You are on page 1of 148

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Tender Notification for


RENOVATION OF OFFICE AT SHANKAR ROAD BUILDING FOR ESTABLISHMENT OF SCADA BACK UP CONTROL CENTER (SCADA BCC) & DMS CONTROL CENTER CIVIL/INTERIOR, ELECTRICAL & FIRE PROTECTION WORKS NIT NO CMC/BY/12-13/RB/AG/26 Due Date for Submission: 25.04.2012

BSES YAMUNA POWER LTD (BYPL)

NIT: CMC/BY/12-13/RB/AG/026

Page 1 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

INDEX SECTION I: REQUEST FOR QUOTATION.. 3 SECTION II: INSTRUCTIONS TO BIDDER .......................................... 7 SECTION III: COMMERCIAL TERMS AND CONDITION ...................... 14 SECTION IV: TECHNICAL SPECIFICATION AND BILL OF QUANTITY/PRICE FORMAT.... 35

NIT: CMC/BY/12-13/RB/AG/026

Page 2 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

SECTION I: REQUEST FOR QUOTATION


1.00 Event Information 1.01 BYPL invites sealed tenders in 2 envelopes for Renovation of office building at Shankar Road for establishment of SCADA Back up control centre (SCADA BCC) & DMS control centre-Civil/Interior, Electrical & Fire protection works The bidder must qualify the requirements as specified in clause 2.0 stated below. The sealed envelopes shall be duly super scribed as BID FOR ESTABLISHEMENT OF SCADA BCC AND DMS CONTROL CENTRE AT OFFICE BUILDING SHANKAR ROAD CIVIL/INTERIOR, ELECTRICAL AND FIRE PROTECTION WORKS NIT NO CMC/BY/12-13/RB/AG/26 DUE ON DT. 25.04.2012 1.02 The tender document can be obtained from address given below against submission of non-refundable demand draft of Rs.1000/- drawn in favour of BSES Yamuna Power Ltd, payable at Delhi. The tender papers will be issued on all working days upto 24.04.2012, 1.00 PM. The tender documents & detail terms and conditions can also be downloaded from the website www.bsesdelhi.com. In case tender papers are downloaded from the above website, then the bidder has to enclose a separate demand draft covering the cost of bid documents. 1.02 Offers will be received upto 25.04.2012, 2.00 PM. at the address given below. Part A of the bid shall be opened on 25.04.2012, 3.00 PM. Part B of the bid will be opened in case of techno-commercially qualified bidders and the date of opening of the same shall be intimated in due course of time. It is the sole responsibility of the bidder to ensure that the bid documents reach this office on or before the last date: Head of Department Contracts & Material Deptt. BSES Yamuna Power Ltd IIIrd Floor, A Block, Shakti Kiran Building, Karkardooma Delhi 1.04 BSES Yamuna Power Ltd reserves the right to accept/reject any or all tenders without assigning any reason thereof and alter the quantity of materials mentioned in the Tender documents at the time of placing purchase/ work orders. Tender will be summarily rejected if:

NIT: CMC/BY/12-13/RB/AG/026

Page 3 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

(i) Earnest Money Deposit (EMD) of Rs. 3,62,000/- is not deposited in shape of Bank Draft/Pay Order/FDR/BG drawn in favour of BSES Yamuna Power Ltd, payable at Delhi. (ii) Tender is received after due date and time. 2.0 Qualification Criteria:The prospective bidder must qualify all of the following requirements to be eligible to participate in the bidding. Bidders who meet following requirements will be considered as successful bidder and management has a right to disqualify those bidders who do not meet these requirements. a) Bidders must have executed the works of like nature and have extensive experience of carrying out similar types of works. They should have adequate experience of executing works in IT (smart) buildings. They should have successfully completed in preceding five years:Four similar completed works costing not less than amount equal to 30% of estimated cost put to tender Or Two similar completed works costing not less than amount equal to 50% of the estimated cost put to tender. Or One similar completed works of aggregate cost not less than amount equal to 80% of the estimated cost put to tender. b) Bidder must provide proof of minimum annual turnover of Rs. 3.0 crores during the last three financial years c) Bidder should have valid Registration No. of Sales Tax/VAT/Service Tax, whichever is applicable. Successful Bidder must provide the TIN No under Delhi VAT Act at the time of Award of Contract. d) Bidder should have PAN No & should fulfill all statutory compliances like PF, ESI registration etc. e) Firms who are debarred/blacklisted in other utilities in India will not be considered. f) Owner reserves the right to carry out capability assessment of the Bidders and Owner's decision shall be final in this regard.

The bidder shall submit all necessary documentary evidence to establish that they meet the above qualifying requirements. 3.0 Bidding and Award Process Bidders are requested to submit their offer strictly in line with this tender document. NO DEVIATION IS ACCEPTABLE. BYPL shall response to the clarifications raised by various bidders and the same will be distributed to all participating bidders through website. 3.01 BID SUBMISSION

NIT: CMC/BY/12-13/RB/AG/026

Page 4 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The bidders are required to submit the bids in 2(two) parts and submitted in original to the following address:Head of Department Contracts & Material Deptt. BSES Yamuna Power Ltd IIIrd Floor, A Block, Shakti Kiran Building, Karkardooma Delhi PART A :: TECHNO-COMMERCIAL BID comprising of following PART B 3.02 EMD of requisite amount Non-refundable demand draft for Rs. 1000/- In case the forms are downloaded from the website Documentary evidence in support of qualifying criteria Any other relevant document Acceptance to Commercial Terms and Conditions viz delivery schedule/period, payment terms, BG etc. Duly signed the Bid form (attached in Annexure-II)

:: FINANCIAL BID comprising of Price strictly in the Format enclosed in SECTION IV

TIME SCHEDULE

The bidders should complete the following within dates specified as under:

SNo. 1

Steps Technical Queries, if any PART B FINANCIAL BID

Comprising of All Queries related to RFQ EMD of requisite amount Non-refundable demand draft for Rs.1000/- in case the forms are downloaded from the website Documentary evidence in support of qualifying criteria Technical literature / list of makes etc. Any other relevant document Acceptance to Commercial Terms and conditions viz Delivery schedule / period, Payment terms, BG etc. Duly signed Bid form. Price strictly in the Format enclosed (section IV) indicating breaking up regarding basic price, taxes & duties etc.

Due Date 24.04.2012, 1.00 PM

PART A Technical and Commercial Bid

25.04.2012, 02.00 PM

NIT: CMC/BY/12-13/RB/AG/026

Page 5 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

This is a two part bid process. Bidders are to submit the bids in 2 (two) parts Both these parts should be furnished in separate sealed covers superscribing NIT no. DUE DATE OF SUBMISSION, with particulars as PART-A TECHNICAL BID & COMMERCIAL TERMS & CONDITIONS and Part-B FINANCIAL BID and these sealed envelopes should again be placed in another sealed envelope which should be superscribed with Tender Notice No. & Due date of opening. The same shall be submitted before the due date & time specified. Part A :: Techno-commercial Bid should not contain any cost information whatsoever and shall be submitted within the due date 25.04.2012 up to 14.00 Hrs. After techno-commercial evaluation, the qualified tenderers will be informed immediately. PART B :: This envelope will be opened after techno-commercial evaluation and only of the qualified bidders. Notwithstanding anything stated above, the Company reserves the right to assess bidders capability to perform the contract, should the circumstances warrant such assessment in the overall interest of the Company. In this regard the decision of the Company is final. 4.0 Award Decision 4.01 Company intends to award the business on a lowest bid basis, so contractors are encouraged to submit the bid competitively. The decision to place order/LOI solely depends on Company on the cost competitiveness across multiple lots, quality, delivery and bidders capacity, in addition to other factors that Company may deem relevant. 4.02 The Company reserves all the rights to award the contract to one or more bidders so as to meet the delivery requirement or nullify the award decision without any reason. 4.03 In case any contractor is found unsatisfactory during the execution process, the award will be cancelled and BYPL reserves the right to award other contractors who are found fit. 5.0 Market Integrity We have a fair and competitive marketplace. The rules for bidders are outlined in the Terms & Conditions. Bidders must agree to these rules prior to participating. In addition to other remedies available, we reserves the right to exclude a bidder from participating in future markets due to the bidders violation of any of the rules or obligations contained in the Terms & Condition. Bidders who violate the marketplace rule or engage in behavior that disrupts the fair execution of the marketplace restricts a bidder to length of time, depending upon the seriousness of the violation. Examples of violations include, but are not limited to: Failure to honor prices submitted to the marketplace. Breach of the terms published in Request for Quotation/NIT.

NIT: CMC/BY/12-13/RB/AG/026

Page 6 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

6.0

Confidentiality All information contained in this RFQ is confidential and may not be disclosed, published or advertised in any manner without written authorization from BYPL. This includes all bidding information submitted. All RFQ documents remain the property of BYPL and all bidders are required to return these documents to BYPL upon request. Bidders who do not honor these confidentiality provisions will be excluded from participating in future bidding events.

7.0

Contact Information Technical/commercial clarification, if any, as regards this RFQ shall be sought in writing and sent by post/courier to following address Technical Commercial Head (C&M)

Contact Person

Address

Head (Network Management Group) Copy to: Head (C&M) Head (Network Management Group) Ist floor A-Block, Shakti Kiran Building, Karkardooma, Delhi 110032

C&M Deptt. IIIrd floor, A-block, Shakti Kiran Building, Karkardooma, Delhi110032

SECTION II: INSTRUCTION TO BIDDERS


A. GENERAL 1.0 BSES Yamuna power Ltd , hereinafter referred to as The Company is desirous for establishment of SCADA BCC and DMS control centre at Shankar Road office Bldg. The Company has now floated this tender for Renovation of building for establishment of SCADA Back up control centre (SCADA BCC) & DMS control centre Civil/Interior, Electrical & Fire protection works as notified in this tender document. 2.0 SCOPE OF WORK The scope includes Renovation of building for establishment of SCADA Back up control centre (SCADA BCC) & DMS control centre-Civil/Interior, Electrical & Fire protection works as per design, drawing and specifications finalized by company. Detailed specifications/ scope of work along with BOQ for work shall be as mentioned in SECTION-IV 3.0 DISCLAIMER

NIT: CMC/BY/12-13/RB/AG/026

Page 7 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

3.01

This Document includes statements, which reflect various assumptions, which may or may not be correct. Each Bidder/ Bidding Consortium should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest. Neither Company nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this Document, any matter deemed to form part of this Document, provision of Services and any other information supplied by or on behalf of Company or its employees, or otherwise a rising in anyway from the selection process for the work. Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy itself that Documents are complete in all respects. Intimation of any discrepancy shall be given to this office immediately. This Document and the information contained herein are strictly confidential and are for the use of only the person(s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipients professional advisors).

3.02

3.03

3.04

COST OF BIDDING The Bidder shall bear all cost associated with the preparation and submission of its Bid and the company will in no case be responsible or liable for those costs.

B 5.01

BIDDING DOCUMENTS The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering letter accompanying Bidding Documents, the Bidding Documents include: (a) (b) (c) (d) Request for Quotation (RFQ) Instructions to Bidders (ITB) Commercial Terms & Conditions Bill of Quantity/Price Format Section - I Section - II Section -III Section IV

5.02

The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will may result in the rejection of the Bid. AMENDMENT OF BIDDING DOCUMENTS At any time prior to the deadline for submission of Bids, the Company may for any reasons, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by Amendment. The Amendment shall be part of the Bidding Documents, pursuant to Clause 5.01,

6.0 6.01

6.02

NIT: CMC/BY/12-13/RB/AG/026

Page 8 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

and it will be notified in writing by Fax/e-mail to all the Bidders who have received the Bidding Documents and confirmed their participation to Bid, and will be binding on them. 6.03 In order to afford prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Company may, at its discretion, extend the deadline for the submission of Bids. PREPARATION OF BIDS LANGUAGE OF BID The Bid prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Company, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern. 8.0 DOCUMENTS COMPRISING THE BID The Bid prepared and submitted by the Bidder shall comprise the following components: (a) (b) 9.0 9.01 9.02 Bid Form, Price & other Schedules (STRICTLY AS PER FORMAT). All the Bids must be accompanied with the required EMD, as mentioned in the Section I, against each tender. BID FORM The Bidder shall submit Original Bid Form and the appropriate Price Schedules and technical specifications enclosed with the Bidding Documents. EMD Pursuant to Clause 8.0(b) above, the bidder shall furnish, as part of its bid, a EMD amounting to R s . 3,62,000/- as already specified in the Section-I. The EMD is required to protect the Company against the risk of Bidders conduct which would warrant forfeiture. The EMD shall be denominated in any of the following form: (a) (b) Demand Draft/Pay Order drawn in favors of BSES Yamuna Power Ltd, payable at Delhi. Bank Guarantee/Fixed Deposit Receipts (FDR) from a scheduled bank in favors of BSES Yamuna Power Limited valid for 06 (Six) months after last date of receipt of tenders Earnest money given by all the bidders except the lower bidder shall be refunded within 6 (six) weeks from the date of opening of price bid. The amount of EMD by the lowest bidder shall be adjustable in the security bank guarantee. The EMD may be forfeited in case of: a. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form

C. 7.0

NIT: CMC/BY/12-13/RB/AG/026

Page 9 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

(b)

Or In the case of a successful Bidder, if the Bidder does not (i) Accept the Purchase Order, or (ii) Furnish the required performance security BG.

10.0

BID PRICES

10.01 Bidders shall quote for the entire Scope of work with a break-up of prices for individual items. The tenderer is required, at his expense, to obtain all the information he may require to enable him to submit his tender including necessary visits to the site to ascertain the local conditions, procurement of necessary materials, labour, etc., requirements of the local/government/public authorities in such matters. Prices quoted by the Bidder shall be Firm and not subject to any price adjustment during the performance of the Contract. A Bid submitted with an adjustable price will be treated as non -responsive and rejected. 11.0 BID CURRENCIES Prices shall be quoted in Indian Rupees Only. 12.0 PERIOD OF VALIDITY OF BIDS

12.01 Bids shall remain valid & open for acceptance for a period of 120 days from the date of opening of the Bid. 12.02 Notwithstanding Clause12.01 above, the Company may solicit the Bidders consent to an extension of the Period of Bid Validity. The request and the responses thereto shall be made in writing and sent by Fax/post/courier 13.0 ALTERNATIVE BIDS Bidders shall submit Bids, which comply with the Bidding Documents. Alternative Bids will not be considered. The attention of Bidders is drawn to the provisions regarding the rejection of Bids in the terms and conditions, which are not substantially responsive to the requirements of the Bidding Documents. 14.0 FORMAT AND SIGNING OF BID

14.01 The original Bid Form and accompanying documents(as specified in Clause 9.0), clearly marked "Original Bid", must be received by the Company at the date, time and place specified pursuant to Clauses15.0 and16.0. 14.02 The original copy of the Bid shall be typed or written in indelible ink and shall be Signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid. 14.03 The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. D. SUBMISSION OF BIDS

NIT: CMC/BY/12-13/RB/AG/026

Page 10 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

15.0

SEALING AND MARKING OF BIDS

15.01 Bid submission: One original (hard copies) of all the Bid Documents shall be sealed and submitted to the Company before the closing time for submission of the bid. 15.02 The Technical Documents and the EMD shall be enclosed in a sealed envelope and the said envelope shall be super scribed with Technical Bid & Commercial Terms & Conditions . The price bid shall be inside another sealed envelope with super scribed Financial Bid. Both these envelopes shall be sealed inside another big envelope. All the envelopes should bear the Name and Address of the Bidder and marking for the Original. The envelopes should be super scribed with Tender Notice No. & Due Date of opening. 15.03 The Bidder has the option of sending the Bids in person. Bids submitted by Email/Telex/Telegram /Fax will be rejected. No request from any Bidder to the Company to collect the proposals from Courier/Airlines/Cargo Agents etc shall be entertained by the Company.

16.0

DEADLINE FOR SUBMISSION OF BIDS

16.01 The original Bid, together with the required copies, must be received by the Company at the address specified no later than 02:00 P.M. on 25.04.2012 16.02 The Company may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Documents in accordance with Clause 9.0,in which case all rights and obligations of the Company and Bidders previously subject to the deadline will there after be subject to the deadline as extended 17.0 ONE BID PER BIDDER Each Bidder shall submit only one Bid by itself. No Joint Venture is acceptable. A Bidder who submits or participates in more than one Bid will cause all those Bids to be rejected. 18.0 LATE BIDS Any Bid received by the Company after the deadline for submission of Bids prescribed by the Company, pursuant to Clause 16.0, will be declared "Late" and rejected and returned unopened to the Bidder. 19.0 MODIFICATIONS AND WITHDRAWAL OF BIDS

19.01 The Bidder is not allowed to modify or withdraw its Bid after the Bids submission. E. 20.0 EVALUATION OF BID PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by

NIT: CMC/BY/12-13/RB/AG/026

Page 11 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

a Bidder to influence the Company's processing of Bids or award decisions may result in the rejection of the Bidder's Bid. 21.0 CLARIFICATION OF BIDS To assist in the examination, evaluation and comparison of Bids, the Company may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. 22.0 PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS 22.01 Company will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order. 22.02 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected. 22.03 Prior to the detailed evaluation, Company will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered. A substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation. 22.04 Bid determined as not substantially responsive will be rejected by the Company and/or the Company and may not subsequently be made responsive by the Bidder by correction of the non - conformity. 23.0 EVALUATION AND COMPARISON OF BIDS

23.01 The evaluation of Bids shall be done based on the delivered cost competitiveness basis. 23.02 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subjected to a responsiveness check. The Technical Proposals and the conditional ties of the Bidders would be evaluated. Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of Bidders with Techno-commercially Acceptable Bids shall be considered for final evaluation. 23.03 The Company's evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause: (a) Work completion schedule (b) Conformance to Qualifying Criteria (c) Deviations from Bidding Documents

NIT: CMC/BY/12-13/RB/AG/026

Page 12 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents. The cost of all quantifiable deviations and omissions from the specification, terms and conditions specified in Bidding Documents shall be evaluated. The Company will make its own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids. 23.04 Any adjustments in price, which result from the above procedures, shall be added for the purposes of comparative evaluation only to arrive at an "Evaluated Bid Price. Bid Prices quoted by Bidders shall remain unaltered. AWARD OF CONTRACT CONTACTING THE COMPANY

F. 24.0

24.01 From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Company on any matter related to the Bid, it should do so in writing. 24.02 Any effort by a Bidder to influence the Company and/or in the Companys decisions in respect of Bid evaluation, Bid comparison or Contract Award, will result in the rejection of the Bidders Bid.

25.0 THE COMPANY S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR A LL BIDS The Company reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at anytime prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Companys action. 26.0 AWARD OF CONTRACT The Company will award the Contract to the successful Bidder whose Bid has been determined to be the lowest-evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to satisfactorily perform the Contract. Company reserves the right to award order to other bidders in the tender, provided it is required for progress of project & provided he agrees to come to the lowest rate. 27.0 THE COMPANY S RIGHT TO VARY QUANTITIES The Company reserves the right to vary the quantity i.e. increase or decrease the numbers/quantities without any change in terms and conditions during the execution of the Order. 28.0 LETTER OF INTENT/ NOTIFICATION OF AWARD The letter of intent/ Notification of Award shall be issued to the successful Bidder whose bids have been considered responsive, techno-commercially acceptable and evaluated to be the lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance with in 7 days of issue of the letter of intent

NIT: CMC/BY/12-13/RB/AG/026

Page 13 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

/Notification of Award by Company. 29.0 CORRUPT OR FRADULENT PRACTICES

29.01 The Company requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, the Company: (a) Defines, for the purposes of this provision, the terms set forth below as follows: (i) "Corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; and (ii) "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Company, and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non -competitive levels and to deprive the Company of the benefits of free and open competition. (b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question ; (c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract. 29.02 Furthermore, Bidders shall be aware of the provision stated in the Terms and Conditions of Contract.

SECTION III: TERMS AND CONDITIONS


1.0) DEFINITIONS: The following terms shall have the meaning hereby assigned to them except where the context otherwise requires: a. Company shall mean BSES Yamuna Power Limited, having its office at S h a k t i K i r a n B u i l d i n g , K a r k a r d o o m a , Delhi and shall include its authorized representatives, agents, successors and assigns. b. Engineer in Charge (EIC) shall be the person authorized by the Company or from time to time duly appointed by the Company for the purpose of the contract. c. Contractor shall mean the successful Tenderer / vendor to whom the contract has been awarded.

NIT: CMC/BY/12-13/RB/AG/026

Page 14 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

d. Sub-Contractor shall mean the persons, firm or company to whom any part of the contract has been sublet by the Contractor with the prior written consent of the Company. e. Contract, shall mean and include the general terms and conditions, technical specifications, drawings, priced bill of quantities, schedule of rates and prices, if any, tender, Companys letter of intent, the work order and any correspondence letters concerned to the tender, when completed. f. Site, shall mean the actual place in over or under which, permanent works or temporary works is to be executed by the Contractor.

g. Contract Price shall mean the sum named in the letter of acceptance, subject to such additions thereto and /or deductions there from as may be made under the provisions hereinafter contained. h. Temporary Works shall mean all temporary works of every kind required in or about the execution or maintenance of the works. i. j. Permanent Works shall mean the permanent works to be executed and maintained in accordance with the Contract. Specifications shall mean specification referred to in the tender and any modification thereof or addition thereto as may, from time to time be instructed by the Company/ the Structural Consultant.

k. Drawings shall mean the drawings issued along with this tender and any modification in such drawings issued by the Architect/Structural Consultant of the Company from time to time. l. Approved, shall mean approved in writing by Company including subsequent written confirmation of previous verbal approval and approval means approval in writing by Company, including as aforesaid.

m. Language and Measurement: The order issued to the contractor by the company and all correspondence and documents relating to the order placed on the contractor shall be written in English language. Metric System shall be followed for all dimensions, units etc., the mode of measurement shall be as per IS 1200. n. Cost: The word Cost shall be deemed to be all inclusive, firm price basis and also including overhead costs and all taxes whether on or off the site. 2.0) 2.1) PERFORMANCE BOND: The contractor to furnish security Performance Bank Guarantee issued on behalf of Contractor in the prescribed format within fifteen (15) days from the date of issuance of Work Order for due performance of this Contract. The same shall be released after completion of the job.

NIT: CMC/BY/12-13/RB/AG/026

Page 15 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

2.2)

The security Performance Bank Guarantee shall be of five percent (5%) of total contract value and shall be valid till completion, plus three (3) months towards claim period. Performance Bank Guarantee shall be issued from any nationalized bank as per Company format. The Company shall reserve the right to invoke the performance bond unconditionally and without recourse to the Contractor, if there is failure to perform any part of the Contract for whatsoever reason. This clause is pertaining to performance of contractual obligations and the decision of Company shall be final in this regard. In the event, in Company sole judgment, the Contractor has fulfilled all its obligations under this Contract, Company shall release the performance bank guarantee without interest, within seven (7) days from the last date up to which the performance bank guarantee is to be kept valid or if it is assessed by the Company that Contractor has not fulfilled its obligation then the performance bank guarantee shall be extended by the Contractor till that period as requested by the Company.

2.3) 2.5)

2.6)

3.0) 3.1)

TERMS OF PAYMENT: Payment for works

3.1.1) 95% payment against completion of work on pro-rata basis within 30 days on submission of bills duly certified by Engineer-In-Charge. 3.1.2) Balance 5% of payment would be retained for security deposit which would be released after 12 months after the completion of the project or on submission of equivalent bank guarantee. After verification by the EIC of the running bills complete along with measurement sheets and required documents submitted by the Contractor, an interim certificate for 95% payment shall be issued stating the amount due to the Contractor taking into account: a) All the works executed under the instructions, acceptance and certified by the EIC and based on the rates and terms of work order/ Contract. b) Payments already made or certified. c) Recovery of materials, water, electricity etc. supplied by Company. d) Recovery of advance payments if any, retention money and any other dues to be recovered from the Contractor under the Contract. The Contractor shall submit the final bill along with duly checked final measurements and completion certificate towards the successful completion of the Contract as certified by the EIC. Payment of final bill shall not be considered conclusive evidence as to the

3.2)

3.3)

3.4)

NIT: CMC/BY/12-13/RB/AG/026

Page 16 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

sufficiency of any work or materials, to which it relates, nor shall it relieve as to the sufficiency of work or materials which it related, nor shall it relieve the Contractor from his liabilities arising from any defects, which become apparent during the Defects Liability Period. 4.0) TAXES & DUTIES: Prices are inclusive of all taxes, duties, Construction Cess & octroi turn over tax etc. livable by State or Central Government or local bodies shall be to contractors account including any duties which may be levied by the Govt. during currency of this order(except service tax). However, IT / VAT as per applicable rate will be deducted from your bills as Tax Deduction at Source (TDS). However service tax as applicable shall be paid extra on submission of Service Tax Registration and self declaration on your letter head stating that you have deposited/or will deposit the Tax as per the applicable service tax laws. 5.0) 5.1) TENDER RATES & PRICES ALL INCLUSIVE: the prices/rates quoted for each item/work in the BOQ shall be inclusive of all direct and indirect costs, insurances, statutory charges, statutory fees, royalties, taxes on quarried items, duties, only service tax shall be shown separately. i.e. sales tax, consignment tax, octroi / local tax, incidental charges, cost of complying to other local authorities etc., and any other costs that may be involved in completing the works as required, fulfillment of all obligations under the Contract and to the satisfaction of the Company. The rates quoted for each item/work in the BOQ by the Contractor shall remain firm until the successful completion of the Contract as certified by the Engineer In Charge including any extension (s) of time that may have been granted to the contractor under the scope of this Contract and shall not be subject to escalation on any account. The rates quoted for each item/work in the BOQ shall be deemed to include and cover all cost, expenses and liabilities to every description and all risk of every kind to be taken in executing, completing and handing over the work to the satisfaction of the Company. The Contractor shall on his own and at his own expense obtain all necessary permits and permissions to execute the job, including required registrations, agents etc. to perform its obligation under this Contract and shall indemnify the Company in all related matters. MATERIALS & WORKMANSHIP: Quality Assurance Programme: The Contractor before the start of work shall submit for approval a quality assurance programme to the EIC indicating measures that he proposes to implement to ensure that the quality of work shall be in accordance with requirements, specifications laid down in the Contract. The Contractor shall strictly adhere to this programme and any failure attributable to the Contractor shall attract the penal provisions determined by the EIC.

5.2)

5.3)

6.0) 6.1)

NIT: CMC/BY/12-13/RB/AG/026

Page 17 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

6.2)

Quality of materials and workmanship and tests: The Contractor shall procure all equipment from genius sources as approved by the Company & as per Company specifications. Cement shall be of grade 43 ordinary port land cement conforming to IS 8112/53 grade O.P.C. conforming to IS 12269, aggregate for cement concrete shall confirm to IS 383, reinforcement for cold twisted bars shall confirm to IS 1786, the bricks for brick work shall correspond to IS 1077, Structural steel shall confirm to relevant IS code, water to be used shall comply with requirement of IS 456. Contractor shall provide all requisite facilities for field tests and laboratory tests shall be carried out in the laboratory having ISO 9001-2000 Certified Testing Lab for which no extra payment shall be made. The Contractor shall maintain mandatory Test Register with Engineer-in-Charge as provide in latest Indian Standard Specifications. All materials and workmanship shall be of the respective kinds described in the Contract and in accordance with the Engineer-in-Charge's instructions and shall be subjected from time to time to such tests as the Engineer-in-Charge may direct at the place of manufacture or fabrication or on the site or at such other places or places as may be specified in the Contract, or at all or any of such places. The Contractor shall provide at no additional cost to the Company such assistance, instruments, machines, labour and materials as are normally required for examining, measuring and testing any work and the quality, weight or quantity of any material used and shall supply samples of materials before incorporation in the works for testing as may be selected and required by the EIC.

6.3)

Cost of samples and tests: All samples shall be supplied to Company if required by the Contractor at his own cost. Cost of tests required by the EIC shall be borne by the Contractor and are deemed to be included in the unit rates quoted in the BOQ. The Contractor shall take approval of the EIC prior to start the work for all samples of materials including mix design of concrete to be utilized for the works to be executed. The mix design of concrete, testing of reinforcement steel and structural steel shall be carried out by an external agency approved by the Company. The cost of such tests carried out by the external agencies or consultants shall be borne by the Contractor at his own cost.

6.4)

Sampling and Testing Concrete on Site The Contractor can also have cubes tested in an approved laboratory in lieu of a testing machine at site but at his own cost and with the prior written consent of the Company.

6.5)

Inspection of operations: The Engineer-in-Charge or any person authorized by them shall at all times have access to the works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the works and the Contractor shall afford every facility for and every assistance in or in obtaining the right to such access.

6.6)

Examination of work before covering up: No work shall be covered up or put out of view without the approval of the EIC or his representative and the Contractor shall afford full opportunity to the

NIT: CMC/BY/12-13/RB/AG/026

Page 18 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

EIC or his representative to examine and measure any work which is about to be covered up or put out of view and to examine foundations before permanent work is placed thereon. The Contractor shall give due notice to the EIC or his representative whenever any such work or foundations is or are ready or about to be ready for examination and the EIC or his representative shall, without unreasonable delay, unless he considers it unnecessary, attend for the purpose of the examining such foundations. 7.0) MOBILISATION: The Contractor shall have to mobilize their Plants & Equipments, Tools & Tackles, Work Labour Force, project team including Engineering Staff and materials required for execution of work within seven days (7) of receipt of LOI or Work Order whichever is earlier. 8.0) DEFECT LIABLITY PERIOD: The defects liability period shall be 12 (Twelve) calendar months from the date of the successful completion of the contract as certified by the EIC including any extension (s) of time that may have been granted to the Contractor under the scope of this Contract. In case any defect in the work is observed during the defect liability period, the same shall be rectified by the Contractor at own cost including supply of all materials (as per prevailing rates), labour, equipments and any other appliance in this regards for the fulfillment of all obligations under the Contract and to the satisfaction of the Company. 9.0) DAMAGE OF PRIVATE PROPERTIES / LIFE: The Contractor shall be responsible for all risk to the works to be performed under its obligation under the Contract and for trespassers, and shall make good at his own expenses all losses and damages whether to the works, themselves, or to any other property of the company or the lives, persons or property of other forms, whatsoever cause, in connection with the works, although all reasonable and proper precautions may have been taken by the contractor, and in case Company is called upon to make good any such costs, loss or damages or to pay compensation to any person(s) sustaining damages by reason of any act, or any negligence or omission on the part of the Contractor, the amount of any costs or charges (including costs and charges towards legal proceedings) which the Company may incur in reference thereto, shall be charged to the Contractor. The Contractor shall reimburse such costs immediately to the Company. 10.0) APPROACHES: The Contractor shall have to make his own arrangements for all approaches to the site required for transporting his men and material to site of work. The Company shall entertain no payment or claims on account of Making of Approaches. 11.0) SITE OFFICE AND SITE FACILITIES: The Contractor shall also make his own arrangement for the accommodation/conveyance requirements for its staff. He shall be provided at site the adequate open space for construction of site store for storing the

NIT: CMC/BY/12-13/RB/AG/026

Page 19 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

materials, tools, tackles etc. All the Contractor's storage will be within the site premises in a manner affording convenient access for identification and inspection at all times. The storage of arrangements shall be subject to IS: 4082. All the incoming and outgoing materials, equipment, tools, tackles and any other items related to said work shall be entered into the register kept for this purpose and shall be in the safe custody of Contractor, however company does not hold any responsibility for any loss or damage caused to Contractor's material etc. 11.1) The Contractor shall strictly control the labour so that the site is not polluted, made dirty or littered with debris, wastes or the likes. 11.2) Any person, labour found creating mess or litter or pollution shall be removed from the site immediately at the Contractors cost and shall also be subject to penalty at the discretion of the EIC. 11.3) Water & Power: Water and Electricity Power shall be arranged by the Contractor at his own. Water for construction and other uses: It shall be the responsibility of the Contractor to make arrangements at his own expense for supply of water for construction and other uses. The Contractor shall also install pumps, construct temporary storage tanks and distribute the water to various points in works Site as required. The Contractor at his own expense shall make arrangement for operating and maintaining pumps & distribution lines, connections, which are installed by him for water. 11.4) Watching & Lighting: The Contractor shall in connection with the works provide and maintain at his own cost all lights, guards, fencing and watching when and where necessary for the protection of works, or for the safety and convenience of the public or others. The care, housekeeping and safety of the materials and works within the works site shall be sole responsibility of the Contractor.

12.0) TIME & COMPLETION PERIOD: Time is the essence of this Project and the Project shall be completed within 04 months from the date of issue of Letter of Intent or Work Order whichever is earlier, including mobilization period and monsoon. The Contractor shall within 7 (seven) days of the issue of letter of intent or work order whichever is earlier provide a detailed execution program regarding the Project taking into account the following including restricted working hours due to residential area for the approval of the Company: The Contractor shall carryout the works as per the approved schedule / program of work. 13.0) LIQUIDATED DAMAGES: In the event of the Contractors failure to complete the work or any part there of

NIT: CMC/BY/12-13/RB/AG/026

Page 20 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

within the Contract Period including the interim milestone dates, the Contractor shall be liable to pay the Company liquidated damages calculated at the rate of 1 (one) % of the contract value per week of delay or part there of subject to a maximum of 10 (ten) % of the contract value, for the period between the d ate for Contractual Completion and the Date of Actual Completion, as certified by the EIC. The Company may, without prejudice to any other method of recovery, deduct the amount of such damages from any monies in its possession, which are due or which may become due to the Contractor. The levy payment or deduction of such damages shall not relieve the Contractor from his obligation to complete the Works on time or from any other part of his obligation and liabilities under the Contract. Once the maximum is reached the Company reserves the sight for termination of contract without any liabilities to the Company. In the event of an extension of time being granted by the EIC, in writing for the Completion of the works, this clause shall be applicable after the expiry of such an extended period. 14.0) EXTENSION OF TIME LIMIT & TIME OVER RUN: If delay is not attributable to the Contractor, the extension of time may be considered at the discretion of the Company without prejudice to the right of the Company for recovery of liquidated damages. This is also subject to the Contractor having taken sufficient precautions to mitigate the delay and submitted to the Company a full-detailed particular of any extension of time to which he may consider himself entitled within 10 days after such work has been commenced or such circumstances have arisen. The extension of time may be granted and without any financial increment in the contract price to the Company. 15.0) RELEASE OF INFORMATION AND CONFIDENTIALITY: The Contractor shall not communicate or use in advertising, publicity, sales release or in any medium photograph or reproduction of the works under this contract, or description of the site, dimensions, quantity or any other information concerning the works unless prior written permission is obtained by Company. The Contractor shall keep all the information obtained directly or indirectly through appointment of this contract confidential and shall not reveal the same to any other party without the prior written permission of the Company. The technical information, drawing and other related documents forming part of order and the information obtained during the course of execution under this order shall be the Companys exclusive property and shall not be used for any other purpose except for the execution of the order. The technical information drawing, records and other document shall not be copied, transferred, or divulged and/or disclosed to third party in full/part, not misused in any form whatsoever except to the extent for the execution of this order. This technical information, drawing and other related documents shall be returned to the Company with all approved copies and duplicates including drawing/plans as are prepared by the Contactor during the executions of this order, if any, immediately after they have been used for agreed purpose. In the event of any breach of this provision, the contractor shall indemnify the Company against any loss, cost or damage or claim by any party in respect of such

NIT: CMC/BY/12-13/RB/AG/026

Page 21 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

breach. 16.0) SITE REPRESENTATIVE, SITE SUPERVISION AND ADVANCE INTIMATION: The Contractor shall have to appoint and authorize a Site In Charge/ Project Manager (PM) along with its project team, who shall be available always at site till the completion of the contract as certified by the Companys Engineer In Charge (EIC). 16.2) The Contractor shall be responsible for supervising the works by employing competent and experienced engineers and support teams to inspect the work and check the quality of work to ensure that the work is carried out in accordance with the drawings, specifications and instructions of the EIC. Such inspection and supervision shall not relieve the Contractor from any of his obligations towards use of material, workmanship, sequence of working and completion of project as per the stipulated period. 16.3) On receipt of the LOI or Work Order whichever is earlier the Contractor shall furnish to the Company, for approval, the proposed site setup with list of Engineers, Supervisors and other staff to be deployed by him with their dates of joining. The Contractors Project Manager shall obtain the written approval and instructions from the EIC prior to commencement of any works at site. The PM shall give written advance intimation for approval of all activities including deployment of resources, procurement of materials, concrete pours etc., shall be given to EIC by PM. AWARD / SUBLETTING OF CONTRACT: The Company reserves the right to reduce/ award consolidated order or separate orders for one or more parts against above work. The Contractor will not be permitted to sublet his job in whole or Part without the prior written permission of the Company. The Contractor shall submit to the Company a list of Sub- Contractor, suppliers (not less than three names) for the approval of the Company. The Company may approve all or any of the names or reject all names, which in his opinion do not meet the prerequisite qualifications. The Contractor shall re-submit a fresh list of names for approval. Further in the event that none of the names submitted by the contractor are acceptable to the Company, the Company may suggest names to the Contractor and it shall be binding upon the Contractor to accept the names suggested. 18.0) SITE LOCATION: The Contractor must see the site of the work, surrounding locality, local traffic rules, site approaches etc. carefully. No claim of any sort shall be entertained on account of any site conditions. If any approach from main road is required or existing approach is to be improved and maintained, for cartage and materials by the contractor, the same shall be provided, improved and maintained by him at his own cost.

