0% found this document useful (0 votes)
19 views38 pages

Tendernotice_1-37

The Border Security Force is inviting e-tenders for the renovation/up-gradation of security/street lights at the Anupgarh campus of 23 Bn BSF, with an estimated cost of ₹ 2,802,407 and a completion period of 75 days. Interested contractors must submit their bids online, along with an earnest money deposit of ₹ 56,048, by the specified deadline. The tender documents can be accessed for free on the e-procurement website, and eligibility criteria include prior experience in similar electrical works.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views38 pages

Tendernotice_1-37

The Border Security Force is inviting e-tenders for the renovation/up-gradation of security/street lights at the Anupgarh campus of 23 Bn BSF, with an estimated cost of ₹ 2,802,407 and a completion period of 75 days. Interested contractors must submit their bids online, along with an earnest money deposit of ₹ 56,048, by the specified deadline. The tender documents can be accessed for free on the e-procurement website, and eligibility criteria include prior experience in similar electrical works.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 38

1|Page BSF

BORDER SECURITY FORCE


e – Tender Documents
NIT No. 14/EE(E)/FTR RAJ/2024-25

Renovation/Up-gradation of security/street lights at Anupgarh


NAME OF WORK campus of 23 Bn BSF under SHQ BSF SGNR (SH : Electrical
work)

Estimated cost ₹ 2802407/-

Earnest Money ₹ 56048/-

Security Deposit 2.5% of work done amount.

Performance Guarantee 5% of Tendered amount.

Time allowed for completion of 75 Days


the work
Date and time of opening of E- _______2024 at 1130 Hrs
tender

Certified that this tender paper contains 38 pages from Srl No.01 to 38 including cover.

APPROVED/ NOT APPROVED

DC (ELECT)
FTR HQ BSF RAJ

AE(E) EE(E)
2|Page BSF

INDEX

Sl.
Details Page No
No.
1. Press Notice (Notice Inviting e- tender) 3
Information and instruction for bidders for e- tendering forming part of bid 4–5
2.
document and to be posted on website.
3. Notice Inviting Tenders (Form CPWD – 6) 6- 9

4. Tender Form (C.P.W.D.-7/8) 10 -15

5. Integrity Pact 16 – 21

6. Form of Earnest Money Deposit Bank Guarantee Bond 22

7. General Conditions and Technical Specification 23-29

8. List of Approved make 31-32

9. Undertaking by the contractor 33


Bidder’s Option to receive payment through e payment (ESC/EFT/ Direct
10. 34
credit/ RTGS/NEFT/other payment mechanism as approved by RBI.
11. Schedule Of Quantity 35-38

AE(E) EE(E)
3|Page BSF

BORDER SECURITY FORCE


Notice Inviting e-Tenders

The Executive Engineer (Electrical), Ftr HQ BSF Rajasthan, invites online percentage rate e-
tenders on behalf of President of India from approved and eligible contractors of CPWD and those of
appropriate list of M.E.S, BSNL, Railways and State P.W.D. dealing with electrical works for the following
work:-

NIT NO. 14/EE(E)/FTR RAJ/2024-25

NAME OF WORK :- Renovation/Up-gradation of security/street lights at Anupgarh campus


of 23 Bn BSF under SHQ BSF SGNR(SH: Electrical work)

1. Estimated cost : ₹ 2802407/-

2. Earnest money : ₹ 56048/-

3. Period of Completion : 75 days

4. Last date & Time of Submission of bid: _________ Upto1100AM

5. Online opening date and time of eligibility criteria and bid: at 1130AM on ___

6. The bid forms and other details can be obtained from the website www.eprocure.gov.in .

*
DC (Electrical)
FTR HQ BSF RAJ

AE(E) EE(E)
4|Page BSF

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR


e-TENDERING FORMING PART OF NIT AND TO BE POSTED ON
WEBSITE
(Inviting open tenders)

1. The Executive Engineer /DC (Electrical), Ftr HQ BSF Rajasthan invites online percentage rate e-
tenders on behalf of President of India from approved and eligible contractors of CPWD and those of appropriate list
of M.E.S, BSNL, Railways and State P.W.D. dealing with electrical works for the following work: -

SL. NIT Name of Work & Location Estimat Last date Time & date

of
No. No. ed Cost & Time of of opening

Completion
put to submissio of Tender

Earnest
Money
Period
tender n of e-
Tender
1 Renovation/Up-gradation of
security/street lights at Anupgarh

______2024 Up to 11OO AM
14/EE(E)/FTR RAJ/2024-25

campus of 23 Bn BSF under

______2024 at 1130 AM
SHQ BSF SGNR (SH : Electrical

Rs. 28,02,407/-
work)

56,048/-

75 Days

1. The Intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.
2. Information and instructions for bidders posted on website shall form part of bid document.
3. The tender document consisting plan, specifications, the schedule of quantities of various types of items to be
supplied and the set of terms and conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from website http://www.eprocure.gov.in free of cost.
4. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If
needed they can be imparted training on online bidding process as per details available on the website.
5. The intending bidder must have valid class- III digital signature to submit the bid.
6. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.
7. Contractor can upload documents in the form of JPG format and PDF format.
8. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink
colour and the moment rate is entered, it turns sky blue. In addition to this, while selecting any of the cells a
warning appears that if any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left blank
and no rate is quoted by the bidder, rate of such item shall be treated as “0” (Zero).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section / sub-head in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.
9. The technical & commercial bid shall be opened first on due date and time as mentioned above and financial
bid shall be opened only of those bidders whose other documents scanned and uploaded are found in order.
10. The department reserves the right to reject any prospective application without assigning any reason and to
restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received
satisfying the laid down criterion.
11. The tenderer should also read the General Conditions of Contract for CPWD Works 2014 amended upto
correction slip no. DG/CON/293 dated 01/07/2016 which is available as Govt. of India Publications.
12. Tenders with any condition including that of conditional rebates in the tender document shall be rejected
forthwith.

AE(E) EE(E)
5|Page BSF

13. GST Sales tax/VAT, purchase tax, turn over tax, Excise duty, work contract tax or any other tax as applicable
shall be paid by the contractor himself. The contractor shall quote his rates considering all such taxes.
14. Recording the hindrance on part of contractor in the hindrance register is mandatory which shall be reviewed in
by AE (E) office at each running account bill. The net delay shall be worked out after taking into cognizance of
hindrances on part of department and contractor both.
15. On the basis of their resources and methodology at the time of tendering as indicated in the table under clause
of “Schedule-F” otherwise it will be assumed that the tenderer is agreeable to milestones mentioned in table.

Earnest Money of Rs 56,048/- in the form of Treasury Challan or Demand Draft or Pay order or Banker‘s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour DIG SHQ BSF SGNR) will
be deposit in the office of FTR HQ RAJ/SHQ BSF SGNR by the bidder and to collect receipt before the
last date and time of bid submission. The scanned copy of receipt must be upload to the e-tendering
website within the period of tender submission along with other required documents.

16. List of Documents to be scanned and uploaded within the period of bid submission: -
i. Scanned copy of EMD deposit receipt submitted in favour of DIG SHQ BSF SGNR
ii. Certificate of Firm’s Enlistment / registration of CPWD, M.E.S, BSNL, Railways and State P.W.D.
dealing with electrical works of buildings.
iii. Valid Electrical Contractor license.
iv. Certificate of Registration for GST and pan card
v. Copy of latest income tax return and GST return.
vi. Work experience of similar nature.
vii. Integrity Pact & Agreement duly signed by contractor as mentioned in this NIT.
viii. Undertaking that bidder is not black listed/banned by any department
ix. Annual turnover of bidder
x. Signed copy of NIT

Executive Engineer (Electrical)


FTR HQ RAJ

AE(E) EE(E)
6|Page BSF

INFORMATION AND INSTRUCTIONS FOR EXECUTIVE ENGINEER/ASSISTANT ENGINEERS FOR E-


TENDERING

1. The Executive Engineer (Electrical)/Assistant Engineer (Electrical) of Frontier HQ BSF Raj and Assistant
Engineers(Electrical) of Sector HQ BSF SriGanganagar should receive the original EMD in respect of their own
tenders/ tenders of Rajasthan Frontier HQ/ tenders of other Sectors under Rajasthan Frontier.

2. The Executive Engineer(Electrical)/ Assistant Engineer(Electrical) receiving the original EMD shall examine the
EMD deposited by the bidder and shall issue the receipt of deposition of earnest money to the agency in the
below given format.

3. The receiving officer will forward original EMD with letter to the office of DIG SHQ BSF SGNR(Engg Branch)
before last date submission of bid for further action.

