You are on page 1of 39

RAMAGUNDAM FERTILIZERS & CHEMICAL LIMITED

RAMAGUNDAM

TENDER: ANNUAL ELECTRICAL MAINTENANCE CONTRACT FOR FACTORY&TOWNSHIP FOR


YEAR 2017-18.

TABLE OF CONTENTS
.
This Tender Document (AS ISSUED TO CONTRACTOR) Consists of the following:

Sr. Description Page No


1 Notice Inviting Tender (Copy of NIT) 2-3
2 Definition of Terms (Annexure-I) 4-5
3 Eligibility Criteria (Annexure-II) 6
4 Scope of work, Time Schedule 7-8
5 Special Terms & Conditions 9-10
6 General Terms & conditions 11-18
7 Schedule of Rates 19-28
8 Declaration Form I (Annexure IV) 29
9 Declaration Form II (Annexure V) 30
10 Bidders information Format (Annexure-VI) 31
11 Service Tax (Annexure-VII) 32-33
12 Lump Sum job (Annexure-VIII) 34-38
13 Construction Water Pump Details (Annexure-IX) 39
TOTAL SHEETS OF TENDER 39

NOTE: The bidders shall satisfy themselves before submitting that no page or document listed
above is missing from the tender Issued to him / them.

1
Site office: Fertilizers Plant Ramagundam – 505210, Distt: Peddapally, Telengana
Telephone: +91 8728 257488 E mail: rfcl.ramagundam@gmail.com
CIN No. U24100DL2015PLC276753
Ref. No.: RFCL /Site/Elect/Cont-09/ARC Elect. Date : 01/04/2017
Maint.
To,
__________________________
__________________________
Sub: Annual Rate Contract for Electrical Maintenance for Township & Factory for the Year 2017-18 at
RFCL, Ramagundam.
Dear Sirs,
Sealed Bids are invited for the work as detailed below:
1. Name of Work “ARC for Electrical Maintenance For Factory & Township For Year
2017-18 at RFCL, Ramagundam.”
2. Earnest Money Deposit and Tender Cost Bidder to submit Tender cost & Earnest Money of value given below
in the form of Demand Draft in favour of Ramagundam Fertilizers and
Chemicals Limited, payable at New Delhi. Tender received without
tender Cost & EMD are likely to be rejected.
Bidders registered under National Small Scale Industries are
exempted from submission of E.M.D. detailed in GTC Cl. No. 8
Tender Cost: Rs. 550.00(Rupees Five Hundred fifty only). The same is
to be submitted along with the technical bid in case the
Tender documents downloaded from the web site.
Earnest Money: Rs. 25,000.00 (Rupees Twenty Five Thousand only)
3. Contract Validity Twelve months from the date of issue of Letter of acceptance &
extendable for three months at the discretion of RFCL.
4. Validity of the Tender 120 days from the Date of Opening of Tender.
5. Last Date & Time for Receipt of Bids 02/05/2017 up to 15.00 Hrs.
6. Date & Time for Opening of Bids 02/05/2017 at 15.30 Hrs.
7. Place of Receipt and Opening of Bids Office of Dy. General Manager (Mech.)
8. All request for interpretation, clarification & queries in connection with tender shall be addressed in writing to
Issuing Authority i. e. Dy. G. M. (Mech.) at least 7 (Seven) days prior to the closing date of the tender.
9. The rate should be quoted in the Units given in the Schedule of Rates. The rates should be quoted in both in
figures as well as words. In case of any discrepancy, the rates quoted in words shall be treated as final. Any
corrections made in the prices shall be authenticated with signatures at all places.
10. Ramagundam Fertilizers & Chemicals Ltd., Ramagundam reserves the right to reject any or all Bids without
assigning any reasons whatsoever and it also does not bind itself to accept the Lowest Tender.
11. Procedure for Submission of Tender:
The Tender shall be submitted in Three Sealed Envelopes as under:

2
11.1. Envelope No. 1: Will be superscripted ‘Earnest Money & Tender Cost’ and shall contain Earnest Money
Deposit & tender cost of amount as per Clause No. 2 above.
11.2. Envelope No. 2: Will be superscripted ‘Technical Bid’ shall contain Un-Priced Bid including NIT, Declaration
Form-I & II & Service Tax Format & documents required as per Tender issued by RFCL.
11.3. Envelope No. 3: Will be super-scribed ‘Price Bid’ and shall contain the Item wise Rates only as per Schedule
of Rates Proforma.
All the three envelopes should in turn be put together in a separate envelope duly super-scribed with “ARC for
Electrical Maintenance For Factory & Township For Year 2017-18 at RFCL, Ramagundam”.

12. Opening of Tender:


The Tender shall be opened as under:
12.1. Envelope No. 1: Super scribed ‘Earnest Money & Tender Cost’ shall be opened first, on the Scheduled Date
& Time of Opening of Bids in the presence of those Bidders who wish to be present there.
12.2. Envelope No. 2: Super scribed ‘Technical Bid’ shall then be opened and discussion would be carried out
with the respective Bidders for clarifications, if any.
12.3. Envelope No. 3: Super scribed ‘Price Bid’ shall be opened subsequently on the same day or at a later date,
which shall be intimated to the Bidders.
13. No condition or deviation should be mentioned by Bidder in Price Bid. Offers where the party has mentioned
any condition or deviation in Price Bid shall be out rightly rejected
14. This letter shall form part of the contract document and shall be signed and returned along with the tender
documents.
15. Every tender shall be made in the English Language. All other information such as documents and drawings
supplied by the Bidder will also be in English Language as will be any further information supplied by RFCL.
16. Bids containing erasures and alterations of the tender documents are liable to be rejected unless these are
authenticated by the persons signing the tender documents.
17. “Bidders may ensure that tender documents/offer have been signed by appropriate/authorized
representative for the Company. Withdrawal of offer/non-acceptance of orders placed based on offers
submitted by bidder’s on their letter head: will not be allowed on the grounds that offer was not signed by
authorized person.” in such case EMD shall be forfeited
18. One person will be allowed to represent only one company during discussion/negotiation with RFCL. If same
person is representing different companies with authorization letter from more than one company, such
person will be allowed to represent only the first company called for negotiation
19. Bidder shall confirm in their quotation the acceptance of all terms and conditions of NIT including scope of
work, failing which the offer is likely to be rejected.
20. Tender documents shall be issued at RFCL site Ramagundam, however the cost of tender documents shall
be submitted in the form of Demand Draft as described above at the time of submission of tender document.
21. The Tender shall be addressed to Dy. General Manager (Mechanical) Ramagundam Fertilizers & Chemicals
Ltd., Fertilizer City, Ramagundam-505210, Dist. Peddapalli, (T. S.)

Thanking you,
Yours faithfully,
for M/s. Ramagundam Fertilizers & Chemicals Ltd.

(V K Bangar)
Dy. General Manager (Mech.)
E-mail: vkbangar@rfcl.co.in
Mob: 9425720127
Encl: Tender Documents

3
Annexure-I
DEFINITIONS OF TERMS

In the contract documents herein defined where the context so admits, the following words and
expression will have the meanings assigned to them respectively:
1. "The OWNER" means the RAMAGUNDAM FERTILIZERS & CHEMICALS LIMITED., incorporated in
India, having its corporate office at 4 th Floor, Mohta Building,4, Bhikaji Cama Place New Delhi-
110066.
2. The "ENGINEER-IN-CHARGE" shall mean the person designated as such by RFCL and shall include
those who are expressly authorized by him to act for and on his behalf for operation of this
contract.
3. The "WORK" shall mean the works to be executed in accordance with the contract or part thereof
as the case may be and shall include all extra, additional, altered or substituted works as required
for purpose of the contract.
4. "CONSTRUCTION EQUIPMENT" means all appliances and equipment of whatsoever nature for
the use in or for the execution, completion operation or maintenance of the work unless intended
to form part of permanent work.
5. "SITE" means the areas in which the work is to be performed by the Contractor and shall include a
part or portion of the site on which the permanent work is proposed to be constructed.
6. The "TENDER DOCUMENTS" shall consist of Short Tender Notice, General Instructions to the
Tender, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings,
Time Schedule Tender Form, Performa or Agreement Form Schedule of Rates, and
Addendum/Addenda to Tender Documents.
7. "THE CONTRACTOR” means any person or persons or firm or company whose Tender has been
accepted by RFCL with the concurrence of the Owner, and the legal personal representatives,
successors and permitted assigns of such person, persons firm or company.
8. The "CONTRACT" shall mean the Agreement between RFCL and the Contractor for the execution
of the works including therein all contract documents.
9. The "SPECIFICATIONS” shall mean the various Technical specifications attached and referred to
in the Tender documents. It shall also include the latest addition of relevant Indian Standard
Specifications published before entering into contract.
10. "The DRAWINGS” shall include Maps, Plans and Tracings OR Prints thereof with any modifications
approved, in writing by the Engineer-in-charge and such other drawings as may, from time to
time, be furnished or approved in writing by the Engineer-in-charge.
11. The "CONTRACT DOCUMENTS" shall consist of Agreement, Tender documents as defined in
Clause 6, 7 & 8 above, Acceptance of Tender and further amendments.
12. The "ALTERATION ORDER" means an order given in writing by the Engineer-in-charge to affect
additions to or deletion from and alterations in the works.
13. The "COMPLETION CERTIFICATE" shall mean the Certificate to be issued by the Engineer-in-charge
when the works have been completed to his satisfaction.

4
14. The “FINAL CERTIFICATE” in relation to a work means the Certificate issued by the Owner after
the period of liability is over.
15. The “PERIOD OF LIABILITY” in relation to work means the specified period from the date of issue
of Completion Certificate upto the date of issue of Final Certificate during which the Contractor
stand responsible for rectifying all defects that may appear in the works.
16. ‘ZERO DATE’ shall mean the date of issue of LETTER OF INTENT (LOI) or issue of WORK ORDER,
whichever is earlier.
17. "GTC" means General Terms & Conditions of Contract.
18. Technical Terms and Conditions & Special Terms and conditions are succeeding to GTC. Any
clause under different head shall be succeeded by clause in the succeeding head.

