6050
66 1.44
Installation, testing and commissioning of ceiling fan, including wiring the down rods of standard length (upto 30 cm) with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable etc. as required.
ISI each 31 171 5301
67 1.47
Supplying and fixing extra down rod of 10 cm length G.I. pipe, 15 mm dia, heavy gauge including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)
ISI each 16 33 528
68 1.48
Supplying and fixing extra conduit down rod of 20 cm length G.I. pipe 15 mm dia, heavy gauge including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)
ISI each 16 37 592
69 P - 21,
29
Fixing only cabin fan or wall fan on wall/ceiling by S&F rag bolts, nuts & washers (6 mm dia x 62 mm long) or as reqd. incl. S&F 24/0.20 PVC insulated flexible copper wire 0.5 mt. length
ISI each 16 92 1472
70 1.49
Numbering of ceiling fan/ exhaust fan/ fluorescent fittings / LED fittings / Tv / refrigerator / fridge / motor / pump / any electrical items as required.
ISI each 51 48 2448
71 1.50.1
Installation of exhaust fan Upto 450 mm sweep in the existing opening, including making good the damage, connection, testing, commissioning etc. as required.
ISI each 11 363 3993
72 1.51.2
Installation of exhaust fan beyound 450 mm in the existing opening, including making good the damage, connection, testing, commissioning etc. as required.
ISI each 11 523 5753
73 1.51 fixing the louvers/ shutters complete with frame for a exhaust fan of all sizes. ISI each 6 168 1008
v Page 44
74 1.52
Painting of ceiling fan in installed position with one or more coats of spray painting with synthetic enamel paint of approved brand and manufacture to give an even shade, including cleaning of surface with detergent etc. as required.
ISI each 6 135 810
75 P - 21, 28 (a)
Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 23 cm (9")
ISI each 6 247 1482
76 P - 21, 28 (b)
Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 30 cm (12")
ISI each 6 329 1974
77 P - 21, 28 (c)
Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 38 cm (15")
ISI each 6 411 2466
78 P - 21, 28 (d)
Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 45 cm (18")
ISI each 6 493 2958
79 P - 21, 28 (e)
Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 60 cm (24")
ISI each 6 658 3948
80 p - 42, 32 (a)
Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long)23 cm Exhaust fan (9")
ISI each 6 152 912
81 p - 42, 32 (a)
Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 30 cm Exhaust fan (12")
ISI each 6 193 1158
82 p - 42, 32 (a)
Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 38 cm Exhaust fan (15")
ISI each 6 318 1908
83 p - 42, 32 (a)
Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 45 cm Exhaust fan (18")
ISI each 6 468 2808
84 p - 42, 32 (a)
Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 60 cm Exhaust fan (24")
ISI each 6 718 4308
85 Market
supply fixing of wall mounting fan gear box Bajaj / Orient /
havells / crompton
each 6 150 900
86 Market
supply fixing of wall mounting fan shaft Bajaj / Orient /
havells / crompton
each 6 120 720
v Page 45
87 Market
supply fixing of wall mounting fan regulator Bajaj / Orient /
havells / crompton
each 6 150 900
88 Market
Direct on line starter for up to 15 H.P,3 phase, 415 Volt, with ss encloser type MK1, relay max 13 - 22 amps, cat no SS96228, make - L and T
L&T or Havells or schneider or
Siemens each 3 2293 6879
89 Market
rewinding of motor 800INR per H.P (15 H.P) including labour charge , carrying cost, move up or down the motor or all accessories
ISI each 4 12000.0
0 48000
90 p - 18, 7
(a)
Fixing only starters (for motor control) on flat iron frame on wall for motor (upto 5 HP) ISI each 4 130.00 520
91 p - 18, 7
(a)
Fixing only starters (for motor control) on angle iron frame on wall for motor (upto 5 HP) ISI each 4 215.00 860
92 p - 18, 7
(a)
Fixing only starters (for motor control) on flat iron frame on wall above 5 HP upto 15 HP ISI each 4 178.00 712
93 p - 18, 7
(a)
Fixing only starters (for motor control) on angle iron frame on wall above 5 HP upto 15 HP ISI each 4 215.00 860
94 p - 18, 8 Fixing only Single Phasing Preventor on flat iron frame on wall ISI each 4 130.00 520
95 1.10.1
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - A
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
anchor / finolex
Point 10 717 7170
96 1.10.2
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - B
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
anchor / finolex
Point 10 783 7830
97 1.10.3
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - C
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
anchor / finolex
Point 10 990 9900
v Page 46
98 1.11
Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductor single 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 insulated copper conductor single core cable etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
anchor / finolex
Point 10 1057 10570
99 P - 65,
1©
Distribution wiring in 1.1 KV grade 2x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire (Brand approved by EIC) in suitable size PVC casing-capping (Precision make) with 1x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire for ECC, incl. necy. fittings etc. to light/fan/call bell point with Modular type switch (Brand approved by EIC) fixed on Modular GI / PVC switch board with top cover plate on wall incl. mending good damages to original finish. [PVC casingcapping and Switch board both on surface] average run of 8 metre.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
