NOTICE INVITING FOR e-TENDER - image

139
1 Correction Nil Deletion Nil Insertion Nil Overwriting Nil AE(P)(C) AE(P)(E) NOTICE INVITING FOR e-TENDER NAME OF WORK: Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work) INDEX S.No. DESCRIPTION PAGES 1. Index 1 2 2. PART A 3 3. Information and Instructions for bidders for e-tendering forming part of bid document 4 7 4. Notice Inviting Tender (Form CPWD- 6) for e-tendering 8 14 5. Composite Percentage Rate Tender & Contract for Works (form CPWD 7) 15 17 6. Receipt of Deposition of Original EMD 18 7. Form of Earnest Money Deposit (Bank Guarantee Bond) 19 8. Form of Performance Security (Guarantee) Bank Guarantee Bond 20 9. Schedule A to F for major component 21 30 11. PART B (Electrical Work) 31 12. General Specifications and Conditions (Electrical Work) 32 13. Special Terms & Conditions for Internal /External Electrical Installations 33 35 14. Special Conditions for Execution of Fire Alarm Works 36 39 Executive Engineer (E) DED-51, CPWD, R.K. Puram, New Delhi

Transcript of NOTICE INVITING FOR e-TENDER - image

1

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

NOTICE INVITING FOR e-TENDER

NAME OF WORK: Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

INDEX

S.No. DESCRIPTION PAGES

1. Index 1 – 2

2. PART – A 3

3. Information and Instructions for bidders for e-tendering forming part of bid

document

4 – 7

4. Notice Inviting Tender (Form CPWD- 6) for e-tendering 8 – 14

5. Composite Percentage Rate Tender & Contract for Works (form CPWD – 7) 15 – 17

6. Receipt of Deposition of Original EMD 18

7. Form of Earnest Money Deposit (Bank Guarantee Bond) 19

8. Form of Performance Security (Guarantee) Bank Guarantee Bond 20

9. Schedule A to F for major component 21 – 30

11. PART – B (Electrical Work) 31

12. General Specifications and Conditions (Electrical Work) 32

13. Special Terms & Conditions for Internal /External Electrical Installations 33 – 35

14. Special Conditions for Execution of Fire Alarm Works 36 – 39

Executive Engineer (E) DED-51, CPWD,

R.K. Puram, New Delhi

2

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

PART - A

3

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

INFORMATION AND INSTRUCTIONS FORBIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT

The Executive Engineer (E), Delhi Electrical Division-51, CPWD, East Block-III, Level-VII, R.K. Puram, New Delhi on behalf of President of India invites online composite percentage rate bid from the approved and eligible composite category contractors of CPWD for the following work:

S.N

o.

NIT

No

.

Na

me

of

wo

rk &

Lo

cati

on

Sti

pu

late

d P

eri

od

of

Co

mp

leti

on

Las

t d

ate

& t

ime

of

on

lin

e s

ub

mis

sio

n o

f

bid

, c

op

y o

f re

ce

ipt

of

dep

os

itio

n o

f o

rig

ina

l

EM

D a

nd

oth

er

do

cu

me

nts

as s

pe

cif

ied

in

th

e b

id d

ocu

me

nt

Da

te &

tim

e o

f o

pe

nin

g

of

bid

1 2 3 6 7 8

1

16/E

E(E

)/D

ED

- 5

1/2

01

9-2

0

Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

3

mo

nth

s

U

p t

o 3

:00 P

M o

n

02-0

3-2

020

At

3:3

0 P

M o

n

02-0

3-2

020

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 bid document 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 can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.infree of cost

4. But the bid can only be submitted after deposition of Original EMD in the Office of The Executive Engineer (E), Delhi Electrical Division-51, CPWD, R.K. Puram, New Delhi or division office of any Executive Engineer, CPWD within period of bid submission and uploading the mandatory scanned documents such as Demand Draftor Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank EMD in favour of The Executive Engineer (E), Delhi Central Electrical Division-VII, CPWD, R.K. Puram, New Delhi, receipt for disposition of original EMD to the division of any Executive Engineer (including NIT issuing EE/AE, CPWD) and other documents as specified.

4

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

5. 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.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Certificate of Financial Turn over: At the time of submission of bid Contractor may upload

Affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and further details if required may be asked from the Contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet.

10. Contractor must ensure to quote rate in the prescribed column(s) 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.

11. The eligibility bid shall be opened first on due date and time as mentioned above. The time and date of opening of financial bid of Contractors qualifying the eligibility bid shall be communicated to them at a later date. Bid shall remain valid for 30 days from date of opening of eligibility bid.

12. Pre-Bid conference shall be held in the chamber of Superintending Engineer, Delhi Circle-V, CPWD, East Block-IV, Level-IV, R.K. Puram, New Delhi-110066 at 3:00 PM on 24.02.2020 to clear the doubt of intending bidders, if any.

As a result of pre-bid conference, certain modifications may be required. Addendum/Corrigendum shall be uploaded by the Engineer-in-charge, if felt necessary by him, which shall form part of bid document. Therefore, it is mandatory for the bidder to see the final bid document after the pre-bid conference and above uploaded modifications/addendums/ corrigendum on the website and accordingly quote the percentage rate in the financial bid before the last date & time of submission of bid.

The bidders are advised to visit the site before attending the pre-bid meeting to have more clarity about the site conditions and availability of space for execution of the work.

5

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

13. 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.

14. The contractor has to submit all the document in modified prescribe Performa, if not uploaded on desired Performa with the bid document within 7 days of communication from EE. No new document will be accepted.

15. Integrity pact of the bid document shall be signed between Engineer-in-Charge and the

successful bidder after acceptance of the bid.

16. The bidder must associate with himself, agencies of the appropriate eligibility to bid for each

of specialized nature of items/work listed below individually. Such works shall be got executed only through associated agencies specialized in these fields. The bidder whose bid is accepted shall indicate the name(s) of his associated specialized agencies those fulfilling the eligibility criteria laid down below after award of work and at least 30 days before commencement of such items/work for the approval of the Engineer-in-charge of that component, whose decision shall be final and binding. If the bidder, having valid electrical license if applicable for E&M works, himself fulfills the eligibility criteria laid down below for associated specialized agencies, then the bidder shall not require to associate with himself the associated specialized agency.

S.No. Specialized work(s)/

item of work(s) Eligibility Criteria of Associated Agencies

A. Major work (E&M)

UPS The bidder shall associate specialized agencies/ firms who have satisfactorily completed three specialized works of similar nature of each costing not less than amount equal to 40% of bided amount of corresponding sub work, or two specialized works of similar nature each costing not less than amount equal to 60% of bided amount of corresponding sub work or one similar work costing not less than amount equal to 80% of bided amount of corresponding sub work during the last seven years ending previous day of last day of submission of bids. The value of executed similar works 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 to previous day of last day of submission of bids.

VRV/VRF System CCTV & Allied

Equipments Intercom System Fire alarm system

17. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.

6

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

1. Treasury challan / Demand draft/Pay order or Banker‟s Cheque / Deposit at Call Receipt / Fixed Deposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled Bank against EMD

2. Enlistment Order of the Contractor.

3. Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer (including NIT issuing EE/AE)

4. GST Registration Certificate of the state in which the work is to be taken up i.e. in Delhi. If the bidder has not obtained GST registration in the State in which the work is to be taken up or as required by GST authorities, then in such a case the bidder shall scan and upload following under taking along with other bid documents.

“If work is awarded to me, I/We shall obtain GST registration certificate of the State, in which work is to be taken up, within one month from the date of receipt of award letter or before release of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in payments which will be due towards me/us on a/c of the work executed and/or for any action taken by CPWD or GST department in this regard.

List of Documents to be scanned and uploaded within the period of bid submission:

7

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

CPWD-6 FOR e-Tendering

1. The Executive Engineer (E), Delhi Electrical Division-51, CPWD, East Block-III, Level-VII, R.K. Puram, New Delhi invites on behalf of President of India online composite percentage rate tender from approved and eligible contractor of appropriate class of composite category of CPWD for the following work:

Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi.(Civil & Electrical Work).

The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be valid on .the original date of submission of bids.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 which is available as a Govt. of India Publication and also available on web site www.tenderwizard.com/cpwd or www.cpwd.gov.in or www.eprocure.gov.in. Bidder 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 3 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. (i) The site for the work is available in parts.

(ii) The architectural and structural drawings shall be submitted by the bidder whose bid is accepted. Nothing will be paid on account of submission of Design, Architectural drawings and Structural drawings .

5. The bid document 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 on website www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.infree 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 of Executive Engineer (E), Delhi Central Electrical Division-VII, CPWD, R.K. Puram,

8

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

New Delhi) shall be scanned and uploaded to the e-Tendering website within the period of bid submission. TheoriginalEMDshouldbedepositedeither in theoffice of Executive Engineer inviting bids ordivisionoffice of any Executive Engineer, CPWD withintheperiod of bid submission. TheEMDreceiving ExecutiveEngineer(including NIT issuing EE/AE) shallissueareceiptofdeposition of earnest money deposit to thebidderin a prescribed format (enclosed) uploadedbytender inviting EE in the NIT.

A part of earnest money is acceptable in the formofbank guarantee also. In such case,

minimum 50%ofearnest money or Rs. 20 lac, whichever is less,shall have to be deposited in shape prescribed above,andbalance may be deposited in shape of

BankGuarantee of any scheduled bank having validityfor6 months or more from the last date of receiptofbids which is to be scanned and uploaded bytheintendingbidders.

Copy of Enlistment order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of bid submission. However, certified copies of all the scanned and uploaded documents as specified in press notice shall have to be submitted by thelowest bidder only within a week physically in the office of tender opening authority. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose original EMD deposited with any division office of CPWD and other documents scanned and uploaded are found in order.

8 A). The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD

shall have to deposit tender processing fee at existing rates, or they have option to switch over to the new registration system without tender processing fee any time.

The bid submitted shall be opened at 3.30 P.M. on 02-03-2020.

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if: (i) The bidder is found ineligible. (ii) The bidder does not upload scanned copies of all the documents stipulated in the

bid documents.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest tenderer in the office of tender opening authority.

(iv) 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.

10. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than 10,000/-) 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 (in case guarantee amount is less than Rs. 1,00,000/-) or Government

9

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

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 bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by the contractor for the said work within the period specified in Schedule F.

Copies of other drawing & documents pertaining to works will be open for inspection by the tenderers at the office of above mentioned officer.

11. The description of the work is as follows:

Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids 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 bidders 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 bidders 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 bid by a bidders 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 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 bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids 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.

10

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted a Divisional 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 gazetted officer in the Central Public Works Department or in theMinistry of Urban Development 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 bid for the works shall remain open for acceptance for a period of 30 (thirty) days

from the date of opening of bids in case of single bid system and 75 (seventy five) days from the date of opening of technical bid in case bids are invited on 2 or 3 bid system. Further

(i) If any tenderer with draws his tenders or makes any modifications in the terms & condition of the tender which is not acceptable to the department within 7 days after opening of tender (excluding date of opening of tender) then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely.