5
Annexure -II

ELIGIBILITY CRITERIA FOR TENDER FOR REPAIR OF ROAD

A. Technical criteria
1. The bidders should have executed at least one similar work of Electrical Maintenance during
last 7 years ending on 31.12.2016, employing the same technology & nature of job as per Scope
of work with consumables in customer scope.
2. Experience of having successfully completed similar works (as per A.1 above) during the last
seven years ending on 31.12.2016 should be either of the following:
i. One similar completed work costing each not less than Rs. 19.84 Lacs (excluding taxes) (OR)
ii. Two similar completed works costing each not less than Rs. 12.40 Lacs (excluding taxes).
(OR)
iii. Three similar completed works costing each not less than Rs. 9.92 Lacs (excluding taxes).
Note: However, if bidder is having the contracts where consumables were in contractor scope than in
that case bidder will certify the amount pertaining to consumables included in the particular reference
work order furnished by them.

B. Financial criteria
1. Average Annual Financial Turnover during last three years ending 31 st March of the previous
financial year i.e. 31.03.2016 should be at least Rs. 7.40Lacs.

C. Documents to be submitted in support of eligibility criteria


1. Self-attested copies of Purchase/Work orders in support of Clause A.1 & A.2 of the technical
criteria with full technical & commercial details including work order value along with the
completion certificate from the concerned organization regarding the satisfactory performance
indicating the contract period, executed value and date of completion
Relevant Experience is to be taken for one-year period. If the contract period of the completed
work order is more than one or less than one year then the Contract value shall be intra-polated
for one year.
2. Self-attested copies of Audited Balance sheet for the last three years ending on 31 st March of
the previous financial year i.e. 31.03.2016 in support of Clause B.1.
3. Copy of Permanent Account Number (PAN)
4. Copy of Service Tax registration.
5. Copy of PF registration issued by the Government Authority.
6. Copy of VAT Registration Number.

6
Annexure-III

I. SCOPE OF WORK
Scope of work includes but not limited to the following:
1. Supply of manpower for operation of construction power, construction water and emergency DG
Set installed at RFCL, Ramagundam.
2. Repair and maintenance of followings:
 415V overhead lines with street lighting fixtures, LT distribution networks, street lighting
and electrical installations in residential and public buildings in township, Guest Houses,
Non-Plant buildings of factory i.e. Technical Building, First aid post, Central canteen, Ware
house office
 Electrical maintenance of street lighting in the premises of RFCL’s factory and township
upto Township gate approaching road lighting system in Factory and Field area, fans,
Earthing systems
 Any other miscellaneous jobs defined in SOQ
3. To carry out all the jobs listed in Contract and to attend the complaints in the streetlights and the
buildings also detailed in Annexure VIII under lump sum maintenance to the satisfaction of
Engineer-in-charge.
4. To carry out all the job in conformity with Indian Electricity rules 1956, CPW specifications and
National Electricity code 1990 as amended upto date.

II. CONTRACTOR’S SCOPE


1. All the Required Man power, materials, tools, tackles required to execute and complete the work
in all respects shall be arranged by the contractor at his cost for smooth and timely completion of
the job. The minimum required list of tools is as below:
 For each Group of Technician: Cutter plier, nose plier, one screw driver each small, medium, big;
slide wrench small and normal, line tester, D spanner set, Tubular spanner set, Ring spanner Set,
series Test lamp, small and medium hacksaw frame and blade, and tool bag.
 Apart from above tools three full size tool kits with files, hammers, Socket spanner set, Monkey
plier sets, and other tools which may be needed from time to time to complete job, may be kept
by contractor
 Special tools like crimping tools, hot air blower, puller, single phase or two phases welding set,
Drill machine (Pistol & Commando).
2. All kind of measuring instrument like 1 no 1000 V megger, 1 no 500 V megger, 2 multimeter, 2 no
AC/DC Clamp on meter, 1 no earth tester all will be in the contractor scope.
3. Personal Protective Safety Equipment like Safety Helmets, Safety Goggles, Face Shields, Safety
Belts, Hand Gloves etc.
4. Ladders A type and single ladder 8, 12, 20 feet will be in contractor scope.
5. Supervision of job shall be in Contractor’s scope. However, a close liaison shall be maintained with
the RFCL’s Engineer In-Charge for day-to-day progress of the job.
6. To arrange necessary documents of their manpower and other formalities for making Gate passes
to work in RFCL’s premises.

7
7. To make all the necessary security arrangements, at his own cost, for his temporary office, to
ensure safety of all equipment / material and the same shall be removed/dismantled after
completion of work
8. To & fro Local Travelling, Lodging and Boarding of their staff and workers from work site to their
place of stay.
9. Medical facilities for their staff &workers
10. To remove old as well as unused material, including packing materials and empty cases free of cost
from work site to the place indicated by the Engineer-in-charge after completion of work and
nothing extra will be paid.
III. RFCL’S SCOPE:
1. Space at site free of cost for office-cum store for carrying out the job as per scope.
2. Temporary LT Power Supply 3 phase, 50 Hz, 415 Volt with TPN free of cost subject to availability
3. To provide necessary drawings, work permits and isolations as and where required to the
contractor.
4. All the consumable materials as mentioned in schedule of rates/schedule of Quantities shall be
supplied free of cost by RFCL such as PVC tape, CTC, Waste cotton, Switches, Sockets, MCBs, all
type of bulbs, Fluorescent tubes, Ballast's, Condensers, Hylum sheets, Bells, all type of holders, all
glass shades, Wires, Cables, Fuse bases, Fuses, Bolts, Nuts, screws, Al. clips, Wooden gittis, etc. as
required.
5. Any civil work required for executing the job.

IV. TIME SCHEDULE:


1. Mobilization with Men and Equipment shall be done within 10 (Ten) days of issue of Letter of
Acceptance (LOA). However, if the necessity arises Contractor may have to mobilize at site within 3
days of the issue of LOA.
2. The Contractor shall execute each job against Sub Work Order to be issued by Engineer-in-charge
within the mutually agreed time schedule to be recorded on Sub Work Order.
For jobs of critical nature, separate time bound sub-work order will be issued by Engineer In-charge.
The Contractor must adhere to such time schedule.
3. Extension of time to the extent the work has been held up will be granted by the Engineer In-charge
on a request to be made by the Contractor before the expiry of the initial mutually agreed time
schedule. The extension of time allowed by the Engineer In-charge will be final and binding. No
extension of time shall be given for delay, if the cause of delay is attributable to the Contractor.

V. SPECIAL TERMS & CONDITIONS

Supply of skilled and unskilled manpower for Operation of Construction Power, Construction Water
and Emergency DG Set system. Maintenance of above system and attending day to day electrical
complaints. Supply of labours for day to day jobs and for break down jobs.
a. ELECTRICIANS:
i. SUPERVISOR:
All the work carried out under the contract shall be supervised by supervisor separately. The
supervisor must have minimum qualification of Diploma in Electrical with minimum three years’
experience OR ITI in electrical with seven years of experience OR having valid Electrical
Supervisor's license issued by the Chief Electrical Inspector of Telangana Government. Apart
8
from these supervisors one or two field supervisors are also kept by contractors for smooth
operation of contract. The supervisors so appointed shall remain available in RFCL for 24 Hours
x 7 days’ basis for entire duration of contract.
Incase neither supervisor nor contractor is available between 20.00 hrs. to 08.00 hrs., the same
will attract a penalty of Rs 500 per day. Supervisor shall take permission of station leave from
EIC before moving out of station and shall ensure alternate arrangement in his absence.
ii) Skilled: The work covered under this contract shall be carried out by skilled electricians. The
Electricians must have minimum qualification of ITI in electrical with three years of experience
OR workman/Linesman license issued by Chief Electrical Inspector of the State for the specific
job
iii) Unskilled: The person must have completed at least primary education and must be literate.
He must have ability to read write and understand the instructions of his senior colleagues and
supervisors. He must have exposure to industrial environment as an Electrical Helper for at
least three years.
b. The contractor shall employ sufficient No. of staff for executing the contract consisting of
supervisor, skilled technician and helpers. The jobs shall be carried out only when the contractor's
supervisor is present at site. If the supervisor is absent contractor himself shall supervise the job.
However, if neither supervisor nor contractor is available then Rs. 700.00 shall be levied for absent
of supervisor on each day.
c. Contractor shall keep in touch with Engineer In charge regularly. He shall meet EIC twice in a month
and shall discuss all issues related to contract. If he fails to meet EIC even for once in each month
for two consecutive months, then it shall be considered as non-compliance of essential orders and
ignoring the primary duties towards contract and may lead to termination of contract.
d. The contractor will also be required to take repair work in various buildings, service network etc.
according to the priorities fixed by Engineer-in-charge from time to time.
e. Maintenance and attending of lightings (for ordinary or flame proof) on the item rate basis includes
the job of tracing and rectification of circuit fault up to the Lighting fixtures.

f. The contactor shall ensure proper training and updating of his man power. In case any work man
fails to meet the quality standards of department or the job is not performed as per the quality
norms of electrical standard, contractor shall replace him with suitable trained workman to be
employed.
g. The contractor shall carry out all the jobs listed in Annexure VIII of item 14.0 (Total sheet 5) (Lump
sum basis jobs) to the satisfaction of Engineer-in-charge within the time specified below for each
type of complaint. Time period provided is indicative only. Efforts shall be made by the contractor
to remove the fault within minimum of time without inordinate delay. EIC may direct the
contractor to do any work in priority to other work and he shall be competent to decide priority of
any specified work.