anchor / finolex
Point 10 879 8790
100 P - 65,
2(a)
Distribution wiring in 1.1 KV grade 2x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire (Brand approved by EIC) in suitable size PVC casing-capping (Precision make) with 1x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire for ECC, incl. necy. fittings etc. to light point with 2 no. 2 way Modular type switch (Brand approved by EIC) fixed on Modular GI / PVC switch board with top cover plate on wall incl. mending good damages to original finish. [PVC casingcapping and Switch board both on surface] average run of 9 metre
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
finolex
Point 11 1090 11990
101 1.14.1
Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / polycab /
finolex
metre 10 146 1460
102 1.14.2
Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required
havells / polycab / finolex / anchor
metre 10 167 1670
v Page 47
103 1.14.3
Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 4 sq. mm + 1 X 4 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required
havells / polycab / finolex / anchor
metre 10 200 2000
104 1.14.4
Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 6 sq. mm + 1 X 6 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required
havells / polycab / finolex / anchor
metre 10 249 2490
105 1.14.5
Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 10 sq. mm + 1 X 6 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required
havells / polycab / finolex / anchor
metre 10 328 3280
106 1.17.1
Supplying and drawing 1 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 29 290
107 1.17.2
Supplying and drawing 2 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 41 410
108 1.17.3
Supplying and drawing 3 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 54 540
109 1.17.11
Supplying and drawing 2 x 2.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 55 550
110 1.17.12
Supplying and drawing 3 x 2.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 75 750
111 1.17.20
Supplying and drawing 2 x 4 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 86 860
112 1.17.21
Supplying and drawing 3 x 4 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 117 1170
113 1.17.29
Supplying and drawing 2 x 6 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 122 1220
114 1.17.30
Supplying and drawing 3 x 6 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 167 1670
v Page 48
115 1.18.1
Supplying and drawing single pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 19 190
116 1.18.2
Supplying and drawing double pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 20 200
117 1.18.3
Supplying and drawing four pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 29 290
118 1.19
Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing surface/ recessed steel/ PVC conduit as required.
havells / polycab / finolex / anchor
metre 10 33 330
119 1.20.1
Supplying and fixing of 20mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 146 1460
120 1.20.2
Supplying and fixing of 25mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 165 1650
121 1.20.3
Supplying and fixing of 32mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 203 2030
122 1.21.1
Supplying and fixing of 20mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 84 840
123 1.21.2
Supplying and fixing of 25mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 90 900
124 1.21.3
Supplying and fixing of 32mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.
ISI metre 10 92 920
125 p - 57, 10(a)
Supplying and fixing PVC casing-capping 20x10mm Size [Precision Make] on wall or ceiling, incl. necy. PVC fittings etc. and mending good damages to building works
ISI metre 10 32 320
126 p - 57, 10(b)
Supplying and fixing PVC casing-capping 25x10mm Size [Precision Make] on wall or ceiling, incl. necy. PVC fittings etc. and mending good damages to building works
ISI metre 10 35 350
v Page 49
127 1.24.1
Supplying and fixing 5/6 A switch modular on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 85 850
128 1.24.4
Supplying and fixing 3 pin 5/6A modular socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 111 1110
129 1.24.3
Supplying and fixing 15/16A modular switch on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 132 1320
130 1.24.5
Supplying and fixing 6 pin 15/16A modular socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 175 1750
131 1.24.2
Supplying and fixing 2way 5/6A modular switch on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 123 1230
132 1.24.6
Supplying and fixing modular Telephone socket outlet on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 119 1190
133 1.24.7
Supplying and fixing modular TV antenna socket outlet on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 119 1190
134 1.24.8
Supplying and fixing modular bell push on the existing modular plate & switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 126 1260
135 1.25
Supplying and fixing two module stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 342 3420
v Page 50
136 1.26
Supplying and fixing modular blanking plate on the existing modular plate & switch box excluding modular plate as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 32 320
137 1.27.1
Supplying and fixing 1 or 2 Module (75mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 243 2430
138 1.27.2
Supplying and fixing 3 Module (100mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 267 2670
139 1.27.3