(ii) After 7 days of opening of tender the Government shall without prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest money absolutely.

(iii) The bidders shall not be allowed to participate in the rebidding process of the work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

(b) Standard C.P.W.D. Form 7 (GCC-2020 for maintenance work)

11

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

19. For Composite Tenders

The Executive Engineer in charge of the major component will call tenders for the composite

work. The cost of tender document and Earnest Money will be fixed with respect to the

combined estimated cost put to tender for the composite tender.

The tender document will include following three components:

Part A:- CPWD-6, CPWD-7 including schedule A to F for major component of the

work, Standard General Conditions of Contract-2020 for maintenance

work.

Part B:- General/specific conditions, specifications and schedule of quantities

applicable to major component of the work.

Part C :- Schedule A to F for minor component of the work (competent authority under clause 2 and clause 5 shall be same authority as mentioned in schedule A to F for major component), General/specific conditions, specifications and schedule of quantities applicable to minor component(s) of the work.

The bidders must associate himself with agencies as per NIT conditions:

S.No. Specialized work(s)/

item of work(s) Eligibility Criteria of Associated Agencies

A. Major work (E&M)

UPS The bidder shall associate specialized agencies/ firms who have satisfactorily completed three specialized works of similar nature of each costing not less than amount equal to 40% of bided amount of corresponding sub work, or two specialized works of similar nature each costing not less than amount equal to 60% of bided amount of corresponding sub work or one similar work costing not less than amount equal to 80% of bided amount of corresponding sub work during the last seven years ending previous day of last day of submission of bids. The value of executed similar works 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 to previous day of last day of submission of bids.

VRV/VRF System CCTV & Allied

Equipments Intercom System Fire alarm system EI & Fans

All amounts rounded off to a convenient full figure, in the last 7 years ending previous day of

last date of submission of bids.

The value of executed works 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 to the last date of submission of bid.

12

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

The eligible bidders shall quote rates for all items of major component as well as for all items of

minor components of work.

After acceptance of the tender by competent authority, the EE in charge of major component of

the work shall issue letter of award on behalf of the President of India. After the work is

awarded, the main contractor will have to enter into one agreement with EE in charge of

major component and has also to sign two or more copies of agreement depending upon

number of EE‟s/DDH in charge of minor components. One such signed set of agreement

shall be handed over to EE/DDH in charge of minor component(s). EE of major

component will operate Part A and Part B of the agreement. EE/DDH in charge of minor

component(s) shall operate Part C along with Part A of the agreement.

Entire work under the scope of composite tender including major and all minor components

shall be executed under one agreement.

Security Deposit will be worked out separately for each component corresponding to the

estimated cost of the respective component of works.

The main contractor has to associate agencies for specialized component(s) conforming to eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-charge of relevant component(s).within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of relevant component(s).

In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized component(s). The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

The main contractor has to enter into MoU with agency(s) associated by him. Copy of such

MoU shall be submitted to EE/ DDH in charge of each relevant component as well as to EE in charge of major component. In case of change of associate contractor, the main agency(s) has to enter into MoU/agreement with the new contractor associated by him (if applicable).

Running payment for the major component shall be made by EE of major discipline to the main

contractor. Running payment for minor components shall be made by the Engineer-

in-charge of the discipline of minor component directly to the main contractor.

(A) The composite work shall be treated as complete when all the components of the work are

complete. The completion certificate of the composite work shall be recorded by

Engineer-in-charge of major component after record of completion certificate of

all other components.

13

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

(B) Final bill of whole work shall be finalized and paid by the EE of major component.

Engineer(s) in charge of minor component(s) will prepare and pass the final bill

for their component of work and pass on the same to the EE of major component

for including in the final bill for composite contract.

Executive Engineer (E) Delhi Electrical Division-51

CPWD, R.K. Puram, New Delhi

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

15

CPWD-7

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

STATE Delhi CIRCLE Delhi Circle -V

REGION ADG(RD) DIVISION Delhi Electrical Division-51

Composite Percentage Rate Tender & Contract for Works

(A) Tender for the work of :-

Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

(i) To be submitted online by 15.00 Hrs. on 02-03-2020 to Executive Engineer (E), Delhi Electrical Division-51, CPWD, R.K. Puram, New Delhi.

(i) To be opened online in presence of tenderers who may be present at 15.30 Hrs. On 02- 03-2020 in the office of Executive Engineer (E), Delhi Electrical Division-51, CPWD, R.K. Puram, New Delhi. (Email : [email protected] and [email protected]

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-2019, 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 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-2019 and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Thirty (30) days from the due date of its opening in case

of single bid system and not to make any modifications in its terms & conditions.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

16

Further, I/We agree that in case of forfeiture of Earnest Money or both Earnest Money and 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 work(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 CPWD 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 therefrom 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 the Contractor Postal Address ---------------------- ** Telephone No ---------------------- **

Witness ------------------------------ ** Address ------------------------------- ** Occupation ----------------------- **

FAX -------------------------------------- ** E-MAIL ---------------------------------- **

** To be filled by Contractor

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

17

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:-

(a) * (b) * (c) *

Dated ………*……..

For & on behalf of the President of India

Signature……………*……………..

Designation………………*…………….

( * ) To be filled in by the EE.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

18

Annexure-X

Receipt of deposition of original EMD

Receipt No.: Date :

1. Name of Work : Renovation of Office Space for National Testing

Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

2. NIT No. : 16/EE(E)/DED-51/2019-20

3. Last date of

submission of bid : 15.00 Hrs. On 02-03-2020

…………………………………………………………………………………………………

6. Name of Contractor : ………………………………………...#

7. Form of EMD : …………………………………………#

8. Amount of Earnest Money Deposit ............................................................................ #

9. Date of

submission of EMD ................................................................................... #

Signature, Name and Designation of EMD receiving officer (EE / AE(P) / AAO)

along with Office stamp # to be filled by EMD receiving EE/DDH

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

19

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 Executive Engineer) (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 this .................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,

We undertake to pay to the Engineer-in-Charge up either to the above amount or part thereof

upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his

demand, provided that in his demand the Engineering-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 90 days for single bid works and 120 days for two bid system from last date of receipt of tender.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

20

FORM OF PERFORMANCE SECURITY (GUARANTEE) BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “The Government”) having offered to accept the terms

and conditions of the proposed agreement between…………………………….and .................................... (hereinafter

called “the said Contractor(s)”) for the work ........................................................................ (hereinafter called “the said

agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs ...................... (Rupees

………………………………… only) as a security/guarantee from the contractor(s) for compliance of his obligations in

accordance with the terms and conditions in the said agreement.

1. We, ............................................. (hereinafter referred to as “the Bank”) hereby undertake to pay to the

Government an amount not exceeding Rs. ……………………….. (Rupees ........................ Only) on demand

by the Government.

2. We, ............................................ (indicate the name of the Bank) do hereby undertake to pay the amounts

due and payable under this guarantee without any demure, merely on a demand from the Government

stating that the amount claimed as required to meet the recoveries due or likely to be due from the said

contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and

payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to

an amount not exceeding Rs.………………….. (Rupees ..................................... only)

3. We, the said bank further undertake to pay the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal

relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment

thereunder and the Contractor(s) shall have no claim against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of

the said agreement and that it shall continue to be enforceable till all the dues of the Government under or

by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineering-

Charge on behalf of the Government certified that the terms and conditions of the said agreement have

been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, .......................................... (indicate the name of the Bank) further agree with the Government that the

Government shall have the fullest liberty without our consent and without affecting in any manner our

obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of

performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any

of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our liability by

reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act

of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or

by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision,

have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

7. We, ......................................... (indicate the name of the Bank) lastly undertake not to revoke this guarantee

except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to .................................... unless extended on demand by the Government.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to

Rs.…………………… (Rupees ………………..) and unless a claim in writing is lodged with us within six

months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this

guarantee shall stand discharged.

Dated the ………………..day of ……………………for ......................... (indicate the name of the Bank)

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

21

PROFORMA OF SCHEDULES (Electrical)

SCHEDULE ‘A’

Schedule of quantities (as per PWD 3) --- Enclosed from Page No. 94 to 113

SCHEDULE 'B'

Schedule of materials to be issued to the contractor

Sl.No Description of item Quantity Rates in figures &words at which the

material will be charged to the Contractor Place of issue

1 2 3 4 5

NIL

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

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any

SCHEDULE ‘E’

Reference to General Conditions of contract General Conditions of Contract – 2020 for maintenance work

Name of work : Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil & Electrical Work)

(i) Performance Guarantee

(ii) Security Deposit

SCHEDULE `F’: GENERAL RULES & DIRECTIONS:

5% of tendered value

2.5% of tendered value

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

22

Officer Inviting tender : Executive Engineer (E), Delhi Electrical Division-51, CPWD,

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3.

Definitions :

As per clause 12 below

2 (v)

2(viii)

Engineer-in-charge Executive Engineer (E), Delhi Electrical Division-51, CPWD,

Accepting Authority Superintending Engineer, Delhi Circle-V

2 (x) Percentage on cost of material and labour to cover all overheads and profits

15 %

2 (xi)

2 (xii)

9(ii)

Standard Schedule of Rates DSR 2018 along with DAR with correction slips up to last date of submission of tender

Department CPWD

Standard CPWD contract form : General Conditions of Contract-2020 for maintenance work

Clause 1:

(i) Time allowed for submission of Performance Guarantee, Program chart (Time and Progress),and applicable labour licenses, registration with EPFO,ESIC and BOCW welfare board or proof of applying there off 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 beyond the period {provided in(i)}above

5 days

Clause 2:

Authority for fixing compensation under clause 2.

Superintending Engineer Delhi Circle-V

Clause 5:

Number of days from the date of issue of letter of acceptance for reckoning date of start

15 days

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

23

Mile stone(s) as per table given below:-

Sl. no.

Description of mile stone (s) (Physical)

Time allowed in days (From date of start)

Amount to be withheld in case of Non-achievement of Mile stone on agreement

1. 1/2th Value of the work 1/2

th Period of time 2% of tender amount

2. 100% Value of the work Stipulated Period of Time 2% of tender amount

The withheld amount due to non-achievement of mile stone may be released if the subsequent mile stone is achieved in the specified time.

Mile stones shall be applicable both for major component (civil work) as well as for minor component (electrical work) of the work as attached. The main contractor will ensure that electrical components of the work are executed in time without giving any chance for slippages of mile stones on account of delay in execution of electrical work by him. However, in case mile stones are not achieved by the contractor for the work, the amount shown against milestone shall be withheld by the Executive Engineer in charge of the major component. Note : Intending tenderer may submit physical activities/mile stones on the basis of their resources and methodology at the time of tendering corresponding to physical mile stones /stages as indicated in the above table. These shall be formed part of agreement after approval of the accepting authority, otherwise it would be assumed that agency agrees with the above mentioned physical mile stones.