Description of work Time-period (Maximum)


a) Street Lighting 24 working hrs. after the failure
b) Point wiring and complaints including 8 working Hrs. after receipt of
replacement of switches sockets, bells etc. complaint
c) Lighting fixture and replacement 8 working Hrs. after receipt of
complaint of bulbs/tubes
d) Complete power failure of a particular 4 Hrs. after receipt of complaint /
building or street lighting due to blowing of failure
9
fuses or tripping of MCB or faults requiring
termination of cable/conductor etc. or
complaint related to safety.
In case contractor fails to attend the complaint within the period specified above, penalty @ Rs10/-
per complaint/ street lighting fixture per day shall be levied for delay of every one-day or part
thereof beyond the above-stipulated time of attending the complaint if it is proven that delay is
solely on account of contractor.
h. In addition of complaints on day-to-day basis for items covered under lump sum maintenance, the
contractor shall carry out the general / preventive maintenance of area covered under lump sum
maintenance for better availability of the system. The schedule for the same shall be prepared
accordingly by the contractor in consultation with Engineer-in-charge.
i. Contractor will deploy minimum 1 skilled and 1 unskilled manpower in general shift for carrying
out the lump sum jobs.
j. The jobs carried under item rate of contract shall be executed by the contractor purely on the
basis of the requirements arising from time to time during entire contract period. Contractor shall
execute the work on the written request of Engineer-in-charge on the basis of guidelines given
below:

Nature of jobs Maximum stipulated time


1 Overhauling/cleaning of exhaust fans, Ceiling fans, 6 Nos. per day
including its removal, refixing of fans & installation of
new fans and lighting fixtures
2 Numbering/lettering on distribution boards, poles Minimum 500 letters (50
walls etc. Poles/DB’s per day)
3 Removal & Installation of Hylum sheet on switch 10 Nos. per day
boards, Junction boxes checking earth pits, ceiling
roses on round blocks etc.
4 Providing temporary power connections etc. Within4hrs.
5 Cable jointing of all sizes of cables with epoxy kit 12Hrs each joint
including necessary excavation and refilling etc.
6 Termination of all types and sizes of cables with gland 4 Hrs. each Termination
& lugs.
7 Laying of cable on overhead racks wall, trenches. 800 Mtr/week
8 Erection of poles including excavation and grouting 10 Poles/week
and painting
9 Supply of skilled/unskilled Manpower At 24 Hrs. notice
10 Installation of lighting fixtures Five fittings per day
11 Maintenance/ Replacement of tube /GLS /HPSV / 6 Nos. per day
HPMV/Lamp in Flameproof fitting
12 Checking, cleaning and testing of earth pits 10 Nos. per day
13 Fabrication of canopies for motors / LCS etc. 2 SqMtr per week
14 Town ship complaints between 0800 hrs. to 2200 hrs. All Complaints per day / Min. 25
on all week days. complaints per day

10
15 Plant complaints between 0800 hrs. to 1700 hrs. on All Complaints per day / Min. 8
all working days. complaints per day
16 Any other item rate jobs which is required to be Solely at the discretion of RFCL
executed as per plant requirement. Engineer in charge to execute
the job in time.

VI. GENERAL TERMS & CONDITIONS


1. Interested Bidder, after studying all the tender documents carefully, may also see the job
physically at site and obtain necessary clarifications, if any, before submitting their Bids obtain
necessary clarifications, if any, in writing before tendering. The Bidder should satisfy himself
with the site conditions prevailing at the place of work. No claim on ground of want of
knowledge in this respect will be entertained. No claim for extra charges consequent upon
any misunderstanding or otherwise will be allowed.
2. The following Bids will be liable to summary rejection:
2.1 Bids submitted by Bidder who resort to canvassing.
2.2 Bids, which do not fulfill any of the conditions, laid down in the Tender Documents or are
incomplete, in any respect.
2.3 Bids not accompanying the required details / Tender Cost / Earnest Money etc.
2.4 Bids received late / delayed.
2.5 Bids, which contain uncalled for remarks or any alternative additional conditions.
3. The execution of the work may entail working in all the site and weather conditions and no
extra rate will be considered on this account. The Contractor may have to carry out the work
on round the clock basis including on intervening Sundays, holidays. Bidder shall take this
aspect into consideration for formulating his rates and quotation. No extra claim / overtime
shall be paid on this account.
4. If the Bidder has relations whether by blood or otherwise with any of the employees of the
RFCL, the Bidder must disclose the relations in the Form of declaration attached, at the time
of the submission of Tender failing which RFCL shall reserve the has right to reject the tender
or rescind the contract.
5. Validity of Contract: The contract shall remain valid for a period of 12 (Twelve) months
reckoned from the date of its award.
The contract can further be extended for a period of 3 (Three) months at the discretion of
RFCL.
6. Quantum of Job: The estimated value of work has been given on the basis of technical
assessment and indicates approximate quantities. However, the Contractor shall have to
execute any or all the jobs depending upon the requirements of the Plant. The rates shall
remain firm for the increased or decreased quantities. However, RFCL will not give any
guarantee for minimum billing or minimum quantum of work during the contract.
7. Escalation in Rates:
7.1 The rates quoted by the Bidder will be firm during the Contract period including extension (if
any) and will not subject to escalation/de-escalation irrespective of any increase what so ever,
except any increase in minimum wages as directed by the Govt. of Telangana (after
notification of the Govt.). The escalation/de-escalation in wages, if any, will be reimbursed as
per following formula:
Billed Amount x 0.65 x (escalated/de-escalated minimum wage of Un-skilled labour- wage of
Unskilled Labour at the time of Techno-commercial Bid opening)

11
Wage of Unskilled Labour at the time of Techno-commercial Bid opening

7.2 It shall be duty of the Contractor to pay the Minimum Wages to its employees as specified by
the Govt. from time to time.
8. Earnest Money Deposit:
The Bidder should make a deposit of Rs. 25,000.00 (Rs. Twenty-Five Thousand only) as Earnest
Money Deposit and Rs. 550.00/- (Rs. Five fifty Hundred only) as Tender Fees in the form of an
A/c. Payee Demand Draft, drawn on State Bank of India in favour of "Ramagundam Fertilizers
and Chemicals Limited" payable at New Delhi.
Earnest money shall not be accepted in any form other than specified above. Earnest Money
and Tender Fees should accompany the tender in a separate envelope without which tender
will not be opened and it will be considered as rejected.
RFCL will return the earnest money, where applicable, to every unsuccessful Bidder after the
finalization of award of work. No interest shall be paid on the said earnest money deposit.
Bidders registered under National Small Scale Industries are exempted from submission of
E.M.D., subjected to submission of relevant certificate from concerned Authority, along with
Tender Documents.
9. Initial Security Deposit:
9.1 The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the contract
value.
9.2 Initial Security Deposit (ISD) shall be 2.5 % of the Contract Value which is required to be
deposited within 10 days of the receipt of the letter of intent by the successful tenderer.
EMD can be adjusted against SD
9.3 Security Deposit (S.D.) @ 7.5% of the bill value shall be deducted from the Running Bill of
the Contractor so as to make the total recovery for Security Deposit @ 10% (including I.S.D.
& E.M.D.) of the gross value of work done. E.M.D. shall be considered as part of the S.D.
Alternatively, Performance Bank Guarantee from any Nationalized / Scheduled Bank except
Garmin or Co-op. Bank may be submitted for 10% of the contract value. The Performance
Bank Guarantee shall be valid till the expiry of defect liability period+ three months claim
period.
9.4 Any amount recoverable from the contractor shall be deducted from security deposit
and/or any payment due to Contractor.
9.5 The Security Deposit shall be refunded after expiry of Defect Liability. No interest shall be
paid on E.M.D., I.S.D. and S.D.
10. Terms of Payment: Payment of monthly R. A bills shall be made through Electronic Mode
after making necessary recoveries for Income Tax, Works Tax etc. as applicable as per Terms
& Conditions of NIT, after satisfactory completion of the work as per scope and submission
of bill. Payment of Security Deposit shall be paid after expiry of the Defect Liability Period
as per Clause-11 of GTC. Such payments will be made in full within 30 days of receipt of bill
complete in all respects. The following information may be furnished along with the Tender.
 Acceptance for release of payment by ECS / EFT from our Bank.
 The details of Bidder Account Number, Name, Address, Branch, Branch Code, RTGS
Code & MICR Number of the Bidder Bank.
11. Defect Liability Period:
The Contractor shall guarantee for the work done for a period of THREE MONTHS from the
date of issue of Completion of work. Any damage or defect may arise or lie undiscovered at
12
the time of completion certificate, in the workmanship shall be rectified or replaced by the
Contractor. In default, the Engineer-in-charge may cause the same to be made good by
other Contractor and deduct expenses (of which the certificate of Engineer-in-charge shall
be final) from any sums that may be there or at any time thereafter become due to the
Contractor from his Security Deposit.
12. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax &
other Taxes on Works Contracts shall be made from the bill of the Bidder at the prevailing
rates, as per Income Tax Laws / Commercial Tax Laws of Telangana State at the time of
release of payment to the Bidder. The Bidder shall mention the new series Permanent
Account Number allotted by the Income Tax Authorities in his Tender.
13. PRICE REDUCTION: In the event of work is not completed according to the time schedule,
the contract price shall reduce@ of 1 % of the total value of work for delay of every day or
part thereof, subject to a ceiling of 10 % of the total value of the contract.
14. Service Tax: As per attached Annexure-VII for Service Tax.
15. Measurement and Billing:
The Contractor will submit a bill in approved proforma in duplicate in every month to the
Engineer In-Charge of the work giving abstract and detailed measurements for the
various items executed during a month before expiry of the 1st week of the succeeding
month along with the copy of the following self-attested documents and all other
documents to comply with the statutory requirement.
 copy of the PF challan along-with copy of the ECR with respect to PF deposit
 Copy of ESI Challan & its payment receipt
 copy of the payment of wages to staff through bank
16. FINAL BILL:
Final bill including following documents shall be submitted by contractor within 30 days from
the certified date of completion of the work:
a) Final bill of quantities and rates in the Performa.
b) Material reconciliation statement for all materials issued by RFCL to the contractor
whether on free-issue basis or chargeable basis if any.
c) Only completion certificate is to be issued after completion of work & final completion
certificate is to be issued after defect liability is over.
d) All claims or reimbursements pursuant to the contract including "No claim certificate"
shall be given on firm letter head.
e) No dues certification for facilities provided by RFCL to the contractor.
f) Certificate of clearing of temporary establishments of the contractor at site.
g) Copy of PF/ESI challan and to be deposited the same for the period of work
h) Indemnity certificate towards all Labour payments and statutory payments,
indemnifying RFCL/Consultant in this regard.
i) No further claim for payment of any kind whatsoever shall be made by contractor after
submission of the final bill. If made such claims shall not be entertained.
j) In case final bill is not submitted within 30 days, as specified above, the Engineer-in-
Charge shall be at liberty to carry out their own measurement/recording of work done
and may make payment or recover balances based on such measurement/recording
which shall be binding on the contractor.