Supplying and fixing 4 Module (125mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 287 2870
140 1.27.4
Supplying and fixing 6 Module (200mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 333 3330
141 1.27.5
Supplying and fixing 8 Module (125mmX125mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 383 3830
142 1.27.6
Supplying and fixing 12 Module (200mmX150mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 434 4340
143 1.28.1
Supplying and fixing 1 or 2 Module Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 114 1140
144 1.28.2
Supplying and fixing 3 Module Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 128 1280
v Page 51
145 1.28.3
Supplying and fixing 4 Module Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 138 1380
146 1.28.4
Supplying and fixing 6 Module Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 167 1670
147 1.28.5
Supplying and fixing 8 Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 196 1960
148 1.28.6
Supplying and fixing 12 Modular base & cover plate on existing modular metal boxes etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 227 2270
149 1.32
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 A modular socket outlet and 5/6 & 15/16 A modular switch, connections etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 10 495 4950
150 1.31
Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 3 pin 5/6 A modular socket outlet and 5/6 A modular switch, connections etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 401 4411
151 1.33
Supplying and fixing 3 pin, 5 A ceiling rose on the existing junction box/ wooden block including connections etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 65 715
152 1.34
Supplying and fixing brass batten/ blass angle holder including connection etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 117 1287
153 1.38
Supplying and fixing call bell/ buzzer suitable for single phase, 230 V, complete as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 92 1012
v Page 52
154 1.39
Providing and fixing plain 16/0.20mm (0.50sqmm) twin flat flexible, FRLS PVC insulated, copper conductor cable, in PVC sleeve of suitable size on the floor/ wall, or side of the table/ door etc. as required.
havells / polycab / finolex / anchor
metre 11 26 286
155 1.4
Providing and fixing plain 16/0.20mm (0.50sqmm) twin circular flexible FRLS PVC insulated, PVC sheathed copper conductor cable direct on the wall with PVC clips etc. as required.
havells / polycab / finolex / anchor
metre 11 21 231
156 1.53.1
Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 1 run of cable havells / polycab
/ finolex / anchor each 11 49 539
157 1.53.2
Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 2 run of cable havells / polycab
/ finolex / anchor each 11 42 462
158 1.53.3
Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 3 run of cable havells / polycab
/ finolex / anchor each 11 114 1254
159 p - 62, 7
(a)
Supply & Fixing Modular type RJ45 sitable / socket for CAT6 cable (Brand approved by EIC) on existing PVC board and top cover plate on wall and making necessary connections as required
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 107 1177
160 p - 62, 7
(b)
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) on existing GI Modular board having top cover plate and making necessary connections as required
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 96 1056
161 p - 62, 8
(a)
Supply & Fixing RJ45 sitable / socket for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 197 2167
162 p - 62, 8
(b)
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 163 1793
163 1.57
Supplying & fixing suitable size GI box wih modular plate and cover in front on surface or in recess including providing and fixing 25 A modular socket outlet and 25 A modular SP MCB, "C" curve including connections, painting etc. as required.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 639 7029
v Page 53
164 1.58
Supplying and fixing PVC batten/ angle holder including connections etc. as required. schneider /
roma/ anchor / legrand / ABB /
havells / crabtree
each 11 90 990
165 p -39, 17
Supplying & Fixing Industrial Plug & Socket board with 240 V, 20A, SPN & Earth Metal Industrial Plug socket & 20A Industrial top incl. S&F 20 A SP MCB breaking capcity 10kA (C- Curve) in SS enclosure fixed on wall and cecessary conection.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 904 9944
166 p - 40,
18
Supplying & Fixing Industrial Plug & Socket board with 415 V, 30A, TPN & Earth Metal Industrial Plug socket & 30A Industrial top incl. S&F 32 A TPN/FP MCB breaking capcity 10kA (C- Curve) in SS enclosure fixed on wall and cecessary conection.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 2668 29348
167 p -41, 20©
Supplying & Fixing 240 V AC/DC superior type Multitune ( min 10 nos. tune) Call Bell (Anchor) with selector switch for single/Multi Tunes mode, Battery operated on HW board incl. S&F HW board
schneider / roma/ anchor / legrand / ABB /
havells / crabtree
each 11 294 3234
168 P-63, 18
Supply & Fixing 240 V, 25A Modular type socket, 25 A, Modular type starter (Brand approved by EIC) with 25A Modular switch type DP MCB (C-Curve) and 6 Module GI Modular type switch board with 6 Module top cover plate flushed in wall incl. S&F switch board and cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / north west
each 11 1047 11517
169 P - 63,
20
Supply & Fixing 240 V, 25A Modular starter (Brand approved by EIC) on existing GI Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.