16.4)

17.0)

NIT: CMC/BY/12-13/RB/AG/026

Page 22 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

19.0) 19.1)

SAFETY REGULATIONS: The Contractor shall ensure adequate safely precautions at site as required under the law of the land and shall be entirely responsible for the complete safety of their workmen as well as other workers at site and premises.

19.2) The Contractor shall indemnify the Company from any consequence arising due to contractors failure in respect to safety compliance. 19.3) First Aid facilities at easily accessible place shall be provided by the Contractor at his own cost as per provisions of Labour act or as advised by the Company wherever works are carried out. 19.4) All critical injuries shall be reported promptly to the Company. The report shall cover type, nature, cause, physicians report and actions for prevention of those types again. 19.5) To ensure effective enforcement of the rules and regulations relating to safety precautions, arrangements made by the Contractor shall be open to inspection by the Company. 19.6) The cost so incurred by the Contractor in providing for safety standards and requirements as above shall be deemed to be included in the rates quoted for various items under the scope of Contract and no extra amounts shall be payable to the contractor on this account. 19.7) The Contractor shall furnish to the Company within seven days from issue of LOI or Work Order whichever is earlier, for approval of Company, the proposed safety programme on how it intends to implement the safety procedures and precautions to ensure that the site is accident free. 20.0) CO-ORDINATION WITH OTHER AGENCIES: The Contractor shall execute the work in strict consultation with the Company and in co-ordination with other agencies appointed by the Company who will also simultaneously execute the components of work allotted to them. The Contractor at his own cost shall also extend their site facilities, plant and equipments on written request of the Company/ EIC for use by other contractors appointed by the Company. 21.0) MAINTENANCE OF WORK: The Contractor shall maintain in perfect condition all works executed till the completion of the entire work allotted to him. Where phased handing-over of completed portion of the work is required, the provisions mentioned herein will apply to each phase. 22.0) TESTING OF MATERIALS: All materials received at site shall be accompanied by the Test certificate of the manufacturer. The Engineer-In-Charge reserves the right to instruct any material to be further tested in an approved laboratory for which the Contractor shall make no additional claims. Where ever test requirements are

NIT: CMC/BY/12-13/RB/AG/026

Page 23 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

not specified in the specifications relevant IS code of practice shall govern. 23.0) STATUTORY OBLIGATIONS: The Contractor shall take all steps as may be necessary to comply with the various applicable laws/rules including the provisions of contract labour (Regulation & Abolition Act) 1970 as amended, Minimum wages Act, 1984, Workman Compensation Act, ESI Act, PF Act, Bonus Act and all other applicable laws and rules framed there under including any statutory approval required from the Central/State Governments, Ministry of Labour. Contractor is liable for registration of the Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996 and the rules framed there under with the Delhi Building and other Construction Workers Welfare Board. Broadly, the compliance shall be as detailed in ANNEXURE I enclosed. Before issue of Work order it would be mandatory for the Contractor to furnish the company the permanent PF code no, ESI registration, registration under W.C.T Act. 24.0) MEASUREMENT OF WORK: Unless specifically mentioned elsewhere, the work shall be measured for payment as per the provisions of IS 1200. 25.0) ENVIRONMENTAL, HEALTH & SAFETY PLAN: Contractor will ensure that the Environment, Health & Safety (EHS) requirements are clearly understood and faithfully implemented at all levels at site as per instruction of Company. Contractors must comply with these requirements: a) Comply with all of the elements of the EHS Plan and any regulations applicable to the work. b) Comply with the procedures provided in the interests of Environment, Health and Safety. c) Ensure that all of their employees designated to work are properly trained and competent. d) Ensure that all plant and equipment they bring on to site has been inspected and serviced in accordance with legal requirement and manufacturer's or suppliers' instructions. e) Make arrangements to ensure that all employees designated to work on or visit the site present themselves for site induction prior to commencement of work. f) g) Provide details of any hazardous substances to be brought onsite. Ensure that a responsible person accompanies any of their visitors to site.

All Contractor/workers are accountable for the following: 1. Use the correct tools and equipment for the job and use safety equipment and protective clothing supplied, e.g. helmets, goggles, ear protection, etc. as

NIT: CMC/BY/12-13/RB/AG/026

Page 24 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

instructed. 2. Keep tools in good condition. 3. Report to the Supervisor any unsafe or unhealthy condition or any defects in plant or equipment. 4. Develop a concern for safety for themselves and for others. 5. Prohibit horseplay. 6. Not to operate any item of plant unless they have been specifically trained and are authorized to do so.

26.0)

GENERAL CONDITIONS: 26.1) No idle labour charges will be admissible in the event of any suspension of work by the Company or stoppage caused in the work resulting in contractors labour or equipments being rendered idle due to any cause at any time. 26.2) The LOI followed by Work Order shall supersede all other correspondence and conditions of contract if furnished earlier in the event of any ambiguity. 26.3) If the Contractor needs to carry out any work or rework due to change in drawings or structural consultants instructions, the Contractor shall take the prior permission of the Company/ EIC before commencing such works. The Contractors quoted price shall include such rework or incidentals due to quantity variation, or methodology to carry out the works, wherever required and shall not be entitled for any extra payment or extension of time. 26.4) The Company reserves the right to claim and recover from the security deposit the damages/ losses incurred due to non-compliance to work delay in the progress of work by the Contractor as agreed upon. The decision of the Company in this regard shall be final and binding. 26.5) The Contractor agrees to abide by other terms and conditions stipulated by the Company from time to time in addition to the above for the proper and satisfactory performance of their obligations under this Contract.

27.0) INSURANCE: The Contractor at its own cost shall also arrange, secure and maintain the following insurance covers: 27.1) WORKMEN COMPENSATION: The Contactor shall take insurance policy under the Workman Compensation Act to cover such workers, who are not covered under ESI and PF by the Contractor however engaged to undertake the jobs covered under this order and a copy of this insurance policy will be given to Engineer-In-Charge. This insurance policy shall be kept valid at all times. In case there are no workers involved other than those who are covered under ESI and PF by the Contractor, the Contractor shall certify for the same.

NIT: CMC/BY/12-13/RB/AG/026

Page 25 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The Contractor shall keep the Company indemnified at all times, against all claims of compensation under the provisions of Workmen Compensation Act 1923 and as amended from time to time or any compensation payable under any other law for the time being workman engaged by the Contactor/sub-Contactor/subagent in carrying out the job involved under this order and against costs and expenses, if any, incurred by the Company in connection therewith and without prejudice to make any recovery. The Company shall be entitled to deduct any money due to or to become due to the Contractor, money paid or payable by way of compensation as aforesaid or cost or expenses in connection with any claims thereto and the Contactor shall abide by the decision of the Company as to the sum payable by the Contactor under the provisions of this clause. 27.2) THIRD PARTY INSURANCE Before commencing the execution of the work the Contractor shall insure against any damage or loss or injury which may occur to any property or to any person or any employee or representative of any outside Agency/Company engaged or not engaged for the work of the Company, by or arising out the execution of the permanent work or temporary work or in carrying out of this work order.

28.0) TERMINATION OF CONTRACT: If in case the Contractor; a) becomes bankrupt or insolvent, has a receiving order issued against it compounds with its creditors, or if the Contractor is a corporation a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction) a receiver is appointed over any part of its undertaking or assets or if the Contractor takes or suffers any other analogous action in consequence of debt. Assigns or transfers the Contract or any right or interest therein in violation of the provision of given work to sub-contractor. In the judgment of the Company, has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this Sub-clause Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in Contract execution. Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of Company and includes collusive practice among tenderers (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.

b) c)

NIT: CMC/BY/12-13/RB/AG/026

Page 26 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

d) e)

Has abandoned or repudiated the Contract Has without valid reason failed to commence work on the Facilities promptly or has suspended days after receiving a written instruction from the Company to proceed. Persistently fails to execute the Contract in accordance with the Contract or persistently neglects to carry out its obligations under the Contract without just cause. Refuses or is unable to provide sufficient materials services or labour to execute and complete the Facilities in the manner specified in the program furnished and at rate of progress that give reasonable assurance to the Company that the Contractor can attain completion of the Facilities by the time for completion.

f)

g)

Then Company may, without prejudice to any other rights it may possess under the Contract, give a notice to the Contractor stating the nature of the default and requiring the Contractor to remedy the same. If the Contractor fails to remedy or to take steps to remedy the same within fourteen (14) days of its receipt of such notice then Company may terminate the Contract forthwith by giving a notice of termination to the Contractor. In case, Contractor fails to carry out the work as specified in the schedule or left in between, it will be got done through any other agency at contractors risk and cost, the same shall be recovered from the amount payable to the Contractor. In case the Contractor fails to start work / to carry out the work within the specified period i.e. mutually agreed schedule and the work is not found to be satisfactory, the Company reserves the right to terminate the contract, at any stage without assigning any reasons thereof. In such case the Company shall have the right to forfeit the entire / part amount of EMD / Security Deposit. 29.0) SETTLEMENT OF DISPUTES/ ARBITRATION:

29.1) To the best of their ability, the parties hereto shall endeavor to resolve amicably between themselves all disputes arising in connection with this work order. If the same remain unresolved within thirty (30) days of the matter being raised by either party, either party may refer the dispute for settlement by arbitration. The arbitration to be undertaken by two arbitrators, one each to be appointed by either party. The arbitrators appointed by both the parties shall mutually nominate a person to act as umpire before entering upon the reference in the event of a difference between the two arbitrators and the award of the said umpire in such a contingency shall be final and binding upon the parties. The arbitration proceeding shall be conducted in accordance with this provisions of the Indian Arbitration & Conciliation Act, 1996 and the venue of such arbitration shall be city of New Delhi only. 30.0) QUANTITIES IN THE BOQ: Company reserves the right of deletion of any item in full or in part or to reduce, increase or to modify the Scope of Work. The rates quoted by the Contractor shall remain firm even if there are any variations in the quantities mentioned in the Bill of Quantities, or due to any idling of resources due to non availability of fronts, details, etc.

NIT: CMC/BY/12-13/RB/AG/026

Page 27 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

31.0)

VARIATIONS AND EXTRA ITEMS

31.1) The Contractor shall carry out and complete the works in every respect in accordance with this Contract and In accordance with the directions and to the satisfaction of the Engineer in charge. 31.2) The Engineer In Charge may, at his discretion, from time to time, issue further drawings and/ or written instructions, details, directions and explanations which are herein after referred to as EICs Instructions in regard to: a) The variation or modification of the design, quality, specification or quantity of works or the omission or substitution of any work. b) The timing or sequencing of work. c) Any discrepancy between the drawing and / or the Bill of Quantities and / or Specifications. d) The removal from the site of any materials/ equipment/ resources brought thereon by the Contractor and the substitution of the same thereof. e) The Execution of additional works of any kind necessary for the completion of the work. f) The removal and /or re-execution of any works executed by the Contractor. g) The substitution from the site of the works of any person employed there upon. h) The amending and making good of any defects under clause Defects Liability i) The opening up for inspection of any work covered up. j) Changes in lines, levels, positions and dimensions of any part of the Work. The Contractor shall forthwith comply with and duly execute any work comprised in such EICs instructions provided always that verbal instructions, directions and explanations given to the Contractor or his supervisor upon the works by the Engineer In Charge shall if involving a variation be confirmed in writing by the Contractor within seven days and the Engineer in charges written approval is obtained. If compliance with the Engineer In Charges Instructions as aforesaid involves work beyond that contemplated by the Contract, then unless the same were issued owing to some breach of this Contract by the Contractor, the EIC shall pay to the Contractor the cost of the said work as an extra to be valued and as hereinafter provided. No such variation shall in any way vitiate or invalidate the Contract but the value, if any, of all such variations shall be taken into account in ascertaining the amount of the final certification. No such variations shall be carried out by the Contractor without instructions, in writing from the Engineer in charge. Provided that no instructions in writing shall be required for increase or decrease in the quantity of any work where such increase or decrease is not the result of an instruction given under this clause, but is the result of the quantities exceeding or being less than those stated in the Bill of Quantities. If the Engineer in charge shall consider it desirable to give any instructions verbally, the Contractor shall comply with such an instruction and any confirmation in writing of such verbal instruction given by the Engineer in charge whether before or after the carrying out of such work, shall be deemed to be an

31.3)

31.4)

31.5)

31.6)

NIT: CMC/BY/12-13/RB/AG/026

Page 28 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

instruction in writing within the meaning of this clause. Provided further that if the Contractor shall within 7 days confirm in writing to the Engineer in charge and such confirmation shall not be contradicted in writing within 30 days by the Engineer in charge, it shall be deemed to be an instruction in writing by the Engineer in charge. 31.7) all extra or additional work done on the instructions of the Engineer In Charge shall be valued at the rates and prices set out in the Contract. If the Contract does not contain any rates or prices applicable to the extra or additional work, then suitable rates or prices shall be agreed upon between Company and the Contractor as per the following, in the order of preference: (i) The rate shall be derived from any one of the quoted rates for similar items of work in the tender. (ii) In case similar items are not available in the tender, then rates shall be worked out as per the following: The direct cost of labour including indirect charges thereon. The labour components shall be computed wherever possible from the related BIS Codes and the quantity of materials to be based on consumption factor as per standard norms or as accepted by the EIC. b) The material cost inclusive of taxes, levies, fees, duties etc. as delivered to the site. Proof of cost in form of invoices to be submitted along with the extra work claims & other working documents. c) The Plant & Equipment cost inclusive of hire charges of plant & equipment and operational charges as per standard norms or as accepted by the EIC. d) In addition the Contractor shall be entitled to payment towards o verheads and profit. 31.8) In cases where the items of works are not accepted as complete, or not fully in accordance with the Specification, the Engineer in Charge shall make payments of such items at such reduced rates, as he may consider reasonable in approval of Interim Bills and the Final Bill. 31.9) In all cases the Contractor shall furnish detailed Rate Analysis along with necessary details as and when required by the Engineer in Charge. The Engineer in Charge on establishing the validity of such claims shall certify the amount payable for such work and rates so determined shall be final and binding on the Contractor. The quantities of the various kinds of work to be done and materials to be furnished under this Contract as listed in the Bill of Quantities are estimated and approximate only and shall be subject to re-measurement upon completion. The Contractor shall make no claim for anticipated profits, for loss of profits or for damages because no work is ordered under certain items or because of a difference between the quantities of the various kinds of work to be done or materials actually delivered and the estimated quantities set forth in the Bill of Quantities. a)

31.10)

31.11) The rate/ prices quoted by the Contractor in the Bills of Quantities shall be firm irrespective of any variation in the quantities of individual items of work and / or in the Total Contract Sum.

NIT: CMC/BY/12-13/RB/AG/026

Page 29 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

32.0)

EXECUTION OF ADDITIONAL WORKS The Contractor shall be bound to carry out any items of work necessary for the completion of the works even though such items may not be part of his offer. Such work shall be instructed in writing by the Engineer in Charge and formal amendment to the work order.

33.0)

FORCE MAJEURE If either Party is unable to carry out his obligations under this Contract due to an Act of God, war, riot, blockade, strike (i.e. national/ state or city), lockout, flood or earthquake or Government orders/ restrictions not within the control of the parties hereto which results in an inability, in spite of due diligence of either party in performing its obligation in time, this Contract shall remain effective, but the obligation which the affected party is unable to carry out shall be suspended for a period equal to the duration of the relevant circumstances provided that : The non-performing party shall give the other Party prior written notice describing particulars of the inability including but not limited to the nature of occurrence with its expected duration and the steps which the non-forming parties is taking to fulfill its obligation. b) Upon receipt of such notice the other party shall discuss the matter with the non- performing party with a view to helping the non-performing party to fulfill its obligations. This clause does not envisage financial assistance. c) If in any event the Force Majeure situation continues for a period of three weeks both the parties shall meet again and discuss whether the Contract can be amended to overcome the Force Majeure situation so the Project can proceed further. Notwithstanding anything contained to the contrary it is clarified that economic hardship, non-availability of material, labour and transport shall not constitute Force Majeure. The overall responsibilities and obligations of the parties shall not be excused by reasons of Force Majeure situation. Not withstanding the above if the Force Majeure continues for a period of three months or more in that event without prejudice to the rights of the parties, the Company shall have the right thereafter to terminate this contract. a)

34.0) INDEMNITY: Contractor shall indemnify and save harmless Company against and from any and all liabilities, claims, damages, losses or expenses arising due to or resulting from: 34.1) any breach non-observance or non-performance by contractor or its employees or agents of any of the provisions of this Contract. 34.2) any act or omission of contractor or its employees or agents. 34.3) any negligence or breach of duty on the part of contractor, its employees or agents including any wrongful use by it or them of any property or goods belonging to or by Company or any other third party at site including adjoining neighbors. 34.4) Contractor shall at all times indemnify Company against all liabilities to other

NIT: CMC/BY/12-13/RB/AG/026

Page 30 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

persons, including employees or agents of Company or other contractors for bodily injury, damage to property or other loss which may arise out of or in consequence of the execution or completion of Project and against all costs charges and expenses that may arise.

Annexure - I
The Contractor must submit the following to Engineer-In-Charge before commencement of work: a) b) c) d) e) f) g) An Electrical license. (If applicable) PF Code No. and all employees to have PF A/c No. under PF every Act, 1952. All employees to have a temporary or permanent ESI Card as per ESI Act. ESI Registration No. PAN No. Work Contract Tax/VAT Registration Number. Labour License under Contract Labour Act (R & A) Act 1970 (All Engineer-incharge responsible for execution of the job should obtain a copy of Labour License as per guidelines of HR department before start of the work by the contractor.)

The Contractor must follow: a) b) c) d) e) f) Third party Insurance Policy before start of work. To follow Minimum Wages Act prevailing in the state. Salary/ Wages to be distributed in presence of representative of Company's representative not later than 7th of each month. To maintain Wage-cum-Attendance Register. To maintain First Aid Box at Site. Latest P.F. and E.S.I. challans pertaining to the period in which work was undertaken along with a certificate mentioning that P.F. and E.S.I. applicable to all the employees has been deducted and deposited with the Authorities within the time Limits specified under the respective Acts. Workman Compensation Policy. (If applicable)

g)

NIT: CMC/BY/12-13/RB/AG/026

Page 31 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

h)

Labour license before start of work. (If applicable) Registration of Contractors & Contractual Employees under Building & other Construction Worker Welfare Cess Act 1996 & The Building & other Construction Workers (Regulation of Employment & Conditions of Services) Act 1996.

i)

j)

The Delhi Building and other Construction Worker (Regulation of Employment and Conditions of Services) Rules 2002(B.O.C.W.)

NIT: CMC/BY/12-13/RB/AG/026

Page 32 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Annexure - II
BID FORM To Head of Department Contracts & Material Deptt. BSES Yamuna Power Ltd 3rd Floor, A Block Shaktikiran Building, Karkardooma Delhi 110092 Sir, We understand that BYPL is desirous of carrying out Renovation of building for

establishment of SCADA Back up control centre (SCADA BCC) & DMS control centre-Civil/Interior, Electrical & Fire protection works in its licensed distribution
network area in Delhi. 1. Having examined the Bidding Documents for the above named works, we the undersigned, offer to provide our services in full conformity with the term and conditions and technical specifications for the sum as per price bid or such other sums as may be determined in accordance with the terms and conditions of the contract .The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. 2. If our Bid is accepted, we under take to provide our services as per completion schedule mentioned in the tender document from the date of award of work order/letter of intent. 3. If our Bid is accepted, we will furnish a performance bank guarantee for due performance of the Contract in accordance with the Terms and Conditions. 5. We agree to abide by this Bid for a period of 120 days from the due date of bid submission and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 6 Unless and until Letter of Intent is issued, this Bid, together with your written acceptance there of, shall constitute a binding contract between us.

7. We understand that you are not bound to accept the lowest, or any bid you may receive. 8. There is provision for Resolution of Disputes under this Contract, in accordance with the Laws and Jurisdiction of Contract.

Dated this............................... day of................................................. 2012 Signature.............................................. In the capacity of

............................................................duly authorized to sign for and on behalf of (IN BLOCK

CAPITALS) ...............................................................................

NIT: CMC/BY/12-13/RB/AG/026

Page 33 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Annexure - III

FORMAT FOR EMD BANK GUARANTEE (To be issued in a Non Judicial Stamp Paper of Rs.50/-purchased in the name of the bank) Whereas [name of the Bidder] (herein after called the Bidder) has submitted its bid dated [date of submission of bid] for the carrying out of [name and/or description of the Job] (here after called the Bid). KNOW ALL PEOPLE by these presents that WE [name of bank] at [Branch Name and address],having our registered office at[address of the registered office of the bank] (herein after called the Bank),are bound unto BSES Yamuna Power Ltd., with its Corporate Office at BSES Shakti Kiran Building, Karkardooma, Delhi -110092, (herein after called the Purchaser)in the sum of Rs. /- (Rupees only) for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this_____ day of________ 2012 THE CONDITIONS of this obligation are: 1 If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form ; or 2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity: (a) fails or refuses to execute the Contract Form ,if required; or (b) fails or refuses to furnish the performance security, In accordance with the Instructions to Bidders/ Terms and Conditions; We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that is its demand the purchaser will note that amount claimed by it is due to it, owing to the occurrence of one or both of the two condition(s), specifying the occurred condition or condition(s). This guarantee will remain in force up to and including one hundred eighty (180) days after the due date of submission bid, and any demand in respect thereof should reach the Bank not later than the above date.

(Stamp & signature of the bank)

Signature of the witness

NIT: CMC/BY/12-13/RB/AG/026

Page 34 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

SECTION : IV Technical Specifications 1.0 CIVIL & INTERIOR WORKS


1.01 SCHEDULE OF APPLICABLE SPECIFICATIONS AS PER CPWD SPECIFICATIONS
C.P.W.D. SPECIFICATIONS All Technical Specifications For Structural, Architectural & Interior Works shall be as per C.P.W.D. Specifications 2005 with correction slips issued upto date.

Note : Measurements and rates will be as per IS:1200 - Methods of Measurements for Building and Civil Engineering Works.

1.02 SPECIFICATIONS NOT INCLUDED IN CPWD


1.02.1 Cast-in-situ Foam Concrete

This item will be carried out as per manufacturers specifications that what will be got approved by the consultant before carrying out of work. 1.02.2 AAC Lightweight Concrete Slab

AAC lightweight concrete slabs will be laid as per manufacturers specifications approved by the consultant prior to construction. The units shall be supplied to a maximum of 6000x625 mm size in thickness varying from 100 to 300 mm (increment of 25 mm depending on span length) with tolerance margin of + 3mm. The dry density will be maximum 700 kg/cu.m. with a compressive strength of minimum 4.0 N/sqmm. The units shall conform to IS:3809 for fire resistance. 1.02.3 AAC Lightweight Concrete Block Masonry

AAC lightweight concrete block masonry shall be installed as per manufacturers specifications approved by the consultant prior to construction. The blocks will be of size 625x100x250 mm with a maximum dry density of 700 kg/cu.m. and minimum compressive strength of 4.0 N/sqmm. These will conform to IS:3809 for fire resistance.

1.03

LIST OF APPROVED MANUFACTURES


ITEM MANUFACTURES ACC/ ULTRATECH / AMBUJA TATA/SAIL

1 2

CEMENT TMT STEEL

NIT: CMC/BY/12-13/RB/AG/026

Page 35 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

3 4 5

TOR STEEL STEEL SECTIONS WATERPROOFING COMPOUND

RATHI/SAIL TATA/SAIL CICO

1.04

CONCRETE CONSTRUCTION TOLERANCE

Where tolerances are not stated in the Specifications or Drawing for any individual structure or feature, maximum permissible deviations from established lines, grades and dimensions shall conform to the following. The Contractor is expected to set and maintain concrete forms so as to ensure completed work within the tolerance limits. These allowable tolerances shall not relieve Contractor of his responsibility for correct fitting of indicated materials. Those tolerances are not cumulative.

1.04.1. Variation from the plumb (or as specified for sloped walls).
a. In the lines and surfaces of columns, piers and walls. * In any 10 ft (3 m) of length or height: 1/4 ( 6 mm) * In any storey or 20 feet (6 meters) Max: 3/8 (10 mm) * Maximum for the entire length or height: 3/4 (20 mm) b. For exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines: * In any bay or 20 feet (6m) maximum: .1/4 (6 mm) * Maximum for the entire length: ..1/2 (12.5mm)

1.04.02 Variation of the entire building lines from established position in plan and related position of columns, walls and partitions
a. In any bay or 20 feet (6 m) maximum: ..1/2 (12.5mm) * Maximum for the entire length: 1 (25 mm)

1.04.03 Variation of the size and locations of sleeves, floors openings and wall openings: .1/4 (6 mm) 1.04.04 Variation in cross-sectional dimensions of columns and beams and in the thickness of slabs and walls.
Minus: ..1/4 (6 mm) Plus: .1/2 (12.5mm)

NIT: CMC/BY/12-13/RB/AG/026

Page 36 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

1.04.05 Footings:
a. Variations in dimensions in plan Minus: .1/2 (12.5mm) * Plus (plus variation applied to concrete only, not to bars dowels) : .2 (50 mm) b. Misplacement or eccentricity. * 2 percent of the footing width in the direction of misplacement but not more than (Applies to concrete only, not to reinforcing bars or dowels): ..2 (50 mm) c. Reduction in thickness * Minus 5 percent of specified thickness.

1.04.06 Variation in Steps


a. Rise: 1/8 ( 3mm) Tread: 1/4 ( 6mm) b. In Consecutive Steps Rise: ..1/16 (1.5mm) Tread: 1/8 ( 3mm )

1.04.07 Tolerance for Precast Concrete:


Forms must be true to size and dimensions of concrete members shown on the plans and be so constructed that the dimensions of the finished product will be within the following limits at the time of placement of these units in the structure, unless otherwise noted on Development Manager Drawings. a. Overall dimensions of members per 10 ft (3 mm): .+/- 16 (1.5mm) b. Cross-sectional dimensions Section less than 3 (75mm): +/- 1/16 (1.5mm) Section over 3 (75mm) less than 18 (450mm): +/- 1/8" (3 mm) Section over 18 (450mm): . +/- (6 mm) c. Deviations from straight lines in long sections. Not more than 1/8 inch (3mm) in 10 ft (3m). d. Deviation from specified camber +/- 1/16 (1.5mm) per 10 ft (3m) of span. Maximum differential between adjacent units in erected position inch (6mm).

NIT: CMC/BY/12-13/RB/AG/026

Page 37 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

1.04.08 Tolerance for Pavements


a. Ramps * Departure from established alignment +/- 1/2 inch(12.5mm). * Departure from established longitudinal +/- 1/4 (6mm) grade on any line. * Departure from transverse template contour expect at transverse joint +/- 1/8 inch (+/- 3mm). * Departure from transverse template control at transverse joints +/- 1/4" (+/-6 mm) in width of one traffic lane.

1.04.09 1.04.09.01

ACCEPTANCE OF STRUCTURE General:

14.04.09.01.a Completed concrete work which meets all applicable requirements will be accepted subject to the other terms of the Contract Documents. 14.04.09.01.b Completed concrete work which fails to meet one or more requirements and which has been repaired to bring it into compliance will be accepted subject to the other terms of the Contract Documents. 14.04.09.01 c Completed concrete work which fails to meet one or more requirements and which cannot be brought into compliance may be accepted or rejected as provided in these specifications or in the Contract Documents. In this event, modifications may be required to assure that remaining work complies with the requirements.

1.04.09.02 Dimensional Tolerances:


14.04.09.02.0a Formed surfaces resulting in concrete outlines smaller than permitted by the tolerances of Section 10 considered potentially deficient in strength and subject to the provisions. 14.04.09.02 b Formed surfaces resulting in concrete outlines larger than permitted by the tolerances of Section 10 may be rejected and the excess material shall be subject to removal. If removal of the excess material is permitted, it shall be accomplished in such a manner as to maintain the strength of the section and to meet all other applicable requirements of function and appearance. Permission is required if excess material is to be removed in accordance with this Section. 14.04.09.02.0. c Concrete members cast in the wrong location may be rejected if the strength, appearance or function of the structure is adversely effected or misplaced items interfere with other construction.

NIT: CMC/BY/12-13/RB/AG/026

Page 38 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

14.04.09.02.d Inaccurately formed concrete surfaces exceeding the limits of which are exposed to view, may be rejected and shall be repaired or removed and replaced if required.

1.05

TOLERANCES
The brick work shall be erected plumb and true to line at level with the maximum variation in any storey height of any length of wall being one meter. The maximum tolerance in the length, height or width of any single masonry unit shall be =/- 3mm.

LIST OF APPD MAKES FOR MATERIALS FOR CIVIL WORKS Materials Brand S.N Name Flush Door Shutter 1 2 3 4 5 6 7 8 Toilet Accessories 9 False Floor/Raised Floor Glass Cylindrical Locks Door Closers Paints/Primer Commercial Board, Ply Laminate Archid, Tower, Kitply Archid, Century Archid, Merino, Century Armstrong, LG St. Gobain, AIS Dorset, Solo Doorking, Hardwyn Asian Paints, ICI Dulux Kimberly Clark, Jaquar, Kopal, Green lime White mark, Nova AMF, Armstrong, Nittoboo Aquamix, Roff HINDWARE PARRYWARE JAQUAR, LAURET

10 11 12 13 14

White board Mineral Fibre Ceiling

Tile Adhesive VitreousChinaSanitaryware(IstQuality) C.Pfittings

NIT: CMC/BY/12-13/RB/AG/026

Page 39 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

15 16 17 18 19 20

C.PBottleTrap StainlessSteelSink BathRoomC.Paccessories HealthFaucet G.I.pipes M.SPipes (Upto150mmdia) Above150mmdia SandCastIronPipes&fittings SandCastIronPipes&fittings G.I.Fittings(Malleable)

JAQUAR, LAURET JAYNA NEELKANT JAQUAR JAQUAR CHILLY TATA JINDAL JINDAL NECO KAJECO NECO KS UNIK KENT VS NEEL KARTAR CHILLY AUDCO KSB CASTLE KIRLOSKAR KARTAR KIRLOSKAR LEADER PROTEK GMGR NEER Kimberly Clark UTEC Jaguar UTEC LEADER KARTAR1 MINIMAX CEASEFIRE LIFEGUARD

21 22 23

24 25 26 27

G.I./M.SForgedSteelpipes&fittingsI.S:1239(PartII) C.I.fittings HorizontalSoil/Wastehangingsupports ButterflyValve

28 29 30 31 32

AirReleaseValve C.Idoubleflangedsluicevalve/doubleflangednonreturn valves Waterproofing GratingforFloorTrap&FloorDrain LiquidSoapContainer

33 34 35

SensorOperatedUrinalFlushing C.IStrainermorethan65mmdia. FireExtinguishers(Portable&ModularTypes)

Note: Final preference of make of materials to be as per the Clients prerogative.

NIT: CMC/BY/12-13/RB/AG/026

Page 40 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

2.0 ELECTRICAL WORKS


1.0 GENERAL To provide electrical equipment and materials for the distribution of electrical power from the ESS including ESS as shown in the drawings and described in these specifications. The quantities mentioned in BOQ are tentative. It will be the bidders responsibility to work out the exact quantities from drawings, which trade provides said equipment, materials. It is not the intent to specify completely herein all aspects of design and constructional features of equipment and details of work to be carried out, nevertheless, the equipment and work shall conform in all respects to high standards of Engineering, design and workmanship and shall be capable of performing in continuous commercial operation in a manner acceptable to the owner who will interpret the meaning of the specifications and drawings and shall have right to reject or accept any work or material which in his assessment is not complete to meet the requirement of this specifications and or applicable code and standards mentioned elsewhere in these specifications.

2.0

SCOPE The scope of work under these specifications shall include design, manufacture, supply, loading and unloading, storage, erection and testing & commissioning of following items for complete electrification work including labour, tools, tackles and plants including supply of hardware consumables and steel fabrication etc. as required in the proposed BYPL Office at Shankar Road, New Delhi. The scope also covers the detailed engineering and calculations of the various equipment/system mentioned hereunder and the same shall be approved by the Owner prior to execution of the job. Internal Electrical Works including Light Fixtures, Switch Boards, Switches, Receptacles, DBs, Wiring, Conduit & Conduit Accessories, Exhaust/Bracket/Ceiling Fans, Data Networking System, Telephone System, and Fire Detection & Alarm System LV Panels LT Cables Cable Trays Earthing

Compliance with these specifications and/or approval of any of the Contractors documents shall in no case relieve the Contractor of his contractual obligations. All supplies to be effected that are a part of contract require specific approval/review of Owner or his authorized representative. Major activities requiring approval/review shall include but not be limited to the following: The engineering activities shall comprise the submission for approval of the following: Basic engineering documents e.g. schematic & wiring diagrams, testing, type test report, guaranteed particulars of all equipment and maintenance manuals. Quality assurance procedure.

NIT: CMC/BY/12-13/RB/AG/026

Page 41 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Field testing and commissioning procedures. Control and protection schemes.

Bidder shall be responsible for Inter-connection Drawing. Protection co-ordination drawings/tables. Shop inspection and testing procedures. Field testing and commissioning procedures.