13
17. If the Contractor fails to fulfill his obligations under the contract, RFCL shall have the right
to get the work done by the agency other than the Contractor, at the Risk and Cost of the
Contractor, till the expiry of the period of the contract.
18. Termination of Contract: If the Contractor is unable to execute the work, any loss incurred
by the company in this respect will be to the Contractor's account. The company may also
terminate the contract after giving a 10 (Ten) day notice in writing, if in its opinion; the
work under the contract is not being done to its satisfaction if:
18.1 At any time, the Contractor makes default in proceeding with the work / job with due
diligence and continues to do so after giving in writing a notice of 10 days from the
Engineer In-Charge, or
18.2 If the Contractor persistently disregards the instructions of Engineer In-Charge or fails to
take steps to employ competent or additional staff required or commits default
incomplying with any of the terms and conditions of the contract and does not remedy it
or
18.3 does not take steps to remedy it within 3 days after notice in writing given to him by the
Engineer In-Charge, or
18.4 If the Contractor obtains the contract with RFCL as a result of ring tendering or other
Non-bonafide methods of competitive tendering, or
18.5 If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet the
entire work or any portion thereof without the prior written approval of the accepting
authority, or
18.6 If the Contractor abandons the contract or
18.7 If the Contractor becomes bankrupt / insolvent.
RFCL shall have right to get the leftover job done by alternative agencies at the Risk & Cost of
the Contractor besides other legal remedies available to it
10. Engineer In-Charge: The Engineer In-Charge shall have general supervision and direction of the
work. He has authority to stop the work whenever such a stoppage may be necessary to ensure
the proper execution of the contract. He shall also have authority to reject all work, direct the
application of forces to any portion of the work as, in his judgment, is required and order force
increased or diminished and to decide disputes which arise in the execution of the work. The
Engineer In-Charge reserves the right to suspend the work or the part thereof at any time and
no claim whatsoever on this account will be entertained. In case of any dispute the Contractor
may appeal to the Engineer In-Charge whose decision shall be final and binding. The decision
of the Engineer In-Charge of Ramagundam Fertilizers and Chemicals Limited shall be final in
regard to all matters relating to this tender including for determining the category of work
with reference to material of an item not mentioned in the Scope of Work.
11. The Contractor may employ such employees / laborers, as he may think fit. Such employees
would be employees of the Contractor for all-purpose whatsoever and shall not be deemed to
be in the employment of RFCL for any purpose whatsoever. The Contractor shall adhere to all
the Laws, Rules and Regulations that may be in force from time to time concerning the
employment or service conditions of its employees. If under any eventuality whatsoever, RFCL
is held liable or responsible in any manner whatsoever for the default or omission on the part
of the Contractor in abiding by the aforesaid Rules, Regulations & Laws or held liable or
responsible to the employees of the Contractor in respect of any matter whatsoever, and called
upon to make payment on that account, the Contractor shall reimburse RFCL for the same as
also any other expenses, costs & charges incurred by RFCL in any proceedings or litigation
arising out of any claim, demand or act on the part of the Contractor. RFCL shall be entitled to
claim damages or compensation from the Contractor in that event. RFCL shall also be entitled

14
to recover the aforesaid amount from the money that may become due and payable to the
Contractor.
12. Contractor to Remove Unsuitable Employees: The Contractor shall, on instruction of the
Engineer In-Charge, immediately remove from the work any person employed thereon who
misbehaves or causes any nuisance or otherwise in the opinion of the Engineer In-Charge is not
a fit person to be retained on the work and such person shall not be again employed or allowed
on the works without the prior written permission of the Engineer In-Charge.
13. The Contractor shall be liable to the company for any Omission or Commission on his part or
on the part of his employees causing any loss, damages or inconvenience to the plant/company.
It is understood by the Contractor that in the event of any losses/damages caused to the owner
due to the reasons whatsoever within his control and the same losses/damages are proved, the
Contractor shall make good all the consequential losses/damages to the owner without any
protest & demur. These losses/damages shall be apart from other claims/damages to which
the owner is entitled under the contract or in the course of law.
14. Loss to Plant during Execution: Any damage or loss caused to the plant equipment etc., during
execution of this contract by the Contractor’s employees will be made good by the Contractor
at his own cost and risk.
15. The Contractor shall pay the wages to the workmen directly without the intervention of any
Jamadars or Thekedars and the Contractor shall ensure that no amount by way of commission
or otherwise is deducted or recovered by Jamadars from the wages of workmen.
16. The Contractor shall ensure that the payment of the minimum wages to the laborers, specified
by the government from time to time through direct credit in their bank accounts, has been
made in accordance with the Minimum Wages Act.
Upward revision of Minimum Wages from time to time shall be deemed to be inbuilt in the
quoted rates of the Contractor. If at any time, it is noticed or it comes to the knowledge that
the payment, to the laborers employed by the Contractor, is not made in accordance with the
Minimum Wages Act, RFCL shall reserve the right to take remedial action to regulate the
payments.
17. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition)
Act 1970 and rules framed there under & amended from time to time.
18. In case of non-compliance with any of the conditions / provisions contained in E.P.F. Act 1952
as amended from time to time, RFCL reserves the right to provisionally retain 24% of the
Contractor's payment towards employees’ and employer's contributions, which may be
released only on verification of Challan by Engineer In-Charge for deposit of PF Contribution.
19. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the Account
Number allotted by the Provident Fund Authorities in his Tender as per statutory requirements.
20. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays, Leaves,
and Overtime etc. The Contractor is required to comply with all statutory provisions, from time
to time, during the tenure of the contract.
21. The contractor will be solely responsible for any liability for his workers in respect of any
accident, injury etc. arising out of and in the course of Contractor’s employment. For this
purpose, he shall obtain ESI Registration Number from Appropriate Authorities and deposit
both Employer's as well as employee’s share of ESI contribution each month with ESI
Authorities and also make necessary compliance of the provisions of the Act. The Contractor
shall be responsible for recovery of employees share of ESI contribution from the concerned
Contract Labour and RFCL will not bear any liability whatsoever on this account. Further, he will
also indemnify RFCL against any damages/interest that may be imposed by ESI Authorities on
account of non-payment/delayed payments towards ESI.
15
22. Workmen Compensation / Insurance including Medical Cover
22.1 In every case in which by virtue of the provision of Section 12, sub-section I of the Workmen
Compensation Act 1923 or any other law for the time being in force, RFCL is obliged to pay
compensation to a workman employed by the Contractor in execution of the work, RFCL will
recover the amount of the compensation so paid from the Contractor’s bill.
22.2 The Contractor will be solely responsible for any liability to his workers in respect of any
accident, injury arising out of and in the course of contractor’s employment. To meet his
aforesaid obligations under the Workmen Compensation Act, the Contractor will obtain
Cover Note under Workmen Compensation Policy from Insurance Company in respect of
persons employed by him for carrying out his work and obligations under the agreement.
The premium payable for the aforesaid Insurance Policy shall be borne by the Contractor.
The Contractor shall ensure that the said Insurance Policy remains valid till the expiry of the
contract.
22.3 Photocopy of this Insurance Cover is required to be submitted by the Contractor to RFCL
immediately after the issue of L.O.I. but before the start of the work. Payment against the
work done will not be released to the Contractor until and unless photocopy of the
Insurance Cover is submitted to the RFCL.
23. The RFCL will not be responsible for any injury sustained by the workers of the Contractor
during the performance of the above contract, any damage, compensation due to any dispute
between the Contractor and his workers. All liabilities arising out of any provision of Labour
Acts / Enactments hereto in force shall be the responsibility of the Contractor. RFCL under the
Contract will recover any other expenditure, incurred by RFCL to face the situation arising out
of the negligence of the Contractor from his dues payable.
24. The Contractor shall indemnify and keep indemnified the RFCL against all losses and claims for
injuries or damages to any person or property of RFCL whatsoever which may arise out of the
consequence of the execution of works either negligently or otherwise and against all claims,
demands, proceeding damages, cost, charges and expenses thereto whatsoever in respect of
or in relation thereto.
25. The Contractor shall at all times keep the RFCL indemnified against all claims, damages or
compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages Act
1948, Equal Remuneration Act 1976, Workman’s Compensation Act 1923, Employees Liability
Act 1938, Employment of Child Labour Act 1938, Abolition of Bonded Labour Act and Contract
Labour (Regulation & Abolition) Act 1970 or any other Act regulating the employment of labour
by the Contractor.
26. The Contractor shall ensure that all the formalities, required to be completed under the existing
laws of India for and/or in connection with engaging/employment of laborers, have been
fulfilled. RFCL shall be under no obligation to accept / admit any claim on this behalf.
27. “If a Bidder resorts to any frivolous, malicious or baseless complaints/allegations with an intent
to hamper or delay the tendering process or resorts to canvassing/rigging/influencing the
tendering process, RFCL reserves the right to debar such Bidder from participation in the
present/future Bids up to period of 2 years”.
28. Alterations, Omissions, Additions or Substitutions of Work:
28.1 RFCL shall have power to make any alteration in, omission from, addition to, or substitutions
for original specifications and instructions which may be considered necessary, during the
progress of work and the Contractor shall carry out the work in accordance with any
instruction which may be given to him in writing duly signed by the Engineer In-Charge. Such
alterations, omissions, additions, substitutions shall not invalidate the contract and any
altered, additional or substituted work, which the Contractor may be directed to do in the