schneider / roma/ anchor / legrand / ABB /
havells / crabtree / north west
each 11 307 3377
170 Market
supply of 25 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 21 180 3780
171 Market
supply of 35 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 228 2508
172 Market
supply of 50 SQ MM, 3.5 core, ALPower Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 296 3256
v Page 54
173 Market
supply of 70 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 402 4422
174 Market
supply of 95 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 486 5346
175 Market
supply of 120 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 545.00 607
176 Market
supply of 185 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 806.00 898
177 Market
supply of 240 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 1014.00 1130
178 Market
supply of 300 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988
Havells / mescab / polycab
metre 11 1243.00 1385
179 Market
supply of 70 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS
Havells / mescab / polycab
metre 11 710.00 1385
180 Market
supply of 95 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS
Havells / mescab / polycab
metre 11 1086.00 1385
v Page 55
181 Market
supply of 120 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS
Havells / mescab / polycab
metre 11 1262 1385
182 Market
supply of 185 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS
Havells / mescab / polycab
metre 11 1559 1385
183 7.1.1
Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Upto 35 sq. mm
ISI metre 11 323 3553
184 7.1.2
Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Above 35 sq. mm and upto 95 sq. mm
ISI metre 11 338 3718
185 7.1.3
Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Above 95 sq. mm and upto 185 sq. mm
ISI metre 11 352 3872
186 9.1.20
Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 25 sq. mm (28mm) size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.
ISI each 11 250 2750
187 9.1.21
Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 35 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.
ISI each 11 300 3300
188 9.1.22
Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 50 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.
ISI each 11 329 3619
v Page 56
189 9.1.23
Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 70 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.
ISI each 11 368 4048
190 9.1.24
Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 95 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.
ISI each 11 473 5203
191 9.2.17
Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 25 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 1331 14641
192 9.2.18
Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 35 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 1423 15653
193 9.2.19
Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 50 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 1423 15653
194 9.2.20
Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 70 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 1565 17215
195 9.2.21
Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 95 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 1694 18634
196 9.3.17
Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 25 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 2960 32560
197 9.3.18
Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 35 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 2960 32560
198 9.3.19
Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 50 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 3462 38082
v Page 57
199 9.3.20
Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 70 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 3492 38412
200 9.3.21
Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 95 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required
ISI each 11 4126 45386
7.1
Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.
0
201 7.1.1 Upto 35 sq. mm ISI metre 11 323 3553
202 7.1.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 338 3718
203 7.1.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 352 3872
204 7.1.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 396 4356
7.5
Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size in the existing RCC/ HUME/ METAL pipe as required.
0
205 7.5.1 Upto 35 sq. mm ISI metre 11 31 341
206 7.5.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 47 517
207 7.5.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 64 704
208 7.5.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 112 1232
7.6
Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size in the existing masonry open duct as required.
0
209 7.6.1 Upto 35 sq. mm ISI metre 11 23 253
210 7.6.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 38 418
211 7.6.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 52 572
212 7.6.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 96 1056
7.7
Laying and fixing of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size on wall surface as required.
0
213 7.7.1 Upto 35 sq. mm (clamped with 1mm thick saddle) ISI metre 11 39 429
214 7.7.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)
ISI metre 11 104 1144
215 7.7.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp)
ISI metre 11 122 1342
216 7.7.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp)
ISI metre 11 182 2002
7.8
Laying and fixing of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size on cable tray as required.
0
217 7.8.1 Upto 35 sq. mm (clamped with 1mm thick saddle) ISI metre 11 33 363
v Page 58
218 7.8.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)
ISI metre 11 74 814
219 7.8.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp)
ISI metre 11 93 1023
220 7.8.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp)
ISI metre 11 150 1650
8.1
Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 11 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.
0
221 8.1.1 Upto 120 sq. mm ISI metre 11 438 4818
222 8.1.2 Above 120 sq. mm and upto 400 sq. mm ISI metre 11 482 5302
8.4
Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 11 KV grade of following size in the existing masonry open duct as required.
0
223 8.4.1 Upto 120 sq. mm ISI metre 11 52 572
224 8.4.2 Above 120 sq. mm and upto 400 sq. mm ISI metre 11 96 1056
9.1
Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV grade as required.
0
225 9.1.22 3½ X 50 sq. mm (35mm) ISI each 3 329 987
226 9.1.24 3½ X 95 sq. mm (45mm) ISI each 3 473 1419
227 9.1.27 3½ X 185 sq. mm (57mm) ISI each 3 702 2106
228 9.1.29 3½ X 240 sq. mm (62mm) ISI each 3 809 2427
229 9.1.30 3½ X 300 sq. mm (70mm) ISI each 3 936 2808
9.2
Supplying and making outdoor end termination with cast resin compound including brass compression gland with aluminium lugs and other jointing materials for following size of PVC insulated and PVC sheathed / XLPE / Armoured aluminium conductor cable of 1.1 KV grade as required.