Bidder shall also be responsible for Any other work/activity that is not listed above however is necessary for completeness and correctness of electrical system. . All minor civil works associated with earthing, system, lighting and power panels/ distribution boards, in walls for light points switch boxes, receptacles and their drops etc. such as fixing of anchor bolts, clamps, cleats, cutting of chases in wall, ceiling including refilling and plastering etc. of the same Bidder shall clearly understand and quote accordingly The bidder shall bring to the notice of the Owner the differences, if any, and get the same clarified failing which the Owner may impose the more stringent of the specification/clauses at the sole risk and costs of the bidder. 3.0 CODES & STANDARDS The design engineering and manufacturing shall be in accordance with established standards/codes (with amendments upto date), sound engineering practices, specifications and shall conform to the statutory regulations applicable in the country. Some of the relevant Standards/Codes are listed below: Indian Electricity Act, 2003 Indian Electricity Rules, 1956 IS:8130 : Conductors for insulated electrical cables and flexible cords. PVC insulation and sheath of electric cables. PVC insulated electric cables for working Voltage upto and including 1100 volts. Power cable flexibility test. FRLS PVC insulated cable. Air Circuit Breaker / Moulded Case Circuit Breaker.

IS:5831 IS:694

: :

IS:424, 1475 (F-3) IEC:754(1) IS:13947 / IEC: 947 Part 1-5

: : :

NIT: CMC/BY/12-13/RB/AG/026

Page 42 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

IS:8623

Specification for factory built assemblies of switch gear and control gear for voltage upto and including 1000V AC/1200V DC. Switchgear and Controlgear selection, installation and maintenance. Direct acting indicating analogue electrical measuring instruments and testing accessories. Digital measuring instruments and testing accessories. Voltage Transformer. Current Transformer for metering and protection with classification, burden and insulation. Degree of protection provided by enclosures for low voltage switchgear and controlgear. Metal enclosed switchgear and control gear. Safety clearance. Code of practice for climate proofing of electrical equipment. Marking and arrangement for switchgear, bus bars, main connections and auxiliary wiring. AC electric meters. Electrical relays for power system protection. Electrolytic copper / aluminium Bus bars. Capacitors. Guide for improvement of power factor at consumers installation. Application guide for Current Transformer. Application guide for Voltage Transformer. Air Break switches. Contactors. Guide for marking of insulated conductors. Guide for forming system of marking and identification of conductors & apparatus terminal.

IS:10118

IS:1248 Part 1-9 IS:13779 IS:3156 IS:2705

: : :

IS :2147

IS:3427 BS:162 IS:3202

: : :

IS:375

IS:722 IS:3231 IS:5082 IS:2834 IS:7752

: : : : :

IS:4201 IS:4146 IS:4029 IS:2959 IS:5578 IS:11050

: : : : : :

NIT: CMC/BY/12-13/RB/AG/026

Page 43 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

IS:6005

Code of practice for phosphating of iron & steel.

Any other standard may be followed provided it is equivalent or more stringent than the standards specified above. In case of any deviation / conflict of this specification with the codes & standards, the following order of precedence shall govern a) b) 4.0 Specification, particular specification if any, and drawings. Indian regulations /codes and standards.

DESIGN The design and workmanship shall be in accordance with the best engineering practices, to ensure satisfactory performance and service life. The requirement offered by the contractor shall be complete in all respects. Any materials or accessories which may not have been specifically mentioned, but which are usual and necessary for the satisfactory and trouble free operation and maintenance of the equipment shall be provided without any extra cost to the purchaser. This shall also include spares for commissioning of the equipment.

5.0 i)

DRAWINGS Any information / data shown in the drawings furnished with the specifications shall not relieve the contractor of his responsibility to carry out the entire work as per the specifications and to the satisfaction of Engineer-in-Charge. Additional information required by the bidder for successfully completing the work shall be obtained by him. Shop Drawings The contractor shall prepare detailed shop drawings indicating General Arrangement, Schematic, Inter-connection of the various equipment and submit to the Engineer-inCharge for approval before commencing the work. The shop drawings shall indicate all setting out details and physical dimensions of all components with wiring and cable details including system operating write up in the system. All work shall be carried out on the approval of these drawings. However, approval of these drawings do not relieve the contractor of his responsibility for providing maintenance free and fool proof system including any missing component/accessories to meet with the intent of the specifications. Contractor will submit 2 prints for preliminary approval and finally six prints for distribution.

ii)

5.01

MATERIALS AND EQUIPMENTS All the materials and equipment shall be of the approved make and design. Unless otherwise called for any approval by Owners Engineer-in-Charge, only the best quality materials and equipment shall be used. A. SPACE HEATERS One or more adequately rated heaters thermostatically controlled with On-Off switch and fuse shall be provided to prevent condensation in any panel compartment. The heaters shall be installed in the lower portion of the compartment and electrical connections shall be made from below the heaters

NIT: CMC/BY/12-13/RB/AG/026

Page 44 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

to minimize deterioration of supply wire insulation. The heaters shall be suitable to maintain the compartment temperature to prevent condensation. B. FUNGISTATIC VARNISH Besides the space heaters, special moisture and fungus resistant varnish shall be applied on parts that may be subjected or predisposed to the formation of fungi due to the presence or deposit of nutrient substances. The varnish shall not be applied to any surface of part where the treatment will interfere with the operation or performance of the equipment. Such surfaces or parts shall be protected against the application of the varnish. C. VENTILATION OPENING In order to ensure adequate ventilation, compartments shall have ventilation openings provided with fine wire mesh of brass to prevent the entry of insects and to reduce to a minimum the entry of dirt and dust. Outdoor compartment openings shall be provided with shutter type blinds. D. DEGREE OF PROTECTION The enclosures of the Control Cabinets, Junction Boxes and Marshalling Boxes, Panels etc. to be installed shall provide degree of protection as detailed here under. Installed out door : IP56. Installed indoor in air conditioned area: IP31. Installed in covered area: IP52. Installed indoor in non air conditioned area where possibility of entry of water is limited: IP44.

The degree of protection shall be in accordance with IS: 2147. Type test report for degree of protection test, on each type of the box shall be submitted for approval. E. RATING PLATES, NAME PLATES AND LABELS Main LT Panel to have rating/name plate and label permanently attached to it in a conspicuous position. A rating plate of non-corrosive material with engraved manufacturers name, year of manufacture, equipment name, type or serial number together with details of the loading conditions of equipment in question has been designed to operate and such diagram plates as may be required by the purchaser. The rating plate of equipment shall be according to IEC requirement. All such nameplates, instruction plates, rating plates shall be bilingual with Hindi inscription first followed by English. Alternatively two separate plates one with Hindi and the other with English inscriptions may be provided. F. QUALITY ASSURANCE PROGRAM To ensure that the equipment and services under the scope of this Contract manufactured within the Contractors works or at his sub-contractors premises are in accordance with the specifications, the Contractor shall adopt suitable quality assurance program to control such activities at all points

NIT: CMC/BY/12-13/RB/AG/026

Page 45 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

necessary. Such program shall be outlined by the Contractor and shall be finally accepted by the Purchaser after discussions before the award of Contract. A quality assurance program of the contractor shall generally cover the following: His organization structure for the management and implementation of the proposed quality assurance program. Documentation control system. Qualification data for bidders key personnel. The procedure for purchases of materials, parts components and selection of sub-contractors services including vendor analysis, source inspection, incoming raw material inspection, verification of material purchases etc. System for shop manufacturing and site erection controls including process controls and fabrication and assembly control. Control of non-conforming items and system for corrective actions. Inspection and test procedure both for manufacture and field activities. Control of calibration and testing of measuring instruments and field activities. System for indication and appraisal of inspection status. System for quality audits. System for authorizing release of manufactured product to the Purchaser. System for maintenance of records. System for handling storage and delivery and A quality plan detailing out the specific quality control measures and procedures adopted for controlling the quality characteristics relevant to each item of equipment furnished and/or services rendered. The Purchaser or his duly authorized representative reserves the right to carry out quality audit and quality surveillance of the system and procedure of the Contractor/his Vendors quality management and control activities. G. INSPECTION, TESTING AND INSPECTION CERTIFICATE The Purchaser and the Engineer-in-Charge shall have at all reasonable times free access to the Contractors premises or works and shall have the power at all reasonable times to inspect and examine the materials and workmanship of the works during its manufacture or erection, if part of the works is being manufactured or assembled at other premises or works, the Contractor shall obtain permission to inspect as if the works were manufactured or assembled on the Contractors own premises or works. Inspection may be made at any stage of manufacture, dispatch or at site at the option of the Purchaser and the equipment if found unsatisfactory due to bad workmanship or quality, material is liable to be rejected.

NIT: CMC/BY/12-13/RB/AG/026

Page 46 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

All equipment being supplied shall conform to type tests and shall be subject to routine tests in accordance with requirements stipulated under respective sections. Bidder shall submit the type tests reports for approval. The Contractor shall intimate the Engineer-in-Charge the detailed program about the tests at least three (3) weeks in advance in case of domestic supplies. If for any item type test is pending payment would be made on successful completion of type/routine test(s) actually carried out as per Engineer-inCharges instructions. The Contractor shall give the Engineer-in-Charge thirty (30) days written notice of any material being ready for testing. Such tests shall be to the Contractors account. The Consultant/Owner unless witnessing of the tests is virtually waived will attend such tests within thirty (30) days of the date of which the equipment is notified as being ready for test/inspection, failing which the Contractor may proceed with the test which shall be deemed to have been made in the presence of Engineer-in-Charge and he shall forthwith forward to the Consultant duly certified copies of tests in triplicate. The Engineer-in-Charge shall within fifteen (15) days from the date of inspection as defined shall inform in writing to the Contractor of any objection to any drawings and all or any equipment and workmanship which in his opinion is not in accordance with the Contract. The Contractor shall give due consideration to such objections and make the necessary modifications accordingly. When the factory tests have been completed at the Contractors or Subcontractors works, the Engineer-in-Charge shall issue a certificate to this effect within fifteen (15) days after completion of tests but if the tests are not witnessed by the Engineer-in-Charge, the certificate shall be issued within fifteen (15) days of receipt of the Contractors Test certificate by the Engineer-in-Charge. Failure of the issue such a certificate shall not prevent the Contractor from proceeding with the works. The completion of these tests or the issue of the certificate shall not bind the Purchaser to accept the equipment should, it, on further tests after erection, be found not to comply with the Specification. The equipment shall be dispatched to site only after approval of test reports and issuance of MICC by the Engineer-in-Charge. For tests whether at the premises or at the works of the Contractor or of any Sub-Contractor, the Contractor except where otherwise specified shall provide free of charge such items as labour, materials, electricity, fuel, water, stores, apparatus and instruments as may be required by Engineer-in-Charge or this authorized representative to carry out effectively such tests of the equipment in accordance with the Specification. The inspection by Engineer-in-Charge and issue of Inspection Certificate thereon shall in no way limit the liabilities and responsibilities of the Contractor in respect of the agreed quality assurance programme forming a part of the Contract. The Engineer-in-Charge will have the right of having at his own expenses any other tests(s) of reasonable nature carried out at Contractors premises or at site or in any other place in addition of aforesaid type and routine tests to satisfy that the material comply with the specifications.

NIT: CMC/BY/12-13/RB/AG/026

Page 47 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The Engineer-in-Charge reserves the right for getting any field tests not specified in respective sections of the technical specification conducted on the completely assembled equipment at site. The testing equipment for these tests shall be provided by the Contractor. PACKAGING All the equipment shall be suitably protected, coated, covered or boxed and crated to prevent damage or deterioration during transit, handling and storage at Site till the time of erection. While packing all the materials, the limitation from the point of view of availability of Railway wagon/truck/trailer sizes in India should be taken account of the Contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. Any demurrage, wharfage and other such charges claimed by the transporters, railways etc. shall be to the account of the Contractor. Owner takes no responsibility of the availability of any special packaging/transporting arrangement.

6.0

7.0

PROTECTION All coated surfaces shall be protected against abrasion, impact, discolouration and any other damages. All exposed threaded portions shall be suitably protected with either a metallic or a non-metallic protecting device. All ends of all valves and piping and conduit equipment connections shall be properly sealed with suitable devices to protect them from damage. The parts which are likely to get rusted, due to exposure to weather should also be properly treated and protected in a suitable manner.

8.0 8.1

GENERAL All metal surfaces shall be subjected to treatment for anti-corrosion protection. All ferrous surfaces for external use unless otherwise stated elsewhere in the specification or specifically agreed, shall be hot-dip galvanised after fabrication. High tensile steel nuts and bolts and spring washers shall be electro galvanised. All steel conductors used for earthing/grounding (above ground level) shall be galvanised according to IS: 2629. HOT DIP GALVANISING The minimum weight of the zinc coating shall be 610 gm/sq.mm and minimum thickness of coating shall be 85 microns for all items thicker than 6mm. For items lower than 6mm thickness requirement of coating thickness shall be as per relevant ASTM. For surface that shall be embedded in concrete, the zinc coating shall be 610 gm/sq.mm minimum. The galvanised surfaces shall consist of a continuous and uniform thick coating of zinc, firmly adhering to the surface of steel. The finished surface shall be clean and smooth and shall be free from defects like discoloured patches, bare spots, unevenness of coating, splatter which is loosely attached to the steel globules, spiky deposits, blistered surface, flaking or peeling off etc. The presence of any of these defects noticed on visual or microscopic inspection shall render the material liable to rejection.

8.2

NIT: CMC/BY/12-13/RB/AG/026

Page 48 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

After galvanizing drilling or welding shall be performed on the galvanised parts of the earthing materials. Sodium dichromate treatment shall be provided to avoid formation of white rust after hot dip galvanization. The galvanized steel shall be subjected to six, one minute dips in copper sulphate solution as per IS-2633. Sharp edges with radii less than 2.5mm shall be able to withstand four immersions of the Standard Preece test. All other coatings shall withstand six immersions. The following galvanizing tests should essentially be performed as per relevant Indian Standards. Coating thickness, Uniformity of zinc, Adhesion test, Mass of zinc coating. Galvanised material must be transported properly to ensure that galvanised surfaces are not damaged during transit. Application of zinc rich paint at site shall not be allowed. PAINTING All sheet steel work shall be degreased, pickled, phosphated in accordance with the IS-6005 Code of practice for phosphating iron and sheet. All surfaces which will not be easily accessible after shop assembly shall beforehand be treated and protected for the life of the equipment. The surfaces that are to be finished painted after installation or require corrosion protection until installation, shall be shop painted with at least two coats of primer. Oil, grease, dirt and swaf shall be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying. After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing with dilute dichromate solution and oven drying. The phosphate coating shall be sealed with application of two coats of ready mixed, stoving type zinc chromate primer. The first coat may be flash dried while the second coat shall be stoved. Powder coating/electrostatic painting of approved shade shall be applied. The exterior color of the paint shall be as per shade no.697 of IS: 5 and inside shall be white. A small quantity of finishing paint shall be supplied for minor touching up required at site after installation of the equipment, if required. In case the Bidder proposes to follow his own standard surface finish and protection procedures or any other established painting procedures like electrostatic painting etc. the procedure shall be submitted along with the Bids for Owners review and approval.

8.3

NIT: CMC/BY/12-13/RB/AG/026

Page 49 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

9.0

TOOLS AND TACKLES The Contractor shall supply with the equipment one complete set of all special tools and tackles for the erection, assembly, dis-assembly and maintenance of the equipment.

NIT: CMC/BY/12-13/RB/AG/026

Page 50 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

TECHNICAL SPECIFICATIONS CONDUIT


All conduits shall be of heavy gauge solid drawn ERW welded manufactured out of 16 (1.6mm) gauge MS Sheet upto 32mm dia and of 14 (2 mm) gauge for sizes higher than this. Both inner and outer surfaces shall be smooth without burrs, dents and kinks. Conduits shall be black stove enameled inside and outside. The cross section of conduit shall be uniform throughout. The welding shall be uniform such that welded joints do not yield when subjected to flattening test. Welded joint shall not break when threaded or bent at an angle. Conduit shall conform to specifications of IS:1653-1972 and the capacity of conduits shall be in accordance with the standards and shall never be exceeded. The minimum size of the conduit shall be 25mm dia. Care shall be taken to ensure that all conduits are adequately protected while stored at site prior to erection and no damaged conduit shall be used. FIXING/LAYING OF CONDUITS Conduit accessories such as normal bends, unions, circular junction boxes and pull boxes, locknuts etc. shall be heavy gauge type and of approved make. Wherever several conduits are running together, adequately sized adaptable boxes common to all runs shall be used to avoid inserting inspection boxes in the individual run. Where it is necessary to segregate wiring metal filler shall be fixed with in the box. Conduits shall be laid before casting in the upper portion of a slab or otherwise, as may be instructed or in accordance with approved drawings, so as to conceal the entire run of conduits and ceiling outlet boxes. Vertical drops shall be buried in columns or walls. Wherever necessary, chases will be cut by the contractor with the help of chase cutting m/c or by hand. Nothing extra shall be paid to the contractor on this account. In case of exposed brick/rubble masonry/tile work special care shall be taken to fix the conduit and accessories in position along with the building work. Sufficient depth of the chases will be made to accommodate the required number of conduits. The chase will be filled with cement, coarse sand mortar (1:3) and properly cured by watering for one week. If a chase is cut in an already finished surface the contractor shall fill the chase and finish it to match the existing finish. Contractor must not cut any iron bars to fix conduits. Conduits shall be kept at a minimum distance of 100mm from the pipes of other non-electrical services. Where the conduit is to be embedded in a concrete member it shall be adequately tied to the reinforcement to prevent displacement during casting, conduits in chases shall be held by steel hooks of approved design at maximum of 60cm centre. The embedding of conduits in walls shall be so arranged as to allow at least 12mm plaster covers the same. All threaded joints of conduit Pipes shall be treated with some approved preservative compound to secure protection against rust. Suitable expansion joints fittings of approved make and design shall be provided at all the points where the conduit crosses the expansion joint in the building. Conduits shall cross at right angles of the joints only. Separate conduit shall be used for:

NIT: CMC/BY/12-13/RB/AG/026

Page 51 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

1) 2) 3) 4) 5) 6) 7) 8)

Normal Lighting, Fans, Light Plug, Emergency Lighting, Exit Light 6/16 Amps Power Outlets CCTV / Access Control System Telephone System Fire Alarm System Data Outlets P.A System Or any other services not mentioned here.

In case of surface conduit the colour codes enamel paints shall be used for each and every services for easy identification as directed by Engineer-in-Charge. Wiring for short extensions to outlets in hung ceiling or to vibrating equipments, motors etc. shall be installed in flexible conduits. Flexible conduits (Pilca pipe) shall be formed from a continuous length of spirally wound interlocked wire steel with a fused zinc coating on both sides. The conduit shall be water tight type and approved make/sample. A separate and accessible earth connection shall bond across the flexible conduit. Conduit runs on surfaces shall be supported with metal 1.2 mm thick saddles which in turn are properly secured on to GI spacer to the wall or ceiling. Fixing screws shall be with round or cheese head and of rust proof materials. Exposed conduits shall be nearly run parallel or at right angles to the walls of the building and shall be painted in colour matching the adjoining area. Unseemly conduit bends and offsets shall be avoided by using better appearance. Cross cover of conduits shall be minimum and entire conduit installation shall be clean and with good appearance. For surface work, the boxes shall be raised back pattern type, designed for use with distance saddles to give clearance of 6mm between the back of conduit and the fixing surface. Where conduits are run on steel work, they will be fixed by means of purpose made GI Caddy clips in manner meeting with the approval of the Engineer prior to the installation being carried out. Other methods of fixing may be agreed in special circumstances, but approval must first be obtained from the site Engineer. The spacing of saddles shall be at 750mm centre for upto 25mm diameter conduits and at 1000mm for conduit sizes of 32mm diameter and above. In addition, saddles shall be fixed at each side of any bend, or set at a distance of 225mm from the bend. The holes in the brick work or concrete for fixing plugs shall be neatly drilled by means of a masonry drill of the appropriate size. All the GI sheet steel/zinc passivated boxes used for housing switches, plugs, fan regulator etc. shall be five sided conforming to IS: 5133 Part I-1969. The boxes shall be provided with four to six fixing lugs located at the corners and vertical sides. Suitable earth terminal inside each box shall be provided. All fixing lugs shall be threaded to receive standard machined chromium plated brass screws. Sufficient number of knockouts shall be provided for conduit entry. Conduits carrying wires of different circuit can terminate in common J.B. having metal compartments. Necessary GI pull wires shall be inserted into the conduit for drawings wires. In case conduit pipe is required to cross any RCC beam special adopter boxes shall be provided for crossing & nothing shall be paid extra. Where conduits are used for non air-conditioned space to air-conditioned space or into a fan chamber or duct, a junction box shall be installed to break the continuity of

NIT: CMC/BY/12-13/RB/AG/026

Page 52 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

such conduit at the point of entry or just outside and conduit shall be sealed around the conductors. Particular care shall be taken during the progress of the work to prevent the ingress of dirt and rubbish such as plaster droppings into erected conduits. Conduit which has become so clogged shall be entirely freed from these accumulations or will be replaced. Screwed plastic or metal caps or turned wooden plugs shall be employed to protect all open ends. Plugs of waste wood, paper, cotton or other fibrous matter shall not be used. All unused conduit entries shall be blanked off in an approved manner and where conduits terminate in adoptable boxes, all removable box covers shall be firmly secured to provide complete enclosure. If considered necessary by the Engineer-in-charge, the conduits shall be swabbed out by drawing swabs of rag through the conduit to remove moisture prior to any cables being drawn in. All conduit installations must be completed and erected in their totality before they are wired and must be fully re-wirable from outlets to distribution boards or trunking systems etc. to which they connect. No wiring of any part of the installation shall be commenced until instructions are received to do so by the Engineer-in-charge at such time as he is satisfied that the wiring will not be damaged due to building operations. Conduits shall be installed so that they are self draining in the event of ingress of moisture due to condensation or any other reason. A suitable drainage hole shall be drilled at the bottom of the lowest conduit box in every 9 metre of horizontal run. MS bush of good quality shall be used in each conduit termination in a switch box, draw box, lighting fixtures and circular junction boxes. Exposed conduits running above false ceilings shall be suitably clamped independently along with the dropped ceiling. Perforated strap hangers or twisted attachment shall not be acceptable. In no case shall raceways be supported or fastened to other pipe for repair and maintenance. They shall be arranged symmetrically and in the cost compact design, in no way unduly criss-crossing each other. Proper spacing shall be maintained when two or more conduits run side by side. The layout of the pipes shall be coordinated with other services if any. The junction boxes and conduits used in hazardous areas shall be flame proof type with cast iron construction complete with threaded covers. The conduit of each circuit or section shall be completed before conductors are drawn in. The entire system of conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth conforming to the requirements by means of special approved type of earthing clamp efficiently fastened to conduit pipe in a workman like manner for a perfect continuity between the earth and conduit. The conduit system shall be so laid out that it will obviate the use of tees, elbows and sharp bends. No length of conduit shall have more than the equivalent of two quarter bends from inlet to outlet. The conduit itself being given required smooth bend with radius of bends suiting to the site conditions but not less than 6 times overall diameter. Outlet boxes shall be of heavy duty type installed as to maintain continuity throughout. These shall be so protected at the time of laying that no mortar finds its way inside during concrete filling or plastering. For fluorescent fittings, the outlet boxes shall be provided 300mm off centre for a 1200mm fitting and 150mm off centre for a 600mm fitting.

NIT: CMC/BY/12-13/RB/AG/026

Page 53 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Draw boxes of ample dimensions shall be provided at convenient points to facilitate pulling of long runs of cables. They shall be completely concealed with MS covers flush with plaster work painted to match the wall. These boxes will be as few as possible and located where found suitable by the consultant. SWITCH BOXES The switch boxes shall be 18 SWG. Passivated box will be so designed that accessories could be mounted on integral pedestals or on adjustable flat iron mounting straps with tapped holes by brass machine screw leaving ample space at the back and on the sides for accommodating wires and check nuts at conduit entries. These shall be attached to conduits by means of check nuts on either side of their walls. These shall be completely concealed leaving edges flush with wall surfaces. Moulded plate switches as specified in item of work shall be fixed to these by means of chromium plated brass machine screws. No timber shall be used for any supports. Boxes which come within concrete shall be installed at the time of casting. Care shall be taken to fix the box rigidly so that its position is not shifted while concreting. WIRING All the wiring installation shall be as per IS:732 with latest amendments. FRLS PVC insulated copper conductor cables as specified in bill of quantities shall be used for sub-circuit runs from the distribution boards to the points and shall be pulled into conduits. They shall be twisted copper conductors with thermoplastic insulations of 1100 volts grade. Colour Code for wiring shall be followed. Looping system of wiring shall be used, wires shall not be jointed. Where joints are unavoidable, they shall be made through approved mechanical connectors with prior permission of the consultant. No reduction of strands is permitted at terminations. No wire smaller than 2.5 sq.mm shall be used or as per B.O.Q. Wherever wiring is run through trunking or raceways, the wires emerging from individual distributions shall be bunched together with cable straps at required regular intervals. Identification ferrules indicating the circuit and DB number shall be used for sub-main, sub-circuit wiring. The ferrules shall be provided at both ends of each sub-main and sub-circuit. Where single phase circuits are supplied from a three phase and a neutral distribution board, no conduit shall contain the wiring fed from more than one phase. In any one room in the premises where all or part of the electrical load consists of lights, fans and/or other single phase current consuming devices, all shall be connected to the same phase of the supply. Circuits fed from distinct sources of supply or from different distribution boards or through switches or MCBs shall not be bunched in one conduit. In large areas and other situations where the load is divided between two or three phase, no two single phase switches connected to different phase shall be mounted within two meters of each other. All splicing shall be done by means of terminal blocks or connectors and no twisting connection between conductors shall be allowed. Metal clad sockets shall be of die-cast non-corroding zinc alloy or polycarbonate sheet enclosure and deeply recessed contact tubes. Visible scraping type earth terminal shall be provided. Socket shall have push on protective cap. Socket shall have MCB/ELCB/RCCB as specified in the schedule of work.

NIT: CMC/BY/12-13/RB/AG/026

Page 54 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Maximum number of PVC insulated 1100V grade copper conductor cable conforming to IS:694-1990. _____________________________________________________________________ Nominal Clause 4.2.1 (ii) 25mm 32mm 38mm 51mm 64mm CrossSectional area of conductor in Sq.mm __________ __________ _________ _________ _____________________________________________________________________ S B S B S B S B S B _____________________________________________________________________ 1 2 3 4 5 6 7 8 9 10 11 _____________________________________________________________________ 1.50 2.50 4 6 10 16 25 35 50 2 2 10 8 6 5 4 3 3 8 6 5 4 3 3 2 18 12 8 5 3 2 10 8 6 5 6 7 6 5 3 12 9 8 6 8 7 6 5 -

12 10 10 8 6 6 5 3 8 7 5

70 - 4 3 5 4 ________________________________________________________________________ Note: 1) The above table shows the maximum capacity of conduits for a simultaneous drawing of cables. The columns heads S apply to runs of conduits which have distance not exceeding 4.25 m between draw in boxes and which do not deflect from the straight by an angle of more than 15 degrees. The columns heads B apply to runs of conduit which deflect from the straight by an angle of more than 15 degrees. Conduit sizes are the nominal external diameter. LUMINAIRES/FANS General

2)

3)

NIT: CMC/BY/12-13/RB/AG/026

Page 55 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

All the materials used in the construction of luminaires shall be of such quality, design and construction that will provide adequate protection in normal use, against mechanical, electrical failures/faults and exposure to the risk of injury or electric shock and shall withstand the effect of exposure to atmosphere. Fluorescent/CFL Lamp Luminaires Luminaire shall be supplied as per the design specified in the schedule of quantities. Luminaires shall be complete in all respects with basic mounting channel, shock proof insert contact rotor lamp holders, starter with holder for fl. lamp luminaries/standard holder for CFL, low watt loss high frequency electronic ballast, dimmable electronic ballast connector block, internal wiring and decorative attachments, if any as per B.O.Q. The mounting channel shall be made of CRCA steel sheets suitably rust inhabited and stove enameled. A dust proof cover stove enameled of white shade shall be of provided to form the channel to protect the accessories and wiring from dust and vermin and to act as reflector. Ballast shall be silent in operation, and shall have a long life and shall be highly reliable. Diffusers, louvers, acrylic cover etc. shall be of opal acrylic or polystyrene material and for similar decorative attachments. The attachments shall be guaranteed against discolourisation, warping and deformation under continuous operation. Fluorescent lamps shall conform to BS:1853 in all respects. Luminaires shall be provided with an earthing terminal for bonding the body of the luminaire to earth. Luminaires shall be installed as specified on the drawings. Wherever luminaires are fixed on the false ceiling, suitable supporting and fixing arrangements independent of the frame work of false ceiling shall be provided. Suspended luminaires shall be provided with swivel type hangers, comprising of suspension pipes, swivel sockets, screws, bolts etc. for installing the luminaires. Luminaires shall be suspended true to alignment in plumb and level and capable of resisting all lateral and vertical forces Lead-in-wires shall be protected from abrasion. Erection of the fixtures shall include assembling of all components of the fixtures such as chokes (ballast) condensers, starters, decorative attachments etc. Where suspended ceiling are installed the contractor shall cooperate with the ceiling installer to ensure that the luminaires layout is compatible with the ceiling panel layout. Fans: Ceiling Fans Ceiling fans shall conform to IS:374 (latest edition) all respects and shall be smooth and silent in operation. The fan motor shall be a capacitor type motor with internal stator and external rotor pattern. The blades shall be made of aluminium sheets painted in white shade. The design and construction of blades shall be such that maximum quantity of air is displaced in smooth manner. The motor and blades shall be statically and dynamically balanced. The fans shall be provided with ball bearing only that is accessible for lubrication. The ceiling fan shall be provided with rubber shackle and a down rod of suitable length as required. The suspension arrangement shall be jointed to the fan motor by means of a thread joint and a safety locking arrangement. Fans shall be provided with bottom cover and top canopy. Electronic step regulators shall be provided, with every fan. Ceiling fans shall be suspended from the special hooks or special fan hook boxes. Where hooks are used the wiring to the fan shall be from a ceiling rose. Wherever special fan hook boxes are used, the fan wiring shall be terminated in porcelain / PVC three way connector. Lead-in-wires shall have cross-section area of not less than 23/.0076 (copper).

NIT: CMC/BY/12-13/RB/AG/026

Page 56 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Exhaust Fan Propeller type exhaust fan shall conform to IS:2312 (latest edition)in all respects. The motor shall be of die-cast aluminium case. The fan motor shall be of squirrel cage induction type single phase motors shall be capacitor start and run type. Exhaust fans be provided with a special anticorrosive treatment to withstand normal concentrations of chemical fumes in the environment. The fan shall be designed to withstand the effects of moisture under normal conditions of use. The design of motor and its windings shall be such that moisture in surrounding is not absorbed by the windings. Exhaust fans shall be complete with mounting rings, ring arms and a resilient suspension. The motor and blades shall be of mild steel and so designed that they operate smoothly with minimum noise. The fans shall be finished to be a glossy grey shade with an approved enamel paint. The fans shall also be provided with gravity louvers for exhaust arrangement or bird screen for inlet arrangement. Exhaust fans shall be fixed at the locations shown on the drawings. The fans shall be fixed by means of rag bolts grouted in wall. Exhaust fan be connected to the exhaust fan point by means of a 3 core flexible cord. DISTRIBUTION BOARDS Distribution boards including MCBs shall be of approved make. Distribution boards shall be constructed out of steel sheet all weld enclosure with double door IP42 protection and shall be powder coated. Ample clearance between the conductors of opposite pole, between conductors and sheet steel body shall be maintained in order to obviate any chance of short circuit. Removable conduits entry plates shall be provided at top and bottom to facilitate drilling holes at site to suit individual requirements. The MCBs shall be mounted on high grade rigid insulating support and connected by electrolytic copper bus bars. Each incoming MCB/Isolator/MCCB shall be provided with solder less cable sockets for crimping. Phase separation barriers made out of arc resistant materials shall be provided between the phases. Bus bars shall be colour coded for phase identification. Distribution boards shall be recessed in wall niche or if required mounted on the surface of the wall with necessary clamp bolts etc. The mounting height shall not exceed 1500mm bottom from finished floor level. Distribution board shall be provided with proper circuit identification name plate and danger sticker/plate as per requirements. All the distribution boards shall be marked with lighting, power or essential with DB Nos., as the case may be. Each DB shall be provided with a circuit list giving details of each circuit. All the outgoing circuit wiring shall be provided with identification ferrules giving the circuit number & phase. Each distribution board shall have a separate neutral connection bar equal to the phase bus and a separate earth connection bar mounted within the DB each having the same number of terminals as the total number of outgoing individual circuits from the distribution board. Conduit & cable armoring shall be bonded together & connected to the distribution board earth bar.

NIT: CMC/BY/12-13/RB/AG/026

Page 57 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Where oversized cables are specified due to voltage drop problems, it shall be contractors responsibility to ensure that satisfactory terminal arrangements are provided without any extra cost. Separate adopter box of suitable size shall be provided to facilitate the wiring of the DB and no payment shall be made on this account. MINIATURE CIRCUIT BREAKER 1. The MCB shall be suitable for manual closing and opening and automatic tripping under overload and short circuit conditions. The MCB shall also be trip free type. Single / double / three / four pole versions shall be furnished as required. The MCB shall be rated for 10 KA fault level. The MCB shall be suitable for its housing in the lighting boards and shall be suitable for connection at the outgoing side by tinned cable lugs and for busbars connection on the incoming side. The terminal of the MCBs and the open and close conditions shall be clearly and indelibly marked. The MCB shall generally conform to IS:8828.

2. 3. 4.

5.

6.

LOW VOLTAGE (L.V.) CABLES A. Wires The design manufacture, testing and supply of single core FRLS PVC insulated 1.1 KV grade stranded twisted wires under this specifications shall comply with latest edition of following standards. IS: 3961 Current rating for cables IS: 5831 PVC insulation and sheath of electric cables IS: 694 PVC insulated cables for working voltage upto and including 1100 volts IEC: 754(i) FRLS PVC insulated cables Copper stranded twisted conductor FRLS PVC insulated shall be used in conduit as per item of work. Copper conductor FRLS PVC insulated cables for control & power cables shall be used. The wires shall be colour coded R Y B, for phases, Black for neutral and Green for earth. Progressive automatic in line indelible, legible and sequential marking of the length of cable in metres at every one metre shall be provided on the outer sheath of cable. B. Cables The design, manufacture, testing and supply of the cable under this specifications shall comply with latest edition of following standards:

NIT: CMC/BY/12-13/RB/AG/026

Page 58 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

IS : 8130 IS : 5831 IS : 3975 IS : 3961 IS : 694

Conductors for insulated electric cables and flexible cords. PVC insulation and sheath of electric cables. Mild steel wires, strips and tapes for armouring cables. Current rating of cables. PVC insulated (heavy duty) electric cables for working voltage upto and including 1100 volts. Power cable-flammability test.

IS : 424-1475 (F-3) IS : 7098 (Part - I) - 1988 IS : 1554

Specification for cross linked polyethylene insulated PVC sheathed armoured/unarmoured cable for working voltage upto 1.1 KV. Specification for PVC insulated (heavy duty) electric cables for working voltages upto and including 1100 volts. Testing method of cable. Cable glands. Standard method for measuring the minimum oxygen concentration to support candle-like combustion of plastics (Oxygen Index). Standard test method for measuring the density of smoke from the burning or decomposition. Standard for type of test Class-IE, Electric cables, field splicers and connections for power generation station. Standard test method for specific optical density of smoke generated by solid materials. Cable drums.

IS : 10810 IS : 6121 ASTM-D : 2863

ASTM-D : 2843

IEEE : 383

ASTME : 662IEC : 754 (A) IS : 10418 C.