16
manner above specified as a part of the work, shall be carried out by the Contractor on the
same conditions in all respects on which he has agreed to do the main work.
28.2 If the rates for additional, altered or substituted work are specified in the contract for the
work, the Contractor is bound to carry out the additional, altered or substituted work at the
same rates as per specifications in the rate contract for that work.
28.3 In the event the extra or substituted items of the work does not fall in the category as above,
the cost will be calculated on the basis of actual Labour and consumable material utilized for
the job. The quoted rates will be inclusive of Overheads and Profit. The Engineer In-Charge
will assess the quantum of Labour and consumable material used; whose decision in this
respect will be final and binding upon the Contractor. The Contractor will be required to
obtain prior approval of RFCL for rates payable to him for such extra items.
28.4 In case, the Contractor fails to do the extra and / or the substituted work, RFCL will have the
option to get the work done through another agency at the Contractor’s Risk and Cost, as
per Clause No. 17 of General Terms & Conditions.
29. Preservation of Free Issue Material: All materials issued to the Contractor by the Owner shall
be preserved against deterioration and storage while under Contractor's custody. Any damage
/ losses suffered on account of non-compliance with the requirement stipulated herein shall be
considered as losses suffered due to willful negligence on the part of the Contractor and he
shall be liable to compensate RFCL for the losses suffered at penal rates to be determined by
the Engineer In-Charge with reference to the rates charged for the purpose of recovery and
shall be final and binding on the Contractor.
30. Handling during Execution: The parts supplied for installation / scaffolding material for
execution of job shall be handled with utmost care. Any damage or loss caused to items during
shifting / execution of this contract by the Tenderer will be made good by the Tenderer at his
own cost and risk.
31. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety
Regulations of the RFCL. Before starting maintenance work, the Contractor shall consult RFCL's
Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available, and familiarize
himself with such regulations, copies of which will be furnished to him by RFCL, when
requested. He shall be responsible for and must make good, to the satisfaction of the RFCL,
any loss or damage due to fire to any portion of the work to be done under this agreement or
to any of the RFCL's existing property.
All the accidents to Contractor's staff will be reported to the Safety Officer promptly. This
will, however, not relieve the Contractor of any other statutory obligations. The Contractor
shall not undertake any hot job without Safety Work Permit. He has to maintain First Aid Box
in his office. Also necessary Safety Equipment like Helmets, Hand Gloves, Face Shields,
Safety Belts etc. are to be provided to his workmen by the Contractor. However, Special
Safety Equipment (if any) required as per requirement of the job shall be provided free of cost
by RFCL.
32. Conciliation & Arbitration:
32.1 “Except where otherwise provided in the contract all matters, questions, disputes or
differences whatsoever, which shall at any time arise between the parties hereto, touching
the construction, meaning, operation or effect of the contract, or out of the matters relating
to the contract or breach thereof, or the respective rights or liabilities of the parties, whether
during or after completion of works or whether before or after termination shall after written
notice by either party to the contract be referred to the arbitration of Chief Executive Officer,
Ramagundam Fertilizers & Chemicals Ltd. or his/her nominee.
32.2 The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment
thereof and the rules made there under shall govern the Arbitration proceedings.
17
32.3 The contractor hereby agrees that he shall have no objection if the arbitrator so appointed is
an employee of RFCL and he had to deal with the matter to which the contract relates and
that in the course of his duties as such he has expressed his views on all or any of the matter
in dispute or differences.
32.4 If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever
then the next arbitrator so appointed by the authority referred above may start the
proceedings from where his predecessor left or at any such stage he may deem fit.”
32.5 "Any disputes or differences whatsoever arising between the parties and or relating to the
construction, interpretation, application, meaning, scope, operation or effect of this contract
or the validity or the breach thereof, shall be settled by arbitration in accordance with the
Rules of Conciliation and Arbitration and the award made in pursuance thereof shall be final
and binding on both the parties."
33. Force Majeure: The terms and conditions mutually agreed upon with respect to this agreement
shall be subject to Force Majeure. Neither the Contractor nor RFCL shall be considered in
default in the performance of their obligations contained therein, if such performance is
prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolution,
Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone, Wind, Flood, Earthquake,
Regulation or Ordinance or Requirement of any Government or any Sub-Division thereof, or
Authority or Representative of any such Government and / or due to Technical
Snag/Reasons, or any other Act whatsoever, whether similar or dissimilar to those
enumerated, beyond reasonable control of the parties hereto, or because of any Act of God.
The party so affected, upon giving prompt notice to the other party, shall be excused from such
performance to the extent of such prevention, delay, restriction or interference for the period
it persists, provided that the party so affected shall use its best efforts to avoid or remove such
causes of non-performance, if possible, and shall continue performance hereunder with the
utmost dispatch whenever such causes are removed. Should one or both parties be prevented
from fulfilling their contractual obligations by a state of Force-Majeure lasting continuously
for a period of three months, the two parties to the contract shall meet and decide about the
future course of action for implementation of the contract.
34. Time Limit for Any Claim: In case the Contractor fails toclaim compensation, from RFCL on
account of any claim under the contract, in writing to the Engineer In-Charge, within a period
of one month of cause of action of such a claim arise, the Contractor shall be deemed to have
waived of his right to claim the same.
35. Jurisdiction: Not withstanding any other court or courts having jurisdiction to try any civil suit
arising out of this contract, it shall be only the court of competent jurisdiction at Ramagundam
/ Peddapalli alone (where the contract shall be deemed to have been entered into) to try such
suits to the exclusion of all other courts of the country and all causes of action in relation to the
contract will therefore be deemed to have arisen within the Jurisdiction of the Courts at
Ramagundam / Peddapalli (Telangana) only.
36. Agreement: The successful bidder shall have to execute an Agreement with Ramagundam
Fertilizers & Chemicals Limited, on a non-judicial stamp paper of Rs.100.00 at Ramagundam,
within 10 (Ten) days of date of issue of Letter of acceptance or start of work whichever is
earlier. The cost of stamp paper shall be borne by the Contractor. The Agreement to be
executed shall be in the Agreement Performa to be specified by RFCL.
The Contractor’s responsibility under this Contract will commence from the date of issue of the
Letter of acceptance. The Tender Documents, Other Documents exchanged between the
bidder and RFCL and the Letter of Acceptance shall constitute the Contract.

18
SCHEDULE OF RATES
Ramagundam Fertilizer and Chemical Limited, Ramagundam
ESTIMATE OF SCHEDULE A FOR ANNUAL ELECTRICAL MAINTENANCE CONTRACT FOR YEAR 2017-2018

Work Order NO. - Dated

S.NO. DESCRIPTION OF WORK/ITEM Unit Quantity Rate Total (₹)


(₹)
1.00 Ordinary Lighting fixture
1.01 Replacement of fluorescent tube/ No. 10.00
GLS lamp/ HPMV/ HPSV lamp in
ordinary/weatherproof type of
fitting.
1.02 Installation and commissioning of No. 25.00
ordinary fluorescent type 1x40 W/
2x40W/ 4x20W/ HPMV/ HPSV
fixture including separately
mounted control gear box , Jn. box
etc. on wall/ RCC roof/ steel
structure and Jn. box /Control gear
box making connection etc. , as
required .However necessary
fabrication of MS/ GI support/
down rod required, shall be
measured against item No. - 12.00
1.03 Removal of complete ordinary No. 100.00
fluorescent tube/ HPMV/ HPSV
fixture including separately
mounted control gear box. It
includes removal of fixture,
disconnection of cable, removal of
supports as required.
1.04 Replacement of complete lighting No. 10.00
fixture 1x40W/ 2x40W/HPMV/
HPSV including separately
mounted control gear box,
outdoor type, on wall/ RCC roof/
steel structure/ street lighting
poles above 8m to 23m height
including disconnection and
connection of cables etc. as
required.
2.00 Temporary Connections:
2.01 Providing temporary supply No. 100.00
connections of single phase
including temporary laying of
flexible cable of core size upto 4
mm² on surface, connection to
extension board etc. Upto the
length of 30Mtr as required and