Receipt of deposition of original EMD

Date and time of issue of receipt : ________________

Name of work :- Renovation/Up-gradation of security/street lights at Anupgarh campus


of 23 Bn BSF under SHQ BSF SGNR(SH: Electrical work)

1. NIT No. : _____/EE(E)/FTR RAJ/2024-25

2. Estimated Cost : Rs. 28,02,407/-

3. Earnest money to be deposited : Rs. 56,048/-

4. Last date of submission of bid : up to 1100 hrs on ___/____2024

----------------------------------------

5. Details of earnest money deposited :

6.Amount deposited : Rs. ____________/-

7. Name of contractor :

Signature, name & designation of EMD


Receiving officer EE/AE along with office stamp

AE(E) EE(E)
7|Page BSF

CPWD 6
GOVERNMENT OF INDIA
BORDER SECURITY FORCE
NOTICE INVITING TENDER

1. The Executive Engineer (Electrical), Ftr HQ BSF Raj invites online percentage rate e-tenders on
behalf of President of India from approved and eligible contractors of CPWD and those of appropriate list of
M.E.S, BSNL, Railways and Rajasthan State P.W.D. dealing with electrical works for the work
“Renovation/Up-gradation of security/street lights at Anupgarh campus of 23 Bn BSF under SHQ BSF
SGNR (SH : Electrical work)”. The enlistment of the contractors should be valid on the last date of submission
of bids. In case only the last date of submission of bid is extended, the enlistment of contractor should be valid
on the original date of submission of bids.

1.1. The work is estimated to cost Rs. 28,02,407/- this estimate, however, is given merely as a rough
guide.
1.1.1The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters relating to
the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate
the estimated cost of each component separately. The eligibility of bidders will correspond to the
combined estimated cost of different components put to bid.

1.2. Experience Requirement


Contractor are eligible to submit the bid provided they have definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactory
completed similar works of magnitude specified below:-

One similar work costing not less than 80% of the estimated cost put to tender.

OR

Two similar works costing not less than 60% of the estimated cost put to tender.

OR

Three similar works costing not less than 40% of the estimated cost put to tender.

The value of executed work shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion of last date of
submission of bids.

Similar work shall means “Electrical works related to security/ street light, UG cable & feeder
pillar”.

1.3. The bidder should have satisfactory completed similar work(s) during the last 7 years ending
previous day of last date of submission of bids. (Scanned copy of performance of each work with
schedule of quantity certified by an officer not below the rank of Executive Engineer or equivalent to
be uploaded)

2. Agreement shall be drawn with the successful tenderers on prescribed Form No. CPWD 7/8 which is available as a
Govt. of India Publication. Bidders shall quote their rates as per various terms and conditions of the said form which
will form part of the agreement.
3. The time allowed for carrying out the work will be 03 months from the date of start as defined in schedule ‘F’ or from
the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the
tender documents.
4. The site for the work is available.
The site for the work shall be made available in parts as specified below:
……………………………………………………………………………………………………………………………………….
AE(E) EE(E)
8|Page BSF

5. The tender documents consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
except Standard General Conditions Of Contract Form can be seen from the website http://www.eprocure.gov.in
free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and
date of submission of tender as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need
not re-enter rate of all the items) but before last time and date of submission of tender as notified.
8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker‘s Cheque or Deposit at Call
Receipt or Fixed Deposit Receipt (drawn in favour DIG SHQ BSF SGNR shall be scanned and uploaded to the
e-Tendering website within the period of bid submission . A part of earnest money is acceptable in the form of bank
guarantee also. In such case, 50% of earnest money or Rs.20 lac, whichever is less, will have to be deposited in
shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank having validity for 6
months or more from the last date of receipt of bids which is to be scanned and uploaded by intending bidders.

Copy of Enlistment Order and other documents as specified in the e tender notice shall be scanned and uploaded
the e-tendering website within the period of bid submission.

Online bid documents submitted by intending bidders shall be opened only of those bidders, whose documents
scanned and uploaded are found in order.

The bid submitted shall be opened at on _____2024__ at 1130AM .

9. The bid submitted shall become invalid if:


I. The bidder is found ineligible.
II. The bidders do not upload all the documents and undertaking as stipulated in the bid document.
III. If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted in the office of tender opening authority.
IV. Scanned copy of Receipt of deposition of earnest money deposit (EMD) shall be uploaded by the
bidder in the online bid. If failing which their bid shall be rejected at initial stage.
V. Receipt of deposition of EMD shall be uploaded by the bidder during bid if failing which their bid shall
be rejected at initial stage.

10. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of
the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any
scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in
case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case
the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’.
including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically
without any notice to the contractor. The earnest money deposited along with tender shall be returned after
receiving the aforesaid performance guarantee.

11. The description of the work is as follows:


“Renovation/Up-gradation of security/street lights at Anupgarh campus of 23 Bn BSF under
SHQ BSF SGNR(SH:Electrical work)’’Schedule attached. Intending tenders are advised to inspect
and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the
nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access
to the site, the accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect their tender. A
tenderders shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The tenderders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a tender by a tenderders implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be done and of

AE(E) EE(E)
9|Page BSF

conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other
tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any
reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders shall be summarily rejected.

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

14. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any
part of the tender and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to tender for works in the FTR HQ BSF Raj (Division in case of contractors of
Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted
a Senior Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior
Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or
are subsequently employed by him and who are near relatives to any Gazettedofficer in the Border Security Force
or in the Ministry of Home Affairs. Any breach of this condition by the contractor would render him liable to be
removed from the approved list of contractors of this Department.

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

17. The tender for the works shall remain open for acceptance for a period of Seventy Five (75) days from the date of
opening of financial bid.If any tenderer withdraws his/her tender before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not
acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at
liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderers shall not be allowed to participate
in the retendering process of the work.

18. This notice inviting Tender shall form a part of the contract document. The successful tenderers/contractor, on
acceptance of his tender by the Accepting Authority shall within 60 Days from the stipulated date of start of the work,
sign the contract consisting of: -

a. The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if
any, forming part of the tender as issued at the time of invitation of tender and acceptance thereof together with
any correspondence leading thereto.

b. Standard C.P.W.D. Form 7/8 (GCC for CPWD works 2023) amendments upto date. (Available on CPWD
website).

DC (Electrical)
FTR HQ BSF RAJ

AE(E) EE(E)
10 | P a g e BSF

GOVERNMENT OF INDIA
BORDER SECURITY FORCE
CPWD- 7
Percentage Rate Tender & Contract for Works
Tender for the work of :- Renovation/Up-gradation of security/street lights at Anupgarh campus
of 23 Bn BSF under SHQ BSF SGNR(SH:Electrical work)
e-Tender to be submitted/uploaded online by 1100 Hours on _____.2024_ to DIG SHQ BSF SGNR on the website
www.eprocure.gov.in
(i) Online tender to be opened at 1130 hours on _______2024_ in the office of DIG SHQ BSF SGNR.
T E N D E R
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications applicable, Drawings
& Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of
Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
I/We hereby tender for the execution of the work specified for the President of India as per time schedule of mile stone(s)
and within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in
clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance
with, such conditions so far as applicable.
I/We agree to keep the tender open for Seventy five (75) days from the date of opening of tenders and not to make any
modifications in its terms and conditions.
A sum of is hereby forwarded in cash/receipt treasure challan/deposit at call receipt of a scheduled bank/ fixed deposit
receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest
money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said
President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit
the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India
or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the
said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by
him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of tender form. Further, I/we agree that in case of forfeiture of earnest money or both
Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work.
I/We undertake and confirm that eligible similar works (s) has/have not been got executed through another contractor on
back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for
tendering in BSF in future forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee”
I/We hereby declare that I/We shall treat the tender documents, drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived there from to any person other than a
person to whom I/We am/are authorised to communicate the same or use the information in any manner prejudicial to
the safety of the state.
Dated Signature of Contractor

Witness:

Address: Postal Address

Occupation:

AE(E) EE(E)
11 | P a g e BSF

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on
behalf of the President of India for a sum of Rs… … … … … *… ………… (Rupees … … … … *… … … … … … … …
… … … … … … … … … … … … … … ……...… ..)

The letters referred to below shall form part of this contract Agreement:-

i)
.
ii) To be filled at the time of tender

iii)

*
For & on behalf of the President of India.

Signature………..………………..
Dated………….
Designation ……………………..

* To be Filled at the time of calling e-tender

AE(E) EE(E)
12 | P a g e BSF

SCHEDULES
SCHEDULE ‘A’
Schedule of quantities : As per schedule of work attached.

SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Rates in figures & words at which Place of Issue
the material will be charged to the
contractor
1 2 3 4 5
Cable will be issued by the Department on free of cost for execution of the work . All the wasted will have to be
returned to the Department otherwise recovery at double rate of the purchase rate will be done from the
running and final bill of contractor.

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

Sl. No. Description Hire charges per day Place of Issue

1 2 3 4
NO TOOLS & PLANTS SHALL BE ISSUED BY THE DEPARTMENT. ALL TOOLS & PLANTS AS
REQUIRED TO CARRIEDOUT THE WORK SHALL BE ARRANGED BY THE CONTRACTOR

SCHEDULE ‘D’
Extra schedule for specific requirements/documents As per additional specifications, terms and conditions,
for the work, if any acceptable makes of materials attached with schedule of
work.
SCHEDULE ‘E’
Reference to General Conditions of contract i/c CON GCC-2023 CPWD Form-7/8 as modified and amended
circular upto date of submission of tender.