Technical Requirements a) The cables shall be suitable for laying in racks, ducts, trenches conduits and under-ground buried installation with uncontrolled back fill and chances of flooding by water. They shall be designed to withstand all mechanical, electrical and thermal stresses under steady state and transient operating condition. The aluminium/copper wires used for manufacturing the cables shall be true circular/sector in shape before stranding and shall be of uniformly good quality, free from defects. The conductor used in manufacture of the cable shall be of H2 grade as per BOQ. The fillers and inner sheath shall be of non-hygroscopic fire retardant materials and shall be suitable for the operating temperature of the cable. Filler and inner sheath shall not stick to insulation and outer sheath.

b)

c)

d)

NIT: CMC/BY/12-13/RB/AG/026

Page 59 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

e)

Progressive automatic in line indelible, legible and sequential marking of the length of the cable in metres at every one metre shall be provided on the outer sheath of all cables and at every 5 metre FRLS marking in case of FRLS cables. Strip/Wire armouring following method (b) mentioned in IS: 3975 shall only be acceptable. For single core cable aluminium wire armouring shall be used as per BOQ (Upto 10 sq.mm wire & above shall be strip armouring). Allowable tolerance on the overall diameter of the cables shall be + 2mm. The normal current rating of all PVC insulated cables shall be as per I.E.C. A distinct inner sheath shall be provided by pressure extrusion process for all multi-core armoured and unarmoured cables as per I.E.C. Outer sheath shall be provided by extrusion process as per I.E.C. The breaking load of armour joint shall not be less than 95% of that armour wire. Zinc rich paint shall be applied on armoured joint surface as required. In plant repairs to the cables shall not be accepted. All the cables shall be supplied in non-returnable drums as per I.E.C.

f)

g) h) i)

j) k)

l) m) D.

Inspection All cables shall be inspected at manufacture place and on receipt of the same at site checked for any damage during transit.

E.

Joint in Cables The contractor shall take care that the cables received at site are distributed to various locations in such a manner as to ensure maximum utilisation and avoidance of cable jointing. Cable shall be rechecked before cutting in lengths, where the joints are unavoidable, the location of such joints shall be got approved from the Consultant. The joints shall be done by qualified jointer strictly in accordance with manufacturers instruction/drawings.

F.

Joint Boxes For Cables The cable joint boxes shall be of appropriate size suitable for type of cable of particular voltage rating.

G.

Jointing of Cables All cable joints shall be made in suitable, approved cable joints boxes, on the jointing of cables in the joint box and the filling in of compound shall be done in accordance with manufacturers instructions and in an approved manner. All straight through joints shall be done in epoxy mould boxes with epoxy resins. Straight through joints shall not be permitted unless the length of run is in excess of cable drum. End terminations of cables more than 1.1 KV grade shall be done with epoxy mould boxed and epoxy resin. Cable glands shall be 1.1KV grade double compression type

NIT: CMC/BY/12-13/RB/AG/026

Page 60 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

and made to tin plated heavy duty brass casting and machine finished. Glands shall be of robust construction capable of clamping cable and cable armour, firmly without injury of cable. All washers and hardwares shall be made of brass tinned. Rubber components used in the glands shall be made of neoprene of tested quality. Cable lugs shall be tinned copper/aluminium solderless crimping type conforming to IS:8309 suitable for aluminium or copper conductor. Crimping of terminals shall be done by using Corrosion inhabitory compound, with crimping tool. Fire resistant paint has to be applied 1 Metre on either side of cable joint. The contractor shall liaise fully with all other contractors to achieve an efficient and properly coordinated installation where equipment has to be re-positioned due to lack of site liaison, no extra cost shall be incurred by the client. H. Testing of Cables Cables shall be tested at factory as per requirement of I.E.C. The tests shall incorporate routine tests, type tests and acceptance tests. Prior to despatch of cables. All the testes will be witnessed by Employer / Consultant in accordance with testing procedure approved by Consultant at no extra cost to Employer. Besides that the following tests shall be carried out: a) Insulation test between phases and phase to earth for each length of cable before and after jointing.

On completion of cable laying work, the following test shall be conducted in the presence of Architect/Owner. a) b) I. Insulation resistance test (Sectional and overall) 1000/5000V depending upon the voltage grade of cable. Continuity test.

Laying of Cable The cable drum shall be placed on jacks before unwinding the cable. Great care shall be exercised in laying cables to avoid forming kinks. At all changes in directions in horizontal & vertical places, the cable shall be bent with a radius of bend not less than 12 15 times diameter and 8 times only at places of space constraints. The cable of 1.1KV grade shall be laid not less than 750mm below ground level in a 375mm wide trench (throughout), where more than one cable is to be laid in the same trench, the width of the trench shall be increased such that the inter axial spacing between the cables except where otherwise specified shall at least be 150mm minimum or as per site requirements or as approved by the Engineer-in-charge. Where single core cables are used in multiphase systems, the cables shall be installed in trefoil where possible. In case the cables are laid in vertical formation due to unavoidable circumstance the depth per tier shall be increased by 200mm (minimum). Cable shall be laid in reasonably straight line, where a change in direction takes place a suitable curvature

NIT: CMC/BY/12-13/RB/AG/026

Page 61 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

shall be i.e. either 20 times the dia meter of the cable or the radius of the bend shall not be less than twice the diameter of the cable drum or whichever is less. Minimum 3 meter long loop shall be provided at both sides of every straight through joint & 3 meters at each end of cable or as directed at site. The cable drum shall in-verbally conveyed on wheels and the cable unrolled in right direction as indicated on the drum by the manufacturer. The cable shall be pulled over rollers in the trench steadily and uniformly without jerks and strains. Cables laid in trenches in single tier formation, 10 cm. in total sand cushioning be provided below and above the cable before a protective cover is laid. For every additional vertical tier, 30 cm of sand cushion be provided over the initial tier. The cable shall be protected by 2nd class bricks of size not less than 230x115x75mm, stone tiles/RCC curved channel be placed on top of the sand breadth wise for the full length of the cable and where more than one cable is to be laid in the same trench the brick shall cover all cables and project at least 8 cms. over the outer sides of the end cables. Filling of trenches shall be done after the sand cushioning and laying of tiles or bricks are carried out to the satisfaction of the Engineer-in-charge (Refer drawing). Back fill for trenches shall be filled in layer not exceeding 150 mm. Each layer shall be properly rammed & consolidate before laying the next layer. RCC Hume pipe shall be provided for all road crossing. The size of the pipe shall be according to the cable and a minimum 100mm dia. pipe shall be provided. The pipe shall be laid in ground with special arrangement and shall be cement jointed and concreting with 1:5:10 shall be made as per relevant IS with latest amendment. Nothing extra shall be paid on this account. Location of cables laid directly underground shall be indicated by cable marker at an interval of 30 meters & with change of direction. Aluminium strip cable tag of 20mm wide with engraved tag no. shall be provided at both ends of cable. Where the cables are to be laid in ducts (pucca trenches) inside the building, they will have to be laid on MS rack/ on MS cable trays grouted in walls trenches. Cables passing through floors shall be protected from mechanical damage by a steel channel to a height of one meter above the floor where cable pass through wall they shall be sleeved with PVC/steel conduit. Where the cables are laid in open (in building) along walls, ceiling or above falseceiling, cable rack (ladder type) or cable tray shall be provided. The size of the cable tray or rack shall depend on the number of cables to pass over that rack. Cable tray/rack shall be properly supported through wall/ceiling according to the site conditions. Cable laid on tray & riser shall be neatly dressed &clamped at an interval of 1000 mm & 750mm for horizontal & vertical cable run respectively either side at each bend of cable. All power cables shall be clamped individually & control cables shall be clamped in groups of three or four cables. Clamps for multi-core cables shall be fabricated of 25x3 GI flats. Single core power cable shall be laid in trefoil formation & clamped with trefoil clamps made of PVC/fibre glass. Cable openings in wall/floor shall be sealed by the contractor suitably by hessian tape & bitumen compound or by any other proven to prevent ingress of water. After the cables are laid, shall be tested as per IS and the results submitted to Consultant/Engineer and in case the results found unsatisfactory, all the repairing/ replacing of cables will be done by the contractor free of charge.

NIT: CMC/BY/12-13/RB/AG/026

Page 62 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

J.

Fire Seal System a) All the floor/wall opening provided for cable crossing shall be sealed by fire seal system. The fire proof sealing system shall fully comply with the requirements of relevant codes. The fire proof seal system shall have minimum one hour fire resistance rating. The fire proof seal system shall be physically, chemically, thermally stable and shall be mechanically secured to the masonry concrete members. The system shall be completely gas and smoke tight, anti-rodent and anti-termite. The material used in fire proof seal system shall be non-toxic and harmless to the working personnel. Type of fire proof seal system shall be foaming type or flam mastic type compound or approved equivalent.

b)

c)

d)

e)

After laying and jointing work is completed, high voltage test should be applied to all cables to ensure that they have not been damaged during or after the laying operation and that there is not fault in the jointing. Cable for use on low and medium voltage system (1.1 KV grade cables) should withstand for 15 minutes a pressure of 1000 V DC applied between conductors and also between each conductor and sheaths. In the absence of pressure testing facilities it is sufficient to test for one minute with a 3000V insulation tester In case the test results are unsatisfactory the cost of repairs and replacements and extra work of removal & laying will be made good by the contractor. Cable shall be installed so that separation shown in the table below is observed. HV Cable (11 KV) - HV Cable (11 KV) ELV & LV 230 V/433 V - ELV & LV cable 230 V/433 V HV cables (11 KV) - ELV & LV cables 230 V/433 V LV cables 433 V - Telephone/Instrument cable All cables - All hot pipe work CABLE TRAYS Cable trays shall be ladder type fabricated out of mild steel/slotted angles and flats of required width as per design. Bends shall be prefabricated. The cable tray shall be primed and painted with powder coating as approved by Engineer-in-Charge. Suitable provision shall be made where a tray crosses expansion joints. The width of the tray shall allow for a suitable separation between cables the design shall allow for adequate bending radiuses for the sizes of cables. No sharp bend to be allowed in cable tray. Joints between sections shall be bolted. The perforated cable trays are fabricated out of 2mm thick CRCA sheet steel having minimum 75mm depth with epoxy coated of approved shade. Perforations are maximum 10mm spaced at maximum 20mm distance. The cables shall be tied with the cable tray with Nylon Strip/Aluminium Clamps/MS Clamps as per requirement. 50 mm 50 mm 300 mm 350 mm 600 mm

NIT: CMC/BY/12-13/RB/AG/026

Page 63 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The tray shall be suspended from the surface of the concrete slab by means of approved steel hangers spaced at a distance of not more than 100cms. Suitable bushes shall be provided where cables pass through apertures in the tray. Cables must be securely fixed to the tray with clamps. In routing necessary barrier and spacing shall be maintained for cables of different voltages in case they lie side by side. Telephone cables shall cross the power cables only at about right angle and these two shall not run in close proximity. Full details of the tray shall be approved by the Consultant/Site Engineer before fabrication. Earth continuity shall be maintained between each section of cable tray and each total run of tray shall be effectively bonded to the nearest earth continuity conductor. All nuts and bolts used shall be of galvanised steel. Cable tray is to be manufactured to comply with the specifications of National Electrical Code (NEC) and National Electrical Manufacturers Association (NEMA). Shop drawing of cable trays shall be submitted to the Consultant/ Site Engineer before fabrication for approval a sample of the same be got approved. All nuts and bolts used shall be of galvanised steel. Cable shall be neatly arranged on trays in such manner that criss crossing is avoided and final take off to switchgear is easily facilitated. Note: The cable tray shall be worked out/selected with 25-30% spare space for future cable. EARTHING All non current carrying metal parts of electrical installation shall be earthed as per IEC with latest amendments. All metal conduits, cable armour, DBs, light fixture, switchgear, feeder pillars etc. and all other parts made of metal shall be bonded together and connected by means of specified earthing conductor to earth electrodes. Earthing shall be in conformity with provision of Indian Electricity Rules, 1956 / IS 3041. Steelwork supporting electrical equipment shall be effectively bonded. Conduit or trunking shall not be used as the role circuit protective conductor. Where flexible conduit is installed the metal screen shall be connected to earth. In addition, a separate circuit protective conductor shall be installed from the junction box to the item of plant. The armouring of multi-core cables shall be bonded to the metal parts of the equipment to which it is connected. All earthing conductors shall be high conductivity GI & copper shall be protected against mechanical damage. The cross sectional area of earth conductors shall not be smaller than half that of the largest current carrying conductor. However, the Contractor shall use the size specified in the bill of quantities. a) All fixtures, sockets outlets, fans, switch boxes and junction boxes etc. shall be earthed with PVC insulated copper wire as specified in item of work. The earth wires ends shall be connected with solder less bottle type copper lugs. All single phase DBs upto shall be earthed with one no. GI / copper wire / strip as per item of work. All switch boards of rating shall be earthed with 2 Nos. separate and GI/Copper tape or as per item of work/drawing. All the earthed wires in switch boxes, DBs and light fixture shall be provided with green colour PVC sleeve.

b)

c)

d)

NIT: CMC/BY/12-13/RB/AG/026

Page 64 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The electrical resistance of earthing conductors shall be low enough to permit passage of fault current necessary to operate fuse or circuit breaker and shall not exceed 2 ohm. The earthing electrode shall consist of (60cm x 60cm x 3.15mm) thick tinned copper plate or GI plate electrode (60cm x 60cm x 6.3mm) or GI pipe 40mm dia 2.5 metre length B class as described under schedule of quantities. Galvanising of the pipe/plate shall conform to relevant Indian Standards. The plate electrode shall be buried in ground with its faces vertical and top not less than 30 cm below GL. The earth plate shall be buried in the ground below the permanent moisture level but not less than 2.5 meter below ground level. The plate shall be filled with charcoal and common salt filling extending 15cm around it on all sides. There shall be a 20mm dia B class GI pipe running from top of plate upto the ground level for watering pipe. The top of the pipe shall be provided with a funnel and a GI mesh screen for watering the earth. This will be housed in a masonry sump with cement plastering or a cement concrete sump not less than 30cm square and 30cm deep. Heavy duty M.S. frame heavy duty with hinged cover and locking arrangement shall be suitably provided over the sump. The earthing lead from electrode onwards shall be suitably protected from mechanical injury by a 15mm dia, GI pipe in case of wire and by suitable dia B class GI pipe in case of strip. This protection pipe within ground shall be buried at least 30cm deep (to be increased to 60cm in case of road crossing and pavements). The portion within the building shall be recessed in walls and floors to adequate depth. In the case of plate earth electrode the earthing lead shall be securely bolted to the plate with two bolts, nuts, check nuts and washers. In case of pipe earth electrode, it shall be connected by means of strap welded around pipe including bolt, nuts and washers and cable socket. All materials used for connecting the earth lead with electrode shall be GI in case of GI pipe and GI plate electrodes and of tinned brass in case of copper plate electrode. No earth pit shall be fixed within 2 metre of a wall of foundation. Effort shall be made to locate them in grass lawns or near flower beds or water taps. The distance between two earthing stations shall be not less than 2.5 meters. Where instrumentation and computer systems are installed a separate clean insulated earth system shall be provided within control equipment a separate insulated earth bar shall be provided to allow for cable screens to be bonded. A separate earth electrode for each system with a minimum resistance to earth of 1 ohm shall be used. The contractor shall ensure that throughout the installation the cable screen do not come into contact with protective earth.

LV PANELS The LV Panels shall conform to the equipment of the latest revision including amendments of the relevant codes and standards. The drawings and specifications & BOQ complement each other and which is shown or called for one shall be interpreted as being called for on both. Material, if any, which may not have been specified but fairly required to make a complete assembly of switch gear as shown on the drawing, specifications shall be construed as being required and no extra charges shall be payable on this account. CODES & STANDARDS

NIT: CMC/BY/12-13/RB/AG/026

Page 65 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The design, manufacture and performance of equipment shall comply with all the currently applicable statutes, safety codes, relevant Bureau of Indian Standards (BIS), British Standards (BS), International Electro Technical Commission (IEC) Publication, Electro NEMA, IDE & DEMA standard as amended upto date. The board shall be metal enclosed single front, indoor, floor mounted free standing type or wall mounting type as mentioned in BOQ. The panel shall be designed for a degree of protection of IP44. However bus bar chamber shall have IP42 degree of protection incase bus bar rating exceeds 1600 Amps. Keeping in view the operating ease, maximum height of the top switch shall be 1750mm from finish floor. 200mm clear space shall be left throughout the panel at bottom. The cold rolled sheet steel will be of 2mm thick. The structure shall be mounted on a rigid base frame of folded sheet steel of minimum 3mm thickness and 50mm height. All cutouts and covers shall be provided with synthetic rubber gaskets (neoprene) The panel shall be divided into distinct vertical sections each comprising of: i) ii) iii) iv) Complete enclosed bus bar compartment for running horizontal and vertical bus bars. Complete enclosed switchgear compartment one for each circuit for housing air circuit breaker, MCCB etc. Compartment for power and control cables of at least 300mm width covering entire height provided. The panel shall have sufficient extra space for at least 20% of outgoing feeders with wiring provision for future use. The front of each compartment shall be provided with hinged single leaf door with locking facilities. Panel shall be provided with suitable lifting facilities. MCCBs/ACBs, Isolators and accessories shall be of fixed/draw out type as per BOQ. Each feeder shall have compartmentalized or non-compartmentalized for MPCB feeders only. Ri-tall type with separate construction cable entry shall be from top/bottom (3mm thick gland plate shall be provided) as required. The panel shall be provided with three phase buses and neutral bus bars of high conductivity electrolytic aluminium as per IS: 5082 sections throughout the length of the panel and shall be adequately supported and braced to withstand the stressed due to the short circuit current of 20 to 80 KA rms. for 1 sec. as called for in BOQ. Maximum temperature rise of bus bars and bus bar connection while carrying rated current shall not exceed 35 deg.C over an ambient temperature of 50 deg.C The minimum clearance in air between phases and between phases and earth for the entire run of the bus bar connections shall be as per IS. Bus bars support insulators shall be made of non-hygroscopic, non-combustible track resistant and high strength SMC or polyester fibre glass moulded material. All bus bars shall be colour coded as per IS: 375. GI earth bus of suitable size shall be provided at the bottom of the panel throughout the length. Similarly suitable size of GI strip in each vertical section for earthing the individual equipment/accessories shall be provided and connected to main horizontal bus.

NIT: CMC/BY/12-13/RB/AG/026

Page 66 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Sheet steel hinged lockable doors shall be interlocked with MCCB to prevent opening of the panel where MCCB is on position. Safety interlock with operating handle shall be provided. All MCCB shall be with vertical operation. Contactors shall be electro magnetic type with interrupting duty as per IS:2959. The main contacts shall be of silver or silver alloy, provided with minimum 2 NO and 2 NC auxiliary contacts. The push button should be of shrouded type and each should be provided with 1 NO and 1 NC contact. Colour coding shall be as per IS: 6875 (Part-II). ACB (AIR CIRCUIT BREAKER) General The circuit breaker shall be of air break type in order to eliminate fire and explosion risk and shall comply with the IEC 60947/IS: 13947-1993 Part-2 with a rupturing capacity of not less than 35 MVA at 415 volts or as specified elsewhere. The rated insulation voltage shall be equal to or greater than 1000 V. Type & Construction The breaker shall be provided with variable microprocessor based releases for over load, short circuit and earth fault protection (and shall be compatible with PC) and shall be in conformance with this specification. ACBs shall be EMI/EMC compatible. The breaker shall consist of a horizontal draw out enclosed pattern triple pole, fully interlocked, independent manual/motorized spring operated mechanism. The mechanism should be such that the circuit breaker is at all times free to open immediately when the trip coil is energized. The ACBs shall be strong and robust in construction with suitable arrangement for anchoring when in fully engaged or fully drawn out positions. The carriage or cradle on which the breaker is mounted shall be of robust design made of fabricated steel, supported on rollers. The withdrawal arrangement shall be such as to allow smooth and easy movement. Current carrying parts should be silver plated and suitable arcing contacts shall be provided to protect the main contact with efficient Arc-chutes for each pole that shall be able to be lifted out for the inspection of main and arcing contact. The arc chutes shall be suitable for ready replacement. The contacts shall be of spring-loaded design. The sequence of operation of the contacts shall be such that arcing contacts `make' before and `break' after the main contacts. There should be total segregation between the power circuit and control circuit, thus making double insulation and ensuring fitting of accessories while the circuit breaker is in the ON position. It shall be possible to inspect the arcing chamber and main contacts. The ACB shall have metal load bearing structures. The main contacts shall be separate from the arc-breaking contacts. It shall be possible to check the wear of the main contacts with the ACB in its racked-out position, removing the arcing chambers. No mechanical junctions in the main contact shall be there so that losses are minimal. The design of the breaker shall be such that all the components are easily accessible to inspection, maintenance and replacement. The ACB at its rated current shall be suitable for operation in extremely tropical humid climate at 50C ambient temp. The manufacturer shall declare ideal de-rating charts.

NIT: CMC/BY/12-13/RB/AG/026

Page 67 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Self aligning cluster type isolating contacts with automatic shutters shall be provided on breaker to screen the live parts. Suitable number of NO & NC auxiliary contacts as stated in BOQ rated for 10 Amps at 415 V AC and 6 Amp at 48V DC, in addition to ones already in use for the operation of the breaker shall be provided for interlocking, protection, metering and for any other purposes. The breaker should have 3 distinct positions - SERVICE/TEST/ISOLATED within the cubicle. Breaker shall be provided with automatic safety shutters to screen the main live contact when the breaker is withdrawn. The frame of the circuit breaker could be positively earthed when the breaker is racked into the cubicle. The following safety arrangements shall be provided for the safety of the personnel to prevent mal-operation. i) Interlock to prevent the truck from being withdrawn or replaced except in the fully isolated position. Interlock to prevent earth connection from being made by the earthing device except breaker is open. Interlock to prevent the breaker being closed unless it is fully raised. Interlock to prevent the breaker from being made alive without its rack in position.

ii)

iii) iv)

v) If under voltage release is provided then circuit breaker will close only if it is energized. Testing of each circuit breaker shall be carried out at the works as per IEC: 60947 and the original test certificate shall be furnished in triplicate. The tests shall incorporate at least the following: a) b) c) d) e) Impulse withstand test Insulation test Di-electric rigidity /Insulation test Mechanical operation checking Thermal protection with a current of 3ith starting from cold conditions.

MOULDED CASE CIRCUIT BREAKER (MCCB) The MCCB should be current limiting type with trip time of less than 10 millisecond under short circuit conditions. The MCCB should be either 3 or 4 poles as specified in BOQ. MCCB shall comply with the requirements of the relevant standards IS13947 Part 2/IEC 60947-2 and should have test certificates for Breaking capacities from independent test authorities CPRI / ERDA or any accredited international lab. MCCB shall comprise of Quick Make-Break switching mechanism, arc extinguishing device and the tripping unit shall be contained in a compact, high strength, heat resistant, flame retardant, insulating moulded case with high withstand capability against thermal and mechanical stresses The breaking capacity of MCCB shall be as specified in the schedule of quantities. The rated service breaking capacity (Ics) should be equal to rated ultimate breaking

NIT: CMC/BY/12-13/RB/AG/026

Page 68 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

capacities (Icu). MCCBs for motor application should be selected in line with Type-2 Co-ordination as per IEC-60947-4, 1989/IS 13947-4. The breaker as supplied with ROM should meet IP44 degree of protection. Current Limiting & Coordination The MCCB shall employ maintenance free minimum let-through energies and capable of achieving discrimination up to the full short circuit capacity of the downstream MCCB. The manufacturer shall provide both the discrimination tables and let-through energy curves for all.

Protection Functions Incomer MCCBs shall be equipped with microprocessor based trip units for Closer protection and better accuracy. Microprocessor trip units shall be adjustable and it shall be possible to fit lead seals to prevent un-authorized access to the settings In all MCCBs, the protection shall be adjustable Overload and Short circuit protection Microprocessor trip unit should have thermal memory. In the event of repeated overloads, the trip unit shall optimize protection of cables and downstream devices by memorizing temperature variations. Microprocessor trip units shall comply with appendix F of IEC 60947-2 standard (measurement of rms current values, electromagnetic compatibility, etc.) Protection settings shall apply to all poles of circuit breaker. All Microprocessor components shall withstand temperatures up to 125 C Four-pole devices shall be equipped for neutral protection as standard with a 3-position setting : - neutral not protected - neutral tripping threshold equal to half the phase value - neutral threshold equal to the phase value

Testing a) b) Original test certificate of the MCCB as per IEC 60947-1 &2 or IS13947 shall be furnished. Pre-commissioning tests on the switch board panel incorporating the MCCB shall be done as per standard specifications.

Interlocking Moulded, case circuit breakers shall be provided with the following interlocking devices for interlocking the door of a switch board. a) Handle interlock to prevent unnecessary manipulations of the breaker wherever required.

NIT: CMC/BY/12-13/RB/AG/026

Page 69 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

b) Door interlock to prevent the door being opened when the breaker is in ON position. c) Defeat-interlocking device to open the door even if the breaker is in ON position. CAPACITORS & CAPACITOR CONTROL PANEL CAPACITORS Power factor correction capacitors shall conform in all respects to IS 2834-1964, IS13340 and latest IEC specification. The capacitors shall be suitable for 3 phase 440 V at 50Hz. Frequency and shall be available in units of 25/50 KVAR size (heavy duty) with self healing property as per BOQ to form a bank of capacitors of desired capacity. All these units shall be connected in parallel by means of high conductivity electrolytic copper bus bars of adequate current carrying capacity having SC rating of 50 KA for 1 sec. Each capacitor bank shall be for PVC insulated aluminium conductor armoured cables. Two separate earthing terminals shall be provided for each bank for earth connection. The capacitor bank shall be subject to routine tests as specified in relevant Indian Standard and the test certificate shall be furnished. The capacitor shall be suitable for indoor use up to 45 Deg.C over and above ambient temperature of 50 Deg.C. The permissible overloads shall be as given below: a) Voltage overload shall be 10% for continuous operation and 15% for 6 hours in a 24 hours cycle. b) Current overload of 15% for continuous operation and 50% for 6 hours in a 24 hours cycle. The capacitor banks shall be floor mounting type indoor housing using minimum floor space with protective guard or fencing. Capacitors shall be of metallized polypropylene film (capacitor grade), hermetically sealed in sturdy corrosion-proof sheet steel 2mm thick containers and impregnated with non-inflammable synthetic liquid and of low power loss version. Every element of each capacitor unit shall be provided with its own built in silvered fuse. The capacitor shall have suitable discharge device to reduce the residual voltage from crest value of the rated voltage to 50 V or less within one minute after capacitor is disconnected from the source of supply. The loss factor of capacitor shall not exceed 0.005 for capacitors with synthetic impregnates. The capacitors shall withstand voltage of 2500V AC supply for 1 minute. The insulation resistance between capacitor terminals and containers when test voltage of 500V AC is applied shall not be less than 50 mega ohms. Capacitor bank and switching equipment shall be housed in a cubicle having degree of protection IP-54 and constructed with sheet steel of minimum 2mm thickness. Capacitors shall be unit type having non-PCB, non-flammable non-toxic dielectric. Necessary discharge resisters shall be provided externally to reduce the terminal voltage to less than 50V in 60 seconds after disconnection from supply. Testing shall be done as per applicable standards for shunt capacitors.

NIT: CMC/BY/12-13/RB/AG/026

Page 70 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

CAPACITOR CONTROL PANEL The capacitor control panel shall generally comprise of the following: a) b) c) d) e) f) Automatic power factor correction relay.(APFCR) Step controller with reversing motor. Time delay and no-volt relays. Protection ACB with static O/C and S/C releases. Contactor for individual capacitors of suitable rating. Change over switch for either automatic or manual operation with push button control. CTs with ammeter and selector switch. Voltmeter with selector switch. Indicating lights RYB.

g) h) j)

All the capacitors and contactors shall be interconnected with PVC insulated copper conductor wires of adequate size in a neat and acceptable manner. Three phases and neutral bus bar shall be provided in panel as required. NAME PLATES & LABELS i) Panel and all modules shall be provided with prominent engraved identification plates. The module identification designation. For single front switchboards, similar panel and board identification labels shall be provided at the rear also. All name plates shall be of non-rusting metal or 3 ply lamicold, with white engraved lettering on black background. Inscription and lettering sizes shall be subject to Owners approval. Suitable stencilled paint marks shall be provided inside the panel/module identification of all equipment in addition to the plastic sticker labels. These labels shall be partitioned so as to be clearly visible and shall have the device number, as mentioned in the module wiring design. PAINTING All steel work shall be pretreated in tanks and finally powder coated of approved shade as per painting clause. WIRING Control and protective wiring shall be done with copper conductor PVC insulated 1100 volts grade multi-stranded flexible wire of 2.5sq.mm cross section. The colour coding shall be as per latest edition of IS: 375.

ii)

iii)

NIT: CMC/BY/12-13/RB/AG/026

Page 71 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Each wire shall be identified by plastic ferrule. All wire termination shall be made with type connection. Wire shall not be taped or spliced between terminal points. Terminal blocks shall preferably by grouped according to circuit function and each terminal block group shall have at least 20% spare capacity. Not more than one wire shall be connected to any terminal. All door frame of L.T. switchboard shall be earthed with bare braided copper wire. TESTING & INSPECTION After completion of all work at the manufacturers works the switchboards shall be inspected and tested in presence of Purchasers representative. However, stage inspection may be carried out from time to time to check progress of work and workmanship. The following tests shall be carried out: i) All routine tests specified in relevant Indian/IEC Standards shall be carried out on all circuit breakers. Test for protective relay operation by primary and secondary injection method. Operation of all meters. Secondary wiring continuity test Insulation test with 1000 Volts Megger, before and after voltage test. HV test on secondary wiring and components on which such test is permissible (2.5 KV for one minute) Simulating external circuits for remote operation of breaker, remote indicating lights and other remote operations, if any. Measurement of power required for closing/trip coil of the breaker. Pick up and drop out voltages for shunt trip and closing coils. Vendor shall provide all facilities such as power supply, testing instruments and apparatus required for carrying out the tests. Required copies of test certificates for all the tests carried out along with copies of type test certificates and certificates from Sub-Vendor for the components procured from them are to be submitted before dispatch of switch boards. DRAWINGS AND INFORMATION The Vendor shall furnish following drawings/documents in accordance with enclosed requirements: i) General Arrangement drawing of the Switchboard, showing front view, plan, foundation plan, floor cut outs / trenches for external cables and elevations, transport sections and weights. Sectional drawings of the circuit breaker panels, showing general constructional features, mounting details of various devices, bus bars, current transformers, cable boxes, terminal boxes for control cables etc.

ii) iii) iv) v) vi)

vii)

viii) ix)

ii)

NIT: CMC/BY/12-13/RB/AG/026

Page 72 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

iii)

Schematic and control wiring diagram for circuit breaker and protection including indicating devices, metering instruments, alarms, space heaters etc. Terminal plans showing terminal numbers, ferrules markings, device terminal numbers, function etc. Relay wiring diagrams. Equipment List. Vendor shall furnish required number of copies of above drawings for Purchasers review, fabrication of switch boards shall start only after Purchasers clearance for the same. After final review, required number of copies and reproducible shall be furnished as final certified drawings. The information furnished shall include the following:

iv)

v) vi)

i) ii)

Technical literature giving complete information of the equipment. Erection, Operation and Maintenance Manual complete with all relevant information, drawings and literature for auxiliary equipment and accessories, characteristics curves for relays etc. A comprehensive spare parts catalogue. TOOLS One complete set of all special or non-standard tools required for installation, operation and maintenance of the switch board shall be provided. The manufacturer shall provide a list of such tools individually priced with his quotation. SPARES The manufacturer/tenderer shall also supply a complete list of commissioning spares and tools. The same shall be included in the bid price. No extra payment shall be made on account of non-availability of spares during commissioning. QUALITY ASSURANCE Quality Assurance shall follow the requirements of Owner/ Consultant as applicable. Quality Assurance involvement will commence at enquiry and follow through to completion and acceptance thus ensuring total conformity to Purchasers requirements.

iii)

NIT: CMC/BY/12-13/RB/AG/026

Page 73 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

3.0 AUTOMATIC TRANSFER SWITCH AND BYPASS ISOLATION SWITCH


1.0 GENERAL This covers scope to provide automatic transfer switches (ATS) and enclosed ATS By-Pass equipment, comprising an ATS with a microprocessor controller for auto-operation with amperage, voltage, number of poles ( 3 and 4 poles ) and withstand values as per the Schedule of Quantities. The automatic

Transfer switching equipment is designed to be used in low voltage power systems for Open transition transfer applications, with simultaneous closing of all 4 poles (three phases and neutral).

2.0 DESIGN PREREQUISITE The transfer switch unit shall be electrically operated and mechanically held. The electrical operator shall be a motorized unit or a double solenoid mechanism, momentarily energized. The switch shall be mechanically

interlocked on a single shaft. The system shall incorporate switch position indicator, with provision of manual emergency operation, having 3 stable positions Normal, Isolated and Emergency. To prevent source overlapping the transfer is operated through distinct isolated position. The sensing and logic shall be built-in microprocessor for maximum reliability and with option of serial communications feature. To facilitate flexibility of installation there shall be provision of Line/ Load reversibility. 3.0 STANDARDS & CODES General standard IEC 60947-1 rules Low-voltage switchgear and controlgear - General

IEC 60947-6-1 Multiple function equipment Transfer switching equipment IEC 60947-3 Switches & disconnectors Low-voltage switchgear and controlgear

Emission General standard

NIT: CMC/BY/12-13/RB/AG/026

Page 74 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

EN 55022 EN 55022

Conductor Emission Radiated Emission

Immunity General standard EN 61000-4-2 Electrostatic Discharge (ESD) EN 61000-4-3 Radiated electromagnetic field EN 61000-4-4 Electrical fast transient (EFT) EN 61000-4-5 Surges EN 61000-4-6 Conducted radio frequency field EN 61000-4-8 Power frequency magnetic field EN 61000-4-11 Voltage dips, short interruptions and variations EN 61000-4-13 Harmonics and inter harmonics IEC 61010-1 Electromagnetic compatibility

4.0 OPERATIONS The control unit shall be directly operated, without any linkages/ harnesses with the automatic transfer switch operation A selectable 3 phase and 1 phase, phase sensing circuit on Mains and Backup sources must guarantee a secure detection of the available healthy source Voltage and Frequency on both Mains and Backup sources shall be continuously monitored, with the following threshold (set value) and hysteresis (reset) values. These values shall be programmable to

avoid any inadvertent triggering of the Transfer operation :-

PARAMETER Under voltage

SOURCES Mains and Backup, 3 phases

THRESHOLD 80 to 98%

HYSTERISIS 81 to 99%

Over voltage

Mains and Backup, 3 phases

102 to 120%

101 to 119%

Under frequency

Mains and

80 to 99%

80.5 t0 99.5%

NIT: CMC/BY/12-13/RB/AG/026

Page 75 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Backup Over frequency Mains and Backup 101 to 120 % 100.5 to 119.5%

Normal / Emergency sequences must integrate following timers : Loss of Mains Timer to validate Main source failure before starting loss of Mains sequence Delay to transfer Timer (Emergency source availability Timer ) to validate emergency source stability before transferring Isolation position Timer (Stay) during 1-2 or 2-1 changeover process. This timer must be adjusted in accordance with

loads induced voltage decrease ramp Cool Down Timer in case of Genset application, to allow genset cooling down period after transferring back the load to the Main source It shall be possible to block the re-transfer operation (from Emergency to Main source ) via programming.