19
dismantling the same after
completion of job.
2.02 Providing temporary supply 3 No. 50.00
phase power connections by
cables upto 120mm² core size and
length upto 30Mtr, including both
side temporary termination's,
temporary laying of flexible cable
of core size upto 4mm² etc. as
required and dismantling the same
after completion of job. It excludes
laying of the cables having core
size more than 4mm².
3.00 Ceiling Fans/Exhaust Fans:
3.01 Installation and commissioning of No. 10.00
ceiling fan - 1200mm/1400mm
sweep with regulator if required. It
includes carriage from RFCL Main
Store/Site Store. It excludes
grouting of the hook for Ceiling fan
but it includes fixing of cabin fan
on the wall by grouting of bolts /
support as required.
3.02 Installation and commissioning of No. 2.00
cabin fan including carriage from
RFCL Main Store/Site Store. It
includes fixing of cabin fan on the
wall by grouting of bolts/support
as required.
3.03 Installation and commissioning of No. 5.00
exhaust fan - 300/450mm
complete with louvers/shutters on
existing wall opening including
grouting of bolts/support. It
includes carriage from RFCL Main
Store / Site Store / site work shop
to its original place and vice- versa
as required.
3.04 Removal / Replacement of No. 10.00
1200/1400mm ceiling fans. It
includes removal of electric
connections, carriage of fan to the
RFCL Main store/ Site store/Elect.
Workshop and fixing back as
required.
3.05 Removal / Replacement of No. 5.00
300/450mm exhaust fans. It
includes removal of electric
connections, carriage of fan to the
RFCL Main store/ Site store and
fixing back as required.
20
3.06 Overhauling of ceiling fan No. 10.00
1200/1400mm including removal
of fan, greasing, replacement of
bearings, cleaning, refixing back in
position and giving its satisfactory
trial run. It includes carriage of fan
from installation point to
contractor’s site workshop and
back.
3.07 Overhauling of exhaust fan No. 5.00
300/450mm including removal of
fan, greasing, replacement of
bearings, cleaning, refixing back in
position and giving its satisfactory
trial run. It includes carriage of fan
from installation point to
contractor’s site workshop and
back.
3.08 Removal of Exhaust fans of Three No. 2.00
Phase 440Vsupply, installed at the
height of the 10 Mtr. & 1.5Mtr.
Respectively on the ceiling/ wall.
The job includes electrical
disconnection and shifting of the
fan from the site to the Electrical
workshop.
3.09 Installation and Electrical No. 5.00
connection of Three phase 440V
supply Exhaust fan t at the height
of 10Mtr. & 1.5 Mtr. on the wall.
The job includes shifting of the fan
from Electrical workshop to site
including grouting of bolts or
support etc.
3.10 Checking of ceiling fans including No 10.00
checking and tightening of
connections, clamps, bolts, split
pins etc. as required and if
defective then replace hardware,
to ensure the healthiness of the
fixing arrangement of the fan to
the ceiling hook.
4.00 Building and offices Wiring
4.01 Laying \ Replacement of PVC wire Mtr. 100.00
of size 2x1.5 to 2x6 sqmm on
existing wooden batten, caping
casing (12/25mm) including fixing
of link clips, wooden screws etc.
dressing of wires, making of
connections and fixing of GI earth
wire upto size 14 SWG as required.

21
4.02 Replacement of PVC wire of size Mtr. 100.00
2x1.5 to 2x6 sqmm complete with
Casing - Capping / wooden batten
including fixing of wooden gutti if
required, link clips on batten,
dressing of wires, making
connections and fixing of GI earth
wires upto size 14 SWG or
complete new wiring as required.
4.03 Installation of ceiling rose/ call No. 10.00
bell/ batten holder/ bracket holder
on round wooden block/ wooden
board of size 4"x4"/ 7"x4"
including fixing of round wooden
block/ wooden board on wall/
ceiling and making of connections
as required.
4.04 Removal of ceiling rose/ call bell/ No. 10.00
batten holder/ bracket holder
fixed on round wooden block/
wooden board including
disconnection of electrical
connections.
4.05 Replacement of ceiling rose/ call No. 10.00
bell/ batten holder/ bracket holder
fixed on round wooden block/
wooden board including
disconnection and then making of
electrical connections after
replacement.
4.06 Installation of switch board of any No. 5.00
size upto 10"x12" on wall/ surface
including fixing of sunmica/ hylem
sheet on wooden board and fixing
of 5A/15A switches, sockets, neon
indicator, kit-Kat fuse, electronic
fan regulators on switch board/
hylem sheet by making necessary
cut outs in the sheet, making of
connections and earthing the third
pin of the socket as required.
4.07 Installation of 2mm thick MS sheet No. 5.00
switch board of any size upto
10"x12" on wall/ surface including
fixing of sunmica/ hylem sheet
and fixing of 5A/15A switches/
sockets/ electronic fan regulators
on switch board/ hylem sheet by
making necessary cut outs in the
sheet, making of connections and
earthing the 3rd pin of the socket
as required.
22
4.08 Installation of 2mm thick MS sheet No. 5.00
switch board of any size upto
10"x12" partially or fully recessed
in wall including cutting of wall,
making good after fixing, fixing of
sunmica/ hylem sheet on wooden
board and fixing of 5A/ 15A
switches/ sockets/ electronic fan
regulators on switch board/ hylem
sheet by making necessary cut
outs in the sheet, making of
connections and earthing the 3rd
pin of the socket as required.
4.09 Replacement of existing 15 Amp. No 15.00
switch sockets mounted on 7" X 4"
Jn. boxes / D.box with new
Bakelite sheet ( 3 mm thick , 8" X
5" size ) and mounting of 1 P + N +
E , 20 Amp. Industrial socket and
15 Amp. Piano switch after making
necessary cut out etc including
necessary wiring connection,
testing etc.
4.10 Replacement of PVC wire of any Mtr. 50.00
size from 2x1.5 to 2x10 sqmm in
recessed/ surface conduit
including earthing wire, making of
connections etc. as required.
4.11 Replacement/ New complete PVC Mtr. 100.00
wiring of any size in surface
conduit along with earthing wire
and making of connections. It
includes fixing of accessories of
conduit, painting of conduit on
surface wiring system or cutting
the wall and then making good
after fixing conduit in recessed
wiring system as required.
5.00 Power/ Control/ Communication
Cable Laying & Termination :
5.01(a) Excavation and refilling of cable m³ 0.00
trench upto maximum depth of
one mtr. in soil and soft
rock(copra).
5.01(b) Extra for cutting of roads/ floors/ m³ 0.00
drains etc.
5.02 Lying of 1no. XLPE HT Cable/ PVCAPVC LT Cable/ jelly filled armoured or unarmoured/
PVC telephone cable of following external overall diameter on cable tray/ in open
trench/ cable rack/ in hume pipe/ GI pipe etc. including laying of GI wire, clamping,
fabrication of clamps, tags, tagging, proper dressing of cable as required.
5.02(a) Upto & including 30mm diameter. Mtr. 200.00

23
5.02(b) More than 30mm but upto & Mtr. 100.00
including 50mm diameter.
5.02(c) More than 50mm but upto & Mtr. 50.00
including 100mm diameter.
5.02(d) More than 100mm but upto & Mtr. 50.00
including 125mm diameter.
5.03 Lying of one no. XLPE HT Cable/ PVCAPVC LT Cable/ jelly filled armoured or
unarmoured/ PVC telephone cable of following external overall diameter on surface
i.e. wall ceiling/ MS Structure, fixing with clamps/ cleats/ welding of saddles etc.
including laying of GI wire, painting of clamps / supports, as required.
5.03(a) Upto & including 30mm diameter. Mtr. 100.00
5.03(b) More than 30mm but upto & Mtr. 100.00
including 50mm diameter.
5.04 Removal of already laid PVCAPVC LT Cable/Jelly filled armoured or unarmoured/
PVC, telephone cable of following external overall diameter for from already
excavated trench/ cable racks/ cable trays/ wall/ MS structure/ open cable trench/ GI
trays etc. including removal of GI wire, transportation of cable after measurement to
store, rolling on cable drums as required.
5.04(a) Upto & including 30mm diameter. Mtr. 200.00
5.04(b) More than 30mm diameter but Mtr. 200.00
upto & including 50mm diameter.
5.04(c) More than 50mm diameter but Mtr. 200.00
upto & including 100mm diameter.
5.05 Glanding, termination, connection etc. OR Deglanding, disconnection etc. of 1.1KV
grade PVCAPVC power cable and control cable of any number of cores of the
following size:
5.05(a) Power/ control cable upto No. 5.00
50sqmm core size
5.05(b) Power cable with core size No. 5.00
exceeding 50sqmm upto 120
sqmm.
5.05(c) Power cable with core size No. 5.00
exceeding 120 sqmm upto 240
sqmm.
5.05(d) Power cable with core size No. 5.00
exceeding 240 sqmm upto 400
sqmm.
5.06 Glanding, termination, connection etc. OR Deglanding, disconnection etc of 1.1KV
grade PVCAPVC power cable and control cable of any number of cores of the
following size:
5.06(a) Power/ control cable upto No. 5.00
50sqmm core size
5.06(b) Power cable with core size No. 5.00
exceeding 50sqmm upto 120
sqmm.
5.06(c) Power cable with core size No. 5.00
exceeding 120 sqmm upto 240
sqmm.
5.06(d) Power cable with core size No. 5.00
exceeding 240 sqmm upto 400
sqmm.
24
5.07 Making heat shrinkable straight through joint of the PVCAPVC aluminium conductor
cable of 1.1 KV grade of any number of cores of the following size as required:

5.07(a) Cable upto 50 sqmm core. No. 2.00


5.07(b) with core size exceeding 50sqmm No. 2.00
upto 120 sqmm
5.07(c) upto core size exceeding 120sqmm No. 5.00
upto 240 sqmm
5.07(d) with core size exceeding 240 No. 5.00
sqmm upto 400 sqmm
5.08 (a) Redressing, reclamping of already Mtr 100.00
laid PVC-A-PVC cable on wall/
ceiling/ MS structure etc. upto 30
mm dia
5.08 (b) size above 30mm dia. Mtr 150.00
6.00 Installation & Testing of Earthing System:
6.01 Checking & testing of earth pit Sets 140.00
resistance including cleaning of
earth pit and earthing
connections, applying petroleum
jelly on that & retightening of
bolts. It includes putting salt
solution and pouring water in the
earth pit. Tested Earth Tester will
be in the contractor scope
6.02 Giving treatment to earth pit by Sets 20.00
putting salt solution upto 15Kg salt
and pouring water in the earth pit
as desired by Engineer-in-charge.
Common salt shall be provided by
RFCL.
6.03 Laying/replacement of earth Mtr 0.00
conductor of all sizes in ground/
surface including excavation upto
300mm depth, refilling, welding/
jointing of strips, making
connections as required.
7.00 Cleaning of Electrical
Equipment's:
7.01 Cleaning of ceiling fans/ exhaust No. 50.00
fan including cleaning of blade,
body etc. as required.
7.02 Cleaning of fluorescent tube light No. 50.00
fixture/ HPMV/ HPSV fixture
including tube glass, lamps etc.
installed upto 4 meters’ height.
7.03 Cleaning of fluorescent tube light No. 20.00
fixture/ HPMV/ HPSV fixture
including tube glass, lamps, lamp
covers, reflectors etc. installed at a
height above 4meters.
25
7.04 External cleaning of transformer of No. 20.00
following ratings including
removing of oily spots with
diesel/washing powder etc.
8.00 Installation of Switch fuse unit