Name of Work:- Renovation/Up-gradation of security/street lights at Anupgarh campus of


23 Bn BSF under SHQ BSF SGNR(SH:Electrical work)
Estimated Cost of work Rs. 2802407/-
Earnest money: Rs. 56048/-
Performance Guarantee: 5% of Tendered Value
Security Deposit: 2.5 % of work done amount

AE(E) EE(E)
13 | P a g e BSF

SCHEDULE ‘F’
CPWD Specifications 2023 as modified and
General Rules & Directions: amended upto date of submission of tender
Officer inviting tender Executive Engineer (E), Ftr HQ BSF Raj
Maximum percentage for quantity of items of work to be
executed beyond which rates are to be determined in see below
accordance with Clauses 12.2 & 12.3
Definitions:
2(v) Engineer-in-Charge The Executive Engineer (E), Ftr HQ BSF Raj

2(viii) Accepting Authority The Executive Engineer (E), Ftr HQ BSF Raj

2(x) Percentage on cost of materials and 15%


labour to cover all overheads and profits
2(xi) Standard schedules of Rates DSR-2022 (E&M) & Market Rates
2(xii) Department Border Security Force
GCC 2023, CPWD Form 7/8 modified
9 (ii) Standard CPWD Contract Form &Corrected up to last date of submission of
bid.

Clause 1
i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and Progress)
and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof
of applying thereof (as per applicable rules) from the date of issue of letter of acceptance -7 Days
ii) Maximum allowable extension with late fee @0.1% per day of Performance Guarantee amount
beyond the period provided in (i) above 7 Days
Clause 2 Authority for fixing compensation under clause 2. : SE (ELECT), BSF

Clause 2A Whether clause 2A shall be applicable : No


Clause 5 Number of days from the date of issue of letter of
acceptance for reckoning date of start : 10 Days from the date of issue of
letter of acceptance
Mile stone (s) as per table given below:-
TABLE OF MILE STONE(S)
S. NO. DESCRIPTION OF MILESTONE TIME ALLOWED IN DAYS AMOUNT TO BE WITH-HELD IN
(PHYSICAL) (FROM THE DATE OF CASE OF NON-ACHIEVEMENT OF
START) MILESTONE.
1 1/8th (of whole work) 1/4th (of whole work) In the event of not achieving the
necessary progress as assessed from
the running payments, 1.25% of the
2 3/8th(of whole work) ½ (of whole work)
tendered value of work will be withheld
for failure of each milestone
3 3/4th (of whole work) 3/4th (of whole work)

4. Full Full

Full

Time allowed for execution of work : 75 Days

AE(E) EE(E)
14 | P a g e BSF

Authority to Decide:
EE(E)FTR HQ BSF RAJ
i) Extension of time
ii) Rescheduling of mile stones EE (E) FTR HQ BSF RAJ
iii) Shifting of date of start in case of delay in handing over of site ……………… EE (E) FTR HQ BSF RAJ
Clause 6, 6A Clause applicable – (6 or 6A) Clause 6
Clause 7 Gross work to be done together with net payment/adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment. Rs. 2802407/-

Clause 7A No Running Account Bill shall be paid for the work till the
applicable labour licenses, registration with EPFO, ESIC and
Applicable
BOCW Welfare Board, whatever applicable are submitted by
the contractor to the Engineer-in-Charge

Clause 10A List of testing equipment to be Provided by the contractor Applicable


at site lab

Clause10B(ii), Whether clause 10-B(ii) and 10-B (iii) shall be applicable No


(iii)
Clause 10C Component of labour expressed as percent of value of
work 25%

Clause 10CA Whether clause 10CA shall be Applicable. Not applicable


Materials covered under this Nearest material for which All India Base price of all material covered
clause Wholesale Price Index is to be followed under Clause 10 CA
Not Applicable

Clause 10CC Clause 10CC to be applicable in contracts with


stipulated period of completion exceeding the period NOT APPLICABLE
shown in next column :
Schedule of component of cement, steel, other materials, Labour etc. for price escalation:
CLAUSE 10 CC NOT APPLICABLE
Component of cement-expressed as percent of total value of work. ‘Xc’ Nil %
Component of steel-expressed as percent of total value of work. ‘Xs’ Nil %
NOT APPLICABLE

Component of civil (except cement & steel) / Electrical construction materials-expressed as ‘Xm’ Nil %
percent of total value of work.
Component of labour-expressed as percent of total value of work. ‘Y’ Nil %
Component of P.O.L.-expressed as percent of total value of work. ‘Z’ Nil %
C.P.W.D. General Specification for electrical work Part-I (internal)
Clause 11
2023 C.P.W.D., Part-II (external 2023), Part-VII 2013 (DG Set)
Specifications to be followed for execution of and amended upto last date of submission of bid.
works

AE(E) EE(E)
15 | P a g e BSF

Clause 12 – Type of work –Renovation/Up-gradation Work)OR Maintenance work i/c upgradation,


aesthetic, special repair, addition/ alteration)
12.2 & 12.3 Deviation limit beyond which clauses 12.2 & 12.3 shall apply 30% on individual items
for electrical work.

12.5 Deviation limit beyond which clauses 12.2 and 12.3


shall applyfor foundation work. ---------Not Applicable-------

Clause 16 Competent Authority for deciding reduced rates. SE (ELECT), BSF

Clause 18 List of mandatory machinery, tools & plants to be deployed by As per requirement at site
the contractor at site. and as per instruction of
Engineer-in-charge.
Clause 25 Constitution of Dispute Redressal Committee (DRC)
Chairman DIG BSF as nominated by IG FTR
HQrs.
Member DC/EE(E),FTR HQ JDR

Member Account Officer detailed by FTR


IG
Clause 36 (i) Requirement of Technical Representative (S) and Recovery Rate.
SL. Minimum Designation (Principal Rate at which recovery shall be
No Qualification of Technical / Technical made from the contractor in the
Technical representative) event of not fulfilling provision of
experience
Discipline

Minimum

Number

Representative clause 36(i)


Figures Words.
Principal Technical Fifteen
1. Graduate 2 Years 1 15,000/-
Representative thousand
Engineer No.
(Project Planning / Only
or
Site / billing p.m. per
Elect.

Engineer) person
OR
Principal Technical Fifteen
Diploma Engineer 5 Years 1 No 15,000/-
thousand
Representative Only
(Project Planning / p.m. per
Elect.

Site / billing person


Engineer)
Executive Engineers retired from Government services that are holding Diploma will be treated at par with Graduate
Engineers.
Clause 42 :- N/A.
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: -
Rates in figures and words at which recovery shall be
S NO Description made from the contractor
Excess beyond Less use beyond
permissible variation
permissible variation
NOT APPLICABLE

AE(E) EE(E)
16 | P a g e BSF

INTEGRITY PACT BSF

To,

………………………..,

………………………..,

………………………..

Sub: ____/EE(E)/FTR RAJ/2024-25 for the work:


Renovation/Up-gradation of
security/street lights at Anupgarh campus of 23 Bn BSF under SHQ BSF SGNR (SH:
Electrical work)
Dear Sir,

It is here by declared that BSF is committed to follow the principle of transparency, equity and competitiveness in public
procurement.

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

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

Yours faithfully

DC (Elect)
FTR HQ BSF RAJ

AE(E) EE(E)
17 | P a g e BSF

INTEGRITY PACT BSF

To,

DC (Elect)
FTR HQ BSF RAJ

Sub: Submission of Tender for the work of :- Renovation/Up-gradation of security/street lights at


Anupgarh campus of 23 Bn BSF under SHQ BSF SGNR(SH : Electrical work)
Dear Sir,
I/We acknowledge that BSF is committed to follow the principles thereof as enumerated in the Integrity Agreement
enclosed with the tender/bid document.

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

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

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

Yours faithfully

(Duly authorized signatory of the Bidder)

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

AE(E) EE(E)
18 | P a g e BSF

INTEGRITY AGREEMENT

This Integrity Agreement is made at on this day of 20 ......

BETWEEN
President of India represented through Executive Engineer (Elect), Ftr HQ BSF Raj (Hereinafter referred as the
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)

AND

.............................................................................................................
(Name and Address of the Individual/firm/Company)
through .................................................................... (Hereinafter referred to as the (Details of duly authorized
signatory)“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No.
................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract for................................................................................................................................

(Name of work) : Renovation/Up-gradation of security/street lights at Anupgarh campus of 23


Bn BSF under SHQ BSF SGNR (SH : Electrical work)

hereinafter referred to as the “Contract”.


AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral
part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows
and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the
following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection
with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information
and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past
has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the
Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned

AE(E) EE(E)
19 | P a g e BSF

or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the
highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or
Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the
negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the Tender process and during the Contract
execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of
the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the
bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives
in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the
Contract.