TIME ALLOWED FOR EXECUTION OF WORK—3 MONTHS

Authority to decide:

(i) Extension of time Executive Engineer (E), Delhi Electrical Division-51, CPWD

(ii) Rescheduling of mile stones

(iii) Shifting of date of start in case of delay in handing over of site

NA

Superintending Engineer Delhi Circle-V

Clause 6

Clause applicable – (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

Clause 7A

Whether clause 7A shall be applicable

6

1 Cr.

Or

As mutually agreed by both parties.

Yes

Clause 10 A: As per site requirement

Clause : 10B(ii)

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

24

Whether clause 10B (ii) shall be applicable

Clause 10 C:-

Component of labour expressed as percent of value of work

NO

NA

Clause 10 CA

Materials Covered under this Nearest materiall(other than Base Price( without GST) of all

clause cement, reinforcement bars the materials covered under

and structural steel) for Clause10CA (Rs.) as per which All India Wholesale DG/10CA/48 dt 17.01.2020 Price Index is to be followed

Rate Period

1. Cement (OPC grade43) Not Applicable

2. Reinforcement bars Not Applicable

3. Structural steel (Primary manufacturer) Not Applicable

* includes Cement component used in RMC brought at site from outside approved RMC plants, if any.

Clause 10 CC Not Applicable

Clause 11:

Specifications to be followed for execution of Civil work

Clause 12:

Type of work

12.2 & 12.3

CPWD specifications 2009 (Vol-I and II) with upto date correction slips till the date of receipt of tenders.

Maintenance work

(i)

(ii)

Deviation limit beyond which clauses 12.2 & 12.3 shall apply for superstructures work & foundation work (except item mentioned in earthwork sub head in DSR and related items)

Deviation Limit for items in earth work subhead of DSR or related items

50% (fifty percent)

100% (hundred percent)

Superintending Engineer Delhi Circle-V

Clause 16:

Competent Authority for deciding reduced rates

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

25

Clause 18 List of Mandatory machinery, tools and

plants to be deployed by the contractor at site.

At per site requirement

Clause25

Disputeredressal Committee(DRC)shall contain the following officers

S.N Constitution Members Remarks

1. Chairman Chief Engineer, NDZ-III, CPWD, New Delhi.

2. Member Superintending Engineer, DC-5, CPWD, New Delhi Secretary

3. Member-1 Superintending Engineer (W cum TLQA) O/o ADG(RD), CPWD, New Delhi.

4. Member-2 Superintending Engineer, DC-6, CPWD, New Delhi

5. Member Executive Engineer (E), Delhi Electrical Division-51 shall present the case before DRC but will not have any part in decision making.

Clause36(i): RequirementofTechnicalRepresentative(s)&recoveryRate:

Requirement of Technical Staff Rate at which recovery shall

Minimum

Number (of experience Designation of be made from the contractor

Qualification Major + Minor (Years) technical staff in the even of not fulfilling

provision of clause-36(i) Component)

Graduate 5 (and having Project Manager Rs. 25,000/- per month Engineer 1 experience of one per person

or similar nature of Project

Diploma work) Planning/ Rs. 15,000/- per month Engineer 1+1 2 or 5 respectively quality/site/ per person

billing Engineer

Assistant Engineer retired from Government services who are holding Diploma will be treated at per with Graduate Engineer.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at per with graduate engineers for the purpose of such deployment subject to the condition that such diploma holder should not exceed 50% of requirement of degree engineers.

Clause42

(i) (a) Schedule/statement for determining theoretical quantity of cement on the basis of Delhi Schedule of Rates-2018 printed by CPWD with upto date correction slips

(i) Variations permissible on theoretical quantities:

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

26

a) Cement For works with estimated cost put to tender not more than Rs. 5 lakh

For works with estimated cost put to tender more than Rs. 5 lakh

b) Steel reinforcement

c) All other materials.

3% plus/minus

2% plus/minus

2% plus/minus

Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION NOT APPICABLE

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

27

WILLINGNESS CERTIFICATE (Separate for each sub head of E&M works)

Name of work:

1) I hereby give my willingness to work as electrical contractor for the above-mentioned work,

for the E &M Sub-head………………………………………………………………………………. (Mention the name of the Sub-Head of E&M works for which application is being submitted)

2) I will execute the work as per specifications and conditions of the agreement and as per

directions of the Engineer-in-charge. Also, I will employ full time technically qualified supervisor for the works.

3) I will attend inspection of officers of the department as and when required.

Signature of Main Contractor Signature of Associate Electrical

Date Date

Place Place

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

28

COUNTERSIGNED

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address] Enlistment Status Valid Upto: [Henceforth called the main contractor]

And

2] M/S [Name of the firm with full address]

Enlistment Status Valid Upto: [Henceforth, called Associated Electrical Contractor or Electrical Contractor]

Name of Work:

We state that M.O.U between us will be treated as an agreement and has legality as per

Indian Contract Act [amended upto date] and the department [CPWD] can enforce all the terms and conditions of the agreement for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement to the extent this MOU allows. We have agreed as under:

1] The associated electrical contractor will execute all electrical works in the wholesome

manner as per terms and conditions of the agreement. Any type of internal transaction between the electrical contractor and main contractor shall be as per their convenience and mutual understanding without involving the department. Security deposit shall be deducted as per agreement.

2] The electrical contractor shall be liable for disciplinary action and other legal action as per

agreement if he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.

3] All the machinery and equipments, tools and tackles required for execution of the electrical works. As per agreement shall be the responsibility of the electrical contractor.

4] The site staff required for the electrical work shall be arranged by the electrical contractor as

per terms and conditions of the agreement.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED ELECTRICAL CONTRACTOR.

Date: Date:

Place: Place:

EXECUTIVE ENGINEER (ELECTRICAL)

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

29

PART – B

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

30

GENERAL SPECIFICATIONS AND CONDITIONS (ELECTRICAL WORK)

1. The work shall be carried out as per CPWD General specification Part –I (Internal) & Part-II (External) 2013 and relevant applicable amended upto date, and as per instructions of Engineer-in-charge.

2. The work is to be carried out in security area hence no claim for idle labour shall be entertained, also contractor has to carry out the work as per convenient to client deptt.

3. Nothing extra will be paid on account of cartage etc.

4. No T & P will be issued from department.

5. All the material shall be got approved from Engineer-in-charge before use at site.

6. The rates quoted by the firm shall be inclusive of all taxes, levies, octroi, cartage, handling charges and works contract tax and nothing extra shall be paid on this account.

7. The site shall be cleared of malba, debris caused by working at site by the contractor without any extra cost to the department.

8. Any damage to the building / installation occur during the execution of work shall be got repaired by the contractor without any additional cost.

9. The department reserves the right to send such materials to the manufacturers authorized test laboratory to verify the genuineness & quality of the product.

10. The contractor is advised to visit the site before quoting for this tender to apprise himself about the site environments & other conditions like, if there any additional/Alteration to existing installation of equipments same shall be arranged by him within quoted rates and nothing extra shall be paid on this account. Drawing & inventories can be seen in the office of undersigned.

11. The contractor shall be responsible for any damage done to the building or AC plant equipments/ electrical installations during the execution of the work. Damage, if any shall have to be made good by the contractor at his own cost failing which the same shall be got rectified /made good at the risk & cost the contractor.

12. The work shall be carried out in engineering like manner & bad workmanship shall be rejected summarily. For redoing the job, no claim of the contractor shall be entertained on this account.

13. The contractor or his authorized representative shall sign the site order book & comply with the remarks entered therein by the representative of the Department.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

31

SPECIAL TERMS & CONDITIONS FOR INTERNAL /EXTERNAL ELECTRICAL INSTALLATIONS

1. For execution of work the main contractor should have valid contractor license issued by

appropriate authority under IE rules or should associate firm with such license for which approval of the associate firm should be taken from Engineer in charge.

No change in associate contractor will be allowed, without prior approval of the competent authority.

In case, the performance of such associate contractors is not found satisfactory, the Engineer-in-charge with the approval of Superintending Engineer (E) can ask for replacement by another suitable contractor as per eligibility criteria mentioned above. In such case the main tenderer will submit all the details of new contractor to be associated.

2. CONFIRMATION TO SPECIFICATIONS

The work shall be carried out as per CPWD Specification for Electrical Works Part-I Internal Works 2013, Part-II External Work 1995, as amended upto date and as per Additional specification and condition. The installation shall comply with the requirement of India Electricity Rules 1956 as amended upto date.

3. WORK TO BE DONE BY THE CONTRACTOR

i) The tenderer are advised to visit the site to access the requirement of the site and probable difficulties in execution of the work, before tendering.

ii) Unless otherwise mentioned in the tender document, the following works shall be done by the contractor, and therefore their cost shall be deemed to be included in their tendered cost.

a) Cutting and making good all the damages caused during installation and restoring the same to their original finish.

b) Sealing of all floor opening provided by them for pipes and cable, from fire safety point of view, after laying of the same.

c) Painting at site of all exposed metal surface of the installation others than pre-painted items and erection, shall however be rectified to the satisfaction of the Engineer in- charge.

d) Temporary shed and storage space required for the storage with locking arrangement and their watch and ward of the materials and complete installation till completion of the work.

e) Testing and commissioning of complete installation.

4. All the conduits drops on the wall shall be embedded, to the extent feasible.

5. All the dismantled materials shall be stored at a place by the contractor and then hand over to the JE(E) in-charge at his store.

6. No T&P shall be issued by the department.

7. No claim for the idle labour shall be entertained by the department.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

32

8. The debris/malba due to electrical work shall be removed and sites shall be cleared by the contractor as soon as work is over for the day. Any damages to civil work due to execution of electrical work shall have to be made good by the electrical contractor without any extra cost

9. ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:

The acceptable makes of various equipments / components / accessories have been indicated in “Acceptable Makes” indicated in the list given in Annexure 1

The makes/models and Cat. No. etc. mentioned above are indicative only. The firms shall be responsible for providing the system fulfilling the specifications,capacity and all other related requirement of system ensuring compatibility between different items of work.

10. PAYMENT TERMS:

Payment shall be made as per the payment condition mentioned below:-

S No. Stage of Work Percentage of Rate

1. Supply of Panels, feeder pillars, DB‟s,

Transformers, HT and LT panel, rising main,

DG sets, CCTV cameras, EPBAX exchange,

lifts, pumps, fire alarm panel, detectors,

workstation, chillers, cooling tower, AHU,

ventilation fans, pressurization fans, server

for LAN, items of BMS system, water

treatment plant, RO plant, other major

equipments etc

80% on pro rata basis

2. Supply for rest of the items as mentioned at

S.No 1 above except wires and modular

switch socket and accessories

70% on pro rata basis

3. Installation of the items mentioned in the Sr.

No. 1

10% on pro rata basis

4. Installation of items mentioned at S.No 2 20% on pro rata basis

5. Testing, commissioning, NOC from the

statuary authority as applicable and handed

over to the department.