8.01 Installation/ replacement, No. 10.00


connections, testing and
commissioning of 3 phase+1
neutral switch fuse unit/switch
socket of rating upto 100A on
wall/steel structure including
fabrication and painting of MS
frame as required.
8.02 Installation/ replacement, No. 15.00
connections, testing &
commissioning of single phase
switch fuse unit/switch socket of
rating upto 25A on wall/ steel
structure including fabrication &
painting of MS frame as required.
9.00 Up keeping and cleaning of MCC No 52.00
rooms
10.00 Trimming/ Pruning of tree Span (Up 30.00
branches, fouling with Over to 30 Mtr.
headline/ Obstructing street lights length)
on the roads etc. to the
satisfaction of Engineer-incharge.
This job also includes removal of
the Branches/ leaves fallen down
on the ground due to pruning
/trimming of trees from the work-
site to the waste yard. Necessary
tools and tackles are to supplied/
arranged by the contractor.
11.00 Recording of Single phase/ 3phase No. 12.00
Energy meters reading installed at
Various types of Quarter/ Public
buildings/ Shops/ Panels etc. in the
Township and Tabulating it neatly
in the Registers supplied by RFCL.
12.00 Canopies
Fabrication of Canopies for motors SqMtr 5.00
/ LCS / Call Stations/ Switch
Sockets etc. as per the direction of
Engineer In-charge, using
aluminium/ G I/ MS sheet of
thickness up to 3.00 mm. The job
will include fixing, riveting etc. of
Canopy as per the requirement.
The necessary hardware like
Screws, Rivets etc. are to be
26
arranged / supplied by the
contractor. However, GI/ AL/ MS
sheet shall be supplied by RFCL.
The frame of canopy shall be
fabricated by MS and
measurement for the same shall
be done as per item no -26.00
based on actual weight.
13.00 Supply of Manpower (daily operation and maintenance and unforeseen emergency
requirement).

13.01 Supply of unskilled manpower for Mandays 1600.00


misc. jobs
13.02 Supply of skilled manpower Mandays 800.00
(Electrician).
13.03 Supply of welder, welding machine Mandays 15.00
and all required accesories will be
in contractor scope
13.04 Supply of Super Skilled Manpower Mandays 415.00
14.00 Maintenance of Factory on Lump
sum Basis inside Factory and
Township
To carry out electrical Per Month 12.00
maintenance jobs as detailed in
Annexure VIII
15.00 Rectification of the fault of 35- No 200.00
Meter-High Mast Light fixture.
Light fixture can be brought
downside up to working height by
electrical motor operated winch.
High mast have 8 no of 400 W
HPSV light per phase and 2 no AOL
light
Rectification of the fault in the No 20.00
16.00 lighting circuit
17.00 Painting/ writing of numbers & letters in Black/ Red/ White including base painting of
suitable area if required) of following sizes on ceiling fans/ panels, distribution
boards, poles etc. as required, paint, brush, stencil etc. will be supplied by contractor.
17.01 Sizes upto and including 25mm. No. 700.00
17.02 Sizes above 50mm upto 100mm. No. 500.00
17.03 Sizes above 25mm upto 50mm. No. 700.00
18.00 Pump Maintenance: It include all type of jobs like overhauling, gland packing, seal
repairing, assembling disassembling, alignment etc. Pump details will be as per
Annexure IX
18.01 15 KW pump No 4.0
18.02 9.3 KW sub mersible pump No 6.0
TOTAL ₹

27
iv) Notes:
1. The rates should be quoted only in Indian rupees and should be indicated both in words as well as
figures. In case of any discrepancy, the rates quoted in words shall be treated as final. Any
corrections made in the prices shall be authenticated with signatures at all places. The Tenderer
shall have to submit the Schedule of Rates Performa duly filled in, failing which their Price bid will
not be accepted
2. The Bidder shall quote Single Rate against each item and not the multiple rates in the Schedule of
Rates. Any Tender with the multiple rates quoted will be summarily rejected.
3. The Rates quoted should be inclusive of all Taxes, Duties, Royalties and other Statutory Levies to
be payable but excluding Service Tax. Unless specified to the contrary in the bid, all present taxes
and statutory levies shall be borne and paid for by the bidder. Payment of the taxes and other
statutory levies shall be the responsibility of the bidder and shall not be payable by RFCL.
4. Service Tax: As per attached Annexure-VI for Service Tax
5. Bids shall be evaluated on overall basis.

(SIGNATURE OF BIDDER)

Name ____________________________

Date ____________________________

Place ____________________________

28
Annexure-IV

DECLARARTION-FORM-I

Ref. No; Dated:

To,
Dy. General Manager (Mechanical)
Ramagundam Fertilizers& Chemical Ltd.
Ramagundam (TS)
Sir,
I/We _________________________________________have read the conditions of tender attached
hereto and agree to abide by such conditions. I/We offer to do the job of “ANNUAL ELECTRICAL
MAINTENANCE CONTRACT FOR FACTORY& TOWNSHIP FOR YEAR 2017-18” work at the rates quoted
in the attached Schedule of Rates and in accordance with the specifications, standards and instructions
in writing of the Engineer-in-charge of M/s. Ramagundam Fertilizers & Chemicals Ltd. and hereby bind
myself/ourselves to complete the work schedule and progress of work.
I / We further agree to abide by the conditions of contract and to carry out all works within the specified
time in accordance with applications, workmanship and instructions referred to in the Notice Inviting
Tender.
I / We agree to accept payment by ECS / EFT. The details of my Bank A/c No. are as under:

A/c No. ________________________________________


Name & Address of the Branch: ________________________________________
Branch Code: ________________________________________
IFSC Code ________________________________________

In case of acceptance of the Tender by the Ramagundam Fertilizers & Chemicals Limited, I / We find
myself / ourselves to execute the contract as per the conditions mentioned in the tender document,
failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the
Ramagundam Fertilizers & Chemicals Limited.

(Signature of Bidder with Seal)

Name: ________________________________
Address: ________________________________
________________________________
Place: ________________________________
Date: ________________________________

29
Annexure-V
DECLARATION FORM-II

The following declaration to be signed by Contractor and to be submitted along with required
documents which would be duly self-certified:

Sr. Description

1. If a Bidder has relations whether by blood YES / NO


or otherwise with any of employees of (If Yes, give the following details)
RFCL (Owner), the Bidder must disclose
the relation at the time of submission of Name & Place of Relation with
Tender, failing which, RFCL shall reserves Designation of Posting the Employee
the right to reject the Tender or rescind the Employee
the Contract.

2. P.F. Registration No. of the Contractor to be intimated along


with Documentary proof thereof.

3 PAN No. of the Contractor to be intimated along with


Documentary Proof thereof.

4 Service Tax Registration No. (Documentary proof to be


attached)
5 VAT Registration No.

Signature of the Contractor/ Bidder with SEAL

(Signature of Bidder with Seal)

Name: ________________________________
Address: ________________________________
________________________________
Place: ________________________________

Annexure-VI
30
BIDDER’S INFORMATION FORM

The offer against the subject job shall be submitted by the Contractors/Firms/Companies along
with the following information /documents complete in all aspects: -

1 Name of Applicant/Firm/Company

2 Complete Address

3  Please Tick
Company Profile:
A i) Private Limited Company
ii) Un-divided Hindu Family/Individual

iii) Partnership Firm


(Please attach certified copy of partnership
deeds/articles of association and
memorandum of association and power of
attorney who is signing documents on
behalf of applicant/firm/company).
B Year of Establishment

Signature of authorized person of the Firm/Company


with seal

31
Annexure-VII
Name of work: Annual Rate Contract for Electrical Maintenance for Township & Factory for Year 2017-
18 at RFCL, Ramagundam.
Bidding Document No.: RFCL /Site/Elect/Cont-09/ARC Elect. Maint. Dated
Name of Bidder : M/s
STATEMENT FOR DETAILS OF SERVICE TAX

Sr. No. Tax Ceiling amount on which the Rate of Tax Amount
tax is applicable

(in INR) (in %age) (in INR)

1 2 3 4 5

1 SERVICE TAX 15.00

Break up of Service Tax liability under Reverse Charges

2 Service Tax directly payable by contractor to tax authority as applicable


as service provider, as per reverse charge rule of Service Tax in
percentage)

3 Service Tax directly payable by Owner (RFCL) to tax authority as


applicable as service provider, as per reverse charge rule of Service Tax
in percentage)

i. Service tax amount shall not be included by the bidder in their quoted price and the same shall
be paid by Owner against submission of required invoices as per the provisions of the Bidding
Document subject to ceiling amount of services to be restricted to applicable deemed value of
services for the subject contract.
ii. Bidder shall consider the rate of Service Tax (including cess) applicable presently @ 15.0% on
actual value of services. However, Service Tax as applicable shall be payable extra at actuals.
iii. The Service Tax amount indicated by the Bidder in this Form shall include both namely
1. The amount of Service Tax payable by the bidder and reimbursable by Owner.
2. The amount of Service Tax, if any directly by Owner, as applicable to recipient of services,
as per the reverse charge rule of Service Tax.
iv. If Services, to be provided by the contractor, falls under the category defined under reverse
charges rule notified by Government of India then the break-up of liability of deposition of
Service Tax to the tax authority respectively by the Contractor and owner shall be indicated in
this Form. In case the same is not indicated herein, it shall be considered that 100% of Service
tax shall be payable by the contractor to the Tax authority.
v. The Service Tax, if any, to be payable by the Owner under reverse charges rule shall not be paid
to the Contractor but shall be directly submitted to the Service Tax Authorities. If the same has
already been reimbursed/paid to the contractor for whatsoever reason, the said amount, as
32
submitted by the owner to Service Tax Authorities, shall be deducted/recovered/adjusted from
the payment due to the contractor.
vi. Total amount of service tax shall be payable based on the ceiling amount of services on which
Service tax is applicable as per column (3). However, in case of any changes in this contract
value the amount on which Service Tax is applicable shall be adjusted accordingly.
vii. In case the above Form duly filled in is not found attached with the price bid, Ceiling amount
on which Service tax is applicable as per Column (3) shall be considered as the applicable
deemed value of Services against the subject contract for evaluation/award purpose, If any.
However, Service Tax shall be paid as indicated in Note1 above subject to ceiling amount of
services to be restricted to applicable deemed value of service against the subject contract.