0
230 9.2.19 3½ X 50 sq. mm (35mm) ISI each 3 1423 4269
231 9.2.21 3½ X 95 sq. mm (45mm) ISI each 3 1694 5082
232 9.2.24 3½ X 185 sq. mm (57mm) ISI each 3 1784 5352
233 9.2.26 3½ X 240 sq. mm (62mm) ISI each 3 2655 7965
234 9.2.27 3½ X 300 sq. mm (70mm) ISI each 3 2929 8787
9.4
Supplying and making straight through joint with heat shrinkable kit including ferrules and other jointing materials for following size of PVC insulated and PVC sheathed / XLPE /Armoured aluminium conductor cable of 1.1 KV grade as required.
0
235 9.4.19 3½ X 50 sq. mm (35mm) ISI each 3 2298 6894
236 9.4.21 3½ X 95 sq. mm (45mm) ISI each 3 2478 7434
237 9.4.24 3½ X 185 sq. mm (57mm) ISI each 3 3683 11049
238 9.4.26 3½ X 240 sq. mm (62mm) ISI each 3 4456 13368
239 9.4.27 3½ X 300 sq. mm (70mm) ISI each 3 5507 16521
v Page 59
10.4
supplying and making indoor cable end termination with heat shrinkable jointing kit complete with all accessories including brass compression gland with lugs suitable for following size of 3 core, XLPE / armoured aluminium conductor cable of 11 KV grade as required :
0
240 10.4.1 70 Sq MM ISI each 3 8465 25395
241 10.4.2 120 Sq mm ISI each 3 8947 26841
242 10.4.3 240 sq. mm ISI each 3 11681 35043
10.6
Supplying and making indoor / outdoor straight through cable jointing with heat shrinkable jointing kit complete with all accessories including ferrules suitable for following size of 3 core, XLPE aluminium conductor cable of 11 KV grade as required :
0
243 10.6.1 70 Sq MM ISI 3 16799 50397
244 10.6.2 120 Sq mm ISI 3 18085 54255
245 10.6.3 240 sq. mm ISI each 6 19314 115884
246 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 watering pipe of 2.7 meter long etc. with charcoal/ coke and salt as required.
ISI each 2 11794 23588
247 P - 76,
2(c)
Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts
ISI each 2 3146 6292
248 P - 77,
3(a)
Extra for providing masonery enclosure on the top of the earth electrode of overall size 86.36 cm x 86.36 cm x 46 cm deep (below Ground level) complete with cemented brick work(1:6) of 25 cm width duly plastered with cement morter (inside) CI hinged inspection cover of size 36.56 cm x 35.56 cm with locking arrangement, GI reducer including drilling of 46 nos. 12 mm dia holes on the GI pipe
ISI each 4 915 3660
249 P - 77,
3(b)
Extra for treatment of soil by using salt & charcoal or coke for plate electrode ISI each 9 531 4779
250 6.4
Jointing copper / G.I. tape (with another copper/ G I tape, base of the finial or any other metallic object) by riveting / nut bolting/sweating and soldering etc. as required.
ISI each 11 93 1023
251 5.8
Supplying and laying 25 mm X 5 mm copper strip at 0.50 meter below ground as strip earth electrode, including connection/ terminating with nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of brass nut bolt & spring washer spaced at 50 mm)
ISI metre 11 853 9383
v Page 60
252 5.9
Supplying and laying 25 mm X 5 mm G.I strip at 0.50 meter below ground as strip earth electrode, including connection/ terminating with G.I. nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of G.I. Nut bolt & spring washer spaced at 50 mm)
ISI metre 11 131 1441
253 5.20 Providing and fixing earth bus of 50 mm X 5 mm copper strip on surface for connections etc. as required.
ISI metre 11 1844 20284
254 5.13
Providing and laying earth connection from earth electrode with 4.00 mm dia copper wire in 15 mm dia G.I. pipe from earth electrode including connection with copper thimble excavation and re-filling as required.
ISI metre 11 257 2827
255 5.12
Providing and laying earth connection from earth electrode with 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from earth electrode including connection with G.I. thimble excavation and re-filling as required.
ISI metre 11 188 2068
256 5.7
Supplying and laying 6 SWG G.I. wire at 0.50 metre below ground level for conductor earth electrode, including connection/ termination with GI thimble etc. as required.