10%

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

33

SPECIAL CONDITIONS FOR EXECUTION OF FIRE ALARM WORKS

Scope of Work:-

These specification covers the supply, erection, testing and commissioning of

addressable fire alarm system.

Following documents must be made available from the equipment manufacturer by the bidder and submitted after award of work. The contractor shall provide equipment of only those makes for which he submits these documents:-

a) Letter from the equipment manufacturer that the tenderer is an Authorized

distributor/dealer of the Manufacturer.

b) Letter from the Equipment Manufacturer, that the equipment manufacturer shall provide full support and assistance required for successful execution of the Project to the dealer.

GENERAL DESCRIPTION OF INTELLIGENCE FIRE ALARM SYSTEM

The number of detectors and location shall confirm to relevant standards. Addressable multi-

criterial detectors shall be used. The detectors shall give the visual and audible alarm at the respective control panel.

The fire alarm panel shall operate 240 V + 10% 50 Hz. The FDAS/Fire Panel shall also be provided with a dedicated standby power supply system (battery and charger) capable of maintaining the system for a period of not less than 24 hours after failure of AC power supply after which sufficient battery shall remain to provide full load operation for at least 30 minutes.

The system should be able to detect any type of smoke, fire and heat in the respective site

area. The FAS shall be able to recognize normal and alarm conditions, below normal sensor values that reveal trouble conditions, and above normal values that indicate either a alarm condition or the need of maintenance.

Read-out or address an actual detector location. The operator shall also be able to adjust

alarm and alarm thresholds and other parameters for the smoke sensor.

Provide a maintenance/pre-alert alarm capability at smoke sensors to prevent the detectors from indicating a false alarm due to dust, dirt etc.

Provide alarm verification of individual smoke sensors. System that performs alarm verification

on a zone basis shall not be acceptable. Alarm verification shall be printed on the printer at the control stations to enhance system maintenance and identify possible problem areas.

Provide local numeric point address on the Touch screen display of device and current

condition of the fire and fault events.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

34

Provide outputs that are addressable, i.e. outputs shall have point address.The operator shall be able to command such points manually or assign the points to Logical Point Groups (Software Zones) for Pre-programmed operation.

In the event of a fire alarm, but not in a fault condition, the following action shall be performed automatically.

a) The System Alarm LED on the main fire alarm control panel shall flash.

b) A local sounder shall be sounded.

c) The Touch Screen display on the main fire alarm control panel shall indicate all information associated with Fire Alarm condition including the type of alarm point and its location within the premises.

d) Provision for printing from the history storage equipments shall log the information

Associated with the Fire Alarm Control Panel condition alongwith the time and date of occurrence shall be possible.

e) All system output programs assigned via control-by-event programs that are to be

activated by a particular point in alarm shall be executed, and the associated system output (alarm notification appliances and/or relays) shall be activated.

The Main Fire Alarm Panel shall be

a) Microprocessor controlled by Multiprocessor-technology with peripheral intelligence

for mixed operation of bi-directional digital data transfer; fire peripherals can be connected unitarily by two-wire stub and /or loop or loopout technology as well as conventional technology.

b) Possibility to double the panel processor for redundancy.

c) Modular structure which can be customized by plug in modules as per the

requirements. d) Shall allow the exchange or adding of modules while the panel is operating (hot plug)

e) The panel shall be expandable to at least 2 loops.

f) The panel shall have a 3" (minimum) graphic user friendly touch screen back lit display, with soft keys, for displaying alarm events and operating functions as well as customer specific data e.g. statement of place. Simple LCD display based panels shall not be acceptable.

g) The panel shall carry out central unit functions e.g. switch off of a single detector or

detector zone, setting of verification time.

h) The panel shall offer an event log that records a minimum of 1000 events to be displayed on a touch screen or panel programming software.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

35

Addressable Multi criteria Smoke and Heat Detectors:

1. Smoke detectors shall be addressable devices, and shall connect with two wires to one of the Fire Alarm Control Panel loops. Minimum of 250 detector and devices should connect to one loop.

2. The detectors shall have integrated turning switches to ensure easy addressing of detectors, either automatically or manually, as well as with or without auto detection.

3. Each detector must have in built fault isolation feature (either in detector Head or in detector base) for the fail safe functioning of the system.

4. The area covered by each smoke detector shall be as per UL/EN/BIS/Vds Guidelines.

5. The detectors shall allow T-Tapping / Stub lines. 6. The detector should have both ROR and fixed heat type characteristics. 7. Permissible ambient Temp : 100 C to 500 C.

8. Permissible Humidity: 95 % (Non-condensing)

Addressable Sounder:

1. Sounder for sounding a local alarm with integrated tone generator and sound converter, monitored control.

2. Voltage should be supplied via the ring bus system/external power feed. 3. Designed for surface and flush mounting cable feed. 4. Individual control of sounders via assigning to any desired detector in the fire

detector system. 5. The sounder shall be monitored from the Fire Alarm Control Panel.

6. The sounder shall to capable of generation of minimum 8 Audio tones. These tones must be programmable from the fire control panel; at least one of these tones can be selected to comply with at least 80 DB at a distance of 1 meter and at frequency range of 440 Hz to 2850 Hz.

Addressable Manual Call points:

1. Addressable manual stations shall be provided to connect the Fire Alarm Control Panel loops.

2. The manual stations shall on command from the Control Panel send data to the panel representing the state of the manual station.

3. Stations shall be suitable for surface recess mounting. 4. The Manual Call points shall be of only electronic address-setting type to avoid any

subsequent external address tampering. 5. Alarm activation by breaking of the glass pane.

PVC insulated PVC sheathed armoured copper conductor cable shall have outer sheath of

colour as per instruction of Engineer-in-charge.

All detectors and devices shall be mounted on suitable gang boxes wherever required with suitable arrangement for termination of cable/conduit/flexible pipe and quoted rates shall be inclusive of all sundries and nothing extra shall be paid on this account

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

36

DETAIL OF ACCEPTABLE MAKES

A Main Fire Panel ATEIS/Honeywell-ESSER/Notifier-Onyx/Johnson

Control/EST Series –UTC Fire & Security

B Multicriteria Smoke and Heat Detector

ATEIS/Honeywell-ESSER/Notifier-Onyx /Johnson Control/EST series –UTC Fire & Security

C Manual Call Point ATEIS/Honeywell-ESSER/Notifier-Onyx/Johnson Control/UTC Fire & Security

D Loop Sounder ATEIS/Honeywell-ESSER/Notifier-Onyx/Johnson Control/UTC Fire & Security

E Conduit AKG/BEC/NIC (duly ISI Mark)

F UG Cable/PVC Copper Wire

Grandlay/Finolex/Gloster/Havells (duly ISI Mark)

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

37

TECHNICAL SPECIFICATION for VRF/VRV AC SYSTEM

General

1. The scope of this section comprises the design, supply erection, testing and commissioning of inverter technology based D.C Twin Rotary / Scroll Type VRF type system of air conditioning conforming to these specification/ Explanatory Note and in accordance with the requirements of Drawing and Schedule of Quantities. The prices quoted shall include all the equipment ancillary material as specified and all such items whatsoever and which may be required to fulfill the intent and purpose as laid down in the specification and the approved drawings. The contractor shall calculate equipment capacity based upon design parameters specified for the system design & verify all the quantities and sizes of refrigerant pipe, fitting, cables, control cable, pipes, insulation, indoor units, and outdoor units etc. before installation to avoid any shortfall or surplus. The tenderer shall also include all necessary civil work MS frame work for installation of outdoor and indoor units in VRF based air condition system. The cost quoted by tenderer shall also include the refrigerant gas R-410A & its charging for proper & specified functioning of air conditioning system.

Civil work/ MS frame work for indoor and outdoor units related to VRF equipments, all cuttings should be properly finished as existing surrounding. The installation of outdoor unit on the terrace of building should be checked up structurally & their mounting should be structurally safe for the outdoor unit to ensure in such a way that after installation.

a) Cutting of walls and floors/ ceiling. b) Making holes.

c) Sleeves. d) Foundation

2. The scope in the tender schedule also covers detailed designing of complete air- conditioning system based on inverter technology based D.C Twin Rotary / Scroll VRF air conditioner with air cooled outdoor units system capable of cooling and heating (reverse cycle) as per individual or season requirement suitable for operation on 415 V, 3 Phase, 50 Hz AC electric supply.

The outdoor units shall have both cooling & heat pump mode, consisting of one/ multiple outdoor unit with single circuit of refrigerant piping and multiple in door units of various types. Each indoor unit should have capability to cool or heat as per seasonal weather changes. This shall also include complete capacity calculation for indoor and outdoor units complete with CAD drawing, designing & layout of following.

I. Outdoor units. II. Indoor units. III. Refrigerant piping IV. Condensate water piping & disposal. V. Power & Control Cables between Outdoor units & Indoor units.

While designing the system care should be taken to select outdoor units of suitable capacity based on design data provided below & to economize on available floor area for installation of outdoor units as well as optimum utilization of outdoor units and type of indoor unit taken into considerations. The indoor units should be designed based upon

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

38

the heat load calculations for individual rooms/ areas to be air-conditioned and over capacities should be avoided. The designing of HVAC PC based BMS (Building Management System) shall be done in such a way so that complete system is monitored & controlled from one location for optimum utilization ofsystem & for keeping monthly as well continuous log of important parameters/ events of complete air conditioning system. The design should also specifically take care of disposal of condensate drain water so that there is no leakage of condensate water inside the room as well in the route of condensate water pipe line. The layout of refrigerant piping is to be designed in such a way so that it should not disturb the aesthetic of the building/ room, inadvertent damage in the route of pipe should not occur in future & optimum length of pipe line for efficient air conditioning. After completion of the work four sets of „as erected/ commissioned drawing‟ of activities listed above shall be submitted.

3. OUTDOOR UNIT

i. The outdoor unit shall be factory assembled, weather proof casing (Material of construction of casing shall be vendor‟s standard design), constructed from heavy gauge GI sheets steel panels and coated with baked enamel finish. The outdoor unit shall be completely factory wired, tested with all necessary controls & filled with first charge of refrigerant before delivering at site.

ii. The inverter technology based D.C Twin Rotary / Scroll type VRF equipment should

be capable so that refrigerant piping between indoor units and outdoor unit shall be extendable upto 165m of equivalent length with maximum height difference between outdoor & indoor unit of 50m & level difference between two indoor units shall be maximum upto 15m. All the outdoor units comprising of multiple modules should have at least one inverter type compressor in each module.

iii. Selected modules should have COP 4.7 at 50% load, and each module should have at least one inverter compressor/unit.

All the details pertaining to power consumption as per ARI standards should be duly filled and furnished as per the sheet enclosed.