5.0 SAFETY An in-built Auto/Manual selector must inhibit any automatic command in manual position It must also be possible to equip the product with a key selector to allow secure access to the operational mode selection Padlocking of the product in Isolation position must be included, and padlocking of the system in all 3 positions must be possible on request Automatic commands shall be inhibited when the product is padlocked Must be possible to block the re-transfer process via programming. When selected, retransferring back operation to the Main source must be validated locally or remotely via keypad or external contact.

6.0 TECHNICAL PARAMETERS

6.1 General Opening and Closing operations of the contacts must be fast and independent from the automatic driving mechanism

NIT: CMC/BY/12-13/RB/AG/026

Page 76 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

System positions and contacts shall not be affected by operations or by voltage variations of the power supplies

6.2 Technical Performance There shall be 3 stable positions (Source-I, Isolation and Source-II), with provision of padlocking in Isolation position The main and emergency sources shall be amenable for parallel working during transfer There shall be a dip switch selection for single phase or three phase sensing / control on networks 1 and 2, with all electrical parameters ATS system shall have following characteristics:System Operational Voltage 690 V Rated Insulation Voltage Impulse withstand Voltage Thermal Rating of Switch Storage temperature Operating temperature 1000 V 12 KV At 40 deg. C -20 to +70 C -20 to +70 C

6.3 Special Performance The ATS system must be easily configurable via an HMI interface on controller having Security Password for authorized programming access only. Test facilities must be included in the product to allow test sequences, locally or remotely, via keypad control and monitoring of the ATS system

7.0 CONSTRUCTION AND DESIGN REQUIREMENTS

7.1 Transfer Switch The Switching contacts of ATS must be silver plated and of the self cleaning type, which optimizes the quality of

NIT: CMC/BY/12-13/RB/AG/026

Page 77 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

the contacts during operation and also to render a maintenance free system. A manual operating handle made of one piece only shall be provided for emergency transfer purposes. The handle shall be located on the ATS itself to ensure ease of locating that and for quick operation for maximum efficiency during power outages. Manual transfer shall be possible on load Manual retransfer function must be possible either locally or from remote. The switch shall have simultaneous closing of all 4 poles of ATS to minimize effect of transient voltages The Neutral pole of ATS shall be fully rated (100% rating for all 4 poles). 7.2 Controller ATS Controller should have selectable Single phase or Three phase control on Source I and II. The control unit shall direct operation of the switch. The controllers sensing and logic shall be a built-in microprocessor for maximum reliability, minimum

maintenance and capabilities

to facilitate serial communication

It shall be possible to block the re-transfer operation when selected. The transfer back operation to the main source must be voluntarily validated

The Frequency setting shall be possible in steps of 0.10 % whereas Voltage to be settable in steps of 1% It shall be possible to have Voltage sensing on all three phase as well as for single phase There shall be 300 distinct nominal voltage settings, for precise settings over a wide voltage band

7.3 Maintenance In order to prevent Supply disruption during maintenance, or while replacing either Motor mechanism or Controller, it shall be possible to possible to execute on-line maintenance such that the process

NIT: CMC/BY/12-13/RB/AG/026

Page 78 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

obviates need to switch Off. It shall also be possible to operate the switch with controller removed. Both Local and Remote control of test sequences shall be possible on the Switch

7.4 Display & Controls There shall be provision for display of digital readouts for Voltage, Frequency, Available and Connected source. Dip switches shall be there for selection of Mode, Source and for Priority. The changeover system shall be easily configurable with an HMI dialogue interface that is password protected

7.5 Settings Both Voltage and Frequency settings shall be field adjustable either Locally though display and keypad, or remotely through serial communication ( voltage in 1% steps and frequency in 0.1% steps )

7.6 Events & Alarms It shall be possible to programme the minimum and maximum voltage and frequency thresholds, and associated hysteresis levels to avoid any nuisance triggering of the switch operation. It shall also be possible to closely monitor Phase rotation of both the sources to check for any flaws. It shall be possible to configure unbalance level for both Mains and Backup source to ensure phase loss detection

7.7 Communication Interface The communication facility ( RS 485 link, Modbus protocol ) must be added with ease to allow remote control and monitoring. There shall be option to have Communication as well as Input/Output modules for control

7.8 Special Parameters All 4 poles of the Transfer switch unit shall switch simultaneously to prevent voltage spike or transient during transfer. The switch shall be electrically operated and mechanically held. The operator unit shall be Motorized OR Double solenoid that is momentarily energized

8.0

GENERAL SPECIFICATIONS

NIT: CMC/BY/12-13/RB/AG/026

Page 79 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

The Transfer switching equipment is composed of two mechanically and electrically interlocked switches. The device integrates Control relays, Timers and Test functions to manage a Normal/ Backup switching operation between two networks or between a generator set and a network. Both ATS and ATS By-Pass need to be from the same manufacturer

9.0

INSTALLATION AND COMMISSIONING The scope towards Installation of ATS shall be part of SITC scope of the electrical contractor handling the job and supplying LT panel

10.0

ANNUAL MAINTENANCE CONTRACT The manufacturer or supplier of Transfer switch system shall be capable of rendering AMC related services , to take care of ATS as well as ATS Bypass

11.0

TRAINING The manufacturer / supplier shall ensure Training for Operating staff by way of fully configured Training kits OR Demo racks to impart hands-on training to simulate various parameters and for trouble shooting exercise.
LIST OF APPROVED MAKES OF MATERIALS

1.

CUBICAL TYPE LV PANEL BOARD, CAPACITOR CONTROL PANEL ACB WITH VARIABLE MICROPROCESSOR BASED RELEASES (O/C, S/C & E/F) COMPATIBLE WITH PC MCCB WITH VARIABLE (STATIC/ MICROPROCESSOR BASED/ THERMO MAGNETIC RELEASES ) (O/C, S/C, E/F)

ELECTRO SYSTEM DEVICES/AMBIT/MILESTONE SCHNEIDER/SIEMENS/GE

2.

3.

SCHNEIDER/SIEMENS/GE/ABB/LEGR AND

4.

MEASURING INSTRUMENTS (DIGITAL TYPE)

RISHAB/MECON/CONZERV/AE

NIT: CMC/BY/12-13/RB/AG/026

Page 80 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

5. 6. 7.

PANEL ACCESSORIES CTs (CAST RESIN) SELECTOR SWITCH

: : :

RISHAB/SIEMENS/BCH AE/KAPPA/PRAGATI/GILBERT SALZER/SIEMENS/SCHNEIDER/KAY CEE CONNECTWELL/ELMEX SIEMENS/L&T/GROUP SCHNEIDER (TELEMECHANIQUE) SCHNEIDER/GE/SIEMENS/LEGRAND /HAGER POLYCAB/HAVELLS/FINOLEX GRIPWELL/COMET

8. 9.

TERMINAL STRIP CONTACTORS

: :

10.

MCB (10KA) & DBs WITH VERTICAL BUS BAR 1.1 KV XLPE CABLES/WIRES CABLE GLANDS (DOUBLE COMPRESSION) LUGS CABLE TRAY : :

11. 12.

: :

13. 14.

DOWELL OBO/SLOTCO/PILCO/STEEL WAYS BEC/AKG : BEC/POLYPACK/PRECISION/A

15. 16.

MS CONDUIT PVC KG CONDUIT AND

: ACCESSORIES

17.

SWITCH, POWER SOCKET, RJ11, RJ45 OUTLET, TV SOCKET LIGHT FIXTURE :

CRABTREE/WOODS/ NORTH-WEST/LEGRAND PHILIPS/WIPRO/HAVELLS/ BAJAJ

18.

19.

CEILING/WALL/EXHAUST FAN GREAVES

HAVELLS/CROMPTON ALMONARD/KHAITAN

20.

CAT6 CABLE

CLIPSAL/POLYCAB/FINOLEX

21.

CONDUIT ACCESSORIES

SHARMA SALES

22.

ATS

Socomec (6 series) / ASCO (7000 Series) / Cummins (OTPC Series)

NIT: CMC/BY/12-13/RB/AG/026

Page 81 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

4.0 FIRE PROTECTION SYSTEM


1. General

1.1 Work under this contract shall be executed as shown on the drawings and given in the specifications; and required at site whether specifically shown or not. 1.2 Notwith standing the sub division of the documents into these separate section and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the contract so far as it may be practicable to do so. 1.3 Where it is mentioned in the specification that the contractor shall perform certain work or provide certain facilities , it is understood that the contractor shall do so at his cost. The material, design and workmanship shall satisfy the regulations of the TAC, the job specifications contained herein and codes referred to where the job specification and TAC requirements stipulate in addition to these contained in the standard codes and specification, these additional requirements shall also be satisfied .

2. Scope of work Work under this contract consist of furnishing labour , materials , equipment and appliances necessary and required to completely do all works relating to the fire protection system as describe hereinafter and shown and the drawings , consisting of : i) Supply , installation , testing and commissioning of : a) Fire hydrant system including fire pumps and ancillary equipments . b) Hand appliances. c) Sprinkler System

ii) Preparation of plans based on the shop dwgs./actual work at site and getting approval/NOC by the Local Fire Authority . iii) Getting tested by and approval of the installation by the Local Fire Authority during the fabrication /construction stage as well as after completion . iv) Supply of necessary spare parts during the commissioning stage . v) Supply of any other item or services not specifically mentioned anywhere but required by the Local Fire Authority or essential for the operation. 3. Interpretation

In interpretation of specification , the following order of decreasing importance shall be followed : a) b) c) d) Schedule of quantities General Technical specifications List of approved make of materials General rules and conditions /Special Conditons

Matters not covered by the specifications given in this contract as a whole shall covered by relevant and latest Indian Standard Codes. If such codes on a particular subject have not been framed , the decision of the engineer in charge/ Project Manager shall be final and binding .

NIT: CMC/BY/12-13/RB/AG/026

Page 82 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

4.

Responsibilities of Contractors Contractor shall be responsible for procuring supplying and providing all labour , tools and plant and equipment , etc., required for completing the work in all respects and as per the scope of the contract . All expenses towards mobilization at site and demobilization including brining in equipment , work force and materials , dismantling the equipment , clearing the site , etc. shall be deemed to be included in the rates quoted by the contractor against various items of schedule rates and no separate payment on such expenses shall be entertained . The contractor shall acquaint himself with access availability , facilities such as railway siding local labour, etc., to provide suitable allowance in his quotation . The contractor may have to build temporary access to roads to aid him own work which may also be taken care of while quoting for the work . The procurement and supply in sequence and at the appropriate time of all materials and consumables shall be entirely the contractors responsibility and his rates for execution of work will be inclusive of supply of all these item

5.0

Specifications

5.1 Work shall be carried out strictly in accordance with the specifications attached to the tender. 5.2 Works not covered in the specifications shall be carried out as per relevant Indian Standard Code of practice specifications of materials . Execution of work

6.0

6.1 The work shall be carried out in conformity with the contract drawings and within the requirements of architectural , HVAC , plumbing , electrical , structural and other specialised services, drawings . 6.2 The Contractor shall liaison with all traders and agencies working on the site .He shall ensure / liaison with civil contractor for hangers , sleeves structural openings and other requirements well in advance prevent hold up of the construction schedule . On award of work, the contractor shall submit a schedule of construction in the form of Pert Chart or Bar Chart for approval of consultant / engineer in charge, all dates and time schedule , agreed upon shall be strictly adhered to.

6.3

6.4 The work shall be executed strictly as per the time schedule given in the tender document .

6.5

A joint program of execution of work will be prepared by the Contractor based on priority requirement of the project . This program will take in to account the time of completion mentioned in 6.4 above and the time allowed for the priority works by the owner.

6.6 Monthly/weekly construction program will be drawn up by the Owner jointly with the Contractor. Based on availability of work fronts and joint construction program

NIT: CMC/BY/12-13/RB/AG/026

Page 83 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

as per 6.5 above. The contractor shall scrupulously adhere to these targets /programs by deploying adequate personnel and construction tools and tackles and he shall also supply himself all materials of his scope of supply in good time to achieve the urgent / program. In all matters concerning the extent of targets set out in the weekly and monthly targets programs and the degree of achievement, the decision of the Owner will be final and binding on the Contractor. 7. 7.1 Drawings Contractor drawings are diagrammatic but shall be followed as actual construction Permits. Any deviations made shall be in conformity with the architectural and other services drawings . Shop / working drawings shall be submitted by the Contractor in accordance with para 17 of this section .

7.2 Architectural drawings shall take precedence over contract or other services drawings as to all dimensions. 7.3 Contractor shall verify all dimensions at site and bring the notice of the owner any or all discrepancy or deviations notices . The decision of the owner in the regard shall be final . Large size details and manufacturers dimensions for materials to be incorporated shall take precedence over small scale drawings. Any drawings supplied with the tender shall be returned in good condition along with the tender. All drawings issued by the consultants for the work are the property of the consultants and shall not be lent, reproduced or used on any other works than intended, without the written permission of the consultants. Tender Information

7.4

7.5

7.6

8.

8.1 The Contractor shall obtain all information relating to the preparation of the tender entirely on his own responsibility and expense . 8.2 The contractor shall visit the site and familiarize himself with the actual site conditions, access, availability of materials and other related problems for the speedy execution of the work .

8.3 The contractor shall examine all specifications , tender conditions and drawings before tendering for the work . 8.4 Information , levels and dimensions given in the tender drawings are supposed to be correct but the contractor shall make independent inquiries and verify the same . No claims for extras shall be admissible in case of any deviations for incorrectness of the information , levels or dimensions. The contractor shall obtain all information relation to the local regulations , byelaws , application of any and all laws relating to him work or profession . No additional claims shall be admissible on this account . Materials All materials used on this work shall be new, conforming to the specifications.

8.5

9.0 9.1

NIT: CMC/BY/12-13/RB/AG/026

Page 84 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

9.2 Materials shall conform to the latest TAC Regulations/Indian Standards Specifications as amended up to date and carry certification mark , Wherever so required . 9.3 9.4 All materials used on the project shall be approved by the owner. Contractor may be required to purchase such materials of particular make or from a particular source if in the opinion of the owner the same is necessary and required for the proper and reasonable compliance of the specifications and in the interest of better quality of work . Storage of materials All materials shall be stored in a proper manner protected from natural element so as to avoid contamination and deterioration. Contractors stores shall be open to inspection by the owner at all reasonable hours .

10. 10.1

10.3 Location of stores and stores yards shall be approved by the owner prior to construction and occupation . Contractors shall take adequate protection of the stores maintained by him , at his own Expense. 11. 11.1 Materials by owners Materials designated to be supplied by owners shall be supplied at locations given under the relevant clause of the agreement . Any materials supplied by the owners shall be protected and stored as given in para above . Any damage during cartage , execution , installation or before formally handing over shall be made good by the contractor at his own expenses. Inspection and testing of materials Contractor shall be required to produce manufacturers test certificates for the particular batch of materials supplied to him . The test carried out shall be as per the relevant India Standards . For examination and testing of materials and works at the site contractor shall provide all testing and gauging equipment necessary but not limited to the following : a) b) c) d) e) f) g) 12.3. Steel tapes Painting / Coating thickness gauge Plum bobs , spirit levels , hammers Micrometers / Vernier calipers Hydraulic test machine , pressure gauge ,flow meter Clamp on ammeter , megger Holiday Test , machine

11.2

11.3

12. 12.1

12.2

Contractor shall submit calibration Test Certificate not older than 15 days for all such equipments / instruments . Further if required by the owner , calibration test certificate of any approved laboratory may have to be submitted by the Contractor .

NIT: CMC/BY/12-13/RB/AG/026

Page 85 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

12.4 12.5

All testing equipment should be located at the site . The contractor shall carryout the various tests as enumerated in the technical specifications of tender documents . All tests whether on the field or outside concerning the execution of the work and supply of materials by the contractor shall be carried out by the contractor at his own cost . The work is subjected to inspection at all times by the Owner. The contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this tender . The contractor shall provide for purpose of inspection access ladders , lighting and Necessary instruments at his own cost . All results of inspection and test will be recorded in the inspection reports , performa of which will be approved the owner .These reports shall form part of the completion documents . Any work not conforming to the execution drawings, specifications or codes shall be rejected forth with and the contractor shall carryout as per the specification at his own cost . Metric All dimensions and sizes of materials and equipments given in the tender documents are commercial metric sizes . Any weights of sizes given in the tender having changed due to metric conversion, the nearest equivalent sizes accepted by Indian Standards shall be acceptable without any additional cost . The decision of the owner shall be final and binding on the contractor.. Reference points Contractor shall provide permanent bench marks. flag tops and other reference points for the proper execution of work and the same shall be preserved till the end of the work . All such reference points shall be in relation to the levels and locations given on the architectural and contract drawings. Reference drawings The contractor shall maintain one set of all drawings issued to him as reference drawings. These shall not be used on site. All corrections, deviations and changes made on the site shall shown on these reference Drawings for final incorporation .

12.6

12.7

12.8

12.9

12.10

13 . 13.1

13.2

14 . 14.1

14.2

15.

16. 16.1

Site order book The contractor shall maintain a site order book at the site office.

NIT: CMC/BY/12-13/RB/AG/026

Page 86 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

16.2

All instructions relating to the job shall be recorded by the owner, along with contractors compliance . Contractor is bound to carry out all such instructions given to him. Working / shop drawings The contractor shall submit to the owner, six copies of the working / shop drawings Working drawings shall be approved by the consultant. Six sets of shop drawings shall be submitted for approval showing: a) b) c) Any change in layout from the contract drawings. Equipment layout, piping, wiring diagram and instrumentation. Manufacturers or contractors fabrication drawings for any material or equipment.

16.3 17. 17.1 17.2

18.

Information to be furnished by bidder The following details are required to be furnished along with the tender:

18.1

Bidder shall submit documentary evidence in support of jobs carried out / under execution, turnover statements and profit and loss account for the last 3 years. Technical information (Catalogues / Leaflets) in duplicate about all equipments, materials which are to be supplied by the tender . All letters / information, specification and details shall be submitted in duplicate. Completion drawings On completion of works, contractor shall submit one complete set of original tracings and two prints of As Built drawings to the owner. These drawings shall have the following information. a) b) c) d) Run of all piping, with diameters on all floors and vertical stacks. Run of all fire lines with diameters, location of control valves, access panels. Location of all mechanical equipment with layout and piping connections. Run of control wiring and circuit diagrams of motor control panels.

18 .2

18.2 19. 19.1

19.2

19.3 20.

Contractor shall provide six sets of catalogues, maintenance manuals, performance data and list of spare parts together with the name and address of the manufacture for all electrical and mechanical equipment provided by him. All Warranty Cards given by the manufacturers shall hand over to the owner. Contractors Rates Rates quoted in this tender shall be inclusive of cost of materials, labour, supervision , Erection , tools, plant scaffolding , services , connections , transport to site , taxes , octroi and levies , breakage , wastage an all such expenses as may be necessary and required to completely do all the items of work and put them in a working condition to the satisfaction of the owner .

NIT: CMC/BY/12-13/RB/AG/026

Page 87 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

Rates quoted are for all heights and depths required for this work and must be for complete Items inclusive of such accessories, fixtures and fixing arrangements , nuts , bolts , hangers as are a standard part of the particular item unless given separately in the schedules of quantities . All rates quoted must be for complete items inclusive of accessories, fixtures and fixing Arrangements, nuts, bolts, hangers as are standard part of the particular item unless given separately in the schedule of quantities .

All rates quoted shall be inclusive of cutting holes and chases in walls and making good the same with cement concrete. Contractor shall provide holes, sleeves, recesses in the concrete and masonry work as the work proceeds. The schedule of rates is to be read with all the other sections of this tender document. The owner reserves the right to interpolate the rates of such items of work fall in between similar items of lower and higher magnitude. All items of work , in the schedule of rates shall be carried out as per the specifications, Drawings and instructions of the owner , and the rates shall provide for supply of required materials, consumables, skilled and unskilled labour, supervision, tools and tackles , etc., as called for in the detailed specifications and conditions of the contract . 21. 21.1 Testing Piping system shall be tested as specified under the relevant clause of the TAC Regulations / Specifications and shall be performed in the present of the owner/local fire inspector. All materials and equipment found defective shall be replaced and the whole work again tested to meet the requirements of specifications, at the cost of the contractor. Contractor shall perform all such tests may be necessary and required by the local authorities to meet the municipal or other bye laws in force at his own cost . Contractor shall provide free of cost all labour , equipment and materials for the performance of the test . Site clearance and clean up The contractor shall from time to time , clear away all debries and excess material Accumulated at the site. After all the fixtures , equipment and appliances have been installed and commissioned , Contractor shall clean up the same and remove all plaster, paint, stains, stickers and other foreign matter and discoloration leaving the system in a ready to use condition .

21.2

21.3

21.4

22. 22.1

22.2

NIT: CMC/BY/12-13/RB/AG/026

Page 88 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

23. 23.1

License and permits Contractor must be an experienced firm , approved by the local fire brigade authority and the insurance association of India for execution of fire protection system . Contractor shall obtain the approval of all works executed by him from the local fire Brigade authority . Electrical works Electrical work done under this contract shall be executed by licensed wiremen under the supervision of licensed electrical supervision as per requirements of the Indian Electricity Act. Contractor shall obtain the approval of all electrical installation done under this contract from the appropriate competent authority before the installation is commissioned. Approval of Fire Installation Contractor shall prepare detailed drawings for fire fighting systems and obtain prior approval of the same from the Local Fire Authority. Contractor shall keep a constant liaison with the above authorities to keep them aware of the progress and standards of works followed, and for the inspections to be carried out during the fabrication / construction phase. Contractor shall obtain all NOC/ Approvals / Completion Certificates with respect to the fire fighting installations from the District Magistrate / Local Fire Officer . Welding The welding procedure, types of electrodes etc. shall be in accordance with the following is specifications. Welding Procedures Welding Electrodes Testing of Welders IS : 823 IS : 814, but of approved makes only IS : 817

23.2

24. 24.1

24.2

25. 25.1

25.2

25.3

26. 26.1

26.2

Only welders filling the requirements of IS : 817 and approved by the Ownet shall be employed by the contractor . Jointing of pipes Pipes and fittings shall be joined with electrical resistance welding in approved manner. Gasket, for use in between flanged joints, to be of CAF as per IS 2712, thickness as specified in SOQ/BOQ.

27.

28. 28.1

Painting All above grounded pipes, pipe fittings, hose cabinets structural steel work pipe supports etc. shall be painted as per specifications given below. Painting shall be done only after completion of fabrication work and testing.

28.2

NIT: CMC/BY/12-13/RB/AG/026

Page 89 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

28.3

The instructions of paint manufacture shall be followed as far as possible otherwise the work is to be done as directed by the Owner. All cleaning materials, brushes, tools and tackles, painting, material etc . shall be arranged by the contractor at site in sufficient quantity . All rust , dust shall scales , welding slag or any other foreign materials shall be removed fully so that a clean and dry surface is obtained prior to painting . Any other oily containment shall be removed by use of a solvent prior to surface cleaning. First coat of primer paint must be applied by brush on dry clean surface immediately or in any case within 3 hours of such cleaning. Primer paint one coat (minimum thickness 100 microns) self priming epoxy mastic. Finishing coats : a) For production areas 2 coats (thickness minimum 50 microns each) of epoxy paint ,fire red shade as per IS : 5 . For other than production areas 2 coats of synthetic enamel paint, fire red shade as per IS:5.

28.4

28.5

28.6

28.7

28.8

b)

29. 29.1

Coating wrapping for underground pipes All underground piping shall be protected by coating and wrapping as per the following procedure . The materials and workmanship shall in general confirm to IS:10221 or as directed by the owner . Cleaning The pipes shall be thoroughly cleaned by dust , rust will scales , oil , grease etc . by stiff wire brush and scrappers . The surface shall be coated with the primer immediately after cleaning . Priming The primer shall be PYPKOTE / RUSTFIRE / CORPORATE under coat The manufacturers recommended procedure would be followed for applying the primer . Paste Application PYPKOTE AW Paste / CORPORATE paste shall be applied to fill up uneven surfaces in order to ensure smoothness for subsequent wrapping with multi layer tape . Tape wrapping the tape is to wrapped while the second coat of primer is still tacky. Winding is to be done with 50% overlap so that the total thickness of 2.0 mm tape would become 4.0 mm. It should be ensured while wrapping that air bubbles are trapped .The ends of tape shall be secured with nylon binding to ensure that the tape doesnt get loosened while handling. The total thickness including 2 coats of primer, 50% overlap of tape etc. should not be less than 4.5 mm or as per manufacturer recommendations.

29.2

29.3

29.4

29.5

29.6

29.7

NIT: CMC/BY/12-13/RB/AG/026

Page 90 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

29.8

The Holiday Test is to be conducted for detecting any entrapped air or any other defect.The contractor is to arrange for the Holiday Test and to rectify the defects if found any .

30.

Inspection and testing schedule Abbreviations used : DC MTC HTC NDT Dimensional Checking Material Test Certificate ( Chemical Analysis and physical properties ) Hydraulic / Pressure Test Certificate ( Chemical Analysis and physical Properties ) Non Destructive Test DC * * * * * * * * * * MTC * * * * * * * * * * HTC * * Remarks Test pressure as per specification . Body Test at 1.5 times PN with valve open seat test at pressure equal to PN ( With Valve closed ) * * * * Contractor to furnish manufactures test certificate and TAC approval certificate Contractor to furnish manufactures test certificate . Shope Test after commissioning to be carried out by the contractor .

S.NO. 01. 02. 03. 04. 05. 06. 07. 08. 09. 10.

Item Pipe Fittings Flange Bolting Gasket Valves Fire Hydrants Hose Pipes Branch Pipes Fire Pumps

Note : Welded joints shall be tested as per TAC rules

NIT: CMC/BY/12-13/RB/AG/026

Page 91 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

TECH. SPECIFICATIONS FOR FIRE HYDRANT /DOWN COMER SYSTEM 1. Scope of work

Work under this section shall consist of furnishing all labour , materials , equipment and Appliances necessary and required to completely install Down Comer fire hydrant system as required by the drawings and specified herein after or given in this schedule or quantities. Without restricting to the generality of the foregoing, the fire hydrant system shall Include the following :a) Mild steel mains including valves, hydrants and all other accessories. b) Mild Steel pipe fire risers within the building. c) Landing valves, canvas hose pipes, hose reels, hose cabinets, fire brigade connections , connection to pumps , appliances and pressure reducing devices . d) Excavation, anchor blocks and valve chambers. 2.0 General Requirements 2.1 All materials shall be of the best quality conforming to the specifications and subject to the approval of the employer. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workman like manner. Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts, passages, etc. Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified. Only approved type of anchor fasteners shall be used for RCC ceilings and walls. Valves and other appurtenances shall be so located that they are easily accessible for Operations, repairs and maintenance.

2.2

2.3

2.4

2.5

3.

Pipes and fittings For Internal work: a) All pipes within the building in exposed locations and shafts including connections buried under floor shall be ERW mild steel tubes conforming to IS: 1239 (Heavy Class) with screwed or welded joints as specified by the engineer in charge. Fittings of 50 mm or below shall be forged steel with socket weld ends of approved makes. For 65 mm and above shall be W.I. / M.S with butt weld ends .

b)

NIT: CMC/BY/12-13/RB/AG/026

Page 92 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

4.

Jointing (See clause 27.0 of General Technical Specifications)

5.

Excavation Excavations for pipe line shall be in open trenches to levels and grades shown on the drawings or as required at site. Pipe lines shall be buried to a minimum depth of 1 to 1.5 meter or as shown on the drawings. Wherever required contractor shall support all trenches or adjoining structures with adequate supports to prevent land slides. On completion of testing and painting, trenches shall be refilled with excavated earth in 15Cm layers and compacted. Contractor shall dispose off all surplus earth within the site. 6. Anchor Blocks (on External Main) Contractor shall provide suitable cement concrete anchor blocks as may be necessary for Overcoming pressure trusts in under ground / external pipes. Anchor blocks shall be of cement concrete 1:2:4 mix. 7. Valves Butterfly valves 65 mm dia and above shall be cast iron double flanged with lever type .Butterfly valves shall confirm to and marked IS : 13095-1991 780 Class PN- 1.6 tested to 20 kg./sq.cm . Valves on MS pipe 50 mm and below shall be heavy pattern gun metal gate valves (with Cast iron wheel)/ Ball Valve with lever type tested to 20 kg /sq .cm pressure. Valves shall conform to and marked IS: 778. Check valves shall be cast iron double flanged conforming to IS 5312-1975 with cast iron Steel body and stainless steel internal trims.

8. Internal Hydrants 8.1 Contractor shall provide on each landing and other locations as shown on the drawings one Signal headed gunmetal landing valve with 63 m dia outlets and 80 mm inlet (I.S 5290-1969) with individual shut off valves and cast iron wheels. Landing valves shall have flanged inlet and instantaneous type outlet as shown on the drawings/BOQ. 8.2 Instantaneous outlets for fire hydrants shall be of standard pattern approved and suitable for Fire brigade hoses. Contractor shall provide for each internal fire hydrant station two numbers of 63 mm dia 15 meter long reinforced rubber lined hose pipes with gunmetal male and female instantaneous type coupling machine wound with G.I wire ( hose to IS 636 type A and couplings to I . S 903 with I.S certification), fire hose reel , gunmetal branch pipe with nozzle I.S 903 firemans axe as shown on the drawings/BOQ . 8.3 Each hose box shall be, after thorough cleaning of surface, painted as per section 28 of General Technical Specifications. The words Fire House to be painted on the inner face of the glass.

NIT: CMC/BY/12-13/RB/AG/026

Page 93 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

9.

First Aid Hose Reels Contractor shall provide standard fire hose reels with 20 mm dia high pressure rubber hose of 36 meters length with gunmetal nozzle with 6 mm bore , and control valve , shut of nozzle connected wall mounted on circular hose reel of heavy duty mild steel construction and cast iron brackets . Hose reel shall conform to I.S 884 1969. The hose reel shall be connected directly to the MS pipe rise through an independent connection as shown on the drawings/BOQ.

10.

Pressure Gauges a) All pressure gauges shall be of dial type with bourdon tube element of IS 316. The gauge shall be of reputed make. The dial size shall be 150 mm dia and scale division shall be in metric units marked clearly in black on a white dial. The range of pressure gauge shall be 0 to 10 kg / sq. cm. b) All pressure gauges shall be complete with isolation cock, nipples, tail pipes etc.

11.

Pressure switches a) The pressure switch shall be industrial type single pole double throw electric pressure switch designed for starting or stopping of equipment when the pressure in the system drops or exceeds the pre- set limits . It shall comprise of a single pole change over switch, below element assembly and differential spindle. b) All the pressure switches shall have 1/4 B.S P ( f ) inlet connection and screwed cable entry for fixing cable gland . c) The electric rating of the switch shall be as under : Type of Supply A. C D. C Voltage 110-380 24-250 Non Inductive 10 Amp 12 Watts Inductive 6 Amp 12 Watts

12.

Fire Brigade Connection

12.1 The contractor shall provide as shown on drawing gunmetal Four way collecting head with 63mm dia instantaneous type inlets with built in check valve of 100/150 mm dia. outlet connection to the fire main grid and for tank filling, collecting head shall conform to IS 904-1965. 13. Air Valves

13.1 The contractor shall provide 25 mm dia screwed inlet case iron single acting air valve on all high points in the system or as shown on drawings . 14 Rain valve 14.1 The contractor shall provide 25 mm dia M.S pipe to IS : 1239 ( heavy class ) with brass gate valve for draining any water in the system in low pockets as shown in drawings or as directed by the owner .

NIT: CMC/BY/12-13/RB/AG/026

Page 94 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

15 Valve chambers 15.1 Contractor shall provide suitable brick masonry chambers in cement mortar 1:5 ( 1 Cement: 5 coarse sand) on cement concrete foundations 150 mm thick 1: 5 : 10 mix ( 1 cement: 5 fine sand 10 graded stone aggregate 40 mm nominal size) 15 mm thick Cement plaster inside and outside finished with a floating coat of neat cement inside with cast iron surface box approved by fire brigade including excavation , back filling , Complete.

15.2 Valve chamber shall be of the following size : For depths 100 cm and beyond: 120 x 120 cms

16.

Pipe Supports

16.1

All Pipes shall be adequately supported from ceiling or walls by means of anchor fasteners by drilling holes with electrical drill in an approved manner as recommended by manufacturer of the fasteners

16.2

All supports / clamps fabricated from MS Structural e.g . roads, channels , angles and flats shall be painted as described in specifications for painting under General Technical Specifications.

16.3

Where inserts are not provided the contractor shall provide anchor fasteners. Anchor fasteners shall be fixed to walls and ceilings by drilling holes with electrical drill in an approved manner as recommended by the manufacturer of the fasteners.

17. 17.1

Testing All piping in the system shall be tested to a hydrostatic pressure of 11.0 kg / sq .m without drop in pressure for at least 2 hours. Rectify all leakages , make adjustments and reset as required and directed. Hose Cabinets Provide doors / hose cabinets for internal / external hydrants respectively fabricated from 16 Gauge M.S sheet with double glass front door and locking arrangement, with breakable glass key access arrangement, duly painted red as per specifications and fixed to wall / floor as per site conditions. The cabinet shall have a separate chamber to stove a key with breakable glass as per approved design. Hose cabinets shall be hinged double door partially glazed with locking arrangement, painted as per specifications with Fire hose written on it prominently . Samples of hose cabinet for indoor and outdoor works shall be got approved from Owner before production delivery at site .

17.2 18. 18.1

NIT: CMC/BY/12-13/RB/AG/026

Page 95 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

19.

Measurement

19.1 Mild steel pipes shall be measured per liner meter of the finished length along the centre line and shall include all fittings ( including flanges ) , welding , jointing , clamps for fixing to walls or hangers, anchor fastener and testing . Butterfly valves, check valves and full way valves shall be measured by number and shall include all items necessary and required for fixing and as given in the specifications/schedule of quantities . Landing valves, hose cabinets , reinforced rubber lined fire hose pipes , first aid fire hose reels (with gunmetal full way valves) and gunmetal branch pipes shall be measured by numbers and shall include all items necessary and required for fixing as given in the specifications/schedule of quantities . Suction and delivery headers shall be measured per linear meter or finished length and shall Include all items as given in the schedule of quantities . Painting / wrapping / coating of headers , pipes shall be included in the rate for pipes and no Separate payment shall be made. Brick masonry chambers shall be measured by number and shall include all items as given in the schedule of quantities specifications . No additional payment shall be admissible for cutting holes or chases in walls or floors, making connections to pumps equipment and appliances.

NIT: CMC/BY/12-13/RB/AG/026

Page 96 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

TECHNICAL SPECIFICATIONS FOR SPRINKLER SYSTEM 1. Scope of work Work under this section shall consist or furnishing all labour , materials , equipment and Appliances necessary and required to completely install the sprinkler system as required by the drawings and specified herein after or given in the schedule of quantities . a) Sprinkler mains, branch and external piping complete with valves, alarm , hangers and appurtenances and painting . Sprinkler heads with spare sprinklers Connections to risers , pumps and appliances

b) c) 2.

General requirement All materials shall be of the best quality conforming to specifications and subject to the Approval of the engineer in Charge. Pipes and fittings shall be fixed truly vertical horizontal or in slopes as required in neat Workman like manner. Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance And shall not cause obstruction in shafts, passages, etc . Pipes shall be supported from walls and ceiling by suitable clamps at intervals specified. Only approved type of anchor fasteners shall be used for RCC ceilings and walls. Valves and other appurtenances shall be so located that they are easily accessible for Operations, repairs and maintenance.

3.