ISI metre 11 44 484
257 Market
S / F of CFL/PL-L/ LED (11w to 20watt) crompton / wipro / orient / bajaj /
havells Each 31 225.00 6975
258 Market
S / F of CFL/PL-L/ LED (20w to 40watt) crompton / wipro / orient / bajaj /
havells Each 31 300.00 9300
259 Market Switch board wood 10'' x 12'' ISI Each 31 40.00 1240
260 Market Switch Board wood 8'' x 12'' ISI Each 16 30.00 480
261 1322 3 mm thick phenolic laminated sheet
ISI SQ CM 101 0.10 10.1
262 Market
S / F of tube starter crompton / wipro / orient / bajaj /
havelles Each 51 25.00 1275
263 Market
S / F of tube holder crompton / wipro / orient / bajaj /
havelles Each 51 10.00 510
264 Market
S / F of tube frame crompton / wipro / orient / bajaj /
havelles Each 51 35.00 1785
265 Market
S / F of extension cord (minimum 3 mtr) with multi plug with switch (minimum 4 socket output)
Havells / anchor / standard /
legrand Each 5 250.00 1250
266 Market
Supply and fixing of up to 200 watt GLS lamp crompton / wipro / orient / bajaj /
havelles Each 6 50.00 300
267 Market
Supply and fixing of up to 100 watt GLS lamp crompton / wipro / orient / bajaj /
havelles Each 6 25.00 150
v Page 61
268 Market
supply and fixing SON 250 watt choke ( Philips ) crompton / wipro
/ orient / bajaj / havelles
Each 6 1500.00 9000
269 Market
Supply and fixing SON 250 watt lamp ( Philips ) crompton / wipro
/ orient / bajaj / havelles
Each 6 755.00 4530
270 maket
supply and fixing SON 70 Watt ignator ( Philips) crompton / wipro
/ orient / bajaj / havelles
Each 6 550.00 3300
271 Market
Fan Bearing, one pair crompton /
orient / bajaj / havelles / Usha
Each 26 110.00 2860
272 Market S / F of tube 4' ISI Each 26 50.00 1300
273 Market Call attending ISI Each 26 400 10400
274 Market Reflector ISI Each 5 20.00 100
275 Market
Supply and fixing of decorative type suspension rope / wire / chain (1 Pair) from ceiling. Minimum 3 feet long with all accessories.
crompton / wipro / orient / bajaj /
havelles Each 4 450.00 1800
276 Market
supply and fixing SON 70 watt choke ( Philips ) crompton / wipro / orient / bajaj /
havelles Each 11 1400.00 15400
277 Market
supply and fixing SON 70 watt lamp ( Philips ) crompton / wipro / orient / bajaj /
havelles Each 11 900.00 9900
278 Market MFD capacitor for air condition up to 2 TON, and up to 40/4.0 MFD ( make - havells, cat NO - QHLIDC540004)
Havells Each 11 271 2981
279 Market Fan blade 48 inch ceiling fan ISI each 9 180.00 1620
280 market
Call bell remote Havells / anchor
/ standard / legrand / secure / L&T / schinider
each 6 600.00 3600
281 Market 1500 watt Heater coil Bajaj /
Voltguard / Havells / activa
each 3 40.00 120
282 Market 6 to 12 inch porcelain dise for heater ISI each 3 40.00 120
283 Market 6 to 12 inch heter porceling base ISI each 3 150.00 450
284 Market Supply and Fixing of Kit Kat fuse set 200A/415V Havelle each 2 1330 2660
285 market supply and fixing of Kitkat fuse upto 100A / 415V
Havelle each 7 480.00 3360
286 Market supply and fixing of Kitkat fuse 63A / 415VA Havelle each 7 320.00 2240
287 Market supply and fixing of Kitkat fuse 32A / 415V Havelle each 7 200.00 1400
288 Market supply and fixing of Kitkat fuse 32A / 240V Havelle each 7 160.00 1120
289 Market supply and fixing of Kitkat fuse 16A / 240V Havelle each 7 90.00 630
290 Market
Supply installation testing commissioning of high quality air conditioner Copper pipe 5/8" 15/metter Used for ac systems, refrigeration, air conditioning etc with nitrile rubber insulation. (4.5Kg / 50 feet only copper weight)
Godrej / LG / Carrier /
whirlpool / samsung / panasonic
feet 11 84 924
v Page 62
291 P - 86, 16 (a)
Supplying and Fixing GI water proof looping cable box having hinged GI Top Cover having 4 mm thick with rubber gasket lining, railway type mechanical locking arrangement, earthing terminal with lug etc. of the 200 x 150 x 100mm sizes as indicated below, Comprising of one 250 V, 15 A Kit-Kat fuse unit, one NL on porcelain insulator etc. and housing the same in pole muffing incl. addition and alteration to the existing CC muffing (6:3:1) after dismantling the damaged looping cable box etc. where necy. incl. painting
Sintex / hensel / RMW
each 6 498 2988
292 P - 86, 16 (b)
Supplying and Fixing GI water proof looping cable box having hinged GI Top Cover having 4 mm thick with rubber gasket lining, railway type mechanical locking arrangement, earthing terminal with lug etc. of the 250 x 250 x 100mm sizes as indicated below, Comprising of one 250 V, 15 A Kit-Kat fuse unit, one NL on porcelain insulator etc. and housing the same in pole muffing incl. addition and alteration to the existing CC muffing (6:3:1) after dismantling the damaged looping cable box etc. where necy. incl. painting
Sintex / hensel / RMW
each 6 563 3378