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

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

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

AE(E) EE(E)
20 | P a g e BSF

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established
policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity
Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the
Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in
question, the Principal/Owner after giving 14 days’ notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined
by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the
Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has
accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising
any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an


employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning
of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to
law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any
country confirming to the anticorruption approach or with Central Government or State Government or any other
Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or
action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the
Principal/ Owner.

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

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

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this
Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this
agreement/Pact by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from
the Tender process.

AE(E) EE(E)
21 | P a g e BSF

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 03 months after the
completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other
bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this
Pacts as specified above, unless it is discharged/determined by the Competent Authority, BSF.

Article 7- Other Provisions

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

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

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more
partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must
be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In
this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the
terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity
Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


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

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

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:
1. ..............................(signature, name and address) 2. ..................................(signature, name and address)
Place:
Dated

AE(E) EE(E)
22 | P a g e BSF

Form of Earnest Money Deposit

Bank Guarantee Bond

WHEREAS, contractor …………………. (Name of contractor) (hereinafter called “the contractor”) has submitted his
tender dated ………….. (Date) for the construction of …………………. (Name of work) (hereinafter called “the Tender”)

KNOW ALL PEOPLE by these presents that we …………………. (Name of bank) having our registered office at
……………………. (hereinafter called “the Bank”) are bound unto ……………………….. (Name and Division of
………………………..) (Hereinafter called “the Engineer-in-charge”) in the sum of Rs. ……………….(Rs. in words
…………………………..) for which payment well and truly to be made to the said Engineer-in-charge the Bank binds
itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank thus ………………..day of ………..20….. THE CONDITIONS of this
obligation are:
(1) If after tender opening the contractor withdraws, his tender during the period of validity of tender (including
extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document
and instructions to contractor.
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and instructions to
contractor,
OR
(d) Fails or refuses to submit fresh Bank Guarantee on an equal amount of this Bank Guarantee, against Security
Deposit after award of contract.
We undertake to pay to the Engineer-in-charge up to the above amount upon receipt of his first written demand, without
the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-Charge will
note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions,
specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* …….. after the deadline for submission of tender as
such deadline is stated in the instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of
which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.

DATE………….. SIGNATURE OF THE BANK


WITNESS ………… SEAL
(SIGNATURE, NAME AND ADDRESS)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

AE(E) EE(E)
23 | P a g e BSF

GENERAL CONDITIONS AND TECHNICAL SPECIFICATION

01. All hardware items such as screws, G.I wires etc. which are essentially required for completing an item as
per specification will be deemed to be included in the item even when the same have not been specifically
mentioned.
02. All hardware materials such as nuts/bolts/screws/washers etc. to be used in the work shall be
zinc/cadmium plated iron.
03. Any conduit which is not be wired by the contractor shall be provided which G.I fish wire for wiring by the
same/ other agency subsequently. Nothing extra shall be paid.
04. While laying conduit, suitable junctions boxes shall left for pulling the wires.
05. Copper wire shall be FRLS PVC insulated multi-stranded conductors. Termination of multi stranded
conductors shall be done using crimping type thimbles at both ends. Nothing extra shall be paid for the
same.
06. The makes of material have been indicated in the list of acceptable makes. No other makes will be
acceptable. The material to be used in the work shall be got approved from the Engineer-in-charge before
its use at site. The Engineer in charge shall reserve the right to instruct the contractor to remove the
material which, in his opinion , in not as per specification.
07. The proof of purchase in the form of invoice /cash/memo, of all the major components such as cables,
wires, fittings, MCB DB’s Geysers, exhaust fans etc. shall have to be produced by contractor at the time of
final bill or as and when demanded by the departments.
08. Test report of all the XLPE insulated PVC sheathed armoured power cables used at site of work shall have
to be submitted by the contractor at the time of submission of final bill.
09. Where switches/sockets/telephones outlet are to be installed, the same shall be of similar make.
10. The MCB distribution boards shall be factory fabricated by the manufacturer of the MCB’s of any of the
makes specified and the same shall be duly pre-wired in the works. The board shall be brought to site in
ready for installation condition. The MCBs and the MCB distribution board shall be of the same make.
11. The earthing shall be carried out in the presence of the Engineer-in-charge or his authorized representative
and test report be submitted by the firm after completion of Work.
12. All fitting/fans will be earthed as per specifications.
13. The work shall be carried out strictly in accordance with Indian electricity Rules 1956, Indian electricity Act
,1910 as amended up to date and as per instructions of the Engineer-In-Charge including as below and
nothing will be paid extra.
14. All the material to be supplied and used on the work shall be got approved from the Engineer-in-charge by
the contractor before using on the work. The rejected material shall have to be replaced by the contractor
at his own cost and the same shall be removed from the site immediately. The list of the approved makes
is enclosed.
15. The work shall be carried out according to approved drawing/details which shall be subsequently issued to
the successful tendered for execution of work and as per instructions of the Engineer-In-Charge who will
have the right to change out the layout as per requirement at site and the contractor shall not have any
claim due to change in layout.
16. The firm/Contractor should submit final layout diagram of the site after completion of work.
17. The bad workmanship will not be accepted and defects shall be rectified at contractors cost to the entire
satisfaction of the Engineer-In-Charge. The electrical work shall progress in close coordination with building
work and the contractor has to kept watch over the progress of the building work so that the conduit is
recessed in the walls before plastering work starts. At any stage electrical works shall not lag behind civil
works. No claim for idle labour on this account will be entertained. Electrical work shall have to be
completed within stipulated period of time.
18. All the debris of the electrical works should be removed and the site should be cleared by the contractor
immediately after the accruing of debris. Similarly any rejected materials should be immediately cleared off
from the site by the contractor.
19. Issue of materials to the contractor whoever stipulated, shall be according to the requirement at site from
time to time depending upon the progress of the work.
20. Cement for this bona fide work is to be arranged and used by the contractor himself and nothing extra will
be paid on this account.
21. The contractor of his representative is bound to sign the site order book as and when required by the
Engineer-In-Charge and to comply with the remarks.
22. The size of conduit and wiring shall be got approved from the Engineer-In-Charge before taking up to the
execution.

AE(E) EE(E)
24 | P a g e BSF

23. The contractor shall make his own arrangement at his own cost for electrical/general tools and plants
required for the work.
24. Main board and main distribution board: The work shall be carried out according to the drawing /details as
approved by the Engineer-In-Charge. The contractor shall have to get the samples approved before the
whole lot is brought to site and it shall include all the interconnections etc.
25. No central/state sale tax/VAT/Contract tax/excise duty/GST/Service tax etc. shall be separately paid by the
department. The rates should be inclusive of all taxes and duties. TDS deduction of contract tax at source
shall be made while releasing payment through running/final bill as applicable. A certificate specifying the
rates and amount of deduction shall however to be issued. No form –D 31/32 (road permit) shall be issued
by the department. The road permit shall be arranged by the tendered by the renderer on his own.
26. The entire installation shall be at the risk and responsibility of the contractor until these are tested and
handed over to the department. However if there is any delay in construction from the department side, the
installation may be taken over in parts, but the decision on the same shall rest with Engineer-In-Charge
which shall be binding on the contractor.
27. Notwithstanding the schedule of quantities, all items of interrelated works considered necessary to make
the installation complete and operative deemed to be included shall be provided by the contractor without
any extra cost.
28. The connections, interconnections, earthing and inter earthing shall be done by the contractor wherever
required and nothing extra shall be paid on this account.
29. Some of the items of the work, if already executed: In that case, the successful tenderer shall be used the
same. The recovery will be made for these items as accepted rate of other agencies.
30. Nothing extra shall be paid for :- a) Inter connection with thimbles /wires /tapes etc.

31. The contractor, regarding payment queries of the bill has to contact the Admin Officer of the establishment.
The contractor should not contact with the Engineering Branch as well as with the DDO. He should raise
his query with the Admin officer only. Admin officer of the establishment should take the details regarding
payment from the DDO of the concerned establishment and reply the query of the contractor on the basis
of the details submitted by the DDO.
32. The work shall be generally carried out in accordance with tender specifications and the following
specifications.

a) CPWD General Specification for electrical work 2023 Internal – Part- I & External-II 2023 as amended
up to date.
b) CPWD General Specifications for Electrical Works Part IV Sub Station – 2013 as amended up to date.
c) CPWD General Specifications for Electrical Works Part VII D.G. Sets - 2013.
d) Indian Electricity Act 2003 amended up to date
e) National Electrical Code
f) Indian Electricity Rule 1956 amended up to date
g) National Building Code 2016

33. INTERPRETING SPECIFICATIONS


In interpreting the specifications, the following order of decreasing importance shall be followed in case of
contradiction.
i. Nomenclature of item as per schedule of quantities.
ii. Additional/Special Conditions Technical specifications of the NIT.
iii. Approved Drawing (If any)
iv. CPWD General Specification for Electrical works (Part-VII) DG Set 2013, (Part-I)
Internal-2023, (Part-II) External -2023.
v. Relevant IS or other international code in case IS code is not available.
34. The contract should have valid electrical contractor license.
35. Fire regulations: The installation shall be carried out in conformity with the local pollution control regulations and
rules there under wherever they are in force and the provisions in local by-laws if any.
36. Safety Codes and Labour Regulations:
All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the
Indian Standards related to the works covered by this specification. In particular, the equipment and installation
will comply with the following:
(i) Factories Act.
(ii) Indian Electricity Rules.
(iii) I.S. & BS Standards as applicable.