Pipes and fittings a) All pipes for sprinkler system system shall be ERW mild steel pipes conforming to IS : 1239 ( heavy class ) upto 150 mm dia and IS 3589 of thickness specified above 150 mm dia and IS 3589 of thickness specified above 150 mm dia and screwed or welded joints as specified by the owner . Fittings : See clause 3b of Specifications for Fire Hydrant System .

b) 4.

Jointing Pipes and fittings shall be jointed with electrical resistance welding in an approved manner (See also Clause 27 of General Technical Specification ).

5.

Valves All valves are as per clause 7 of specification for Hydrant system.

NIT: CMC/BY/12-13/RB/AG/026

Page 97 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

6.

Air Valve The contractor provide 25 mm dia screwed inlet G.M single acting air valves on all high Points in the system .

7.

Drain Valve The contractor shall provide 25 mm dia . M.S pipe to IS 1239 heavy class with 25 mm gun metal full way valve for draining any water in the system in low pockets as directed by owner. Sprinkler Heads Sprinkler heads shall be provided at approximate spacing so as to cover 10-12 sq.meter per Sprinkler head. The spacing shall however be in conformity with the drawings and properly coordinated with electrical fixtures, ventilation ducts and grills and other services along the ceiling. Sprinkler heads shall be gunmetal quartz bulb type with a temperature rating of 68 C. Sprinkler heads shall be pendent type / side wall type q. Sprinkler heads shall be approved by the underwriters laboratories ( U . L ) or Fire officers Committee (FOC ) . The finish shall be as specified in the schedule of quantities. The contractor shall give required tools for removing and fixing of different types of sprinklers free of cost as directed by the owner .

8.

9.

Fire Alarm The contractor shall provide or each zone one water operated alarm to be installed on the Sprinkler main. The alarm shall operate and sound a gong on the drop of pressure and flow of water in the mains. Fire alarms shall be approved by the Owner and installed at approved locations. The alarm shall be provided with suitable test cock.

10.

Pipe Protection See Clauses on Painting and Coating / Wrapping 28.0 and 29.0 under General Technical specification .

11.

Pipe Supports All pipes shall be adequately supported from ceiling or walls from existing inserts by Structural clamps fabricated from M.S Structural e.g .rods, channels, angles and flats. All clamps shall be painted as described under Painting Clause 28.0 General Technical Specifications . Where inserts are not provided, the contractor shall provide anchor fasteners. The distance and type of supports shall be as mentioned in the drawings.

12. 12.1

Flow Switch Provide one electrically operated flow switch of appropriate dia, at the head of each circuit. Flow switches should be capable of the required flow in the circuit. The electrical cabling for the flow switches should be capable of the required flow in the circuit. The electrical cabling for the flow switches and control panel shall be provided by the Contractor.

NIT: CMC/BY/12-13/RB/AG/026

Page 98 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

13. 13.1

Testing All pipes in the system shall be tested to a hydrostatic pressure of 11.0 kg / sq . cm without drop in pressure for atleast 2 hours. Rectify all leak ages, make adjustments and retest as required. Measurement Black steel pipes shall be measured per liner meter of the finished length and shall include all fittings including flanges, welding, jointing clamps for fixing to walls or hangers and testing . Butterfly valves , check valves and full way valve and flow indicating switches shall be measured by numbers and shall include all items necessary and required for fixing as given in specifications . Cabinet and the spare sprinkler heads, with spanner etc. shall be measured as per actual item given in the schedule of quantities. Sprinkler heads shall be measured by numbers. No additional payment shall be admissible for cutting holes , or chases in the wall or floors , making connections to pumps , equipment and appliances . Painting and coating / wrapping of pipes shall be included in the rates for pipes and no extra payment shall be made .

14. 14.1

14.2

14.3

14.4 14.5

14.6

NIT: CMC/BY/12-13/RB/AG/026

Page 99 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

TECHNICAL SPECIFICATIONS FOR PUMPS AND ANCILLARY EQUIPMENT 1. Scope of work Work under this section shall consist of furnishing all labour , materials , equipment and Appliances necessary and required to completely install electrically operated pumps for fire hydrant installations as required by the drawings and specified hereinafter or given in the schedule of quantities . Without restricting to the generality of the foregoing the pumps and the ancillary equipment and shall include the following: a) b) c) d) Electrically operated pumps with motors, base plate and accessories. Pumps suction and delivery headers, valves, air vessel and connections. Pressure gauges / pressures switch. Electrical switchboard, wiring, cabling, cables, tray, control panel and property connecting to earthing system of the factory.

2.

General Requirements

2.1 Pumps shall be installed true to level on suitable concrete foundations. Base plate shall be firmly fixed by foundation bolts properly grouted in the concrete foundations. 2.2 Pumps and motors shall be truly aligned with suitable instruments. 2.3 All pumps connections shall be standard flanged type with appropriate number of bolts. 2.4 Manufacturers instructions regarding installation connections and commissioning shall be followed with respect to all pumps, switch gear and accessories. 3. 3.1 Fire Pumps Pump sets a) Centrifugal, End suction, horizontal pump should be selected as per IS. Pump should have following specifications. Materials of Construction. Parts Casing Impeller Casing wearing Shaft Shaft Sleeve Thrust Bearing Cast Iron Bronze IS : 318,Gr .LTBJ / JTB 2 Cast iron Stainless steel SS-410 Antifriction of Titling pad type

b) Shut up head should not exceed 120% of rated head. Pump shall not develop less than 65% of rated head at 150% of rated capacity.

NIT: CMC/BY/12-13/RB/AG/026

Page 100 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

c) Pumps shall be provided with pressure gauge with isolation cock on the delivery side. d) In case of motor driven pump the motor rating should be adequate to drive the pump at 150% of rated discharge e) The pump and its prime mover (Electric motor or Diesel Engine) shall comply with all the requirements of the Rules of Tariff Advisory Committee. 4. | Down Comer (Hydrant) System

Down Comer hydrant system shall be pressurized through a set of pumps driven by electric motors. Desired pressure shall be created and maintained in the systems by means of Terrace pump sets. 5. Electric Driven

Electrically driven pumps shall be provided with totally enclosed fan cooled induction motors suitable for fire pumps with IP55 enclosure. The motors should be rated not to draw more than 4.5 times the starting current . Motors shall be at least equivalent to the horse power required to drive the pump at 150% of its rates discharge. The motors shall be wound for class F-insulation and windings shall be vaccum impregnated with heat and moisture resisting varnish, glass fiber insulated . 6. 6.1 Base Plate Pumps and motors shall be mounted on a common structural base plate and installed as per manufactures instructions.

7. Vibration eliminators 7.1 The contractor shall provide on all suction and delivery lines double flanged reinforced neoprene flexible pipe connectors should be suitable for a working pressure of each pump and tested to the test pressure given in the relevant head. Length of the test connector shall be as per manufacturer details. 8. Cubicle type switch boards / L.T panel Cubicle type switch boards and components shall conform to the requirements of the latest revision including amendments of the following codes and standards. IS : 8623 Specification for factory built assemblies of switchgear and control gear for voltage up to and including 1000- V AC / 1200 V-DC. IS : 4237 General requirements for switch gear and control gear for voltage not exceeding 1000-V. IS : 2147 Degree of protection provided by enclosures for low voltages switch gear and control gear .

NIT: CMC/BY/12-13/RB/AG/026

Page 101 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

IS : 1028 Switch gear and control gear selection / installation and maintenance . IS : 6005 Code of practice for phosphating of iron and steel .

IS : 13947-1993/IEC 947-1989.1 Air circuit breaker / Moulded case circuit breaker . IS : 1248 Direct acting indicating analogue electrical measuring instruments and testing accessories . IS : 2705 part I, II&III 1964 Current transformers for metering and protection with classification burden and Insulation. The board shall be metal enclosed single front, indoor floor mounted free standing type or wall mounting type as mentioned in BOQ. The panel shall be designed for A degree of protection of IP-52 . The panel height shall not exceed 2350 mm Including horizontal main bus bar at top. 1750 mm from finish floor. 40 mm clear space shall be left through out the panel at bottom. The cold rolled sheet steel will Be of 2 mm thick. All cut outs and covers shall be provided with synthetic rubber gasket. (Preferably neoprene). The panel shall be divided into distinct vertical sections each comprising of: a) Complete enclosed bus bar compartment for running horizontal and vertical bus bars. b) Complete enclosed switch gear compartment one for each circuit for housing air circuit breaker, MCCD etc. c) Compartmentally for power and control cables of at least 300 mm width covering entire height provided. d) The panel shall have 20% spare space duly wired for future use. The font of each compartment shall be provided with hinged single lead door with locking facilities. Panel shall be provided with suitable lifting facilities. Isolators & MCCB / ACBs shall be of fixed / draw out type as described later. Each feeder shall have compartmentalised construction cable entry shall be from top / bottom (3 mm thick gland plate shall be provided) as required. The panel shall be provided with three phase buses and neutral bus bars of aluminium sections throughout the length of the panel and shall be adequately supported and braced to withstand the stresses due to the short circuit current of 50 KA rms . For 1 sec. Maximum temperature rise of bus bars and bus bar connection while carrying rated current shall not exceed 40 C over an ambient temperature of 50 deg C. The minimum clearance in air between phases and between phases and earth for the entire run of the bus bar connections shall be 25 mm minimum bus bars support

NIT: CMC/BY/12-13/RB/AG/026

Page 102 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

insulators shall be made of non hydroscopic non combustible track resistant and high strength type porcelain or polyester fiber glass moulded material. All bus bars shall be colour coaded as per IS : 375 and the current density shall be 1 amp / sq .mm. G.I earth bus of 50 x 6 mm size shall be provided at the bottom of the panel through out the length. Similarly, 40 x 6 mm G.I strip in each vertical section for earthing the individual equipment / accessories shall be provided and connected to main horizontal bus . All fuses shall be of HRC cartridge plug in type and shall be of class 2 type (80 KA rms ) breaking capacity. Fuses shall have visible operation indications .Neutral link shall be mounted on fuse carriers which shall be mounted on fuse bases. Contractors shall be electro- magnetic type with interrupted duty as per IS: 2959. The main contracts shall be of silver or silver alloy, provided with minimum 2 NO and 2 NC auxiliary contacts. The push button should be of shrouded type and each should be provided with 1 NO and 1 NC contact. Colour coding shall be as per IS: 6875 (Part II). 8.2 ACB The circuit breaker shall be of air break type in order to eliminate fire and explosion risk and shall comply with the IS : 13947-1993 with a rupturing capacity of not less than 50 MVA at 415 volts or as specified elsewhere (The service short circuit breaking capacity shall be as specified and equal to the short circuit with stand value ) .The breaker shall be provided with microprocessor based releases for over load and short circuit protection. The breaker shall consist of a horizontal draw out pattern triple pole, fully interlocked, Independent manual spring operated mechanism. The mechanism should be such that the circuit breaker is at all times free to open immediately. The trip coil is energized. Current carrying parts should be silver plated and suitable arcing contacts shall be provided to protect the main contact are chutes for each pole shall be provided and shall be lifted out for the inspection of main and arching contact. Self aligning cluster type isolating contacts shall be provided on breaker for interlocking Protection metering and for any other purposes. Breaker shall be provided with automatic safety shutters to screen the main live contact when the breaker is withdrawn. The frame of the circuit breaker should be positively earthed when the breaker is racked into the cubicle. The following safety arrangements shall be provided the safety of the personnel to prevent mal-operation. (i) Interlock to prevent the truck from being withdrawn or replaced except in the fully isolated position . (ii) Interlock to prevent earth connection from being made by the earthing device except breaker is open. (iii) Interlock to prevent the breaker from being made alive without its rack in position.

NIT: CMC/BY/12-13/RB/AG/026

Page 103 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

8.3

Moulded case circuit breaker (MCCB ) MCCB shall conform to the latest IS: 13947-1993/IEC 947-1989.The service short circuit breaking capacity ( ICS at 415 VAC ) should be 50 KA. MCCB shall be current limiting and comprise of quick make break switching mechanism Preferably double break contact systems are extinguishing device and the tripping unit contained in a compact , high strength , heat resistant , flame retardant , insulating moulded case with high withstand capability against thermal and mechanical stresses .All MCCBs shall be capable of defined variable overload adjustment .All MCCBs rated 200 Amps and above shall have adjustable Magnetic short circuit pick up. The trip command shall over rider all other commands .MCCB shall employ maintenance free double break contact system to minimize the let thru energies and capable of achieving discrimination up to the full short circuit capacity of downstream MCCB. The manufacturer shall provide both the discrimination tables and let thru energy curves. The MCCB shall not be restricted to line/load connections. The trip command shall over ride all other commands. MCCB shall employ maintenance free double break contact system to minimize the let thru energies and capable of achieving discrimination upto the full short circuit capacity of downstream MCCB. The manufacturer shall provide both the discrimination tables and let thru energy curves .The MCCB shall not be restricted to line / load connections. The handle position shall give positive indication of ON , OFF or Tripped thus qualifying to disconnection as per the IS/ IEC indicating the true position of all the contacts .In case of 4 pole MCCB the neutral shall be defined and capable of offering protection . The general purpose control switch shall be provided for ON / OFF Auto / Manual. The switch shall be provided with engraving plates on the front with the complete inscription. The switch shall be normally a fixed control box type heavy duty unit. Indicating lamps shall be of the panel mounting , LED type and shall have execution plates marked with its function wherever necessary. The colour of the lamp cover shall be red for ON and green for OFF . Indicating meter shall be digital type.

12.2 Motor and starters for fire pumps The starters shall be of DOL type. The motors should have double sq. cage or other provision to limit the starting current to 4 times the full load current. 12.3 Name Plates and Labels (I) Panel and all modules shall be provided with prominent engraved identification plates .The module identification designation. For single front switch boards, similar panel and board identification labels shall be provided at the rear also.

NIT: CMC/BY/12-13/RB/AG/026

Page 104 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

(ii) All name plates shall be of non rusting metal or 3 ply lamicold, with white engraved lettering on black background . Inscription and lettering sizes shall be subject to Owners approval . (iii) Suitable stenciled paint marks shall be provided inside the panel / module identification of all equipments in addition to the plastic sticker labels, if provided. These labels shall be partitioned so as to be clearly visible and shall have the device number, as mentioned in the module wiring design. 12.4 Painting of all steel work The steel used for fabrication of electrical / mechanical equipment should be stove enameled as per the detailed specifications given below: a) Degreasing: All the steel components, to be painted , should be effectively cleaned by alkaline degreasing . Picking: Oxide scale rust formation are to be removed in a hot bath of sulphuric acid. Pitting of the surface is to be prevented by the use of pickling in habitors. Cold Rinsing: The parts are then to be washed with cold water to remove all traces of acidic solution. Phosphating : In order to attain durable paint coating the metal surface is to be given phosphating treatment by development a phosphate layer on the surface . Preferably hot grenadine solution is to be used in the phosphating plant. Pessivating: This process is to be carried out by using deodalite solution. Drying: The treated parts should then be dried in a hot chamber in dust free atmosphere to ensure that they are absolutely clear and dry before the paint is applied. Primer coating: The treated and dried parts are to be sprayed with high corrosion resistance primer. Stove Drying: The primer coating is to be backed in an electrically heated, air circulated area type storing oven . Finishing coat: The finishing paint coat is to be applied by spraying two coats of 15 micron thickness powder coated paint of approved shade.

b)

c)

d)

e) f)

g)

h)

i)

12.5 Wiring Control and protective wiring shall be done with copper conductor PVC insulated 110 volts grade multi- stranded flexible wire of 2.5 sq . mm 2 cross section . The colour coding shall be as per latest edition of IS : 375 . Each wire shall be identified by Plastic ferrule. All wire termination shall be made with type connection. Wire shall not be taped or splied between terminal points. Terminal blocks shall preferably by grouped according to circuit function and each terminal block group shall have at least 20 % spare capacity. Not more than 1 (one) wire shall be connected to any terminal block.

NIT: CMC/BY/12-13/RB/AG/026

Page 105 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

12.6 Current Transformer Current transformers shall be of ration, burden (shall be worked out by panel supplier), class/ accuracy specified in Single Line diagram. Current transformers shall conform to latest edition to relevant standards. Current transformers shall be epoxy resin cast with bar primary or ring type. The design and construction shall be sufficiently robust to withstand thermal and dynamic stresses due to the maximum short circuit current of the circuit. The current transformer shall preferably be capable of being left open circuited on the secondary side with primary carrying rated full load current, without overheating or damage. Short time current rating and rated withstand time shall be same as corresponding C. B. C. T core laminations shall be of high grade silicon steel. Secondary terminals of CT shall be brought out to a terminal block which will be easily accessible for testing and external connections. Facility shall be provided for short-circuiting and earthing of CT secondary leads through a removable and accessible link with provision for attaching test link. Rating plate details and terminal markings shall be according to the latest edition of relevant Indian Standard Specification. Generally separate current transformers (core) shall be used for metering and protection 12. Cables 12.1 Contractor shall provide all power and control cables from the motor control center to various motors and control devices, of ratings as per IS: 3961. 12.2 All power and wiring cables shall be FRLS armoured .Cables and wires shall comply with requirements of IS : 5831 , 694, 8130, 7098 ( I ) & 1554 as the case may be . 12.3 All cables shall have stranded conductors .The cables shall be supplied in drums as far as possible and hear the manufacturers identification mark. 12.4 All cable joints shall be made in an approved manner as per accepted practice.

13. Earthing 13.1 The earthing pit would be provided by the owner. Fire fighting contractors shall have to Provide earthing strips (G.I 25 x 3 mm) or earthing wires ( G . I . 8 SWG) as may be required for proper earthing of the equipments supplied by him. Thickness of galvanization to be 75 microns (minimum). Each electrical equipment is to be earthed at 2 points. 14. Commissioning

14.1 Commissioning of the systems shall commence only after :

NIT: CMC/BY/12-13/RB/AG/026

Page 106 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

All pipes, accessories, pumping set , fire alarms , etc have been completely installed and tested . The electrical connection has been made and direction of motors rotation checked. Related works by other agencies has been completed in all respects. Water supply is available in adequate quantity in the underground tank. Basement drainage pumps are fully commissioned. On completion of all related work given in para above, start pumping sets and develop desired pressure in both the systems. Open one hydrant and test if pumps starts at desired drop in pressure and the alarm operates. If required make adjustments and reset. 15. Maintenance Manual 15.1 On completion of the entire work and successful commissioning , contractor shall handover four copies of maintenance manuals of all equipment installed by him . 15.2 Maintenance manuals shall include information relating to make , model number , year of manufacture for all electrical and mechanical equipment with names of local suppliers or manufacturers agents . 16. 16.4 Measurements Pumping sets , air vessel , switchboard cubicle , pressure switch , fire alarm shall be Measured by number and shall include all items necessary and required and given in the specifications. Earthing shall be measured as a lump sum item Earthing tape will be linear measurement. Cabling shall be measured per liner meter from switchboard to each motor and shall include all items necessary and required and given in the specifications.

16.5 16.6 16.7

NIT: CMC/BY/12-13/RB/AG/026

Page 107 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

COMMISSIONING OF FIRE FIGHTING SYSTEM Scope of work 1.1 Work under this section shall consist of pre commissioning, commissioning testing and providing guarantees for all equipment, appliances and accessories supplied and installed by the contractor under this contract.

General Requirements 2.1 Work under this section shall be executed without any additional cost. The rates quoted in this tender shall be inclusive of the works given in this section. Contractor shall provide all tools, equipment , metering and testing devices required for the purpose . All inspection and testing for gauging the efficacy of all equipments would be as per the TAC regulations.

2.2

2.3

Pre- commissioning 3.1 On completion of the installation of all pumps , piping , valves , pipe connections , electrical wiring motor control panels and water level controlling devices the contractor shall proceed as follows :

A . Testing of MCC Tests to be carried out for motor control centers shall be: ( a ) Insulation resistance test with 500 volt merger , before and after high voltage test , on all power and control wiring . ( b ) High voltage test at 2000 volts AC for one minute on all power and control wiring. ( c ) Low voltage continuity test ( 6 volts ) on power wiring of feeder , between bus bars and outgoing terminals with switches and contractors in . ( d ) Low voltage continuity test ( 6 volts ) on all control wiring . ( e ) Operation test for all feeders with only control supply made On to ensure correctness of control wiring , operation of the various equipment used such as push buttons, protective devices indicating lamps and relays , etc . All contactors shall be checked for presence of humming and chattering. (f ) Earth continuity test with voltage not exceeding 6 volts between various non current metallic of equipment , steel work . etc. and the earth bus provided in the MCC. (g) B. Operation of all instruments and meters provided on the MCC. Fire protection system (a) Check all hydrant valves and close if any valve is open. Check that all suction and delivery connections are properly made.

NIT: CMC/BY/12-13/RB/AG/026

Page 108 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

(b) Test run and check rotation of each motor and correct the same if required. A. Pipe work (a) Check all clamps, supports and hangers provided for the pipes. (b) Fill up pipes with water and apply hydrostatic pressure to the system as given in the relevant section of the specifications if any leakage is found. Rectify the same and reset the pipes. Commissioning and testing Fire Hydrant System (a) Pressurize the fire hydrant system by running the Terrace fire pump and after attaining the required pressure shutoff the pump. (b)When the fire pumps have been checked for satisfactory working on automatic controls, open fire hydrant simultaneously and allow the hose pipe to discharge water. The electrically driven pump should run continuously for eight hours so that its performance can be checked. (c)Check each landing valve, male and female couplings and branch pipes for compatibility with each other. Any fitting, which is found to be incompatible and does not fit into the other properly, shall be replaced by the contractor .Landing valves shall also be checked by opening and closing under pressure. B. Handing over (a) All commissioning and testing shall be done by the contractor to the complete satisfaction of the engineer in charge / consultants, and the job handed over to the client. (b) Contractor shall also hand over to the client all maintenance and operation manuals and all items as per the terms of the contract.

NIT: CMC/BY/12-13/RB/AG/026

Page 109 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

LIST OF APPROVED MAKES OF MATERIALS FOR FIRE PROTECTION WORKS Note: The bidder shall quote his rates on the basis of price of brand/ make stipulated in the item of works as described in BOQ specification and furnished in technical data. The bidder shall consider the first make of material from the list of Approved make while quoting tender. The owner reserves the right to select any of the branch indicated in the List of approved makes/ Agencies. S.No. 1. 2. 3. 4. 5. 6. 7. Material Brand Name Black steel (M.S)pipes/ G.I pipes Jindal Hissar, Jindal, Tata G.I. fittings (Malleable C.I) Zoloto, Unik, R Gate Valves/Globe valves/Ball Valves CIM, Zoloto, Leader CI butterfly valves, Check valves, Y SKS, CIM,, Audco, Kirloskar strainer Alarm Valve HD, Gem, Reliable Sprinkler Head Spraysafe, ASCOA, Safex Superex Fire Hydrants SafeGuard, Fire Hose reel Minimax, GM Collecting Head Newage Fire hose couplings Branch pipe and nozzles Canvas Hose (RRL) Jayashree, Indian Rayon Fire Extinguishers SafeGuard, Superex, Minimax, Rubber hose pipe Dunlop or eq.appd. make Pumps Kirloskar, KSB, Mather & Platt Motors Kirloskar, Crompton greeves, Siemens Diesel Engine Kirloskar, or eq.appd.make Electrical Switch gear L&T, English electric, Siemens Cables CCI, Universal, ICC, Gloster Wiring National, Grandlay, Skytone, Ecko AMP Meter & Volt meter AEI, Havells. Moulded circuit breaker English Electric, L&T. a) Battery Exide, Standard, Arukwa, b) Battery Charger Amco Volstate or eq. Appd. Make Flow Switch Indfos or eq. Appd. Make Pressure Gauge Fiebig, H Guru Level Indicator Phoenix or eq. Appd. Make Level Controller Morbey or eq. Appd. Make Water flow meter Kent or eq. Appd. Make

8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19.

20. 21. 22. 23. 24.

NIT: CMC/BY/12-13/RB/AG/026

Page 110 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Issued to :

Establishment of SCADA/DMS Centre


Estimated cost : Item Rate Time Period : 04 Months Earnest Money: Rs 3,62,000/-

BILL OF QUANTITY/PRICE FORMAT

Name Of Work: RENOVATION OF BUILDING FOR ESTABLISHMENT OF SCADA BACK UP CONTROL CENTER (SCADA BCC) & DMS (A) CIVIL & INTERIOR WORKS
PREAMBLE All items of work under this Contract shall be executed strictly to fulfill the requirements laid down under Basis of Design in the specifications. Type of equipment, material specification, methods of installation and testing and type of control shall be in accordance with the specifications, approved shop drawings and the relevant Indian Standards, however capacity of each component and their quantities shall be such as to fulfill the above mentioned requirement. In case ant item description is unclear or not understood by the bidder/contractor, he may seek clarification from the Architect/Client Project Manager The unit rate for all equipment or materials shall include cost in INDIAN RUPEES (INR) for equipment and materials including all taxes and duties and also including forwarding, freight, insurance and transport into Contractors store at site, storage, installation, testing, balancing, commissioning and other works required. The rate for each item of work included in the Schedule of Quantities shall, unless expressly stated otherwise, include cost of: All materials, fixing materials, accessories, appliances tools, plants, equipment, transport, labour and incidentals required in preparation for and in the full and entire execution, testing, balancing, commissioning and completion of work called for in the item and as per Specifications and Drawings. Wastage on materials and labour. Loading, transporting, unloading, handling/double handling, hoisting to all levels, setting, fitting and fixing in position, protecting, disposal of debris and all other labour necessary in and for the full and entire execution and for the job in accordance with the contract documents, good practice and recognized principles. Liabilities, obligations and risks arising out of Conditions of Contract. All requirements of Specifications, whether such requirements are mentioned in the item or not. The Specifications and Drawings where available, are to be read as complimentary to and part of the Bill of Quantities and any work called for in one shall be taken as required for all. In the event of conflict between Bill of Quantities and other documents including the Specifications, the most stringent shall apply. The interpretation of the Architect / Consultant /Project Manager shall be final and binding. The Contractor shall procure and bring Materials/Equipment to the site only on the basis of drawings approved for construction and shop drawings and not on the basis of Bill of Quantities which are approximate only. This also applies to the Contractors requisition for Owner supplied materials. The work shall be carried out in conformity with the drawings The contractor shall , from time to time, clear away all debris and excess materials accumulated at the site failing which the same shall be done by Project Manager at contractors risk and cost and cost of clean up shall be deducted from the contractors prorata bill. All woodwork shall be treated with Fire Retardant Paint & Anti-Termite coating as per IS codes & manufacturer's specifications Qty Qty TOTAL Qty. (SCADA) (DMS)

2 3 4 a. b. c. d. e. f.

g h i j S.no. 1 1.1

Description DISMANTLING WORKS Dismantling including stacking of serviceable material and disposal of unserviceable material upto 50m lead. Existing partitions & laminate cladding as instructed Dismantling including stacking of serviceable material and disposal of unserviceable material upto 50m lead. Existing tiled flooring & skirting, floor & Wall tile/ stone/ granite Dismantling including stacking of serviceable material and disposal of unserviceable material upto 50m lead. Existing sanitary fixtures (incl. associated fittings and accessories incl. mirrors etc.) safely so as not to cause damage & handing over to the client Dismantling including stacking of serviceable material and disposal of unserviceable material upto 50m lead. Existing Doors & Windows including frames Dismantling including stacking of serviceable material and disposal of unserviceable material upto 50m lead. Existing false ceiling, existing stone cladding & plaster, Existing Railings, Rolling Shutters, as instructed Dismantling Brick masonry with stone cladding & plaster on top carefully in order to extract existing brichs for reuse including stacking of serviceable material and disposal of unserviceable material. Disposal of unserviceable material beyond 50m lead upto 300m CIVIL WORKS Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering for all work in foundation, below footing/floor, masonry etc.(1:4:8) Centering and shuttering including strutting propping etc & removal of

Unit

Rate

Amount

LS

LS

1.2

Sqm

1000

600

1600

1.3

Nos.

15

15

1.4

Nos.

68

36

104

1.5

LS

LS

1.6 1.7 2 2.1

cum LS

73 RO

56

129

cum

2.00

0.00

2.00

NIT: CMC/BY/12-13/RB/AG/026

Page 111 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


2.4 2.5 Centering and shuttering including strutting, propping etc. & removal of form for Lintel, beams, plinth beams, cantilevers. Centering and shuttering including strutting, propping etc. & removal of form for Columns, Pillars, Piers. Extra for additional height in centring, shuttering where ever required with adequate bracing, propping etc. including cost of de-shuttering and decentring at all levels, over a height of 3.5 m, for every additional height of 1 metre or part thereof (Plan area to be measured) Suspended floors, roofs, landing, beams and balconies (Plan area to be measured). Providing & laying 230mm thick brick work at all floors in cement mortar 1:4 ( 1 cement : 4 coarse sand) using bricks from dismantled walls. P/L brick masonry in foundation up to plinth using existing bricks in cement mortar 1:6 (1 cement : 6 coarse sand), including racking out joints, cleaning and soaking the bricks at least for 24hours before use and necessary scaffolding, curing for seven days. Providing and laying Half Brickwork using bricks from dismantled walls, in cement mortar 1:4 (1 cement : 4 coarse sand) at all heights and level including all scaffolding required complete as per specifications including hoop iron/ 2 nos. 6mm dia MS bars reinforcement at every 3rd course. Providing and applying 12/15mm thick internal wall plaster in cement mortar 1:6 (1 cement : 6 fine sand) to internal surfaces of walls at all levels and heights including scaffolding, curing etc, complete. Providing and applying External Wall Plaster - 18mm cement plaster in two coats - under layer 12mm thick cement plaster 1:5 (1 cement: 5 coarse sand) finished with a top layer 6mm thick cement plaster 1:6 (1 cement: 6 fine sand) incl. mixing waterproofing material in cement plaster work in proportion recommended by manufacturers Extra for plastering exterior walls of height more than 10m from ground level for every additional height of 3m or part thereof Providing & laying Reinforced Cement Concrete in 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) excluding cost of centering, shuttering and reinforcement, curing, mechanically vibrating etc. complete at all heights Providing & laying steel reinforcement for RCC work incl. straightening, cutting, bending, placing in position and binding all complete TMT bars/ High Yield Strength deformed bars as specified FE-500 Sqm Sqm 10 12

Establishment of SCADA/DMS Centre


0.00 0.00 10 12

2.6

Sqm

0.00

2.7

Cum

3.20

7.2

2.8

Cum

4.00

0.00

2.9

Sqm

14

0.00

14

2.10

Sqm

32.3

11

43.3

2.11

Sqm

32.3

11

43.3

2.12

Sqm

31.3

33.3

2.13

Cum

0.00

2.14

kg

700

0.00

700

Providing and applying water proofing treatment to toilets, pantries and other wet areas floors and walls with four coats of Tapecrete or approved equivalent mixed with white cement in proportion 1 : 2 (1 tapecrete : 2 white cement) including mixing silica sand in second coat in proportion 1: 2:1.5 (1 tapecrete : 2 white cement :1.5 silica 2.15 sand) with protective layer of 12mm thick cement plaster 1:4 ( 1 cement : 4 coarse sand ) and sealing all junction, corners and concrete after first coat with epoxy mortar as per approved specifications of the approved specialist agency including providing 10 years written guarantee against any defect and leakage. Earth work in excavation in foundations including disposal of excavated 2.16 earth upto 50m lead and lift up to 1.5 m. Disposed earth to be neatly dressed and levelled of. Filling available excavated earth in trenches, plinth, sides of foundation and spreading for road work etc. not eceeding 200mm in depth, 2.17 consolidation each deposite layer by ramming and watering, lead up to 50m 3 FLOORING Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete. 40mm thick with 20mm nominal size stone aggregate.

Sqm

104

0.00

104

cum

0.00

cum

0.00

3.1

Sqm

0.00

3.2

3.3

Reparing and levelling floor (1' wide)- Making finished surfaces with mortar 1:4 (I cement: 4 coarse sand) those portions of floor where trenching is done for laying conduits for laying Electrical, Data and Voice cables all complete. Providing and laying approved 1st quality Vitrified tiles (600 x 600) 10mm thick in floor and conforming to IS: 15622, shade and pattern as approved by the Architect laid over a base of 20 mm (Avg.) cement mortar 1:4 (1 cement : 4 coarse sand) and jointed with white cement slurry mixed with pigment of matching shade and grouting material of approved make (Aqua mix roff) all complete (Base Rate of Tile 650

Rm

201

135

336

Sqm

621

469

1090

NIT: CMC/BY/12-13/RB/AG/026

Page 112 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


3.4 Providing & fixing removable False Floor on adjustable jacks, comprising of load bearing panels having top layer of High pressure laminate on particle board on grids of metal frame work having joints sealed with exposed vinyl edging complete, installation to be done as per manufacturer's instructions. 150/300/450 mm high in UPS Room & Server/Hub room Providing and fixing 1.5 mm thick anti-static PVC vinyl flooring of LG make with SR - 505 rubber solution as per the manufacturer specifications and approved colour all complete. Providing and laying 19 mm thick Granite/Marble stone flooring of required size laid to pattern/ Borders as per drawing over 20 mm thick (average) cement mortar 1:4 (1 cement : 4 coarse sand) bedding, laying slabs and filling the joints in cement slurry pigmented to match the shade of the slabs, including rubbing and polishing complete at all levels as directed and specified. (basic cost Rs. 1615/sqm) Polished Stone Sqm 69

Establishment of SCADA/DMS Centre


12.5 81.5

3.5

Sqm

16

0.00

16

3.6

Sqm

198

44

242

Providing and laying 19 mm thick Granite/Marble stone flooring of required size laid to pattern/ Borders as per drawing over average 20 mm thick (average) cement mortar 1:4 (1 cement : 4 coarse sand) bedding, laying slabs and filling the joints in cement slurry pigmented 3.7 to match the shade of the slabs,including rubbing and polishing complete at all levels as directed and specified. (basic cost Rs. 1615/sqm) Flamed Stone (anti-slippery) Providing and fixing Granite/Marble stone in tread of steps and risers using single slab up to 2.00 metre, of required size of marble/ stone average 20 mm thick in cement mortar 1:4 (1 cement : 4 coarse 3.8 sand) bedding, laying slabs and filling the joints in cement slurry pigmented to match the shade of the slabs,including rubbing and polishing complete at all levels as directed and specified. (basic cost Rs. 1615/sqm) Extra for Flaming Stone to make it anti-slippery only in treads of steps 3.9 (3" wide) 3.10 Extra for pre-finished nosing to tread of steps of marble/ stone Providing & laying 8mm thk. Laminate floor (AC4) in gymnasium room, and other rooms, as specified by Architect/Engineer-in-charge, laid 3.11 as/manufacturers specifications (Pergo/Kronotex/Lamiwood) 4 PARTITION & PANELLING Providing and fixing 75mm thick partition; single layer Gysum Board on either side (12mm thick) of approved quality in panelling, on 50mm thick GI partition as per India gypsum specifications, with 50mm glasswool insulation inside, and finishing as per India Gypsum Specs; incl. 5mm groove in Gysum board at skirting joint (50mm x 25mm Salwood/ Hollock wood section behind groove in partition) Providing and fixing 75mm thick laminated partition as/design; 1mm thick laminate of approved quality in panelling pasted over 12.5mm thick MDF on either side (12.5mm thick) of approved quality in panelling, on 50mm thick GI partition as per India gypsum specifications, with 50mm glasswool insulation inside, and finishing as per India Gypsum Specs; cost includes whitemarker board laminate at places as/instructed Providing and fixing 75mm thick laminated partition as/design; single layer Gypsum Board on one side (12.5mm thick) & 1mm thick laminate in panelling pasted over 12.5mm thick MDF on the other side (12.5mm thick) of approved quality in panelling, on 50mm thick GI partition as per India gypsum specifications, with 50mm glasswool insulation inside, and finishing as per India Gypsum Specs; cost includes whitemarker board laminate at places as instructed. Providing and fixing 40mm thick laminated partition as/design; 1mm thick laminate in panelling pasted on either side over 38mm thick Comm. Board of approved quality in panelling; Incl. sub-ground wood to be used for fixing 40mm laminated partition to 75mm thk. partition as/detail; avg. of laminate surface area (inside & outside) to be taken for measurement excl. glass area Providing and fixing 50mm thick GI partition as per India gypsum specifications Providing & Fixing panelling; 1mm laminate over 12.5mm MDF fixed to existing wall/partition, treated with anti-termite and fire retardant paint complete in all respects as per design and drawing. Providing & Fixing Gypsum Board panelling; 12.5mm Gypsum Board fixed to existing wall/partition, with 6mm groove at joint with laminate panelling complete in all respects as per design and drawing.