293 Market Supply of Computer cord ISI each 3 150 450
294 maket 240 Volt water level controller ISI each 3 1200 3600
295 Market
tehrmostat for Geyser
Havells / Bajaj/ Voltguard / activa
Each 3 250 750
296 Market
1.5 Volt Battery (AAA to AA)
Nippo / Everady / Duracell
Each 11 15 165
297 maket Contact cleaning sprey ISI Each 3 700 2100
298 Market cotton waste, cleaning cloth ISI metre 11 30 330
299 P - 35,
11
supply installation testing commissioning of MCB Encloser 2 way ( one phase + one neutral) Sheet Steel, Phosphatised, Powder Painted MCB DBs with Din Rail (In accordance with IS 13032, IS 8623, IEC/BSEN 60439-3)
Havells / anchor / standard /
legrand / secure / L&T / schinider
each 7 270.00 1890
300 P - 35,
11
supply installation testing commissioning of MCB Encloser 4 way ( three phase + one neutral) Sheet Steel, Phosphatised, Powder Painted MCB DBs with Din Rail (In accordance with IS 13032, IS 8623, IEC/BSEN 60439-3)
Havells / anchor / standard /
legrand / secure / L&T /schinider
each 11 316.00 3476
301 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 16 Amps 240 Volt
ISI each 6 130 780
302 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 16 Amps 440 Volt
ISI each 6 130 780
303 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 32 Amps 240 Volt
ISI each 6 130 780
304 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 32 Amps 440 Volt
ISI each 6 130 780
305 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Angle Iron Frame on wall 63 Amps 440 Volt
ISI each 6 215 1290
v Page 63
306 P - 18, 1
Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Angle Iron Frame on wall 100/125 Amps 440 Volt
ISI each 6 215 1290
307 P - 18, 2 Fixing only TPN switch fuse units in Sheet Steel enclosure with HRC fuses on angle iron frame on wall for 32A to 400A
ISI each 6 280 1680
308 P - 22,
1(a)
Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 16 amps 240 Volt Standard each 6 519 3114
309 P - 22,
1(a)
Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 16 amps 440 Volt Standard each 6 1231 7386
310 P - 22,
1(a)
Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 32 amps 240 Volt Standard each 6 1128 6768
311 P - 22,
1(a)
Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 32 amps 440 Volt Standard each 6 1593 9558
312 P - 22,
1(b)
Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 63 amps 440 Volt Standard each 6 3180 19080
313 P - 22,
1(b)
Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 125 amps 440 Volt Standard each 6 5503 33018
314 Market Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 250 amps 440 Volt Standard Each 2 12349 24698
315 P - 22,
2(a)
Supplying and fixing Changeover switch with Sheet Steel enclosure on flat iron frame on wall with nuts bolts etc 16 Amps 440 Volt
Standard each 6 1856 11136
316 P - 22,
2(a)
Supplying and fixing Changeover switch with Sheet Steel enclosure on flat iron frame on wall with nuts bolts etc 32 Amps 440 Volt
Standard each 6 2126 12756
317 P - 23,
2(b)
Supplying and fixing Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 63 Amps 440 Volt
Standard each 6 4349 26094
318 P - 23,
2(b)
Supplying and fixing Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 100 Amps 440 Volt
Standard each 6 8454 50724
319 Market
Supplying and fixing off Load Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 250 Amps 440 Volt ( Cat No ISCFFE0200, make - Standard)
Standard Each 2 13030 26060
320 P - 35,
12
Supplying and fixing MCCB SS enclosure with IP- 20/30 protection, pwder coated provision for housing Four pole (4P) MCCB, concealed in wall after cutting the wall & mending good the damages to original finish / on flat iron frame incl. painting, connection & provision for earthing attachment
Havells each 2 1222 2444
321 2.3.1
Supplying and fixing 6 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 1661 3322
v Page 64
322 2.3.2
Supplying and fixing 8 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 1760 3520
323 2.3.3
Supplying and fixing 12 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 2053 4106
324 2.3.4
Supplying and fixing 16 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 2453 4906
325 2.4.1
Supplying and fixing 4 way (4 + 12), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 3068 6136
326 2.4.2
Supplying and fixing 6 way (4 + 18), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 3693 7386
327 2.4.3
Supplying and fixing 4 way (8 + 24), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)
Havells / standard / cabttee /
schinider / ABB
each 2 4601 9202
328 2.5.1
Supplying and fixing of 4 way (4 + 12), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)
Havells / standard / cabttee /
schinider / ABB
each 2 5651 11302
v Page 65
329 2.5.2