The above COP values as indicated are required to be furnished in Original by the tenderer directly from the original equipment Manufacturer (OEM) with OEM’s seal and signature on all documents.

iv. The outdoor unit shall be factory tested and filled with first charge of refrigerant R-

410A before delivering at site.

v. It should also be provided with duty cycling for D.C inverter Twin Rotary/ Scroll compressors capable of changing the rotating speed of compressor by inverter controller to follow variation in cooling & heating loads & switching starting sequence for better stability and prolonging equipment life or similar features if available in D.C Twin Rotary / Scroll will also be accepted.

vi. The unit shall be provided with its own microprocessor control panel with provision for integration with the building management system for Air-conditioning system.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

39

vii. The machine must have a sub cool feature to use coil surface more effectively through proper circuit/ bridge so that it prevents the flushing of refrigerant from long piping due to this effect thereby achieving energy savings.

viii. The outdoor unit should be fitted with low noise level and should not be more than 67

db (A) at normal operation when measured at a point 1 mtr. In front of the unit at a height of 1.5 mtrs.

ix. The outdoor unit should be fitted with low noise aero spiral design fan with aero fitting grill for spiral discharge airflow to reduce pressure loss and should be fixed with DC/AC fan motor for better efficiency.

x. In case of trouble occurs in an indoor units (s), the continuous operation of system

should be possible.

xi. The unit shall be designed in such as way that cleaning of drain Pan should be easy & inspection/ replacement of compressor should be easy.

xii. The condensing unit shall be designed to operate safely when connected to multiple

fan coil units.

Compressor

i. The compressor in inverter based D.C Twin Rotary / Scroll System shall be highly efficient. The system should response efficiently in accordance to the variation in cooling or heating load requirement.

ii. All outdoor units shall have multiple steps of capacity control to meet load fluctuation

and indoor unit individual control. All parts of compressor shall be sufficiently lubricated stock. Forced lubrication may also be employed.

iii. Oil heaters shall be provided in the compressor casing or as per manufacturer

standard equipments.

Oil Recovery system

Unit shall be equipped with an oil recovery system to ensure stable operation with long refrigeration piping lengths.

The system must be provided with oil balancing circuit to avoid poor lubrication.

Refrigerant Circuit

The refrigerant circuit shall include liquid and gas shut-off valves and a solenoid valves at condenser end.

The equipment must have inbuilt refrigerant stabilization control for proper refrigerant distribution.

All necessary safety devices shall be provided to ensure the safe operation of the system.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

40

Heat Exchange

The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum fins to form a cross fin coil.

The aluminum fins shall be covered by anti-corrosion resin film.

The unit shall be provided with necessary number of direct driven low noise level propeller type fans arranged for vertical discharge. Each fan shall have a safety guard.

Safety Devices

All necessary safety devices shall be provided to ensure safe operation of the system.

Whatever safety devices are required shall be part of outdoor unit:- high pressure switch, fuse, fan drive overload protector, fusible plug, crankcase heater, over load relay, overload protection for inverter based technology.

The outdoor roof mounted units shall be provided in such a fashion that these do not affect the overall aesthetics and ambience of the building. If required these units shall be suitably camouflaged to give good aesthetic look. These provisions, however, shall be discussed, if required, at a later date and the prices for the same shall be worked out separately as extra item.

Noise levels for outdoor units shall not be more than 67 db (measured at a point 1 meter in

front of the unit at a height of 1.5 meters.

8 INDOOR UNITS

All indoor units as specified shall have; in general, noise levels less than 46 db. For critical applications noise levels below these limits may, however, be specified during design stage.

i. Each unit shall have electronic control valve to control refrigerant flow rate respond to load variation of the room.

ii. The address of the indoor unit shall be set automatically or through central controller

in case of individual and group control.

iii. The fan shall be dual suction, aerodynamically designed, Turbo, multi blade type, statically & dynamically balanced to ensure low noise and vibration free operation of the system. The fan shall be direct driven type, mounted directly on motor shaft having support from housing.

iv. The cooling coil shall be made out of seamless copper tubes and having continuous

aluminum fins. The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in the direction of airflow. The tubes shall be hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Each coil shall be factory tested at 21 kg/sq.m air pressure under water.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

41

v. Indoor unit shall have cleanable type filter fixed to an integrally moduled / moduled plastic frame. The filter shall be slide in and neatly insertable type. It shall be possible to clean the filters either with compressed air or water.

vi. Each indoor high wall unit shall be with corded/ cordless remote controller as

standard features. The controller shall be able to change fan speed and angle of swing flap (for high wall) individually as per requirement.

High Wall Indoor Type Unit

The unit shall be high wall mounted type. The unit shall include pre-filters, fan section and DX-coil section. The plastic body shall be light in weight and shall be able to suspend / hang on walls. The fan shall be aerodynamically designed diffuser turbo fan type. Unit shall have an external attractive panel for supply and return air. (Technical data may be furnished as per CPWD Specification)

9 PC based central controller

The contractor has to provide PC based central controller for controlling (ON/OFF, scheduling, lock/unlock, swing control, temperature setting, error detection) all indoor units (256) ad monitoring of corresponding outdoor units from one central location. PC based central controller should be BMS (like Bacnet, Lon works, Modbus) compatible. It must show the status of all indoor units along with outdoor unit.

10 Refnet Joints/ Header Joints Supply & installation of the Y-Joint/Ref-net separation refrigeration pipe joints and header in the appropriate orientation to enable correct distribution of refrigerant. The Distribution Joints should be factory insulated with close cell nitrile rubber tubular sections of class O fire ratting.

11 Refrigerant Piping

i. Refrigerant piping for the air-conditioning system shall be upto 19.1 mm dia of soft

seamless copper tubes & for above 19.1 mm dia the pipe material shall be of hard seamless copper tubes with pipes material being hard drawn copper pipe. Forged copper fittings shall be used for the refrigerant piping. The refrigerant piping arrangements shall be in accordance with good engineering practices as applicable to the air-conditioning industry, and shall include charging connections, suction line insulation and all other items normally forming part of proper refrigerant circuits except Y joint/separation tubes.

ii. Before jointing any copper pipe or fittings, its internals shall be thoroughly cleaned by

passing a clean cloth via wire or cable through its entire length. The piping shall be continuously kept clean of dirt etc. while constructing the joints. Subsequently it shall be thoroughly blown out using nitrogen gas.

iii. After completion of installation of the refrigerant piping, the refrigerant piping system

shall be pressure tested using nitrogen gas at a suitable pressure as specified by OEM (Original Equipment Manufacturer). Pressure shall be maintained in the system for 48 hours. The system shall then be evacuated to vacuum of not less than 700 mm Hg and held for 24 hours.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

42

iv. The supplier of air-conditioning system shall choose sizes as designed and erect proper interconnections of the complete refrigerant circuit. The thickness of copper piping shall not be less than 18 SWG for pipes upto 19.1 mm and 16 SWG for larger dia.

v. The suction line pipe size and the liquid line pipe sizes shall be selected according to

the manufacturer‟s specified diameter. All refrigerant pipes shall be properly supported and anchored to the building/structure using steel hangers, fasteners, brackets and supports which shall be fixed to the building/structure by means of inserts or expansion shields or anchor fasteners of adequate size and number to support the load imposed thereon.

vi. The refrigerant piping should be laid in such a way that it should not distort the

interior of the room, wherever the refrigerant pipe has to be laid across the room, it should be laid in a concealed manner by making appropriate boxing arrangement matching with the interior of the room. All associated minor Civil Engineering works (like chasing on wall, ceiling & re-plastering & repainting etc.) related with the above items are included in the scope of work. The above scope does not include false ceiling wherever required.

vii. To protect Nitrile rubber insulation of outdoor installed copper piping from degradation due to ultra violet rays and atmospheric condition, it shall be covered with polyshield coating / al cladding 24 swg of at least two coats of resin and hardener (poly bond make or equivalent). Fibre glass tape shall be helically wound with adequate overlap & coated with two coats of resin with hardener to give smooth & plain finish.

viii. Entire liquid and suction refrigerant pipe lines including all fittings, valves and strainer

bodies, etc. shall be insulated with 19mm/ 13mm thick electrometric nitrile rubber as specified in BOQ.

12 Drain Piping duly insulated

The drain pipe connection of each high wall / cassette unit to the main header should be 25mm dia/32mm dia as required. The header pipe should be of 40mm dia/32 dia as required. The drain-pipe should be heavy PPR pipe ISI marked and conforming to relevant IS complete with fitting as required whereas the connection of the fan coil unit to the PPR pipe should be with U trap & flexible braided pipe. The drain piping should be insulated with 6 mm thick tubular nitrile rubber insulation.

For proper drainage of condensate U trap shall be provided in the drain piping wherever required. All pipe supports shall be prefabricated and pre-painted slotted angle support, properly installed with clamps. The condensate drain pipe arrangement for disposal of condensate water be made in such a way that there should not be any leakages of condensate water inside rooms as well in the route of drain water pipe line & water should be discharged at the location jointly decided with Engineer-in-Charge of work. All associated Civil Engineering works as per requirement at site in above connection like making chase in the wall & restoring it original shape by re-plastering & repainting, etc. are included in the scope of work. The arrangement of drain-pipe shall be made in such a way that it should not affect the aesthetic of the building as well as is maintenance friendly & easily accessible.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

43

13 VARIOUS SIZES PVC INSULATED COPPER CONDUCTOR WIRING CABLES

PVC insulated multi stranded sheathed copper conductor wiring cable for working voltage upto & including 1100 Volts, ISI marked conforming to IS 694/1990 (Latest Version).

Wiring of installation shall be in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version).

14 RIGID PVC CONDUIT PIPE

Laying conduit shall be in conformity with IS: 732/1989 (Latest Version), IS 4648/1968 (Latest Version).

Fitting for rigid non-metallic conduit shall conform to IS 3419/1989 (Latest Version) and accessories shall conform to relevant IS.

15 GENERAL

CPWD will not be responsible for any accident to the staff by any reasons whatsoever. The contractor will ensure that the staff employed by him on site is duly insured for liability in case of any accident, strikes, riots, civil commotion, etc. CPWD will not be liable for any damage caused due to any reasons.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

44

TECHNICAL SPECIFICATION for LAN/CCTV/EPBAX/Wifi

STRUCTURED CABLING

Technical Specification for Structured Cable and Components:

1 06 Core Fiber Cable (OFC)

The fiber should be optimized for operation at 1310 nm and at 1550 nm.