Sqm

22

27

sqm

22

21.5

43.5

Rm Rm Sqm

35 35 98.00

38 38 63.4

73 73 161.4

4.1

Sqm

240

108

348

4.2

Sqm

13

4.3

Sqm

70

41

111

4.4

Sqm

6.2

8.2

4.5 4.6

Sqm Sqm

70 29

36 52

106 81

4.7

Sqm

NIT: CMC/BY/12-13/RB/AG/026

Page 113 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing & fixing glass fixed to 75mm/40mm thk. partition with 12 x 40mm/ 12 x 20mm Tkwd beading ; Glass to be fixed in sides with beading; silicon sealants between glass panels; Incl. melamine polish 4.8 on Beading complete; cost of partition not to be included; surface area to be measured from beading edges; 8 mm thick glass. Providing & fixing glass fixed to 75mm/40mm thk. partition with 12 x 40mm/ 12 x 20mm Tkwd beading ; Glass to be fixed in sides with beading; silicon sealants between glass panels; Incl. melamine polish 4.9 on Beading complete; cost of partition not to be included; surface area to be measured from beading edges; 5/6 mm thk glass Providing and fixing Fabric Panelling (pin-up board) 12 mm thick 4.10 covered with approved fabric flush with the wall/partition level as per detail. (Basic Rate- 150 Rs/sqm) Providing and fixing Magnetic white board of 'whitemark'/'Nova' make; 4.11 scratchless and carrying min. warranty of 5 yrs; flush with the wall/partition level as per detail. Providing & Fixing 100mm laminate skirting- 1mm laminate over 4.12 12.5mm MDF fixed to wall/partition treated with anti-termite and fire retardant paint. Complete in all respects as per design and drawing. 5 DOORS P/Fixing uPVC Doors/windows of approved shade (white/Ivory) of unplasticised poly vinyal chloride (UPVC) casement / Fixed window duly manufactured using uPVC . These profiles have the properties of impact resistance, colour fastners (weathering of colour fastners test report can be submitted on request) chemical resistance, low thermal expension-fire retardant aging resistance sea water resistance and 5.1 capable of mounting single / double / triple glazing systems as per requirement structurally reinforced with hot dip galvanized upto 50 microns suitable possivated for corrosion resistence for tropical deployment of minimum thickness of 1.2mm and shall not be exposed to any drainage routing, prefabricated and welded through fusion welding and assembled in factory. The window sash shall be fitted with glass of reputed make duly fixed g p y with UPVC beading and ethylene propylene di-monomer (EPDM) weathering seal resistance to tear and decoy and exposure to ozone, UV radiation and tropical climates. The accessories butt hinges 2 No. and wind break stay 1 No. per shutter, handle with alloy casting 1 No. per shutter, multipoint locking system suitably concealed 1 No. per shutter. The system is to be installed at the site using anchor fastners, UV grade silicon rubber sealent of approved make around the outer frame from inside as well as outside to absorb and buffer expansion of wall. Window shutters to have 6mm toughened Reflective glass (St. Gobain Reflectasol Green/equivalent, colour as/Architects Design) as per drawings. P/Fixing uPVC Doors/windows of approved shade (white/Ivory) of unplasticised poly vinyal chloride (UPVC) casement / Fixed window duly manufactured using uPVC . These profiles have the properties of impact resistance, colour fastners (weathering of colour fastners test report can be submitted on request) chemical resistance, low thermal expension-fire retardant aging resistance sea water resistance and capable of mounting single / double / triple glazing systems as per requirement structurally reinforced with hot dip galvanized upto 50 microns suitable possivated for corrosion resistence for tropical deployment of minimum thickness of 1.2mm and shall not be exposed to any drainage routing, prefabricated and welded through fusion welding and assembled in factory. The window sash shall be fitted with glass of reputed make duly fixed with UPVC beading and ethylene propylene di-monomer (EPDM) weathering seal resistance to tear and decoy and exposure to ozone, UV radiation and tropical climates. The accessories butt hinges 2 No. and wind break stay 1 No. per shutter, handle with alloy casting 1 No. per shutter, multipoint locking system suitably concealed 1 No. per shutter. The system is to be installed at the site using anchor fastners, UV grade silicon rubber sealent of approved make around the outer frame from inside as well as outside to absorb and buffer expansion of wall. Windows to have double glazed hermetically sealed (5mm clear + 10mm gap + 5mm toughened Reflective) fixed glass as per drawings; including providing perforated aluminium spacers, dessicants, sealants etc., as/Design; Reflective glass (St. Gobain Reflectasol Green/equivalent, colour as/Architects Design). drawings

Establishment of SCADA/DMS Centre

Sqm

57

33

90

Sqm

0.00

Sqm

14.7

17.7

Sqm

Sqm

28

23.5

51.5

Sqm q

0.00

5.2

Sqm

102.7

56.16

158.86

NIT: CMC/BY/12-13/RB/AG/026

Page 114 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


5.3 P/Fixing ISI Aluminium Doors/windows made out of jindal aluminium ltd or equivalent of approved shade of powder coating by the architect for frame and shutter with all accessories like handles, friction stays, fastereners, epdm gaskets etc. complete in all respect.

Establishment of SCADA/DMS Centre

Window shutters to have 5mm fixed Reflective glass (St. Gobain 5.3.1 Reflectasol Green/equivalent, colour as/Architects Design) as per drawings. Windows to have double glazed hermetically sealed (5mm clear + 10mm gap + 5mm Reflective) fixed glass as per drawings; including 5.3.2 providing perforated aluminium spacers, dessicants, sealants etc., as/Design; Reflective glass (St. Gobain Reflectasol Green/equivalent, colour as/Architects Design). P/F aluminium tubular handle bar 32mm outer dia, 3.0mm thick and 5.4 2100mm long with SS screws; powder coated min. thickness 50 micron etc. complete as/design P/F 100mm brass locks of approved make for aluminium doors incl. 5.5 necessary cutting & making good etc. complete Dismantling existing door shutters, & refixing to new locations as per Dwg., incl. fixing 1mm laminate on both sides as/ design incl. hinges 5.6 complete, including applying melamine polish in desired shade on exposed surface complete in all respect as per details. Providing and fixing seasoned wd in frames (out of 50mm x 100mm wood) of doors fixed with hold fast/dash fasteners. Including wooden sub-frame fixed to GI frame/ partition; Including making groove 5.7 as/design in frame or fixing architrave in wood; including applying wood preservative paint on the surface coming in contact with wall and applying primer & melamine polish in desired shade on exposed surface complete in all respect as per details. a Ivory Coast wood b Mirandi Wood Providing and fixing seasoned wd in frames (out of 50mm x 100mm wood) of doors fixed with hold fast/dash fasteners including wooden subframe fixed to GI frame/ partition; Including making groove as/design in 5.8 frame or fixing architrave in wood; including applying wood preservative paint on the surface coming in contact with wall and applying primer & duco paint in desired shade on exposed surface complete in all respect as per details. Ivory coast wood. Providing and fixing 35mm thick flush door shutter of approved manufacture (Tower / Kitply / Sitapur) both side commercial, finished with 1mm thick laminate of approved manufacturer and shade fixed in pattern to both faces (to make overall thickness of shutter as 38mm) 5.9 with 15mm steam beech wood lipping all around and including hinges complete as per drawings including melamine polishing of approved shade. Counter sunk screws would be used, complete in all respects as per details. Providing and fixing 35mm thick flush door shutter of approved manufacture (Tower / Kitply / Sitapur) both side commercial, finished with 1mm thick laminate of approved manufacturer and shade fixed in pattern to both faces (to make overall thickness of shutter as 38mm) 5.1 with 15mm steam beech wood lipping all around and including hinges complete as per drawings including melamine polishing of approved shade. Counter sunk screws would be used, complete in all respects as per details with vision panel as per detail incl. cost of 5/6mm glass. Providing and fixing a pair of lever handles & mortise locks - 6 levers 5.11 Dorset/Solo/PAG make in brushed stainless steel finish, buffer, stopper, complete set Providing and fixing exposed Door closer Pelmet Arm of 5.12 Hardwyn/Doorking/PAG make in brushed stainless steel finish complete set As Arch/approval Providing and fixing cylindrical handles & lock - Dorset/Solo/PAG make 5.13 in brushed stainless steel finish, buffer, stopper, complete set Providing and fixing in/out or vacant/occupied indicator WC closer on 5.14 WC cubicle door shutters, in brushed stainless steel finish, buffer, complete set Providing and fixing 35mm thick wooden glazed door shutter made out of Ivory Coast Wood. Top rail shall be 150mm & side rails shall be 150mm wide, while bottom rail shall be 200mm wide as per detail; 8mm 5.15 glass to be used; item to include ISI market Stainless Steel butt hinges with necessary screws complete as per drawings including melamine polishing (3 coats) of approved shade. Providing and fixing 35mm thick wooden glazed door shutter made out of Ivory Coast Wood. Top rail shall be 150mm & side rails shall be 150mm wide, while bottom rail shall be 200mm wide as per detail; 8mm 5.16 glass to be used; item to include ISI market Stainless Steel butt hinges with necessary screws complete as per drawings including duco paint of

Sqm

RO

Sqm

10

0.00

10

nos. nos.

2 2

0.00 0.00

2 2

nos.

Cum Cum

0.57 RO

0.38

0.95

Cum

0.1

0.1

Sqm

11

11

Sqm

23

25

48

nos.

10

13

nos. nos. nos.

4 11 4

9 11 4

Sqm

14

Sqm

NIT: CMC/BY/12-13/RB/AG/026

Page 115 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


5.17 Providing and fixing glass door made of 12mm thick clear float glass (toughened) with patch fittings of "Ozone" make etc. complete as per design and drawing.( excluding fittings which shall be paid separately),size of glass shutter 1200x2100, fixed glass panel size 800x2100mm. Providing and fixing following stainless steel hardwares for frameless door shutter - all of "OZONE" make inclding cutting and making good the floor etc complete.(for single door).Gypsum partation above that. (Contractor to provide shop Drawing) Top patch (OPF2) Providing and fixing following stainless steel hardwares for frameless door shutter - all of "OZONE" make inclding cutting and making good the floor etc complete.(for single door).Gypsum partation above that. (Contractor to provide shop Drawing) Bottom Patch (OPF3) Providing and fixing following stainless steel hardwares for frameless door shutter - all of "OZONE" make inclding cutting and making good the floor etc complete.(for single door).Gypsum partation above that. (Contractor to provide shop Drawing) Floor Spring (F8400) Providing and fixing following stainless steel hardwares for frameless door shutter - all of "OZONE" make inclding cutting and making good the floor etc complete.(for single door).Gypsum partation above that. (Contractor to provide shop Drawing) Patch Lock (OPL1) Providing and fixing following stainless steel hardwares for frameless door shutter - all of "OZONE" make inclding cutting and making good the floor etc complete.(for single door).Gypsum partation above that. (Contractor to provide shop Drawing) Handle 36" SS as/approved Providing and fixing 12mm thick toughened glass glazing recessed in floor and soffit jamb with Aluminium Channel Providing & fixing concealed type hydraulic door closer and cover plate in brushed steel finish etc. as per approved sample. (Ozone make CDC 2800) (basic rate - Rs. 3000 / each) Providing & fixing Panic Door Handle on Fire Exit Door (Makeg g ( Hardwyn/ Dorset/ PAG/ Enox) Providing & fixing SS Pull Handles (G shaped/ H-shaped) As /Arch on Doors (Make- Dorset/ PAG/ Kich) 32mm dia & 450mm long Providing & fixing SS Pull Handles (G shaped/ H-shaped) As /Arch on Doors (Make- Dorset/ PAG/ Kich) 25mm dia & 300 mm long FALSE CEILING Providing and fixing gypsum board false ceiling in horizontal/vertical and curved surfaces, coffers etc. as per design given in the drawings. It shall consist of GI suspension system comprising of India gypsum sections and 12.5mm thick gypsum board. The cost should include for cove made in plaster of paris and GI sections as approved. including framework as necessary for AC / Light fittings, trap door in ceiling, any other cut-out as directed, pelmet for fixing of blinds and manual pulldown screen. Providing and fixing acoustical suspended ceiling system consisting of mineral fibre tiles mentioned below in sizes 600x600x15mm for grids of nominal size laid on hot dipped galvanized grid system with 15mm wide T-section flanges. All exposed faces shall be powder coated color white. The frame, suspension, fixing etc. complete shall be as per specifications of manufacturer. The work includes provision for AC diffusers, grill, fire detection system, /Light fixtures involving bearing section or support patress on back of tile etc. complete. All the cut tiles required to be painted to match the colour of tile. The work should be as/manufacturer's specs. Tiles- Fine Fissured Microlook Edge on Silhouette 15XL Grid (Armstrong) Providing and fixing laminated false ceiling in horizontal/vertical and curved surfaces, coffers etc. as per design given in the drawings. It shall consist of GI suspension system comprising of India gypsum sections and 1mm laminate on 12.5mm thick MDF. The cost should include for cove and GI sections as approved. including framework as necessary for AC / Light fittings, trap door in ceiling, any other cut-out as directed, pelmet for fixing of blinds and manual pull-down screen Sqm 2.77

Establishment of SCADA/DMS Centre


2.77

5.18

No.

5.19

No.

5.20

No.

5.21

No.

5.22

Pair

5.23 5.24 5.25 5 25 5.26

Sqm No. No. No No.

2 2 1 1

2 2 1 1

5.27 6

No.

RO

6.1

Sqm

477

362

839

6.2

Sqm

252

400

652

6.3

Sqm

15.5

13

28.5

NIT: CMC/BY/12-13/RB/AG/026

Page 116 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


WOODEN CEILING - VENEERED (no diagonal & cross pattern) Providing and fixing wooden suspended false ceiling made out of 19 mm thick plywood finished with melamine open grain polished 4mm thick Veneer as approved with 4mm grooves as/ design on the exposed surface and two to three coats of synthetic enamel paint on unexposed surfaces.Framing of the ceiling to be made in 50mm X 50mm Sal/ Hollock wood members placed at 600 c/c in both the dirrection.The item includes cost of antitermite treatment of wood surfaces, Melamine polish of veneered surface, application of synthetic enamel paint on all the unexposed wood suface, fixing arrangement of entire assembly to respective brick/ rcc surfaces complete to the entire satisfaction of Engg in charge/ Project manager. Base rate of veneer to be taken 85 RS/Sqf including taxes. Thermal Insulation of roofing with Expanded polystyrene fixed with suitable adhesive to the false ceiling as per the directions of the Engineer-in-charge:With Type N- Normal 50mm thick Thermal Insulation of roofing with Expanded polystyrene fixed with suitable adhesive to the false ceiling as per the directions of the Engineer-in-charge:With SE-Self Extinguish. Pelmet/ MDF CURTAIN BOX Providing and Fixing 8mm thk MDF to 19 mm thk plywood in recessed coves with Wooden (Salwood/ Hollock) framework sufficient to support window dressings. MDF to be painted as/ approved shade. MDF box shall be L-shaped and both arms shall be measured. (Cost of paint work to be paid seperately as in SubHead 'PAINT & POLISH WORKS')

Establishment of SCADA/DMS Centre

6.4

Sqm

10

18

6.5

Sqm

15

15

6.6

Sqm

650

521

1171

6.7

Sqm

91

43

134

7 7.1

7.2

7.3

7.4

PAINT & POLISH WORKS Providing and applying Superfine POP punning with minimum thickness of 6mm including finishing the surface smooth in line and level to the entire satisfaction of EIC. Providing and applying plastic emulsion paint of approved brand, manufacture and shade three or more coat as required to get desired finish including a coat of primer as directed. Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade, on walls and ceiling on new work two or more coats over and including priming coat with distempers primer (at all heights & levels) Providing and applying approved quality and shade of synthtic enamel paint on existing & new steel members like gates, grills, ducts etc. Two or more coats Providing and applying Premium Acrylic Smooth Exterior paint with silicone additives of approved brand, manufacture and shade three or more coat as required to get desired finish including a coat of primer as directed. OTHER ITEMS P/F 3' high SS Railing (SS- 304 Grade, 16 gauge) on Stairs with vertical SS Balustrades and SS Handrail incl. fixing on to side wall complete as/design P/F Internal Signages on Meeting Room Doors (size- 8" x 3") SS Signage as per size with letters etched/ engraved P/F Internal Signages on Meeting Room Doors (size- 8" x 3") Acrylic Signages P/F MS Grills as/Design, fixed to openings/ window frames with rawl plugs, screws etc. complete P/F MS Railing on Stairs with MS balustrades and Hardwood Handrail, as/Design, including Melamine polish and Duco paint, complete. TOILET & PANTRY WORKS Providing and Installing Ceramic Tiles dado, in proper line/level/plumb, in dado. Dado to be laid in cement mortar 1:4 over a 10mm cement mortar bedding. Tiling to be done as per design and pattern shown on the drawings inclusive of all joints to be grouted with matching color grout. (Basic Rate- 550 Rs/sqm) Providing and fixing 18mm thick pre-polished granite urinal partition of approximate size 1600x400mm, polished edges as per drawings. (Basic Rate- 1615 Rs/sqm) Providing & fixing Undercounter Storage box in 19mm BWP Commercial Board and 6mm BWP ply back as/dwg.; 19mm BWP Comm. Board Shutters laminated on the outside with 1mm Laminate; all inside surfaces to be painted; Item includes 4mm lipping at all edges; SS Recessed door handles 4" of approvd make, Including applying wood preservative paint on the surface coming in contact with wall and l i i & l i li h i d i d h d d f

Sqm

376

200

576

Sqm

665

325

990

Sqm

582

444

1026

Sqm

10

10

7.5 8 8.1 8.2 8.3 8.4 8.5 9

Sqm

32

32

Rm No. No. Sqm Rm

44 9 2 RO RO 3

44 12 2

9.1

Sqm

100

100

9.2

Sqm

2.6

2.6

9.3

sqm

NIT: CMC/BY/12-13/RB/AG/026

Page 117 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


9.4 9.5 P/Placing S.S dust bin 200mm dia as/approved by Architect P/F mirror paneling as per drawing. a) 40mmx40mm Sal wood sub frame fixed to wall (for cove) b)12 mm thick BWP ply fixed to sub Frame . c) 6mm thick mirror (edge polished/ MTG) P/F 6mm thk mirror, edge polished with 1/1.5" SS studs incl. making holes in mirror, complete P/F 18mm gang saw cut mirror polished (prepolished) machine cut for kitchen platforms, vanity counters, window cills, facias and other similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 cement: 4 coarse sand) or with approved epoxy resis based adhesive with joints treated with white cement, mixed with matching pigment, epoxy touch ups, incl. rubbing, curing, moulding and polidhing to edge to give high gloss finish etc.; including silicon jointing at granite edges along the DADO wall, complete at all levels Granite (Base Rate - Rs/sqm 1615) Extra for fixing marble/ granite stone over and above corresponding basic item, in facias and drops of width upto 150mm with epoxy resis based adhesive incl. cleaning etc. complete Extra for providing opening of required size and shape for wash basins, kitchen sink in kitchen platform, vanity counters and similar location in marble/granite work incl. necessary holes for pillar taps etc. incl. rubbing and polishing of cut edges etc., complete PLUMBING Providing, fixing, testing and commissioning of C.P. brass angle valve with C.P. wall flange, Nut and Washer etc. complete as required. Make Jaguar 'Continental' 15 mm. Providing, fixing, testing and commissioning of white/starwhite/superwhite colour vitreous China floor mounting type European water closet with cistern with C.P. bolts, nuts, bakelite seat & cover with C.P. hinges & rubber buffers, C.P. brass screw, washer with all accessories, Including cutting & making good the walls, wherever required. including any modifications to soil pipe system connecting to each EWC that may include adding, cutting, centring the pipe/trap connection, if required. Incl. C.P Copper connection 375 mm long including nuts and washers and making connection to fixtures and fittings .Make - HINDWARE Cat. No. 92038 Providing, fixing, testing and commissioning of white/starwhite/superwhite colour vitreous China Wall mounting type European water closet (Dual Flush) with cistern with C.P. bolts, nuts, seat & cover with C.P. hinges & rubber buffers, C.P. brass screw, washer with all accessories, Including cutting & making good the walls, wherever required. including any modifications to soil pipe system connecting to each EWC that may include adding, cutting, centring the pipe/trap connection, if required. Incl. C.P Copper connection 375 mm long including nuts and washers and making connection to fixtures and fittings Make - HINDWARE Cat. No. 92064 & Cat. No. 92124 Providing, fixing, testing and commissioning of white/starwhite/superwhite colour vitreous china table top wash basin with CP brass waste assembly, CP bottle trap (Medium) with extension piece, wall flanges and rubber adapters for waste connection complete including CI / MS brackets duly painted, cutting and making good the walls floors wherever required, including any modifications to waste pipe system connecting to each basin, if required, Incl. C.P Copper connection 375 mm long including nuts and washers and making connection to fixtures and fittings Make - HINDWARE 'Venezia' Cat. No. 91011 Providing, fixing, testing and commissioning of white/starwhite/superwhite colour vitreous china table top wash basin with CP brass waste assembly, CP bottle trap (Medium) with extension piece, wall flanges and rubber adapters for waste connection complete including CI / MS brackets duly painted, cutting and making good the walls floors wherever required, including any modifications to waste pipe system connecting to each basin, if required, Incl. C.P Copper connection 375 mm long including nuts and washers and making connection to fixtures and fittings.Make - HINDWARE 'Monalisa' Cat. No. 10069 Providing, fixing, testing and commissioning of white/starwhite/superwhite colour vitreous china under counter wash basin with CP brass waste assembly for waste connection complete including CI / MS brackets duly painted, cutting and making good the walls floors wherever required, including any modifications to waste pipe system connecting to each basin, if required, Incl. C.P Copper connection 375 mm long including nuts and washers and making connection to fixtures and fittings Make HINDWARE WB nos. Sqm 2 4

Establishment of SCADA/DMS Centre


2 0 4

9.6

Sqm

9.7

Sqm

4.2

4.2

9.8

Rm

6.4

6.4

9.9 10 10.1

nos.

No.

12

10.2

No.

10.3

No.

RO

10.4

No.

10.5

No.

10.6

No.

NIT: CMC/BY/12-13/RB/AG/026

Page 118 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing, fixing, testing and commissioning of white/starwhite colour vitreous china urinal supported by CI / MS bracket duly painted, including CP brass waste with dome type grating, CP cast brass bottle trap with extension piece, wall flanges complete with all accessories, including any modifications to supply & waste pipe system connecting to each urinal, if required. Make - HINDWARE Urinal 'DYNA' Cat. No. 60010 Providing, fixing, testing and commissioning of white/starwhite colour vitreous china urinal supported by CI / MS bracket duly painted, including CP brass waste with dome type grating, CP cast brass bottle trap with extension piece, wall flanges complete with all accessories, including any modifications to supply & waste pipe system connecting to each urinal, if required. Make - HINDWARE Urinal 'Olympus' Cat. No. 96002 Providing, fixing, testing and commissioning of white/starwhite colour vitreous china waterless urinal supported by CI / MS bracket duly painted, including cartridge, CP brass waste with dome type grating, CP cast brass bottle trap with extension piece, wall flanges complete with all accessories, including any modifications to waste pipe system connecting to each urinal, if required.Make - HINDWARE 'Aquafree' Urinal Cat. No. 60009 Providing and fixing battery (6 V DC) operated (wall burial type) automatic urinal flushing systems for urinal flushing, comprising of all plumbing, electronic and electrical items. C.P. brass flush pipe with clamps and screw C.P. brass elbow, C.P. brass spreader, C.P. wall flange, infra red photo cells, electrically operated solenoid valve complete as required. Make Jaguar Cat. No. 51087 (Sensotronic Range) Chrome Finish or equivalent Providing, fixing, testing and commissioning of 15 mm dia C.P. brass Long body bib cock with C.P. wall flange of approved quality. Make Jaguar Cat. No. 107 (Continental) Providing, fixing, testing and commissioning of single concealed stop cock with basin spout (composite one piece body) including connecting pipe and brass nuts complete as required, and any modification to inlet pipe that may involve extension of pipe or cutting of pipe to reach an appropriate level, if required. Make - Jaguar 'Florentine' Cat. No. 5441 Chrome Finish Providing, fixing, testing and commissioning of Auto closing system including connecting pipe and brass nuts complete as required, and any modification to inlet pipe that may involve extension of pipe or cutting of pipe to reach an appropriate level, if required. Pillar cock; Make - Jaguar 'Pressmatic' Cat. No. 031 Chrome Finish Providing, fixing, testing and commissioning of Sensor Faucet including connecting pipe, brass nuts, battery complete as required, and any modification to inlet pipe that may involve extension of pipe or cutting of pipe to reach an appropriate level, if required. Make - Jaguar ' Sensotronic' Sensor Faucet Cat. No. 51021A Providing and fixing perforated SS grating (3"/4") with Cockroach proof SS strainer of approved design including setting in floor with cement mortar to match with floor finish as per architect requirement suitable for F.D. and FT. Make - Chilly 'Sanisquare'/ equivalent Providing and fixing ABS body 0.5 litre liquid soap dispenser with simple push lever fitted with liquid soap (one time) including cutting and making good the walls, wherever required. Providing and fixing solid state, no touch operting, fully hygienic hand drier of approved shade with single blower, with time delay, summer & winter control, music while drying, volume ON/OFF controls including providing necessary brackets, cable from drier to Plug, Plug top key and lock etc, complete as required. Providing and fixing C.P cast brass twin coat hook fixed to wooden cleats with C.P. brass screws. Providing and fixing stainless steel sink with drain board with C.I. brackets, duly painted white 40mm C.P. waste,C.P. brass chain and rubber plug, 40mm C.P cast bottle trap with connection pipe to wall and C.P. wall flange, rubber adapter for waste connection complete including cutting and making good the walls wherever required. 1 bowl sink with single drain board (Jayna/ Nirali or approved equivalent)

Establishment of SCADA/DMS Centre

10.7

No.

10.8

No.

10.9

No.

10.10

No.

10.11

No.

10.1

No.

10.1

No.

10.1

No.

10.2

No.

10.2

No.

10.2

No.

10.2

No.

10.2

No.

Providing, fixing, testing and commissioning of sink cock with swinging 10.20 casted spout complete as required; Make - Jaguar 'Continental' Cat. No. 347D Chrome Finish Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4 UV Stabilized & anti-microbial fusion welded, having thermal stability for hot & cold water supply incl. all PP-R plain & brass threaded polypropylene random fittings i/c fixing the pipe with clamps ar 10.21 1.00m spacing, This included the cost of cutting chases and making good the same incl testing of joints complete as per the direction of

No.

Rm

20

NIT: CMC/BY/12-13/RB/AG/026

Page 119 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4 UV Stabilized & anti-microbial fusion welded, having thermal stability for hot & cold water supply incl. all PP-R plain & brass threaded polypropylene random fittings i/c fixing the pipe with clamps ar 10.2 1.00m spacing, This included the cost of cutting chases and making good the same incl. testing of joints complete as per the direction of Engineer in charge. PN - 16 Pipe, 20mm OD Providing and fixing G.I. pipes (I.S. 1239 medium class) complete with G.I. fittings, i.e tees, elbows, sockets, clamps etc. (for internal works) including cutting and chasing in walls and floors and repairing these in good conditions as per instructions of Engineer-in-charge; incl. Painting 10.2 G.I. pipes chased/buried with two coats of bitumastic paint, wrapping polythene tape and applying a final coat of bitumastic paint. 15mm dia Providing and fixing G.I. pipes (I.S. 1239 medium class) complete with G.I. fittings, i.e tees, elbows, sockets, clamps etc. (for internal works) including cutting and chasing in walls and floors and repairing these in good conditions as per instructions of Engineer-in-charge; incl. Painting 10.2 G.I. pipes chased/buried with two coats of bitumastic paint, wrapping polythene tape and applying a final coat of bitumastic paint. 20mm dia Providing and fixing centrifugally cast (spun) iron soil, waste and vent pipes as per IS:3989 including all fittings with or without access of any degree i.e bends, junctions, cowls, offsets, access pieces, M.S holder bats and clamps, stays, etc and jointing with refined pig lead joints 10.3 including cutting holes in walls and floors and excavation, refilling and disposal of surplus earth wherever required and making good the same complete, as directed by the Engineer in charge. 75mm dia Providing and fixing centrifugally cast (spun) iron soil, waste and vent pipes as per IS:3989 including all fittings with or without access of any degree i.e bends, junctions, cowls, offsets, access pieces, M.S holder bats and clamps, stays, etc and jointing with refined pig lead joints 10.3 10 3 including cutting holes in walls and floors and excavation, refilling and disposal of surplus earth wherever required and making good the same complete, as directed by the Engineer in charge. 100mm dia Providing and fixing G.I. pipe to IS: 1239 (medium class) complete with G.I. fittings and clamps and hinges including cutting and making good the walls and ceiling for waste pipes from wash basins,urinals and sinks , bath wastes, overflow, kitchen equipment waste connections and 10.3 condensate drainage, as directed by the Engineer-in-charge; Painting of G.I. pipes with two coats of bitumastic paint, wrapping polythene tape and applying the final coat of bitumastic paint. 32 mm nominal bore Providing and fixing square-mouth s.w. gully trap grade 'A" complete with C.I. grating brick masonry chamber with F.P.S bricks class designation 75 with water tight C.I. cover with Frame of 300x300 mm 10.3 sise (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design :150x100 mm size P type TOTAL (A)

Establishment of SCADA/DMS Centre

Rm

80

Rm

Rm

Rm

10

Rm

Rm

nos.

NIT: CMC/BY/12-13/RB/AG/026

Page 120 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


(B) ELECTRICAL WORKS

Establishment of SCADA/DMS Centre


Unit SCADA DMS TOTAL Qty Qty Qty Rate Amount

S. No.

Description

SUB HEAD I : POINT WIRING Wiring for light point/fan point/exhaust fan point/call bell point with 2 x 1.5 sq.mm FR PVC insulated stranded copper conductor wire in surface / recessed steel conduit, with modular Point switch, modular plate, suitable GI box and earthing s the point with 1.5 sq.mm FR PVC insulated copper conductor single core cable etc. as required. Wiring for twin control light point with 2 x 1.5 sq.mm FR PVC insulated stranded copper conductor wire in surface / recessed steel conduit, with 2 way modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FR PVC insulated copper conductor single core cable etc. as required. Point wiring for SP MCB controlled light points with 2 x 1.5 sq.mm FR PVC insulated stranded copper conductor wire in surface / recessed steel conduit, along with 1 No. 1.5 sq.mm FR PVC insulated copper conductor single core cable for loop earthing as required. Wiring for secondary/loop light point controlled by switch with 2 x 1.5 sq.mm FR PVC insulated stranded copper conductor wire in surface / recessed steel conduit, along with 1.5 sq.mm FR PVC insulated copper conductor single core cable required. for loop earthing as required SUB HEAD II : SWITCH & SOCKET S&F suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 5 pin 6 A modular socket outlet and 6 A modular switch, connection etc. as required and as per LEGRAND's MYRIUS or equivalent make. S&F suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 16 A & 6 A modular socket outlet and 16 A modular switch, connection etc. as required and as per LEGRAND's MYRIUS or equivalent make. SUB HEAD III : WIRE Wiring for light plug point with 2 x 2.5 sq.mm FR PVC insulated stranded copper conductor wire in existing surface / recessed steel conduit, along with 1 No. 2.5 sq.mm FR PVC insulated copper conductor single core cable for loop earthing as required. Wiring for power plug point with 2 x 4.0 sq.mm FR PVC insulated stranded copper conductor wire in existing surface / recessed steel conduit, along with 1 No. 4.0 sq.mm FR PVC insulated copper conductor single core cable for loop earthing as required. Wiring for circuit / submain wiring along with earth wire with the following sizes of PVC insulated copper conductor, single core cable in surface / recessed Steel conduit as required:2 x 2.5 sq.mm + 1 x 2.5 sq.mm earth wire

50

30

80.00

Point s

RO

Point s

RO

Point s

140

170

310.00

Nos.

140

150

290.00

Nos.

35

15

50.00

Mtrs.

3000

3500 6500.00

Mtrs.

1000

400

1400.00

Mtrs.

300

300

600.00

NIT: CMC/BY/12-13/RB/AG/026

Page 121 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Wiring for circuit / submain wiring along with earth wire with the following sizes of PVC insulated copper conductor, single core cable in surface / recessed Steel conduit as required:2 x 4 sq.mm + 1 x 4 sq.mm earth wire Wiring for circuit / submain wiring along with earth wire with the following sizes of PVC insulated copper conductor, single core cable in surface / recessed Steel conduit as required:4 x 10 sq.mm + 2 x 10 sq.mm earth wire Wiring for circuit / submain wiring along with earth wire with the following sizes of PVC insulated copper conductor, single core cable in surface / recessed Steel conduit as required:4 x 16 sq.mm + 2 x 16 sq.mm earth wire Wiring for circuit / submain wiring along with earth wire with the following sizes of PVC insulated copper conductor, single core cable in surface / recessed Steel conduit as required:4 x 25 sq.mm + 2 x 16 sq.mm earth wire SUB HEAD IV : CONDUIT Supply and fixing of following sizes of rigid steel conduit alongwith 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: 25 mm Supply and fixing of following sizes of rigid steel conduit alongwith accessories in surface/recess conduit, including painting in case of surface conduit or cutting the wall and making good the same in case of recessed conduit as required: 32 mm Supply and fixing of following sizes of rigid steel conduit alongwith 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: 40 mm Supply and fixing of 25mm dia flexible steel conduit alongwith accessories complete as required: SUB HEAD V : DISTRIBUTION BOARDS Supplying and fixing following way, three pole and neutral, prewired, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulated copper conductor up to terminal blocks, tinned copper busbar, neutral link, earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required (But without MCB/ RCCB/ isolator) 4 way (4 + 12), double door

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty
Mtrs. RO

Rate

Amount

10

11

Mtrs.

100

100

200.00

12

Mtrs.

100

100

200.00

13

Mtrs.

RO

14

Mtrs.

2000

2000 4000.00

15

Mtrs. Mtrs

500

500

1000.00 1000 00

16

Mtrs.

RO

17

Mtrs.

200

300

500.00

17

Nos.