AE(E) EE(E)
25 | P a g e BSF

(iv) Workmen’s compensation Act.


(v) Statutory norms prescribed by local bodies.

37. Earthing, cement concrete works and testing of the installation shall be done in presence of the Engineer -in-
charge or his authorized representative.

38. The successful tenderer shall make his own arrangement for storage and watch and ward of materials whether
the same brought by him or supplied by the department He shall remain responsible for watch and ward of
installation and other fittings till these are commissioned and handed over to the department.

39. All T & P and special T&P required for the execution of shall be arranged by the contractor within his quoted
rates and nothing extra shall be paid on this account.

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

41. All the hidden work shall be carried out in the presence of the Engineer-in-Charge or his authorized
representative.

42. All repairs and patch works shall be neatly carried out to match with the original finish and all damages done to
the building during the execution of the electrical work shall be the responsibility of the electrical contractor and
the same will have to be made good immediately by him to the entire satisfaction of the Engineer-in-charge and
nothing extra shall be paid on this account.

43. The contractor shall follow the shortest route for circuits, sub-main, point wiring etc.

44. Before fabrication, drawings of electrical panels, feeder pillars will have to be got approved by the Engineer – In
Charge.
45. Drawings shall be examined by the department and communication of approval of drawings shall be sent and
will be handed over to the site representative. The contractor shall have to get the LT Panel fabricated from the
approved manufacturers. (As per list of Acceptable Makes of Material). The design and layout as well as
strengthening members of the panel to be fabricated and supplied shall be as per the approved drawing /
layout.
46. Inspection of the panel may be done by the Engineer in charge or authorized representative before they are
dispatched to site of work if required.
47. Depth of cable trench for cable laying direct in ground is to be kept as specified in the specifications. Excavated
soil is to be used as cushioning after that protective covering is to be provided.
48. In the event of any discrepancy between the specifications as mentioned under Technical Specifications and as
given in CPWD specifications, the specifications under technical specifications shall prevail.

I. The relevant latest IS specifications, codes of practice shall be followed if the specifications for the
item is not available in the CPWD specifications.

II. In case ISI specifications are also not available, the decision of the Engineer-in-charge given in writing
based on acceptable sound Engineering practice and local usage shall be final and binding on the
contractor.

49. The work shall be treated as complete when all the installations are handed over to the department and all the
defects are removed to the entire satisfaction of the Engineer-in-charge.
50. In respect of all labour employed directly or indirectly on the work the successful tenderer (herein after called
the contractor) at his own expenses will arrange for the safety provisions to comply with the statutory
regulations. S.I.S recommendation and CPWD codes. In case of default, the Department shall be at liberty to
make arrangements and provide facilities as aforesaid and recover the cost from the contractor.

51. The contractor shall provide necessary barriers, warning signals and other safety measures to avoid any
accident. He shall be liable for such accident as may be done due to any cause in accordance with the Indian
Law and Regulation and the department shall not be responsible for any accident, damage incurred or claims
arising there from during the period of erection under his responsibility and putting and under his responsibility
and putting into operation of the equipment’s under his supervision. Where necessary he shall also provide all
insurance including third party insurance as may be necessary to cover the risk
AE(E) EE(E)
26 | P a g e BSF

52. Nothing in these specifications shall be construed to relieve the contractor of his responsibility for the design,
manufacture and installation of the equipment with accessories in accordance with applicable standards and
statutory Regulations and safety codes in force from the safety angle.
53. Only deep junction box shall be used for the recesses wiring system.
54. The contractor will submit makes & brands of electrical fittings wires & cables, conduits and switchgears, rising
mains, poles , outdoor fittings etc. of preferred make list as per tender documents for approval of Engineer-In-
Charge whose decision will be final in the matter.
55. The firm will be required to procure material directly from the manufacturer/ authorized dealers to ensure
genuineness & quality and as per the approved makes only. Proof in this regard shall be submitted by the
contractor if required by the department.
56. Inspection at factory or at godown, as required, shall be arranged by the firm for a mutually agreed date.
57. Delivery of material shall be taken up only with the consent of department, after clearance of the material.
58. Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its discretion.
59. All the materials to be supplied by the contractor shall be procured & brought to site as per requirement at site
of work in consultation with department so that these materials are not damaged & their manufacturer‘s
warrantee is not lost.
60. Guarantee & Defect Liability Period:
61. All the equipments except LED luminaires fans shall be guaranteed for a period of 03 months from the date of
taking over the installation by the department against unsatisfactory performance and / or break down due to
defective design, workmanship of material. The equipments or components, or any part thereof, so found
defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the
Engineer-in-Charge. In case it is felt by the department that undue delay is being caused by the contractor in
doing this, the same will be got done by the department at the risk and cost of the contractor. The decision of
the Engineer-in-Charge in this regard shall be final.
62. The tenderer shall guarantee among other things, the following vis-à-vis specifications.
63. Ceiling fans, Exhaust fans are to be guaranteed for 2(two) Year or standard manufacturer's warranty whichever
is the longer period.
64. LED fittings including driver are guaranteed for 2 years.
65. The guaranty for LED fittings is to be got submitted from the contractor. He should give undertaking that in case
discontinuation of model and non-availability of spares, he will replace the fittings with equivalent/ high end
model in case of manufacturing defect during the warranty period of 2 years in Annexure – X
66. The breaking capacity of the MCB‘s shall be 10 KA. The MCB‘s shall have ISI mark. Quantities of MCBs of
different rating of 6 amps to 32 amps shall be brought in consultation with the Engineer-in-Charge or his
representative.
67. All the MCCBs shall be rated for Ics=100%Icu.
68. The copper wire to be used on this work shall be FRLS type and ISI marked.
69. The galvanized boxes of modular switch/sockets etc. shall be of the same make as of switch/socket etc. Only
the required knockouts of the switch boxes are to be removed for terminating the conduit pipes.
70. Make of MCB/MCCB shall be the same as the make of MCB DB.
71. All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum jelly when installed in brick work
till the plastering / painting is done to avoid sticking of cement plaster/ splashes of the paint. Cement plaster /
paint are to be cleaned immediately after plaster to avoid rusting of switch boxes and MCB DBs. The plastic
sheet is to be removed at the time of handing over.
72. The Electrical works shall be carried out by the contractor, side by side with the progress of the civil works.
73. Modular switches & accessories, MCBs, MCBDB, Fittings, accessories and other items from the manufacturers
or their authorized dealers to the satisfaction of the Engineer-in-charge.
74. All PVC conduits accessories shall be of the same make as conduits.
75. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall be neatly
carried out to match the original finish and to the entire satisfaction of the Engineer in Charge.
76. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and MCB DB s. and
no payment for these loose wires shall be made. However, wires within the cubicle panel will be measured
and paid under relevant item of work.
77. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of recessed conduit for
which no extra payment shall be made. Conduits laid for other services, like fire alarm, PA etc., where wiring is
not done along with IEI works, fish wire shall be invariably drawn.
78. The connection between incoming switch / isolator and bus bar shall be made with suitable size of thimble and
cable at no extra cost.
79. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and terminals should be
provided with crimped lugs for connections.
AE(E) EE(E)
27 | P a g e BSF

80. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness not less than
3mm and for which nothing extra shall be paid on the account.
81. All sub-main wiring shall be terminated in the main board with suitable copper lugs and thimbles for which
nothing extra will be paid on this account.
82. All hardware items such as screws, thimbles, GI wire etc. which are essentially required for completing an item
as per specifications will be deemed to be included in the item even when the same have not been specifically
mentioned.
83. All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work shall be zinc/ cadmium plated
iron.
84. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for wiring by some other
agency subsequently. Nothing extra shall be paid for the same.
85. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the decision of the
Engineer-in-Charge.
86. Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be provided, the same shall be of
only one make.
87. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the direction of
the Engineer-in-Charge for detectors as required, for which no extra payment shall be made.
88. The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST-works contract tax as
applicable & labour cess 1% and Income Tax as applicable), duties levies, octroi etc and all charges for packing
forwarding, insurance, freight and delivery, installation, testing. All statutory deductions like Income Tax, Labour
welfare cess etc. shall be made from the bills.
89. The contractor and his men shall have to abide by the security instructions of BSF authorities. No claim of idle
labour or any other claim on this account shall be entertained by the department. The normal working time shall
be in day time. No claim from contractor for extra payment on account of any change in working hours shall be
entertained by the department.
90. The work will be carried out in close coordination with the building work and other agencies. Conduits will be
laid in the slab within the specified time and it will have to be ensured that the casting of slabs is not delayed for
want of laying of conduits.
91. If any types of mis-happening / human loss occur during execution of work at site, the contractor will be fully
responsible for it and liable to bear all losses and has to pay full compensation. The department will not take
any responsibility for such type of happening.
92. Supplementary Agreement will be drawn in view of servicing guarantee/warranty of items i.e solar, led
light, battery installed with solar, invertor and all solar power plant accessories attached annexure as
per-I.
93. Additional Clause of Payment: - The contractor regarding payment queries of the bill has to contact the
Admin Officer of the establishment. The contractor should not contact with engineering branch as well \as
DDO. He should raise his query with the Admin Officer only. Admin Officer of the establishment should take the
details regarding payment from the DDO of the concerned establishment and reply the query of the contractor
on the basis of details submitted by the DDO.