Should fulfill the requirements of ISO.IEC 11801 - 2nd Edition, type OS2, ITU-T REC G 652D spec IEC 60794-1-2 F5

No of Cores : 6 Max. Attenuation: At 1310 nm <= 0.40 dB/km, At 1550 nm <=0.30 dB/km

Fibre/Tube Identification : Single Tube

Fibre protection (Tubes) : Polybutylene Terephthalate (PBT)

Armouring : CST

Thickness : 1.6mm

Outer Sheath :UV Stabilised Polyethylene (PE)

Central Strength Member: Steel wire coated with PE

Water Blocking Petroleum Jelly (Interstices)

: Thixotropic Gel (Tube);

Cable Diameter (D) : 9.0 ± 0.5 mm

Mass (Nominal) : 91 kg/km

Min. Bending Radius (during Installation) : 20 D;D-Outer Diameter

Max. Tensile Strength-Short Term : 1500N Max. Crush Resistance-Short Term : 2200N/100 mm

Operating Temperature range : -40°C to +70°C

2 LC Type 9/125μm OS2 Fiber Optic Simplex Pigtail

Type : 9/125 micron fibre performance

Jacket Material : LSZH complying to IEC 61034-1 & 2,IEC-60332-1, IEC- 60754-1 & 2

Operating Temperature: -40°C to +75°C

Connector Insertion Loss: 0.30dB(Max)

Attenuation: 1310/1550 : 0.36/0.22 dB/KM

3 Patch Cord, LC, Duplex, SM, G657A2, PC, LSZH

Cable : LC-LC 9/125μm OS2 Singlemode Duplex Patch Cord Length : 3mtrs

Connectors : The optical fiber patch leads shall comprise of Single mode 9/125μm fiber with 2XLC type fiber connectors terminated at each end of fiber patch cord.

Insertion loss should be better than 0.35 dB

Jacket Material : LSZH complying to IEC 61034-1 & 2,IEC-60332-1, IEC- 60754-1 & 2

Attenuation: 1310/1550 : 0.36/0.22 dB/KM

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

45

Connector Loss : 0.30dB(max)

Operating Temperature : -40°C to +75°C

4 Fiber Optic LIU Rack Mount LIU (12/24 Ports)

Fiber optic patch panel : Fiber optic patch panel FMS Termination Drawer should have sufficient slots to accommodate 3 of 12/16 Port LC Adaptor Plates.

Should have Slide type drawer structure

Height: 1 U, 1.75 inches (12 & 24 Ports)

Material: Cold Rolled Steel in surface coated by electrostatic epoxy powder

Slots: FMS should have sufficient slots to accommodate adaptor plates

Empty Slots of FMS should be covered with blank plates.

Splice Tray : Splice Tray of ABS, Comply with UL 94V2 material should be supplied with LIU.

5 12/16 Port LC/SC Type Adaptor Plates (Single mode)

The adaptor plate should be pre-loaded with LC/SC Type Single mode Duplex Adaptors.

Port Density :12/16 LC/SC Single mode Ports

All LC adapters should be duplex type with shutter for protection. Adapters should be snap mount for easy insertion and removal.

Insertion Loss: <0.2 to <0.1 dB

Compliance :RoHS Compliant

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

46

Technical Specification for Structured Cable and Components:

1 Cat 6 UTP LSZH Cable

4 Pair Cable with integral characteristic impedance.

cross -member pair separator for uniform

Category 6 Unshielded Twisted 4 Pair 100 Ω cable shall be compliant with ANSI/TIA/EIA-568-D-2018 Additional ISO/IEC 11801-1 and ISO/IEC 61156- 5

Suitable for 10GBase-T applications in acc. with IEEE 802.3an up to 500 MHz and 55 m.

Transmission Performance Specification for 4 Pair 100Ω an guaranteed up to 1G

Category 6 Cabling

Category 6 UTP cables shall extend between the work area location and its

associated telecommunications closet and consist of 4 pair, UTP CM cable jacket.

Conductor: Solid Copper

Conductor Diameter: 0.555+-0.01mm (23AWG)

Insulator HD Polyethylene solid

Jacket: LSZH RoHS IEC 60332-3-22 complied, Color- Grey/Blue Outer Diameter: 6.0 ± 0.2mm

Max Temperature: -20°C to +70°C

Should be ETL certified and 4 Channel ETL Verified as per TIA 568-D- 2018

Mechanical Test

Should have Pulling force of 11.5Kg.

Bend Radius: Installation: <4 X Cable Diameter at –20°C ±1°C, Operation: <4 X Cable Diameter at –20°C ±1°C

Electrical Test

Conductor Resistance : <9.38Ω /100m

Resistance Unbalance 5% Max

Mutual Capacitance : < 5.6nF/100m

Capacitance Unbalance: 330pF/100m. Propagation Velocity : 69%

ELT certified for 4 Channel should be submitted along with bid submission

2 Cat 6 UTP RJ 45 Keystone Jack

RJ45 Jack of Category 6, for the establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801:2nd edition, EN 50173-1, DIN EN 50173-1: 2002 as well as ANSI/TIA/EIA 568-B.2-1, de-embedded tested in acc. with IEC 60603-7 (603-7), interoperable and backwards compatible with Cat.5e and Cat.5.

Suitable for 10GBase-T applications in acc. with IEEE 802.3an up to 500 MHz and 55 m.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

47

Compatible with RJ standard plugs (RJ11, RJ12, RJ45), PCB- and tool based connection of installation cables AWG 24 – 22 (0.5 mm – 0.65 mm) and flexible cables AWG 26/7 – AWG 22/7.

IDC termination should feature nil crossover in acc. with EIA/TIA 568-A/B, gold-plated bronze contacts for >750 mating cycles, >200 insertion cycle

Material: RoHS complied

Housing material: Polycarbonate (UL-94-V0)

Should be available with or without dust protection feature

Should be 3P certified

3 Faceplate

Should be UK style Keystone-type Faceplates are available in 1, 2 & 4 port configurations

Should be featured with shutter options, the screws not to be visible Should support Work with both Flush and Wall mount box

Should support Operating Temperature: -10~+60; Storage Temperature: -

40~+68; Humidity: 10%~90% RH

Material: ABS, UL 94V-0; Spring: SUS304; Surface Finish: Polished

4 Patch Cord, U/UTP 4P, Cat.6, length 1/ 2/3/5/10 m

Standardization: Compliant with Cat.6, Class E requirements: ISO/IEC

11801 2nd Edition Compliant with Cat.6 component standards IEC 60603-7- 4 and 60603-7-5

Cable shield: U/UTP

Number of conductors : 8

Stranding: 7 x 0.20 mm (24 AWG)

Cable jacket characteristics: cable, metal-free

Cable overall diameter: 6.5±0.2 mm

Tube / Wire type: stranded conductor

Insulation: solid polyolefin, 0.97±0.02 mm diameter

Plug: Feature cable retension, with enhanced pull strength.

Cat 6 patch cord plug to have round cable holder and strain relief boot to avoid bending.

Jacket: PVC/LSZH with 8 different color options

Plug should be featured with color ring options Plug should have high repeatability cross talk performance

Plug design should be patented with unique feature

Should be ETL verified; 4 Channel ETL certificate should have part code mentioned

5 19" 1U 24 port unsheilded Patch Panel

Patch panel should be modular design, populates up to 24 UTP keystone- type jacks in 1U

Patch panel should be Enhanced with cable strain relief with retention tray; It

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

48

should be single metal both front panel and rear tray

Material: sub-rack made of Aluminum with dimension 44.4 mm : 482.6 mm : 105 mm (h:w:d) tray

Information Outlet or connectin module should comply with the specification mentioned above in 2

Standard : Conforms to IEC-60603-7 (603-7) for keystone-type, snap-on apertures

Should be RoHS complied

6 Cat6 Field Termination Plug

Standardization: Compliant with Cat.6, Class E requirements: ISO/IEC 11801 2nd Edition Compliant with Cat.6 component standards IEC 60603-7- 4 and 60603-7-5

Cable shield: U/UTP

Number of conductors : 8 Termination: IDC type Tool less

Material: PC UL 94V-2 black

Contact material: Phosphor bronze with 100 micro inch nickel plated

Wire management bar: PC UL 94V-2 white

Insertion force: 20N max Retention strength: 7.7 kg

Operating Temperature: -10 degree C to +60 degree C

Mating cycle: 750 cycle min

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

49

TECHNICAL SPECIFICATIONS

IP-EPBAX SYSTEM

S.No. Description

1 IP Telephony System Architecture

The IP telephony system must be based on a pure IP technology that is a software-only solution.

The IP telephony system must support unified communication (UC) server & gateways architecture for SIP, Digital and Analog trunks connectivity.

The System must be TEC Approved with GR Number.

The system must be capable of supporting Analog, Digital, IP Telephones, and SIP based video desk phones.

The communication servers must work in an Active/Active redundancy mode. It should be possible to define servers load balancing mode.

All servers must be provided in a cluster mode. If one cluster server fails, one of the other cluster servers in the network must be able to take the complete load of the calls automatically (without any manual intervention) and without dropping any existing calls (IP,TDM & PRI) or data (CDR, CTI). Management of all servers in cluster should be from same web page. All servers should have same database.

The telephony system must be able to register SIP phones/SIP video phones and MGCP phones directly to it

System should have Distributed Architecture

It should be possible to install Telephony system in VMware EXSi 5.5 or higher.

All Data (Numbers, COS, Routing, Applications) should reside in all the Servers

Database replication in All servers should be automatic and real time

Should support N+1 Redundancy Architecture as well as 1+1 redundancy Architecture

Should support Remote Survival Nodes

In case of failure of one server, the SIP Phones, SIP Gateways, MGCP Phones should register with second Server automatically

System Diagnostics should be done in Server

Hot Standby for SIP Phones and Gateways i.e SIP Phones and Gateways should register automatically to next available telephony server.

COTS - commercial off-the-shelf Servers should be used for telephony system

Telephony system should use Linux Operating System

system should support CSTA phase III Protocol

Full continuation for call signalling and media must be supported

Calls must not be disconnected and control must remain throughout the swap to an alternate server including full call control (transfer, conference actions, continuation of CDR data for the existing call).

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

50

Load Balancing of end points must be possible by the administrator

There must be no restriction on the number of endpoints being backed up in case of one server failure.

UC platform servers must provide full failover and redundancy

System should support the following SIP RFCs:

RFC 3261 (SIP: Session Initiation Protocol)

RFC 3262 (Reliability of Provisional Responses in Session Initiation Protocol)

RFC 3263 (Locating SIP Servers)

RFC 3264 (An Offer/Answer Model with Session Description Protocol (SDP))

RFC 3265 (Specific Event Notification)

RFC 2327 (SDP- Session Description Protocol)

RFC 1889 and 1890 (RTP/RTCP)

RFC 3515 (REFER)

RFC 2833 (DTMF over IP)

Scalability

It should be possible to add more sites and users without the need to change the software and existing configuration.

The system must be scalable to at least 25,000 endpoints in a single cluster architecture.

Each server must support a minimum of 1000 endpoints

The call signalling server must handle traffic at a minimum of 100K BHCC.

The system must be modular, scalable and distributable

System Survivability

The UC platform must consist of one or many servers where each server in the cluster provides complete 100% application functionality.