2.00

19

Supplying and fixing following way, three pole and neutral, prewired, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulatoed copper conductor up to terminal blocks, tinned copper Nos. busbar, neutral link, earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required (But without MCB/ RCCB/ isolator) 6 way (4 + 18) double door

2.00

NIT: CMC/BY/12-13/RB/AG/026

Page 122 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Supplying and fixing following way, three pole and neutral, prewired, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulatoed copper conductor up to terminal blocks, tinned copper Nos. busbar, neutral link, earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required (But without MCB/ RCCB/ isolator) 12 way (4 + 36), double door Supplying and fixing following way, three pole and neutral, prewired, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulatoed copper conductor up to terminal blocks, tinned copper Nos. busbar, neutral link, earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required (But without MCB/ RCCB/ isolator) 8 way (4+ 24), double door Supplying and fixing following way, single pole and neutral, prewired, sheet steel, MCB distribution board, 240 volts, on surface/ recess, complete with loose wire box, terminal blocks, duly prewired with suitable size FR PVC insulatoed copper conductor up to terminal blocks, tinned copper Nos. busbar, neutral link, earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required (But without MCB/ RCCB/ isolator) 8 way (2 + 8), double door Supply and fixing four pole (FP) RCCB 63 Amps, 100mA, 415 V AC, 10 KA. Supply and fixing MCB single pole (SP) 240 V AC, 6-32 Amps, 10 KA. Supply and fixing four pole (FP) RCCB 40 Amps, 100mA, 415 V AC, 10 KA. Supply and fixing double pole (FP) RCCB 40 Amps, 100mA, 240 V AC, 10 KA. SUB HEAD VI : FANS Supply, installation, testing and commissioning of Ceiling fan, 1400 mm sweep complete with capacitor, canopy and down rod including electronic step regulator modular type 5 step 2 module with provision from ceiling rose/connector to fan and regulator all as specified as per Havells SS-390 or equivalent. Supply, installation, testing and commissioning of Exhaust fan 300 mm dia; 900 rpm complete with louvers and provision of cable from ceiling rose/connector to fan all as specified as per Havells Turbo Force or equivalent. Supply, installation, testing and commissioning of Wall mounted swing type fan, 400 mm sweep complete with capacitor with provision from connector to fan all as specified as per Havells Swing Premia or eqivalent. SUB HEAD VII : LIGHT FIXTURES Nos. Nos. Nos. Nos. 2 90 2

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

20

2.00

21

1.00

22

1.00

23 24 25 26

2 74 1 1

4.00 164.00 3.00 1.00

27

Nos.

RO

28

Nos.

8.00

29

Nos.

RO

NIT: CMC/BY/12-13/RB/AG/026

Page 123 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Supply, installation, testing and commissioning of high efficiency recessed light fixture with D8 Microoptics, housing made of powder coated CRCA sheet, all accessories pre wired with 4x14 W TL5 Nos. lamps complete as required as per Philips Sereno TBS 869 4xTL5-14W EBP or equivalent. Supply, installation, testing and commissioning of high efficiency recessed light fixture with D8 Microoptics, housing made of powder coated CRCA sheet, all accessories pre wired with 2x28 W TL5 Nos. lamps complete as required as per Philips Sereno TBS 869 2xTL5-28W EBP or equivalent. Supply, Installation, testing & Commissioning of recessed low depth down light fixture with 2 x 18 W PL-C lamp and all accessories pre wired Nos. complete as required as per Philips FBH 145 M 2xPLC/4P18W EBW or equivalent. Supply, Installation, testing & Commissioning of recessed low depth down light fixture with 1 x 18 W PL-C lamp and all accessories pre wired Nos. complete as required as per Philips FBH 145 M 1xPLC/4P18W EBW or equivalent. Supply, Installation, testing & Commissioning of surface mounted down light fixture with 2 x 18 W PL-L lamp and all accessories pre wired complete Nos. as required as per Philips FCS 518 or equivalent. (For Staircase & Toilets passage) Supply, Installation, testing & Commissioning of surface mounted down light fixture with 2 x 9 W PL-L lamp and all accessories pre wired complete Nos. as required as per Philips FCS 518 or equivalent. (For Toilets & Pantry) Supply of recessed adjustable down light fixture with 1 x 50 W Halogen lamp and all accessories pre wired complete as required as per Philips QBX Nos. 500 1xHALR111 50W or equivalent. Supply of front openable clean room light fixture with 4x14 W TL5 lamps and all accessories pre wired complete as required as per Philips TBS 651 Nos. 4xTL5-14W. (For Electrical/UPS/Battery Room) Supply, installation, testing & commissioning of fluorescent tube batten light fixture with 1x14 W Nos. T5 lamp complete as required as per Philips TCH 207 or equivalent. Supply, installation, testing & commissioning of decorative mirror light fixture with 1x11 W PLS Nos. lamp complete as required with accessories. Supply, installation, testing and commissioning of cove LED strip light fixture with all accessories Mtrs. complete as required as per Philips VAYA COVE SUB HEAD VIII : ELECTRICAL LV PANELS

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

30

67

82

149.00

31

16

20.00

32

26

32.00

33

42

14

56.00

34

3.00

35

14

14.00

36

8.00

37

12.00

38

88

88.00

39

4.00

40

110

15

125.00

NIT: CMC/BY/12-13/RB/AG/026

Page 124 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Supply, installation, testing and commissioning of front operated, front / back access, cubicle type, indoor duty, floor / wall / recess / surface mounted (as specified), totally enclosed dust and vermin proof switchboards / panels with minimum Ingress protection classification of IP 44, fabricated from 2 mm thick CRCA sheets with dip coat priming and epoxy powder coated finish. The panel must be suitable for 415 volts 3 phase, 4 wire, 50 Hz, system , must be able to withstand symmetrical fault level of 50 KA for 1 sec at 415 V and must include all interconnections, earthing and bonding requirements etc. The panel must conform to standards, as required and as given below. The Switchboard shall be provided with detachable gland plates for entry of cables from the top / bottom as required. All live accessible parts shall be shrouded and all equipment shall be finger touch proof. The busbars shall be insulated with heat shrinkable sleeves. SMC / DMC shrouds and busbar supports suitably spaced shall be used. Hinged doors with padlocking facility shall be provided on all outgoing feeders with switch handles lockable in OFF position. The panel shall have aluminium busbars with bar connections, etc. type feeder connections spacers etc with full sized neutral. Earthing all components, frame etc. to a common internal earth bar of size 25 x 6 mm Cu. d

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

41

Panel / Switchboard board design shall be compact and components / accessories of compact sizes shall be used to economise the room space available. Employer reserve the right to seek compact items inplace of larger ones.

41.1 MAIN LT PANEL A INCOMING 1 No. 630 A, 415V, 50 kA, 4P MCCB having (1) Microprocessor based Trip Unit with protection against Overload (with base setting and fine adjustment), Short Circuit and Earth Fault (all with a) adjustable time delays) and instantaneous NOs. protection; (2) NO/NC contacts for operation and neutral sensor for earth fault protection. b) Indication LED Indication Lamp for ON, OFF & TRIP. LED Phase Indication Lamp for R, Y and B Metering 1 No digital Voltmeter with Inbuilt Selector Switch. 1 No digital Ammeter with Inbuilt Selector Switch. 3 Nos. CTs 600/5A, 15VA, CL-1 for metering. BUS BARS

c) i) ii) iii) B

NIT: CMC/BY/12-13/RB/AG/026

Page 125 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Electrolytic high conductivity FP aluminium conductor bus-bars rated 800 Amps, suitable to withstand symetrical fault level of 50 KA for 1 second at 415 volts and with necessary heat shrinkable sleeving. OUTGOINGS 2 Nos. 400 A, TPN, 35 kA, MCCB having Thermal 1 Magnetic Trip Unit with protection against Overload and Short Circuit and a) LED Indication Lamp for ON, OFF & TRIP. b) Digital Ammeter with Inbuild Selector Switch c) 3 Nos. CTs 400/5A, 15VA, CL-1 for metering. 1 Nos. 250 A, TPN, 35 kA, MCCB having Thermal 2 Magnetic Trip Unit with protection against Overload and Short Circuit and a) LED Indication Lamp for ON, OFF & TRIP. b) Digital Ammeter with Inbuild Selector Switch c) 3 Nos. CTs 250/5A, 15VA, CL-1 for metering. 2 Nos. 100 A, TPN, 35 kA, MCCB having Thermal 3 Magnetic Trip Unit with protection against Overload and Short Circuit and a) LED Indication Lamp for ON, OFF & TRIP. b) Digital Ammeter with Inbuild Selector Switch c) 3 Nos. CTs 100/5A, 15VA, CL-1 for metering. 7 Nos. 63 A, TPN, 35 kA, MCCB having Thermal 4 Magnetic Trip Unit with protection against Overload and Short Circuit and ON, TRIP. a) LED Indication Lamp for ON OFF & TRIP b) Digital Ammeter with Inbuild Selector Switch c) 3 Nos. CTs 60/5A, 15VA, CL-1 for metering. 3 Nos. 40 A, TPN, 15 kA, MCCB having Thermal5 magnetic Trip Unit with protection against Overload and Short Circuit. Main LT Panel complete as above and as required. 41.2 CAPACITOR PANEL Design, manufacturing, testing at works and SITC of cubical type CRCA sheet steel free standing indoor type 100 KVAR Capacitor Bank Panel with shunt capacitor with harmonic filter and discharge resistor suitable for 400/440 V, 3 phase 50 Hz supply system and having aluminium bus bars and accessories with their connections. The panel shall be well ventilated, dust and vermin proof extensible on both sides etc. complete as required. 1 No 250 A TP MCCB 50 KA with microprocessor based release for O/C & SC protection, 3 Nos. CT 250/5 A class 1.0, 0-250 A Ammeter with built in a) ASS, Indication for Phase, 'ON', 'OFF', 'TRIP' complete as required. b) c) d) e) f) 350 Amps TPN electrolytic aluminium conductor bus bar 35 KA rms 4 nos. 80 A TP MCCB with thermal magnetic Nos. release 35 KA breaking capacity 4 nos. contactor 70 A capacitor duty with 230 V AC coil 4 sets of Red-Green (ON-OFF) self illuminated push buttons for manual operation of capacitors 4 nos. 25 KVAR MPP capacitor bank with 7 % Dtuned reactor filter and discharge resistor C

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

NIT: CMC/BY/12-13/RB/AG/026

Page 126 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
1 no. 4-step APFC Relay with binary operation having facility to change the sequence of switching 'ON' the capacitor banks as required so that the end unit is not kept idle for long. ON/OFF indication lamp with 2 A SP MCB backup in each capacitor unit OFF delay timer for manual mode Aux. Contactor as required 1 no. selector switch for Auto/Manual/Off Capacitor Panel complete as above and required: SUB HEAD IX : CABLES & CABLE TRAYS Supply of following sizes of aluminium conductor XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables conforming to relevant IS Mtrs. Code and as per specification. 4c x 16 sq.mm Supply of following sizes of aluminium conductor XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables conforming to relevant IS Mtrs. Code and as per specification. 4c x 25 sq.mm Supply of following sizes of aluminium conductor XLPE PVC insulated, PVC sheathed & sleeved, sleeved, 1.1 armoured and overall PVC sleeved 1 1 KV grade power distribution cables conforming to relevant IS Mtrs. Code and as per specification. 4c x 35 sq.mm Supply of following sizes of aluminium conductor XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables conforming to relevant IS Mtrs. Code and as per specification. 3.5c x 240 sq.mm Supply of following sizes of aluminium conductor XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables conforming to relevant IS Mtrs. Code and as per specification. 3.5c x 300 sq.mm Laying and fixing of one number following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade Mtrs. power distribution cables on cable tray / in trench as required. Upto 25 sq.mm Laying and fixing of one number following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade Mtrs. power distribution cables on cable tray / in trench as required. From 35 sq.mm upto 120 sq.mm

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

g)

h) i) j) a)

42

50

50.00

43

150

150.00

44

50

50.00

45

100

100.00

46

50

50.00

47

200

200.00

48

50

50.00

NIT: CMC/BY/12-13/RB/AG/026

Page 127 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Laying and fixing of one number following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables on cable tray / in trench as required. From 150 sq.mm upto 400 sq.mm Fabricating and installing following sizes of perforated M.S. cable trays including horizontal and vertical bends, reducers, tees, cross members and other accessories as required and duly suspended from the ceiling with M.S. suspenders and including painting with powder coating etc. complete as required. 150 mm x 50 mm x 1.6 mm Fabricating and installing following sizes of perforated M.S. cable trays including horizontal and vertical bends, reducers, tees, cross members and other accessories as required and duly suspended from the ceiling with M.S. suspenders and including painting with powder coating etc. complete as required. 300 mm x 50 mm x 1.6 mm Supplying and making end termination with brass compression gland and aluminium lugs for following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables complete as required. sq.mm 4c x 16 sq mm Supplying and making end termination with brass compression gland and aluminium lugs for following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables complete as required. 4c x 25 sq.mm Supplying and making end termination with brass compression gland and aluminium lugs for following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables complete as required. 4c x 35 sq.mm Supplying and making end termination with brass compression gland and aluminium lugs for following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables complete as required. 3.5c x 240 sq.mm Supplying and making end termination with brass compression gland and aluminium lugs for following sizes of XLPE PVC insulated, PVC sheathed & sleeved, armoured and overall PVC sleeved, 1.1 KV grade power distribution cables complete as required. 3.5c x 300 sq.mm SUB HEAD X : EARTHING Earthing with GI earth plate 600 mm x 600 mm x 6.3 mm thick including coke and salt, accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. complete as required

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

49

Mtrs.

150

150.00

50

Mtrs.

150

150.00

51

Mtrs.

100

100.00

52

Nos.

12

12.00

53

Nos.

28

28.00

54

Nos.

20

20.00

55

Nos.

24

24.00

56

Nos.

12

12.00

57

Nos.

2.00

NIT: CMC/BY/12-13/RB/AG/026

Page 128 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Earthing with Copper earth plate 600 mm x 600 mm x 3.15 mm thick including coke and salt, accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. complete as required. (For DG & Transformer Neutal) Providing and fixing 25 x 6 mm GI strip on surface or in recess for connections etc. complete as required. Providing and fixing 25 x 6 mm Copper strip on surface or in recess for connections etc. complete as required. SUB HEAD XI : ATS Supply, installation, testing and commissioning of 630 Amp 4 Pole Automatic Transfer Switch with integral Controller, Phase sensing having 3 distinct positions (Source I, Source II & Isolated Position) and Manual Handle for Manual Operation with enclosure complete as required and as per specifications. SUB HEAD XII: FIRE DETECTION & ALARM SYSTEM Approved Make: Schrack Seconet, Hochiki, JCI, Ansul Supply, installation, testing and commissioning of Vds approved 32 bit microprocessor based 100% Hot Redundant Intelligent Addressable Fire Alarm Control panel with 2 loops with in built printer and with Vd approved b tt i h i b k up f up for ith Vds d batteries having back to72 hours. The panel shall be networkable & expandable upto 14 loops w/o changing the cabinet. The control panel, batteries, battery charger etc, shall be Vds approved and as per EN54 standard. The panel should be modular, decentralized, with 100% hot redundancy in cpu/master control unit, 100% hot redundancy in loop cards, relay and interface card by means of duplicated electronics means hardware redundancy with full functionality.The panel shall consisting with minimum 240 character LCD display and RS 485 for networking. It should have inbuilt protocol printer, batteries, red color housing/cabinet. Panel should be able to record atleast 60000 events history.

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

58

Nos.

2.00

59

Mtrs.

100

100.00

60

Mtrs.

50

50.00

61

Each

1.00

62

Nos.

63

Each loop should be capable to have atleast 200 addressable detector and 50 addressable devices with up to 3.5km loop length. The panel shall be able to provide two way communication BACNet/ OPC o/p, if required. Supply, installation, testing and commissioning of Vds approved Repeater Panel with menu-based operation, including a case, membrane keypad, four line LCD display for indicating all system states in plain text and a controller module. Nos. Repeater panel shall not require separate power supply & battery. It shall get the power from main panel through the connection cable itself.

NIT: CMC/BY/12-13/RB/AG/026

Page 129 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No. Description
Supply, installation, testing and commissioning of Vds approved Addressable type multicriteria detector with base for use as heat or smoke or combined both with automatic electronic addressing, microprocessor type and must have integrated short circuit isolator (in case short circuit isolator is not inbuilt, the price of this item Nos. shall be inclusive of an independent short-circuit isolator along with each detector). The detector shall have IP 44 protection catagory & ambient temperature -25C to + 60C. The quoted item shall completely comply to the technical specification. Supply, installation, testing and commissioning of Vds approved Addressable manual call point which is used for manually triggering a fire alarm suitable for interconnecting to the loop technology directly. This must have inbuilt short circuit Nos. isolator, (in case short circuit isolator is not inbuilt, the price of this item shall be inclusive of an independent short-circuit isolator along with each MCP). The quoted item shall completely comply to the technical specification. Supply, installation, testing and commissioning of Vds approved Analogue Addressable Monitor module with IP66 casing containing four inputs (total addressable inputs shall be 16 nos.) for monitored quering of potential free contacts with inbuilt short citcuit isolator (in case short circuit isolator is not inbuilt, the price of this item shall be Nos. inclusive of an independent short-circuit isolator along with each monitor module), it must be VdS approved and as per EN-54 standard. The ambient temperature range shall be -20C to +60C.The quoted item shall completely comply to the technical specification. Supply, installation, testing and commissioning of Vds approved Analogue Addressable Control module with IP66 casing containing four relay outputs, (total addressable outputs shall be 16 nos.) each containing a potential-free DPDT contact with a fail-safe and in-built short circuit isolator (in case short circuit isolator is not inbuilt, Nos. the price of this item shall be inclusive of an independent short-circuit isolator along with each Control Module). The ambient temperature range shall be -20C to +60C. The quoted item shall completely comply to the technical specification. Vds approved Addressable Loop Powered multi tone sounder with integrated short circuit isolator (in case short circuit isolator is not inbuilt, the price of this item shall be inclusive of an independent Nos. short-circuit isolator along with each loop powered sounder). It shall not require seperate power cable. Response Indicator Nos. Supplying and layingof shielded, PVC insulated FRLS 2 core of 0.8 sq mm to 1.5 sq. mm size cable (as recommended by FAS equipment Mtrs. manufacturer. The cable shall be confirming to IS standards and specifications

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty Rate Amount

64

70

46

116

65

66

67

68

69

11

19

70

720

480

1200

NIT: CMC/BY/12-13/RB/AG/026

Page 130 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


S. No.
71

Establishment of SCADA/DMS Centre


SCADA DMS TOTAL Unit Qty Qty Qty
600 400 1000

Description

Rate

Amount

Supply & laying of 25mm MS conduit confirming IS Mtrs. standard.

Total (B)

NIT: CMC/BY/12-13/RB/AG/026

Page 131 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

(C) FIRE PROTECTION WORKS


S.No. Description Unit SCADA Qty DMS Qty Total Qty Rate Amount S/L/J/T of following sizes of heavy grade ('C' class) mild steel pipe, flanges and fitting such as bends, tees, reducers, rubber insertions and galvanized nuts and bolts 'Heavy class' confirming to IS:12391974 Part - I and part - II with upto-date amendment i/c giving two metre coats of hot bituminous paint and two wraps of bituminised hesian cloth direct in ground to a depth of 1 metre including excavation and refilling the trench etc.complete as required (external works) 100mm dia S/L/J/T of following sizes of Heavy class (C class) mild steel pipe, flanges and fitting such as bends, tees, reducers, rubber insertions and galvanized nuts and bolts 'heavy class ' confirming to IS:12391974 part -I and amendment I/c fixing the pipe on wall / ceiling with suitable MS strip/clamps/bracket and painting with one coat of metre primer and two or more coats of synthetic enamel paint etc. complete as required.(Internal works) 25mm dia S/L/J/T of following sizes of Heavy class (C class) mild steel pipe, flanges and fitting such as bends, tees, reducers, rubber insertions and galvanized nuts and bolts 'heavy class ' confirming to IS:12391974 part -I and amendment I/c fixing the pipe on wall / ceiling with suitable MS strip/clamps/bracket and painting with one coat of metre primer and two or more coats of synthetic enamel paint etc. complete as required.(Internal works) 80mm dia S/L/J/T of following sizes of Heavy class (C class) mild steel pipe, flanges and fitting such as bends, tees, reducers, rubber insertions and galvanized nuts and bolts 'heavy class ' confirming to IS:12391974 part -I and amendment I/c fixing the pipe on wall / ceiling with suitable MS strip/clamps/bracket and painting with one coat of metre primer and two or more coats of synthetic enamel paint etc. complete as required.(Internal works) 100mm di 100 dia Providing and fixing internal fire hydrant comprising of gunmetal fire hydrant valve 80mm inlet with single headed with single outlet with control and fitted with 63mm dia instantaneous female coupling on the outlet complete with orifice flange as required, blank cap and chain locations as per drawings (inlet flanges to I.S 5290-1977 class C) Providing and fixing first aid fire hose reel equipment confirming to IS : 884-1969 with upto date amendments finished with post office red spray paint and complete with following as required : a) 20mm dia 36.5 metres long hose tubing of approved make confirming to IS : 5132-1969 with upto date amendments. b)Swinging type hose guide fixing bracket assembly c)25mm dia gate valve d)6mm outlet gunmetal nozzle with shut off valve as required

15

10

15

10

25

each

each

10

Providing and fixing 63mm dia 15m long Reinforced Rubber lined (RRL) woven jacketed hose tested to bursting pressure 32 Kg/sqcm including gunmetal male and female instantaneous type coupling approved by fire authority, machine would with G.I wire complete in all respects. Hose shall conform to I.S 636 Type II and coupling to I.S 903-1985 with ISI certification (Two per hydrant station) Providing and fixing fire hose cabinet fabricated from 16 gauge MS sheet of fully welded construction with hinged double front door with locking arrangement and partially glazed with 4mm thick glass, stove enameled fire red finish with "fire hose" written on front suitable to house 2x15m two length of canvas hose with couplings, branch pipe. One fireman's axe, first aid fire hose reel and hydrant outlet. Size 2100 x 900 x 600mm (HxBxD) Providing and fixing standard short size gunmetal branch pipe with gunmetal nozzle 16mm dia outlet with standard male instantaneous spring lock type 63mm dia coupling. Branch pipe and nozzle shall confirm to IS : 903-1985. Providing and fixing standard fireman's axe with heavy insulated rubber handle complete.

each

each

each

each

NIT: CMC/BY/12-13/RB/AG/026

Page 132 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing and fixing gunmetal collecting head with 63mm dia instantaneous type inlet and 150mm dia flanged outlet with built-in check valve for fire brigade connection to underground tanks and wet risers (I.S 904) including necessary supports complete in all respects as per standard design. Two way (for Down comer) Providing and fixing single acting air-cushion tank of 250mm and 1000mm high with 25mm gun metal stop valve, air-release valve complete as required. Providing and fixing butterfly valve confirming to type P.N. 1.6 of IS 13095-1991 complete with flanges, bolts, nuts, gasket etc. as per specifications complete in all respect hydraulically tested to 20kg/sqcm. 65mm diameter Class - I Providing and fixing butterfly valve confirming to type P.N. 1.6 of IS 13095-1991 complete with flanges, bolts, nuts, gasket etc. as per specifications complete in all respect hydraulically tested to 20kg/sqcm. 80mm diameter Class - I Providing and fixing butterfly valve confirming to type P.N. 1.6 of IS 13095-1991 complete with flanges, bolts, nuts, gasket etc. as per specifications complete in all respect hydraulically tested to 20kg/sqcm. 100mm diameter Class - I Providing and fixing Cast Cast Iron/steel double flanged horizontal type with gunmetal seat non-return valve confirming to class - I of IS : 5312 including nuts, bolts, 1.5 mm thick compressed asbestos gasket as per table "E" and specifications complete in all respect. 65mm dia Providing and fixing Cast Cast Iron/steel double flanged horizontal type with gunmetal seat non-return valve confirming to class - I of IS : 5312 including nuts, bolts, 1.5 mm thick compressed asbestos gasket as per table "E" and specifications complete in all respect. 80mm dia Note : All the fire extinguishers shall be ISI marked and filling/validity date shall be painted. Providing and fixing carbon-di-oxide type fire extinguishers consisting of welded M.S cylindrical body, squeeze lever dischange valve fitted with pressure indicating gauge internal discharge tube, 30cms long high pressure discharge hose, discharge nozzle, suspension bracket, conforming to IS : 2878 finished externally with red enamel paint and fixed to wall with brackets complete with internal charge Capacity 4.5 kg Providing and fixing water gas (stored pressure) type fire extinguishers consisting of welded M.S cylindrical body, squeeze lever discharge valve fitted with pressure indicating gauge internal dischange tube, 30 cms long high pressure discharge hose, discharge nozzle, suspension bracket, conforming to IS : 6234 finished externally with red enamel paint and fixed to wall with brackets complete with internal charge. Capacity 9 lit. Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 25mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 32mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 40mm dia

Establishment of SCADA/DMS Centre

11

each

12

each

13

each

14

each

15

each

16

each

17

each

19

each

20

each

21

Mtr.

165

110

275

22

Mtr.

12

20

23

Mtr.

15

10

25

NIT: CMC/BY/12-13/RB/AG/026

Page 133 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for Mtr. painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 50mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for Mtr. painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 65mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for Mtr. painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 80mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for Mtr. painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 100mm dia Supply, erection, jointing, testing & commissioning of `C' Class MS pipes (as per IS 1239). The pipes being suspended from beams, RCC roof slabs with necessary specials such as tees, bends, flanges redcuers etc., complete.Rate quoted shall also include for Mtr. painting of pipe with one coat of primer & two coats of synthetic enamel paint of approved colour & make. 150mm dia Providing and fixing butterfly valve confirming to type P.N. 1.6 of IS 13095-1991 complete with flanges, bolts, nuts, gasket etc. as per specifications complete in all respect hydraulically tested to each 20kg/sqcm. 100mm diameter Class - I Providing and fixing butterfly valve confirming to type P.N. 1.6 of IS 13095-1991 complete with flanges, bolts, nuts, gasket etc. as per specifications complete in all respect hydraulically tested to each 20kg/sqcm. 150mm diameter Class - I Supply,erection, testing and commissioning of 15mm dia nominal bore quartzoid bulb type sprinklers with temperature rating of 68 deg C conventional type the shall also include suspending No arrangement with ceiling, wall arrangement with ceiling, wall beam clamps, fasteners ceiling rosette (incase of false ceiling) etc., complete. Pendent type Supply,erection, testing and commissioning of 15mm dia nominal bore quartzoid bulb type sprinklers with temperature rating of 68 deg C conventional type the shall also include suspending No arrangement with ceiling, wall arrangement with ceiling, wall beam clamps, fasteners ceiling rosette (incase of false ceiling) etc., complete. Concealed type Supply,erection, testing and commissioning of hydraulically operated sprinkler alarm unit connected to sprinkler system (80 mm dia) comprising of alarm valve, water motor with alarm gong, pressure gauge, drain cock, check valve and pressure reducing No valve. The quoted rate shall also including the necessary accessories, the location of the unit shall be as per the detailed drawing. Providing and fixing of MS brackets fabricated out of L angle / flats of required size with 6mm / 8mm GI `U' clamps with GI washers and nuts etc., for supporting GI MS sprinkler pipes running suspended in Ground floor and Basement floor ceiling level. The work shall also Kgs include making hole grouting the same in RCC slabs / masonry walls with cement concrete and making good the same. Supplying, Installing, testing and commissioning flow switch installed on the sprinkler main distribution line connected to the main sprinkler annunciation panel located in the ground floor.80mm

Establishment of SCADA/DMS Centre

24

24

16

40

25

27

18

45

26

45

30

75

27

24

16

40

28

10

29

30

31

72

48

120

32

18

12

30

33

34

150

100

250

35

Nos

NIT: CMC/BY/12-13/RB/AG/026

Page 134 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing and fixing 25 mm dia inspecting & testing assembly with gunmetal valve, gunmetal sight glass, bypass valve & connected to drain line. M.S. Conduit of 16 SWG ISI marked (15:9537-1981Part-11) complete with all fittings viz. tees, bends, junction boxes, clamps/supports etc. To be concealed in slabs/brick work as required or surface laid.25mm dia Solid Copper Conductor, PVC insulated ISI marked control cable in existing conduit (IS:694) from individual flow switch on each floor to annunciation panel installed in fire control room including sleeves , cable clips, supports for horizontal runs. 2 x 1.5 Sq.mm. Providing and fixing Sprinkler Annunciation Panel for minimum 2 Zones (1working + 1standby) zones spare, compatible for seamless integration with waterflow devices with visual display for all zones, complete with internal sounder, alarm/fault indications & standby 24v lead acid batteries with charger. Providing and fixing wooden cabinet of size 750x600x450mm having full glass front door and locking rangement with suitable shelves for keeping 20 spare sprinklers and one spanner properly fixed in the cabinet painting with enamel paint of approved make and shade to the approval of Engineer-in-charge.

Establishment of SCADA/DMS Centre

36

Nos

37

Mtr.

15

10

25

38

Mtr.

15

10

25

39

No

40

No

41

Supply, Erection, Testing and commissioning of Terrace fire pump located at terrace level capable of delivering following capacity complete with adequate HP. Electircal driven monoblock type Centrifugal pump wtih squirrel cage motor with bronze impellors, No job pressure gauge, pressure switch etc complete. a) 900 LPM 30M HEAD S/I/T/C of cubical type Control panel board fabricated from high quality 2mm thick CRCA sheet and angle iron I/c spray painting making earth connections etc for Terrace pumps. The panel shall be dust and vermin proof totally enclosed free standing floor mounting type extensible from both sides, suitable for 415V 50 Hz 3 phase 4 wire system complete in all respect and confirming to latest relevant of ISI specifications i/c necessary connections, inter connections with copper conductor cable of required size, cable end termination, necessary cable tray of required size, soldering etc. with following switch gears mounted there on as required (All switchfuse / fuse switch units shall be to AC 23 duty to IS : 4064) (location at Terrace Floor). i)32 AMP TPN MCB(C ) as incoming - 1no. ii)500Volts 96x96mm Voltmeter with selector switch - 1no. No job iii)0-30 Amps 96x96mm Ammeter with selector switch - 1no. iv)Indicating lamps, their fuses, terminal blocks, push buttons, control and selector switches etc as required - 3 Nos v)Copper bus bars suitable for 32 Amps with supports for phases and neutral - 1 set. vi)MCB TP "C" type of suitable ratings for each pump set including 1no. Spare for main fire pumps. vii)DOL Push button Starter for each pump set. viii)Single phase preventor device for each pump set. ix)Selector switch for auot/manual operation. x)Cable connections at panel and to motor pump set including earthing connection. xi)MCB SPN 16 A (Spare) - 1no. xii)Earthing of the electric panel and pump motor with GI earth wire Providing, laying, testing and commissioning of PVC insulated, copper conductor, 1100 V grade, armoured cable between metering panel at ground floor and pump set main electric panel at terrace level and push button switch at ground floor level including PVC pipe, suitable clamps etc. where required and connections at panel metre and push button switch complete as required. 16 Sq.mm x 4 core PVC insulated copper conductor cable armoured + 2nos. 8 SWG GI wire.

42

43

15

15

NIT: CMC/BY/12-13/RB/AG/026

Page 135 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED


Providing, laying, testing and commissioning of PVC insulated, copper conductor, 1100 V grade, armoured cable between metering panel at ground floor and pump set main electric panel at terrace level and push button switch at ground floor level including PVC pipe, suitable clamps etc. where required and connections at panel metre and push button switch complete as required. 2.5 Sq.mm x 3 core PVC insulated copper conductor, armoured control cable. S/I/T/C of cubical type Control panel board fabricated from high quality 2mm thick CRCA sheet and angle iron I/c spray painting making earth connections etc for Terrace pumps. The panel shall be dust and vermin proof totally enclosed free standing wall/floor mounting type suitable for 415V 50 Hz 3 phase 4 wire system complete in all respect and confirming to latest relevant of ISI specifications i/c necessary connections, inter connections with copper conductor cable of required size, cable end termination, necessary cable tray of required size, soldering etc. with following No job switch gears mounted there on as required (All switchfuse / fuse switch units shall be to AC 23 duty to IS : 4064) (location at Ground Floor). i)32 AMP TPN MCB(C ) type as incomer in the compartment - 1no. ii)Meter compartment - 1no. (without meter) having rewireable procelian fuse 32 Amps - 3nos. And NL-1no.)

Establishment of SCADA/DMS Centre

44

15

15

45

46

47

Earthing with G.I earth plate 600mm x 600mm x 6mm thick I/c accessories and providing masonary enclosure with cover plate having locking arrangement and watering pipe etc., with charcoal or 1 coke and salt including providing and fixing 32mm x6mm G.I strip set on surface or in recess for connection etc. as required and Providing and fixing 4.00 mm copper wire on surface or in recess for loop earthing as required. Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS: 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet p per litre 10000 and overflow pipes, fittings and the base support for tank 10000 Litre Cap. TOTAL ( C ) GROSS TOTAL A + B + C

10000

NIT: CMC/BY/12-13/RB/AG/026

Page 136 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NOTES:
1. The rates shall be quoted in conjunction and with reference to the contents of BOQ, Specifications, S.C.C. and Drawings. 2. The rates quoted shall also include for providing any temporary work or preparatory work required to execute the particular items of work.

3. The unit prices stated hereunder shall be deemed to include, but not be limited to the following : a. Site management and supervision, labour and all costs in connection therewith, including the cost of overtime as necessary. b. The fabrication and installation of all goods and all costs in connection therewith. c. Delivery as appropriate d. Paint, tools, equipment and all cost in connection therewith site facilities and all other costs from items that are necessary to execute the Work. e. Waste of Material f. Mobilization costs, overhead costs and profit. g. Major civil works shall not form any part of this contract including foundations. h. Rates shall be inclusive of all taxes & duties including WCT. i. The tenderer shall indicate the rates of taxes & duties considered in the offer. 4. The quantities in this schedule are provisional. The Contractor will be paid for the actual quantity of work executed at site at the rates quoted in his tender. The Owner reserves the right to increase or decrease any of the quantities or to totally omit any item of work and any claims by the Contractor in these accounts will not be entertained.

5. All the items of work given in this schedule of quantities shall be executed strictly in accordance with the Indian Electricity Act. The Indian Electricity Rules and Requirements of the Electric Supply Authority read in conjunction with the relevant drawings, specifications and the appropriate Indian Standards.

6. All measurements shall be taken in accordance with the Indian Standard Electrical Installation in buildings method of measurement of IS : 5908 unless otherwise specified.

7. The Contractor shall visit the site and shall satisfy himself as to conditions under which the work is to be performed. No extra claim on consequence of ignorance or on grounds of insufficient description will be allowed at a later date.

8. No alteration whatsoever is to be made to the text or quantities of this schedule of quantities unless alteration is authorised in writing by the Architect. Any such alterations, notes or additions shall, unless authorised in writing be disregarded when tender documents are considered.

9. In the event of error occurring to the amount column of the schedule, as a result of wrong extension unit rate and quantity, the unit rate quoted by the tenderer shall be regarded as firm and the extension shall be amended on the basis of the rates.

NIT: CMC/BY/12-13/RB/AG/026

Page 137 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 138 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 139 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 140 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 141 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 142 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 143 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 144 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 145 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 146 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 147 of 148

BIDDER SEAL & SIGNATURE

BSES YAMUNA POWER LIMITED

Establishment of SCADA/DMS Centre

NIT: CMC/BY/12-13/RB/AG/026

Page 148 of 148

BIDDER SEAL & SIGNATURE

You might also like