AE(E) EE(E)
28 | P a g e BSF

ANNEXURE- 11
(Refer Para 5.20 (2)
FORM OF SUPPLEMENTARY AGREEMENT
This Agreement made this day the ....................... 20............... between .......................
hereinafter called the First Party which expression shall include his heirs, executors and
administrators/their successors and assigns and the President of India, hereinafter called the
Second Party, which expression shall include his successors and assigns, shown as under :
1. That this Agreement shall be called as Supplementary Agreement to the Agreement No. ...........
relating to the Name of work ............... entered into by the parties to this Agreement.
2. That WHEREAS the First Party has substantially completed the execution of the work described
in and covered by the Agreement No. ............... except the items mentioned in the Schedule
annexed to this Agreement and whereas the items of the work mentioned in the Schedule annexed
to this agreement cannot now be executed on account of non-completion of the sanitary work,
electric installation and some other work; and whereas both the parties are desirous that the items
mentioned in the Schedule annexed to this Agreement should be executed by the FirstParty after
the completion of the sanitary work, electric installation and some other work, it is hereby further
agreed as under :
(a) That First Party shall and will execute the work covered by the items mentioned in the
Schedule annexed to this Agreement at the rates and as per the terms and conditions of the
original Agreement No. ............... whatsoever called upon to do so by the Engineer-in-Charge,
within a period of one year from the date hereof.
(b) That the First Party shall have absolutely no claim of whatsoever nature against the
Second Party for doing the work mentioned in the Schedule annexed to this Agreement as
required under clause (a) above, except that which he would be entitled to under the original
Agreement No. ...............
(c) That the First Party shall have to execute all the items which the Engineer-in-charge
consider necessary.
(d) That the First Party shall start with the work of the remaining items mentioned in the
Schedule annexed to this Agreement within ............... days from ............... on the receipt of a letter
to the effect from the Engineer-in-Charge or from any date fixed in the said letter and shall
complete the said work within the time fixed by the Engineer-in-Charge or as extended by him from
time to time.
(e) That on the due execution and completion of this Agreement by the parties, the bill of
the First Party in relation to the work already done by him under the Original Agreement
No................ shall be provisionally finalized by the Second Party and payment on account, if any
amount due, shall be made to the First Party provided that the Second Party shall have a right to
retain such amount as is considered reasonable by him as a security for the execution of the work
mentioned in the Schedule annexed to this Agreement and the Second Party shall have right to
deal with the said amount of security as he thinks proper under the terms and conditions of the
Original Agreement. Further, on the due execution and original completion of this Agreement, the
First Party shall be entitled to claim back his security deposit relating to the work in question,
subject to the right of the Second Party to retain such amount as he thinks reasonable as
mentioned above soon after the maintenance period of three months or six months, as the case
may be mentioned in clause of the
Original Agreement, is over.

(f) That the final bill relating to the entire work under the two agreements shall be prepared after
the completion of the entire work covered by Agreement No. ............... and this Agreement.
(3)Except as modified by this Agreement the said Agreement No. ...............shall remain in full force
and effect.

IN WITNESS WHEREOF THE ABOVE-MENTIONED PARTIES HAVE PUT THEIR SIGNATURE


ON THIS DAY THE.......................

AE(E) EE(E)
29 | P a g e BSF

LIST OF EQUIPMENT IN SITE

The contractor shall have the following field testing instruments for checking of quality of work at field by him and by the
Officers of the departments.

Fields testing instruments:-

1. Steel Tapes 3 Mtr - 01 No


2. Wire Gauge(Circular type) Disc - 01 No
3. 8’’ Pliers - 01 No
4. 8’’ Screw Driver - 01 No
5. 12’’ Screw Driver - 01 No
6. Wire Cutter - 01 No
7. Phase/Line tester - 02 Nos
8. Testing Lamp - 02 Nos
9. Megger - 01 No
10. Earth Tester - 01 No
11. Bending Device - 03 Nos
12. Chase Cutting Machine - 03 Nos

AE(E) EE(E)
30 | P a g e BSF

LED Luminaire Specifications


LED Make NICHIA/ OSRAM/ SEOUL/ PHILIPS/LUMILEDS/ LEDNIUM/ CREE
1
OR AS APPROVED BY ENGINEER IN CHARGE

2 Lighting wattage/Type As per BOQ / Make & Model of the fixture

CCT 6000K (+/-500K) cool white AND 2700 to 3000/4000 K for Warm White
3
or as per BOQ

4 Ingress Protection IP20 for indoor lights and IP 65 or as specified in BOQ

5 Rated Luminous flux As per BOQ/Make & Model

6 CRI (Typical) As per BOQ/Make & Model

7 Harmonics As per BOQ/Make & Model

8 Power Factor Minimum 0.95

9 Rated Voltage 160 V – 270 V

10 Surge Voltage Up-to 2 KV for indoor lights

11 Operating temperature -10 to +50 deg C

Luminaries Efficacy System Luminous Efficacy minimum 100 lm/ W or as per BOQ
12

13 Driver Efficiency >85%

14 Average LED life L70B50: 50000 hours

15 Luminaries life span Minimum 50,000 Hrs.

16 LM79 & LM 80 Test Certificate. LM79, LM80 Test Certificate

17 Standard Guaranty/ Warranty 05 years


Guarantee for complete
luminaries including Electronic
driver, SPD

18 Test Report Photometric test result and electric test results for NABL accredited
Lab for makes and models.

NOTE: - Only NABL Acc. Lab. Reports will be accepted as per respective IS Code/BIS for all items mentioned above.
Actual CCT need to be ensured at manufacturer’s premises in or NABL test lab through inspection if required. Agency
has to arrange this well before time of supply and indicated the same the BAR Chart so that progress of work should not
be hampered.

AE(E) EE(E)
31 | P a g e BSF

UNDERTAKING LETTER FROM MANUFACTIRERES OF LED/SOLAR/BATTERY/INVERTOR

(ON THEIR LETTER HEAD)

We hereby agree that

1. All the LED fittings supplied by us are warranty for five years including drivers from the date of handing
over.

2. Five years warranty of Invertor and battery with all accessories from the date of handing over.

3. Twenty-five years warranty of Solar panel and accessories from the date of handing over.

4. In case of discontinuation of model and non-availability of spares, we will replace the fittings with
equivalent/ high end model in case of manufacturing defect during the warranty period.

For M/S …………………..………………………….

(Authorised signatory of manufacturer)

Counter Signature,

Major contractor

Note: The contractor has to submit the above undertaking after handing over of system in complete shape.
The date of warranty will be reckoned from the date of handing over of system to the client department.

AE(E) EE(E)
32 | P a g e BSF

LIST OF ACCEPTABLE MAKE SHALL BE FOLLOWED IF NOT MENTIONED IN THE SCHEDULE OF QUANTITIES

S/No. Items Name of manufacturer

01 FRLS PVC insulated copper conductor single core Havells/Finolex/RR Kabel/KEI


cable for wiring ISI marked

02 Telephone cable co-axial TV cable Finolex/ L&T/ Havells/Standard/RR Kabel

03 Cat-06 cable for LAN wiring & internal cable Finolex /R.R cable/Dlink

04 MS conduit/c accessories ISI marked AKG/BEC/NIC/AST/BEG/Gupta/MKI

05 DWC pipe Duraline/Jain Irrigation/Avadh polytube/ Gemini/ISI


approved

06 Modular switch socket/telephone socket/ cable TV Legrand Mosaic/M.K(Blenze) /Anchor


socket/data outlay socket/fan regulator/metal Roma/Hager/Crabtree/Anchor Penta
boxes/occupancy sensor