In case of a failed server, all endpoints registered with that server need to register instantly with a different server in the cluster with no interruption to on- going calls.

Media Gateways must have survival mechanisms that allow them to maintain 100% of the telephony services for their users in case of failure in the WAN links when the signalling with the call server drops.

The life cycle of the entire system being provided must be at least Ten (10) years.

The system gateway must be able to restart automatically without human intervention when the external AC power supply is resumed after complete power failure (even after the batteries are discharged).

The telephony system must be capable of providing 99.999% availability.

Distributed Architecture

The UC platform must have distributed architecture and centralized control for all the sites in the network.

The proposed solution must support Hybrid cloud solution in order to guarantee business continuity with overall survivability regardless of a failure at any single location.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

51

The proposed solution must enable part of the cluster to be hosted in a Cloud Service Provider (CSP) to run all applications.

The proposed solution must have built in redundancy using a cloud solution to provide automatic disaster recovery option.

The proposed solution should have provision to be installed using an image of the application an easily implemented on the Cloud Service Provider servers.

Quality of Service (QOS)

The voice and signaling frames must be marked [tagged] in order to be recognized.

Server – Physical Attributes

COTS – Commercial Off-the-Shelf servers must be used.

The redundant server must have separate hardware, not sharing elements like hard drives and RAM etc., to avoid a single point of failure.

The server should have AC power supply.

The system must be based on server gateway architecture with external appliance servers

No card based processor systems / soft switch should be quoted.

The call processor must run on Linux OS.

Minimum Server Specifications:

The CPU must be from the Intel® Xeon® processor E3-1220v5 or latest

The server must have at least 8GB RAM

The server must have Hard Drives (300GB each) of storage

The server must have a Dual 1GB network interface.

Form Factor for physical server (Not Virtual Machine) should be 1 U

Gateways

The media gateways shall be capable of being centrally managed via the telephony management application. The system should support multiple gateways.

The system gateway should be able to restart automatically without human intervention when the external ac power supply is resumed after complete power failure

The system gateways should support the following type of extensions:

Analog

Digital

Cordless (DECT) Extension

SIP

MGCP

The system gateway should support the following type of trunks :

Analog: E&M (2W), E&M (4W), DC loop signaling, decadic, DTMF

Digital: 2Mb stream with the following signaling protocols (Digital CEPT, R2MFC)

Standard ISDN BRI, PRI

SIP and MGCP on VOIP

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

52

ISDN (30B+D / 23B+D / 2B+D)

SS7

ISDN QSIG (30B+D / 2B+D)

Q-sig over IP

Security

Administration of the system should be using HTTPS

It should support the Interop with leading SBC

System should use TLS (Transport Layer protocol) to encrypt SIP, HTTP, FTP and SRTP (Secure Real-time Transport Protocol) and SRTCP to encrypt RTP and RTCP

System should have auto Provisioning profiles contain pre-configured sets of features that must automatically polls and updates registered phones with the latest phone firmware and configuration files.

Mobility

The system should have Call Back feature. If the user dials his own extension from predefined number ( mobile/landline) then system should disconnect the call and then system shoud call the user to provide the dialtone so that user can make intercom or PSTN calls.

The system should have Call Through feature. If the user dials his own extension from predefined number then system should provide dialtone to make intercom or o/g calls.

The system should have Flexi Call (Forking, reach-me-anywhere) feature. Users should be able to receive calls on any of their phones, from almost anywhere. An incoming call rings on all or specific phones until the user answers the call. The user can transfer the call, establish a conference, and so on, whether the answering device is an internal device, an external phone, or a cellular handset. If the answering phone is an external device, the call automatically becomes an authorized mobility call.

The system should support SIP Client on smart phone.

SIP Endpoints

All SIP phones must support the standard SIP protocol. No proprietary protocols are allowed to be used.

SIP phones must support the configuration of programmable buttons with functions such as Break-in, Conference call, Deflect, silent monitoring and more.

SIP phones must work in conjugation with the following applications:

1. Contact Centre (Agents Phones)

2. Attendant Console

3. Managed Audio Conferencing

4. Managed Video Conferencing

5. UC clients

ACD

System should have built in Automatic Call Distribution (ACD) with following features:

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

53

Busy ACD Group announcement

Hunt Group Release

IVR-ACD

Log In / Log Out

Multiple Announcements:

1. Mandatory announcement - All incoming callers to an ACD/HUNT group must be able to hear an introductory announcement in its entirety usually explaining about the company, product, or campaign.

2. First announcement - If all agents are busy, callers must be able to hear this announcement once usually informing them that their call has been placed in queue. (The system must be able to cut short this announcement if an agent becomes available to attend to the caller.)

3. Music - If no agents are available after the first announcement (or no First and Periodic announcers have been configured), the caller must be able to hear background music while in queue.

4. Periodic announcement - Alternating with background music, these announcements can also be played to callers in queue according to the Periodic Announcement Interval (see above) until the ACD/HUNT call is answered.

Release / Resume

Wait Queue

Wrap-Up Time

Automatic Release of ACD Agent

Automatic Call Distribution (ACD) Extended Overflow

Zone Page

A phone user must be able to simultaneously broadcast a message over all types of endpoints.

The maximum quantity of endpoints in one zone should not be less than 100.

System Administration

System administration should be web based.

All programming of system should be done through a web-based GUI interface.

The administrator should have Dynamic Profiles.

The system should allow for complete multi-level administration. The administrator must be able to define at least five (5) different administration level profiles that can be applied to allow subsets of users to access and manage particular pages in the systems Web Portal

Certification Requirements

1. The OEM must comply with ISO 9001 certification in all the company‟s activities.

2. The products must comply with Safety and EMC standards, including FCC, UL/TUV, CE, and the RoHS directive.

System Features

ANI (Caller ID) Restriction

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

54

ARS (Automatic Route Selection)

Auto Attendant

Call Forward at Night/Holiday

Call Forward Destinations

Call Forward for Undefined Stations

Call Forward on Busy

Call Forward on DND (Do Not Disturb)

Call Forward on Logout

Call Forward on No Answer

Caller id based routing for individual extension

Deflect (Divert) Call

Digit Train Conversion

Direct-In-Dial

Direct-In-Line (DIL)

Hot Line

Interactive Voice Response (IVR)

Least Cost Routing

Look Ahead Routing (LAR)

Numbering Plan

Personal Routing Rules based on caller id and DNIS

Predetermined Night Answer

Toll Restriction – Digit Analysis

Toll Restriction – Trunk Groups

Trunk to Trunk Connection

Trunk Transfer Restriction

Classes of Service

Night Answer Central Bell / UNA Pickup

Page Queue

Recall

Recall / Incomplete Destination

Second Ring back Tone

Speed Dial Public (System) and Private

Virtual Numbers

Music On Hold

Voice Page

Silent Monitor

Zone Page

Barge In

Wake up

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

55

Extension Features

Answer Call Waiting by Transfer

Auto Set Relocate

Auto-Answer

Automatic Disconnect

Automatic Number Identification (ANI) Display

Browse Personal Directory

Busy Lamp Field

Call Forward All

Call Hold

Call Log

Call Parking and Call Pickup

Call Waiting

Caller ID Control

Caller-ID Screening

Caller id based routing for individual extension

Calling Number and Name

Camp-on Idle

Configurable DSS Buttons

Direct Dial without Off Hook (Hands Free)

Directed Call Pickup

Display Automatic Number Identification (ANI)

Display Dialed Number and Name

Display Dynamic Call Divert Information

Display Select Hold Display

Display Time/Date Function

Do Not Disturb (DND)

DSS/BLF

Elapsed Time Display

Group Call Pickup

Hands Free

Hands-Free Announce and Reply (Idle State)

Last Number Redial

Login and Logout

Message Waiting Indication

Multi Appearance (Call Waiting)

Multiple Line Appearance

On-Hook Dialing

Placing Multiple Calls on Hold

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

56

Privacy – ANI Restriction

Reminder/wake up Call

Restrictions – Station

System Non-Exclusive Hold

Transfer with Consultation

Transfer without Consultation (Blind)

Voice Page

Emergency Preemption

Listen to Paging while in a call (Busy Condition)

ULA - User Line Appearance (ULA)

2 Emergency communication

The Emergency communication resource should be from the same telephony server and have the facility to automatic dial out to connect up to 100 participants in a single conference. System should also have 100 party managed meet me conference. It should be possible to further divide 100 party conference bridge into any combination like 10 X 10 party, 5 x 20 party etc. if required. The meet me conference should be secured means to enter to the conference bridge, the user should enter the password.

The emergency communication management should be from Web Browser/HTML5 based GUI based interface from Windows PC and Touchscreen Devices.

The emergency communication must be controlled by a user defined as Group Operator from the web based GUI.

The Group Operator should have following features as below:

1. The Group Operator must be able to add / remove members

2. The Group Operator must be able to add other conference members

3. The Group Operator must be able to mute / unmute (User, None, All)

4. The Group Operator must be able to lock / unlock the conference

5. The Group Operator must be able to close the conference

6. It must be possible to dial out a pre-defined group (or multi-groups) of participants/numbers by simply pressing the pre-assigned virtual key on PC.

7. Each pre-set conference must have its own unique dial number such that when this group number is dialled; all the number stations will ring simultaneously.

8. Any combination of stations and external numbers must be able to be defined as members of the Group Call.

9. Participants may join a conference in the audible or in the mute mode, if in mute mode, the right to speak must be selectively offered to attendees per their request by a special signal sent to the Group Operator by the attendees.

10. Attendees must be able to be added or excluded at any time by the Group Operator

11. The conference must be terminated when the Group Operator leaves (auto terminate if all members left are muted).

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

57

12. The Group Operator must be able to barge into an existing user call based on pre-emption predefined rules.

13. Group operator must have two SIP phones so that if one phone is busy in conference, the second phone can be used to add participants.

14. Both group operator SIP phones should be controlled by web based conference management GUI for telephony feature like answer, hold, transfer etc.