Supplying and fixing of 8 way (4 + 24), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)
Havells / standard / cabttee /
schinider / ABB
each 2 7744 15488
330 2.5.3
Supplying and fixing of 12 way (4 + 36), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)
Havells / standard / cabttee /
schinider / ABB
each 2 9828 19656
331 2.10.1
Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Single poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 199 398
332 2.10.2
Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Single poles with neutral in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 544 1088
333 2.10.3
Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Double poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 556 1112
334 2.10.4
Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Triple poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 826 1652
335 2.10.5
Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Triple poles with neutral in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 1092 2184
336 2.12.1
Supplying and fixing 40Amps, double pole, 240 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 339 678
v Page 66
337 2.12.2
Supplying and fixing 63Amps, double pole, 240 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 385 770
338 2.13.1
Supplying and fixing 40Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 832 1664
339 2.13.2
Supplying and fixing 63Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 839 1678
340 2.13.3
Supplying and fixing 100Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 1047 2094
341 2.14.1
Supplying and fixing 25Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 1927 3854
342 2.14.2
Supplying and fixing 40Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 2095 4190
343 2.14.3
Supplying and fixing 63Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 2640 5280
344 2.15.1
Supplying and fixing 25Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 2526 5052
345 2.15.2
Supplying and fixing 40Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 2626 5252
v Page 67
346 2.15.3
Supplying and fixing 63Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.
Havells / standard / cabttee /
schinider / ABB
each 2 2777 5554
347 Market
Supplying and fixing 100Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required. (ordering code - DHRMCMFF100100, Make - Havells)
Havells / standard / cabttee /
schinider / ABB
Each 3 4882 14646
348 2.21
Providing and fixing M.V. danger notice plate of 200 mm X 150 mm, made of mild steel, at least 2 mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on front side as required.
ISI each 2 226 452
349 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 4 way.
Crabtree each 2 7687 15374
350 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 8 way.
Crabtree each 2 8631 17262
351 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 12 way.
Crabtree each 2 10695 21390
352 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 4 way.
Legrand each 2 15386 30772
v Page 68
353 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 8 way.
Legrand each 2 17947 35894
354 P - 38,
15
Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 12 way.
Legrand each 2 18883 37766
355 2.2.13
Providing and fixing 4 pole MCCB, 100A, 30KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.
Havells / standard / cabttee /
schinider / ABB / legrand
each 2 7377 14754
356 2.2.14
Providing and fixing 4 pole MCCB, 125A, 36KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.
Havells / standard / cabttee /
schinider / ABB / legrand
each 2 7504 15008
357 2.2.15
Providing and fixing 4 pole MCCB, 200A, 36KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.
Havells / standard / cabttee /
schinider / ABB / legrand
each 2 15149 30298
358 Market
ELECTRONIC BALLASTS for T5 / T8 / T12 Fluorescent lamps - High performance (THD<33%) Ordering code - LHBF07204027, Ballast type - 2x36/40W FTL.
crompton / wipro / orient / bajaj /
havells each 2 452 904
359 Market
REGAL BATTEN T8 EZ Powder coated Regal Batten type luminaire with electronic ballast, suitable for domestic application 240V, 50Hz supply. Ordering code - LHFYBYG2IN1W036, Batten type - 2x36W FTL HF T8 EZ.
crompton / wipro / orient / bajaj /
havells Each 2 727 1454
360 Market
FTL T8 MAXOLINE, ordering code - LHLFDLCENL7O036, tube type - 1x36W T8 FTL 6000K
crompton / wipro / orient / bajaj /
havells Each 2 42 84
361 Market
CRYSTAL GLASS LED TUBELIGHT (Double Side Connection), ordering code - LHLDDAXEUL8Z018, LED tube type - 18W 865 1213mm
crompton / wipro / orient / bajaj /
havells Each 2 386 772
362 Market
FARRATA PEDESTAL 500mm havells / orient / bajaj / crompton
/ usha Each 2 4036 8072
Total 3010646.1