07 GI pipe Tata/Jindal(Hisar)/Prakash/Surya/Ravindra/AKG

08 Paints Asian/Berger/Nerolac

09 Terminal blocks and connector Elmex/ Connect well/FTC or ISI Marked

10 Compact air insulated rising mains Legrand/Schneider/L&T/Siemens

11 MCB, MCBDB, RCBO’s/RCCB Schneider /Legrand/L&T/C&S/ Siemens/ABB/Havells

12 MCCB(Ics =100% Icu) Schneider CVS/Legrand/L&T/ Siemens / ABB/Havells

13 SFU,FSU, HRC fuses, cable management system/DLP Schneider Electric/Legrand/L&T / Siemens /


trucking

14 Ammeter/Voltmeter Schneider /AE/L&T

15 Selector switch Schneider /AE /L&T

16 Changeover switch HPL/Havells/L&T/Legrand/C&S

17 Indicating lamp Schneider /L&T/Vaishno/C&S

18 Panel board/feeder pillar Manufacturer have ISO 9001 certification/ CPRI


approved

19 Energy meter/Intelligent energy meter/ Multifunctional Schneider/AE/Trinity/L&T/HPL

20 Ceiling fan/exhaust fan (only energy efficeing fans Crompton/Orient/Havells/Bajaj/Usha


consuming ≥ 50 W and ≥ 200 for 1200 mm and 60 W
and CMM ≥ 240 for 1400 mm shall be used )
21 LED /Flood Light fittings Philips/Bajaj/CG/Havells/Wipro/Orient

22 Lamps Philips/Bajaj/CG/Wipro/Osram/Havells/Orient

23 Wall Bracket Crompton/Anchor/Havells/Philips/Bajaj/Orient

AE(E) EE(E)
33 | P a g e BSF

24 Angle holder /batten holder ISI marked kinjal/Leader/Anchor/Fine/ISI

25 Geyser Racold/Crompton/Bajaj/Havells/Jaguar

26 NRV/Gate valve Sant/leader/BS

27 XLPE insulated PVC sheathed aluminium cable upto Finolex/L&T/Polycab/Havells/KEI


1.1 KV Gd

28 PVC conduit & Accessories ISI marked Polypack//Polycab/AKG/Finolex/Polyplast/ NORPACK.

29 Piano type switches/Sockets/TV/Telephone outlet (ISI Anchor/Leader/SSK/Fine/Kinjal/COna


mark)

30 Phenolic laminated sheet ISI marked Hylum/Formika/Fine/Anchor

31 CTs AE/Kappa/L&T

32 Industrial Socket Neptune/Elcon/ Schneider

33 Battery Exide/Amron/Okaya

34 Alarm/Hooter 12V Vaishno/National

35 HDPE pipe Duraline/Jain Irrigation/Avadh polytube/ Gemini/ISI


approved

36 Solar panel WAAREE. /Tata BP Solar/ Luminious / BHEL / CEL /


Moserbear/UTL

37 Solar battery Eapro/luminous/exide /simillar specification

38 Duct coolar Sky air coolers/ Symphony / Khaitan or its equivalent

39 Octagonal poles Crompton/Surya/Utkarsh

40 All other items not covered in BOQ As per approval of the Engineer-in-charge

Note:--The decision of the Engineer-In-Charge in regard to use of any particular brand shall be final and binding to the
contractor.

AE(E) EE(E)
34 | P a g e BSF

Under taking by the contractor

Full name and address of the Tenderer in addition to post Box No., if any,
should be quoted in all communications to this office

From :
________________________________________
Name of Work :- Renovation/Up-gradation of security/street lights at Anupgarh campus of 23
Bn BSF under SHQ BSF SGNR (SH : Electrical work)
Dear Sir,
2. I/We have understood all the instructions to Tenderers in the Tender Enquiry and have thoroughly
examined the specification drawing and/or pattern quoted in the schedule hereto and am/are fully aware of the
nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements.

3. I have understood all the tender condition in the Tender Enquiry and will comply with them.

4. All the schedules & appendices have been submitted duly filled in & signed.

5. The complete tender document from page No._____ to Page No.______ of this tender and any other
document mentioned in this tender shall be considered for constitution of Contract Agreement.

Yours faithfully.

(SIGNATURE OF TENDERER) DATED ________________

ADDRESS

SIGNATURE OF WITNESS

ADDRESS ______________ DATED ________________

AE(E) EE(E)
35 | P a g e BSF

CUSTOMER’S OPTION TO RECEIVE PAYMENTS THROUGH E –PA YMENT (ECS/EFT/DIRECT


CREDIT/RTGS/NEFT/OTHER PAYMENT MECHANISM AS APPROVED BY RBI)

Name of Work:- Renovation/Up-gradation of security/street lights at Anupgarh campus of 23


Bn BSF under SHQ BSF SGNR (SH : Electrical work)

Credit Clearing Mechanism


1. Customer’s name : ……………………….
2. Particulars of Bank Account : ……………………….
a. Bank Name : ……………………….
b. Branch name : ……………………….
c. Address : ……………………….
d. Telephone numbers : ……………………….
e. IFS code : ……………………….
f. digit code number of Bank and Branch: ……………………….
Appearing on MICR cheque issued by Bank
g. Account Type : ……………………….
(SB Account/Current Account or Cash)
h. Ledger number : ……………………….
i. Ledger Folio number : ……………………….
j. Account number as appearing : ……………………….
On Cheque Book

3. Please attach a blank cancelled cheque, or, photocopy of a cheque or front page of your savings bank
passbook issued by your bank for verification of the above particulars.
4. Date of Effect :
“I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or
not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution
responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as
a participant under scheme.”

Date (……………………)

Signature of Customer

Certified that the particulars furnished above are correct as per our records

Bank’s Stamp (…………………) cancellation

Date :-

Signature of the Authorized Official from the Bank.

AE(E) EE(E)
36 | P a g e BSF

SCHEDULE OF QUANTITY
NAME OF WORK :- Renovation/Up-gradation of security/street lights at Anupgarh campus of 23 Bn BSF under SHQ BSF SGNR (SH
: Electrical work)
S.N. Description of items Qty Unit Rate Amount
Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including accessories,
and providing masonry enclosure with cover plate having locking arrangement and 4 Nos 7472 29,888.00
1
watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required.
2 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including accessories, and 6 Set 6855 41,130.00
providing masonry enclosure with cover plate having locking arrangement and watering
pipe etc. with charcoal/ coke and salt as required.
Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode 28 Mtr 706 19,768.00
3 including connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as
required.
Providing and fixing 25 mm X 5 mm G.I. strip on surface or in recess for connections etc. 9 Mtr 244 2,196.00
4 as required
Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing along 3285 Mtr 42 1,37,970.00
5 with existing surface/ recessed conduit/ submain wiring/ cable as required.

Supplying and making end termination with brass compression gland and aluminium lugs
for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable -
of 1.1 kV grade as required.
6 (a) 2 X 25 sq. mm (22 mm) 6 each 259 1,554.00

(b) 3.5 X 35 sq. mm (32 mm) 4 each 369 1,476.00

Erection of metallic pole of following length in cement concrete 1:3:6 (1 cement : 3 -


coarse sand : 6 graded stone aggregate 40 mm nominal size) foundation including
7 excavation and refilling etc. as required.
(a) Above 4.5 meter and upto 6.5 meter 23 Each 5121 1,17,783.00

Providing and making steel pole collar with cement concrete (1cement : 3 coarse sand :
6 stone aggregate 20 mm) of specified size and shape including form work, plastering if 2 cum 8135 16,270.00
8
required, curing etc. as required. (volume of pole/ pipe not to be deducted)

Supplying and embedding of 40 mm dia dia G.I. pipe (medium class) in pole collar/ 46 Mtr 589 27,094.00
9 foundation (during casting) for cable entry including bending the pipe to the required
shape complete as required.
Supplying and laying of following size DWC HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc. conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc. Direct in ground (75 cm below ground level) including -
excavation and refilling the trench but excluding sand cushioning and protective covering
10 etc complete as required. (REX Polyextrusion / Jain Irrigation / Duraline / Avadh
Polytube/ Gemini make)

63 mm dia (OD-63 mm & ID-51 mm nominal) 3285 Meter 247 8,11,395.00

Laying of one number additional PVC insulated and PVC sheathed / XLPE power cable
of 1.1 KV grade of following size direct in ground in the same trench in one tier horizontal 100 Mtr 126 12,600.00
11 formation including excavation and refilling the trench etc as required, but excluding sand
cushioning and protective covering(a) Upto 35 sq. mm

Laying of one number PVC sheathed and PVC sheathed/XLPE power cable of 1.1 kV
grade , of following size in the existing HDPE/RCC/ HUME/ METAL pipe as required. (a) 3285 Meter 37 1,21,545.00
12
Upto 35 sq. mm
Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV
70 Meter 28 1,960.00
13 grade of following size in the existing masonry open duct / along pole / loose for
connections etc as required .(a)Upto 35 sq. mm
Providing, laying and fixing following dia G.I. pipe (medium class) in ground complete -
with G.I. fittings including trenching (75 cm deep) and re-filling etc. as required(
14 Zenith/TATA/Jindal-hisar/Prakash- Surya make)
50 mm dia nominal bore 32 Metre 654.20 20,934.40