(SIGNATURE OF BIDDER)

Name ____________________________

Date ____________________________
Place ____________________________

33
Bidding Document No.: RFCL /Site/Elect/Cont-09/ARC Elect. Maint. Annexure – VIII - Sheet 1 of 5

LIST OF JOBS COVERED UNDER LUMPSUM MAINTENANCE CONTRACT AGAINST ITEM No. 15 OF

THE SCHEDULE OF QUANTITIES

A) FOR TECHNICAL BUILDINGS, FCI TRAINING CENTER, CANTEEN, WAREHOUSE, VIP AND
INTERNATIONAL GUEST HOUSE & RESIDENTIAL HOUSES e.t.c.:
1. Rectification of fault in circuit wiring:
Rectification of fault in circuit wiring including 5A/15A/20A Switch Sockets, lighting fixtures, its
accessories, light and fan points, exhaust fan points, ceiling roses, switch boards, junction boxes, cable, call
bell, buzzer etc. The job involves opening, tightening of connections or replacement of sockets/switches/bell
push/ ceiling roses/call bells/ lighting fixtures/ junction boxes and its accessories etc. by cutting openings in
the switchboard's sunmica/ hylam sheets as required.
2. Rectification of fault in pole mounted boxes, main DBs, sub-DBs:
Attending/Rectification of fault in pole mounted boxes/main distribution boards/ sub- distribution boards,
tightening of connections, retermination of service cables including replacement of miniature circuit
breakers/fuses along with fuse base, carrier of all the ratings, cleaning of distribution boards, boxes and proper
sealing with wonder-tape/ polythene sheet etc. This also includes tightening of connections and sealing of
Energy Meters, checking/tightening of connections/replacement of P.G. Clamps connecting the service cable
with overhead lines.
3. Rectification of fault in ceiling fans and exhaust fans:
Checking & Rectification of fault in ceiling fan, exhaust fans, regulators including replacement of complete
regulator or its any component such as resistance, selector switch, condenser etc. This job also includes the
shifting of fan regulator from one point to another in a house if required. However it does not include
complete overhauling/ rewinding of burnt out coils of ceiling/ exhaust fans.
4. Replacement of fused lamps of all types of lighting fixtures installed.
5. Rectification of fault in 5A/15A/20A/63A plug top or replacement of the plug top including tightening of
connections, termination of cable in the plug as required.
6. Rectification of fault in bed side lighting fixtures in Guest House & Hospital including tightening of
connections, replacement of lighting fixture or any of its components as required.
7. Checking/Rectification of faults in water geysers including tightening of connections, replacement of
thermostats, wire leads, plug top etc excluding the plumbing work.
8. Carriage of geysers for rectification from site to electrical workshop or from electrical workshop to site, if
required.

B) STREET LIGHTING AND YARD LIGHTING IN TOWNSHIP & FACTORY AREA

1. Rectification of fault in lighting DBs, sub-DBs and JBs:


Rectification of fault in lighting distribution boards, sub-lighting distribution boards and junction boxes
includes tightening of connections, reglanding and retermination of cables, replacement of fuses, kit-kat/ HRC
fuse bases and carrier, switches, selector switches, timers, terminal strips, miniature circuit breakers,
contactors, auxiliary relays, cleaning, covering of JBs/ fuse boxes with polyethylene sheet and making it dust
proof & vermin proof etc. as required.
2. Rectification of fault in lighting fixtures:
Rectification of fault/tightening of connections in control gear boxes, lighting fixtures, includes
replacement of complete control gear boxes, lighting fixtures or any of its accessories such as choke,
condenser, terminal strip, igniter, tube rod/ lamp/holder, starter, starter holder, as required. This also includes
cleaning of fixture/ control gear, replacement of burnt out/ damaged wires/cables between control gear box/
junction boxes to lighting fixtures inside the steel tubular lighting fixtures poles/ PCC Poles/ steel structure
towers.

34
Bidding Document No.: RFCL /Site/Elect/Cont-09/ARC Elect. Maint. Annexure – VIII - Sheet 2 of 5

3. Cleaning of all types of lighting fixtures installed including removal and refixing of louvers, rails, shades
etc. as required.
4. Replacement of fused lamps of all types of lighting fixtures installed.
5. Checking of service cables including tightening of connections/ retermination, replacement of P.G. Clamps
connecting the service cables with overhead lines. Removal of the climbers on the pole and wild vegetation
surrounding it with in the radius of 0.5 meter.
6. The contractor shall check all the lights, regularly for proper working and shall rectify, in case any
discrepancy / fault is observed.

C) MISCELLANEOUS:
1. Carriage of all the materials required for the above-mentioned jobs from the main stores/ electrical
store/workshop to site and returning of damaged material to electrical workshop.
2. Replacement of cracked/broken L.T. line insulations of overhead lines in Township.

35
Bidding Doccument No. RFCL/Site/Elect/Cont-09/ARC Elect. Maint. Annexure - VIII - Sheet 3 of 5
Electrical Installation Inside Factory

Technical Building Front side office block


Location 5A 5A 15 A 15 A Ceiling Fan 40 W x 1 40 W x 2 CFL 11 W Exhaust AC's 32 A 2 P Gate Street Bld. Light
Switch Socket Switch socket Fan Regulator FTL FTL x2 Fan MCB Lamp light 40W
x2
Total Installed 189 51 35 95 54 54 28 112 15 10 52 52 0 0 4

Ware house Office Block


Location 5A 5A 15 A 15 A Ceiling Fan 40 W x 1 40 W x 2 CFL 11 W Exhaust AC's 32 A 2 P Gate Street Bld. Light
Switch Socket Switch socket Fan Regulator FTL FTL x2 Fan MCB Lamp light 40W
x2
Total Installed 38 14 16 16 8 8 7 16 6 3 2 2 0 0 0

Canteen & First Aid Building


Location 5A 5A 15 A 15 A Ceiling Fan 40 W x 1 40 W x 2 CFL 11 W Exhaust AC's 32 A 2 P Gate Street Bld. Light
Switch Socket Switch socket Fan Regulator FTL FTL x2 Fan MCB Lamp light
Total Installed 95 23 42 37 25 25 20 46 13 6 2 2 0 0 0

Water Pump House


8 no. 125 W HPMV lamp wall mounted fixture
2 no 2 x 40 W FTL Fixture

36
Bidding Doccument No. RFCL/Site/Elect/Cont-09/ARC Elect. Maint. Annexure VIII Sheet 4 of 5
Electrical Installation Outside Factory
International Guest House
Sr.no. Location 5A 5A 15 A 15 A Ceiling Fan 40 W x 1 40 W x 2 CFL 11 Exhaust AC's 32 A 2 P Gate Street Bld.
Switch Socket Switch socket Fan Regulator FTL FTL Wx 2 Fan MCB Lamp light 40W Light
x2
TOTAL 364 90 75 99 69 69 69 89 102 25 51 51 4 6 6

VIP Guest House


Sr.no Location 5A 5A 15 A 15 A Ceiling Fan 40 W x 1 40 W x 2 CFL 11 Exhaust AC's 32 A 2 P Gate Street Bld.
Switch Socket Switch socket Fan Regulator FTL FTL Wx 2 Fan MCB Lamp light 40W Light
x2
Total
99 22 16 15 12 20 36 4 40 6 11 11 2 2 7
Installed

37
ANNEXURE - VIII (Sheet 5 of 5)
Bidding Doccument No. RFCL/Site/Elect/Cont-09/ARC Elect. Maint.

STREET LIGHTING IN TOWNSHIP, APPROACH ROAD AND FACTORY


SR POLES DESCRIPT ION POLE HEIGHT T YPE OF FIXT URE FIXT URE T OT AL NO
NO ON EACH OF
POLE FIXT URES
A TOWNSHIP
1 PCC Poles Upto 9 mtr 40 W Tube light One 400

B STREET LIGHTING INSIDE FACTORY AREA


1 MS Poles 9.5 mtr HPSV Lamp 70W Two 40

38
Bidding Document No.: RFCL /Site/Elect/Cont-09/ARC Elect. Maint. Annexure IX

RFCL Site Construction Water Pump Details whose maintenance may come

1. Centrifugal Pump Installed quantity 2 no.


KEC make, Pump Type DB65/16
Size 80 x 65 mm
Discharge 100 m3/hr
Speed 2886
Pump Input 11 KW

2. Submersible Pump Installed quantity 4 no.


Depth 400 feet
Motor rating 9.3 KW

39

You might also like