Painting with synthetic enamel paint on the existing panel of approved brand and 142 Sqm 86.55 12,290.10
15 manufacture of required colour to give an even shade : One or more coats

Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in


foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including
dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the 12.00 Cum 286.85 3,442.20
16
excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.
In all kinds of soil (for foudation of pole)
Providing and laying in position cement concrete of specified grade excluding the cost of
centering and shuttering - All work up to plinth level : Cement concrete 1:2:4 (1 Cement : 13.65 Cum 7365.15 1,00,534.30
17 2 coarse sand (zone-III) derived from natural sources : 4 graded stone aggregate 20 mm
nominal size derived from natural sources)

AE(E) EE(E)
37 | P a g e BSF

Providing and laying in position specified grade of reinforced cement concrete, excluding
the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level :
1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived from natural sources : 3 graded 0.38 Cum 8364.20 3,136.58
18
stone aggregate 20 mm nominal size derived from natural sources)

Centering and shuttering including strutting, propping etc. and removal of form 112.20 sqm 307.95 34,551.99
19 work for : Foundations, footings, bases for columns

26.20 sqm 386.55 10,127.61


20 Cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floating
coat of neat cement. 12 mm cement plaster
Supplying & `erection of 7 meter long Hot-dip Glavanised Octagonal security light poles
with top 70 mm dia and bottom 130 mm dia made of 3 mm thick H T sheet Steel
conforming to grade S 355 complete with G I base plate of size 220 mm (L) X 220 mm
(B) X 12 mm thickness welded at the bottom of pole complete with 4 Nos 20 mm dia
700 mm long foundation bolts with double nut at top , washers, etc alongwith 1.0 mtr
long single side cross arm outer dia 40 mm,confroming to EN 8 grade, including supply 39 Nos 19231 7,50,009.00
21 and embedding 2 Nos. 50 mm dia DWC HDPE pipe for cable entry (from bottom of
foundation to top of foundation for cable entry ), with inbuilt / Vandal
resistance,weathproof electrical junction box having terminal blocks for looping in
/looping out of cables, 6 A 'C' series MCB, din rail, 30 Amp connectors etc mounted on
bakelite sheet for flush door having locking arrangement etc. as required as per
manufacturer specification and as mentioned in NIT and as per direction of Engineer In-
Charge Make-Crompton/Surya/Utkarsh
Supplying of 6 mtr long 65 mm dia G I pipe (medium duty),with reducer of 50 mm dia
with 0.30 mtr 50 mm dia pipe including GI base plate of size 150mmx150mmx06mm 23 Each 8129 1,86,967.00
22 thick belded at bottom , earthing stad etc as required at site and as per direction of
Engineer In- Charge. Make Jindal/ TATA/ Bansal/ Hindustan
Supplying and fixing of G I pipe bracket 1.5 mtr (1.20 mtr - 40 mm dia for fixing of street
light & 0.30 mtr - 65 mm dia as cap) bend in required shape on pole i/c primer and 23 Each 1812 41,676.00
23
painting of bracket etc as required.
Supplying & fixing of PVC loop box having outside dia (295 x 255 x 120)mm and inside
dia (250 x 200 x 100)mm with openable door fixed on hinged at right side of box along
with 6 amp, 10 KA SP MCB mounted on din rail, and 30 Amp 4 way Bakelite connector 23 Each 1578 36,294.00
24 double row black terminal fitted inside the box for the cable connection, accessories etc.
mounted on G.I Pole etc as required. Make Sintex product code- GSB 2520 or
equivalent in Hensel.
Installation testing and commissioning of of 30 watt LED street light on existing bracket
fixed on 06 mtr G.I Pole including wiring with 3 x 1.5 Sqmm FRLS Single core PVC
23 each 714 16,422.00
25 insulated copper conductor (from loop box box to LED fitting), & making connection of
LED street light luminaire etc. as required as per direction/approval of Engg in charge

Installation testing and commissioning of 70 watt LED street light on existing bracket
fixed on 07 mtr octagonal Pole including wiring with 3 x 1.5 Sqmm FRLS Single core
39 each 875 34,125.00
26 PVC insulated copper conductor (from loop box box to LED fitting), & making connection
of LED street light luminaire etc as per direction/approval of Engg in charge

Installation testing and commissioning of 150 watt LED flood light on existing bracket
fixed on 11 mtr octagonal Pole including with the help of sutaible size of nut bolt with
washer including wiring with 3 x 1.5 Sqmm FRLS Single core PVC insulated copper 3 Each 1281.00 3,843.00
27
conductor (from loop box box to LED fitting), & making connection of LED Flood light
etc. as required as per direction/approval of Engg in charge

Painting of exposed portion of street light poles(upto 6.0 mtr), brackets and clamps/box
with one coat of primer and two coats of First quality aluminium/synthetic enamel paint of
approved colour and shade to give an even shade including cleaning of surface with 40 Nos 474 18,960.00
28
sand paper, scrapping etc. and applying one coat of primer and numbering of Pole etc as
required. paint first quality to be used of Berger / Asian paints / Nerolac only
Supplying & erection of 11 meter long Hot-dip Glavanised Octagonal security light poles
with following specifications - Bottom - 175 mm, Top - 70 mm , thick- 3 mm (bottom & top
section) hot deep galvanise sheet , Base plate- 275 mm X 275mm X 16 mm, foundation
bolt size - 24 mm dia, bolt length - 750 mm J-type, Nos of holes - 04 Nos, Foundation
Bolt - 04 Nos including supply and embedding 2 Nos. 50 mm dia DWC HDPE pipe for
cable entry (from bottom of foundation to top of foundation for cable entry ), with inbuilt / 1 Each 30507.00 30,507.00
29 Vandal resistance, weatherproof electrical junction box having terminal blocks for looping
in /looping out of cables, 3 nos 6 A 'C' series MCB, din rail, connectors etc mounted on
bakelite sheet for flush door having locking arrangement etc. as required. with S/F of
circular bracket 40 mm outer dia of medium class GI pipe for mounting of upto 200 watt,
06 nos Led flood light of required shape etc as per manufacturer specification and as
mentioned in NIT and as per direction of Engineer In- Charge Make-
Crompton/Surya/Utkarsh

AE(E) EE(E)
38 | P a g e BSF

Fabrication supply installation testing and commissioning of outdoor type feeder piller,
double door made out of 2.03 mm thick CRCA powdered coated sheet of size 600 mm
(height) x 500 mm (width) x 200 mm deep having 200 amps, 04 nos insulated aluminium
bus bars and to accommodate following accessories, front & back openable door, R-Y-B
LED indicators and P & F of internal connection with suitable size of copper wires,
following accessories & angle iron frame of size 500 mm x 200 mm with 600 mm long
legs made out of 35mm x 35 mm x 5 mm thick angle & grouting the same in suitable
cement concrete foundation, arrangement for incoming & outgoing cables, cable
termination, earthing, locking, interconnection etc. as required and as per direction of
Engineer In- Charge. (CPRI Approved builder)
i) 63 Amps, 4 pole, 415 volts, 50 Hz MCCB make L&T/ Havells//Siemns/ABB - 1 No 2 Each 24,404 48,808.00
30
ii) 32 Amp, DP, MCB, 10 KA Breaking Capacity, C curve, 240 /415 V, 50 Hz make L&T/
Havells/Siemns/ABB- 04 Nos
iii) Digital Multifunction meter (VAF + PF) make L&T Cat no. WC411011OOOO or
equivalent in AE/Siemns- 01Nos
iv) Indicating lamp (LED type) 22.5 mm 230 volt AC Red, Yellow and blue make
L&T/Havells/simens- 03 nos
v) CT Ratio (Amp) 100/05, accuracy class 1, burden 05 VA - make L&T/AE/Trinity -03
nos
SITC of cubical type out door joint box having size 450 mmx 450 mmx 200 mm having
doors on both side fabricated with 2.0 mm thick CRCA sheet mounted on 35 mm x 35
mm x 5 mm angle iron frame, having 600 mm long 04 nos leg stand erected in cement
concrete 1 :3 :6 (1 cement :3 coarse sand : 6 graded stone 40 mm nominal size) 2 Each 5225 10,450.00
31
foundation i/c excavation 30 Cm below the ground. The legs paint with primer and balck
paint as required and consisting of following accessories. 04 nos aluminium bus bar strip
suitable for 200 Amp current carrying capacity having size and also suitable space for
Incoming and outgoing cable.
Total 27,05,707.17

GST difference Multiplication factor(0.0633) on DSR 2022 Rs. 15,27,646 96,700.00

Total 28,02,407.18

Say Rs. 2802407.00

Rates are _________% above/below on the estimated amount.

Executive Engineer (Elect)


FTR BSF HQ RAJ

Signature Not Verified


Digitally signed by AWADH NARESH
Date: 2024.09.20 12:00:37 IST
Location: eProcure-EPROC

AE(E) EE(E)

You might also like