15. The same Group operator should also function as operator console

3 Specification of Type -1 IP phone

SIP phone should be from the same OEM of IP telephony system

132 x 64-pixel graphical LCD

1 VoIP accounts

XML remote phonebook

Auto provision via FTP/TFTP/HTTP/HTTPS for mass deployment

Anonymous call, anonymous call rejection

PoE, Headset, Wall-Mountable

Volume adjustment, ring tone selection

Voicemail, MWI

Call park, call pickup

DTMF: In-band, out-of-band (RFC 2833) and SIP INFO

VAD, CNG, AEC, PLC, AJB, AGC

Full-duplex hands-free speakerphone

SIP v1 (RFC2543), v2 (RFC3261)

NAT Traversal: STUN mode or 3rd party SBC

DTMF: In-Band, RFC2833, SIP Info

IP Assignment: Static/DHCP/PPPoE

1xRJ9 handset port

1xRJ9 headset port

Transport Layer Security (TLS)

LED for call and message waiting indication

2xRJ45 10/100M Ethernet ports

Power over Ethernet (IEEE 802.3af)

4 Specification of Type -2 IP phone

SIP phone should be from the same OEM of IP telephony system

132 x 64 -pixel graphical LCD with backlight

2 VoIP accounts

Local phonebook up to 100 entries

Auto provision via FTP/TFTP/HTTP/HTTPS for mass deployment

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

58

SRTP/ HTTPS/ TLS, 802.1x

PoE, Headset, Wall-Mountable

Volume adjustment, ring tone selection

Voicemail, MWI

Call park, call pickup

Narrowband codec: G.711, G.723.1, G.726, G.729AB

VAD, CNG, AEC, PLC, AJB, AGC

Full-duplex hands-free speakerphone

SIP v1 (RFC2543), v2 (RFC3261)

NAT Traversal: STUN mode or 3rd party SBC

DTMF: In-Band, RFC2833, SIP Info

IP Assignment: Static/DHCP/PPPoE

1xRJ9 handset port

1xRJ9 headset port

Transport Layer Security (TLS)

LED for call and message waiting indication

2xRJ45 10/100M Ethernet ports

Power over Ethernet (IEEE 802.3af)

5 Specification of IP Video phone

SIP phone should be from the same OEM of IP telephony system

7 inch (124 x 600) adjustable touch screen

720p30 HD Video

Runs Android 5.1.1

Built in Bluetooth 4.0 + EDR for headsets and pairing mobile devices

Dual Port Gigabit Ethernet with PoE

Built in WiFi (802.11b/g/n)

Call recording, hotline, one touch dial

Redial, call waiting, emergency call

Data import/export via Bluetooth

Ring tone selection/import/delete

Local phonebook up to 1000 entries

XML/LDAP remote phonebook

Intelligent search method

Phonebook search/import/export Black list

HD voice, HD Handset, HD Speaker

Audio Codec: Opus, G.722, G.722.1, G.722.1C, G.711, G.723, G.726, G.729AB, iLBC

Video Coded: H.264 High Profile, H.264, VP8

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

59

Self View (local video preview)

27 one-touch DSS keys

Illuminated mute/headset/hands free speaker phone key

SIP v1 (RFC2543), v2 (RFC3261)

Call server redundancy supported

IPv4/IPv6

NAT transverse: STUN mode

Proxy mode and peer-to-peer SIP link mode

Time and date synchronization using SNTP

UDP/TCP/DNS-SRV(RFC 3263)

QoS: 802.1p/Q tagging (VLAN), Layer 3 ToS, DSCP

SRTP for voice encryption

Transport Layer Security (TLS)

HTTPS certificate manager

AES encryption for configuration file

Digest authentication using MD5/MD5-sess

Open VPN, IEEE802.1X

Auto provision via FTP/TFTP/HTTP/HTTPS for mass deploy

Auto-provision with PnP, Zero-sp-touch, TR-069, SNMP

Package tracing export, system log

Setup assistant wizard

6 Help desk specification

1.1 General capabilities

1.1.1 The proposed solution must be embedded within the platform, not installed on a separate server and should be from the same OEM of the telephony system.

1.1.2 The system must be an All in one solution that provides a one server solution for UC&C and 5 agent license for help desk.

1.1.3 Single server deployment with intuitive and central management capabilities should support true multimedia.

1.1.4 Help desk managers must be able to easily prioritize customers and incoming contacts regardless of the media used.

1.1.5 The same set of business and routing rules can be applied to voice / chat calls, emails, and faxes if required.

1.1.6 The help desk must support multi-layer routing including Priority, Skill Based, Statistical, Business Rules, and Customer Defined Values.

1.1.7 Help desk must have embedded IVR, enabling managers to design routing plans and accurately assess help desk activity trends.

1.1.8 The IVR application must be a GUI application that can be managed by the customer.

1.1.9 The customer must have the ability to build new self-services

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

60

applications like new IVR flow for new service.

1.1.10 Customer must have the ability to define/change routing rules by himself based on customer's profile.

1.1.11 The help desk must support Outbound, Call-back and Campaigns – including preview, progressive and automated outbound dialling.

1.1.12 The supervisor must be able to see the status of help desk agents in real-time in his PC like logout, busy, free, release, non ACD etc. in graphical form in pie chart / bar chart.

1.2 Help desk facilities

1.2.1 Real-time Monitoring – must provide supervisors with statistical information about the current status of the help desk with on line refresh (1sec). The application must include pre-defined list of reports and the customer (end user) should be able to choose reports as needed.

1.2.2 The Real Time application must provide the ability to build/change the workspace for each user and by user (not vendor or distributor).

1.2.3 The RT must provide the ability to move agents to/from different groups/queues for current login only.

1.2.4 Historical Reports – must be able to collect all information from call entry to call termination. Call profile details for internal investigation purposes should be part of the contact center solution.

1.2.5 The help desk solution must have an embedded Management Information System (MIS) suite that monitors all help desk activities, generating reports that summarize the past performance of the system over a given time period, and providing statistical analysis of the help desk within a specified period. Real-time and historical reports provide:

Help desk agent should be able to do following activities from agent application installed on PC:

Login/Logout from group

Release/Resume

Ready

Wrap-up Code

Release for Break

Release for Meeting

Control Wrap Up

Supervisor Help

Agent Board

Answer

Hold

Retrieve

Hang Up

7 Specifications for Self Survivable Gateway:

Gateway should have minimum 96 analog/CO ports. Gateway should be from the same OEM of IP telephony system

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

61

Voice Processing – voice codecs: G.711, G.729A, G.723.1,etc. and echo cancellation: G.168 with 64ms echo tail; dynamic jitter buffer; voice activity detector (VAD)

Call Handling – configurable dialing plan

Fax Processing – T.30, T.38 fax relay

User Features – caller ID, call forward, call transfer, hotline, CRBT, do not disturb, speed dialing

Protocol – SIP (RFC3261, MGCP etc )

Standards – caller ID detection (FSK)

Primary and Backup – the gateway can be configured and controlled in server clusters

LED indicators– power, system status, network status, line status

Ethernet Connector – Dual Gigabit ethernet. The Gateway should function as a Self-Survivable unit when the Ethernet connectivity at gateway end breaks.

Power Input – -48 VDC, should have dual DC power supply or dual AC power supply

Operation Humidity – 10% to 90% (non-condensing)

Operation Temperature – 0 to 40ºC

8 PRI Gateway specification

PRI gateway should have Configuration – 1 PRI (30 Channels) or 2 PRI (60 Channels) and should be from the same OEM of telephony system.

Voice Processing – G.711, G.729A, G.723.1, GSM, iLBC;echo cancellation: G.168 with 64ms echo tail; dynamic jitter buffer; VAD and CNG

Calling Control – called/calling party number translation; second stage dialing; voice detection; auto dialing with DTMF; ring back tone generation and detection; voice announcement

Voice Proxy – RTP voice proxy function for NAT/firewall traversal

Fax Relay – T.30 transparent mode, T.38 fax relay

Call Handling – configurable dialing plan, up to 500 routing rules

Configuration Interface – Web Utility

Remote Management – Telnet, HTTP, TR069

PSTN – ISDN PRI standard: ANSI, NI-2, DMS, 5ESS

SIP – RFC3261, RFC2976, RFC3515, RFC3581

DTMF – tone detection generation and detection; DTMF relay: RFC2833, INFO (SIP)

DTMF detection and progress tone detection

Play ring-back tone

T.30 and T.38

RTP proxy for NAT traversal

Ethernet – RJ-45, 10/100 Base-T

Trunking Interface – RJ-45

System Memory – 128MB or higher

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

62

System Flash – 16MB or higher

Power Input – 220V AC or - 48 VDC , should have dual AC/DC power supply

Operation Humidity – 10% to 90% (non-condensing)

Operation Temperature – 0 to 40ºC

9 Specification of Soft client

The soft client should be from the same OEM of IP telephony system. Wifi facility for smart phone to be provided by the customer.

Soft client should be available for Windows PC, Android Phone and IOS phone

It should support Windows 7, Windows 8, Windows 10

it should be freely downloadable from Google Play / Apple store

it should support following features:

Make a call

Hold

Retrieve

transfer

"Presences (User Select) -

Change status: Available, Busy No Answer, Busy call waiting, DND, Logoff, Forward to VM "

Dial users number - Internal, External, Mobile

"Instant messaging - IM with another soft client User, IM with a Multi Destination, Search on IM sessions, Save IM sessions, IM to groups"

3 way audio conference

call divert

camp on

view missed call

Contacts synchronized with the PBX directory

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

63

TECHNICAL SPECIFICATIONS

DATA AND WI-FI SYSTEM

Technical Specification of Core Switch

S.N Description Parameters

1 General Features for Access switch

1.1 Form Factor 19 Inch Rack mountable Ethernet switch.

1.2 Architecture Non-Blocking architecture. Must have EAL3 /NDcPP or above common criteria certification.

1.3

IPV6 Compliance All Functionalities of Switch shall be IPv6 compliant and it should work on IPv6 Platform without any additional hardware/ software.

1.4

End of sale OEM End-of-sale declaration shall not have been released for the quoted model at the time of the bid submission.

1.5

Latest OS version The switch shall be supplied with the latest OS version and all the proposed switch should be of same IOS.

1.6

Feature Availability

All the specified features/parameters/certifications must be available on the Technical Bid opening date. Features /parameters /certifications proposed to be available in near future / on roadmap shall not be considered.

1.7 Basic Layer-3 Support Switches must be managed Basic layer-3 type for

better broadcast segmentation.

1.8 Interface Specifications:

Non-blocking architecture

1.9

Ports

Should support at least 24 x100/1000 XSFP port, min 8 x10/100/1000 T Port ports. Min 4 x 10 G Based SFP+ port should be ready from day 1 . The switch should be scalable to min 2 x QSFP+ port. The switch should have min 40 gbps stacking bandwidth and the stacking could be achieved over geographically diversified location as min over 2 Kilometers

1.10

SFP Transceivers All the Transceivers/Modules used to connect the Switches should be from the same OEM/make of the switches only

1.12 Port status display Each port must have a dedicated LED for status display.

2 Hardware Specifications:

2.1 Back Plane Bandwidth At least 290Gbps switching bandwidth

2.2 Packet throughput 220 Mpps or more for each member switch.

2.3 MAC Addresses and MTBF

90 K or more,

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

64

2.4 VLANs (802.1q tagged VLAN)

4000 or more Concurrent

3 Standards and Protocols

3.1

L2 Loop Protection

IEEE 802.1d Spanning tree protocol

802.1s MSTP (Multiple instances of STP)

802.1w RSTP (Rapid spanning tree), Should support less than 50 Millisecond convergence .

3.2 Link Aggregation 802.3ad Link Aggregation

3.3 QOS Support At least 8 nos of 802.1p Priority Queues per port.

3.4 IP Multicast IGMP Snooping

3.4 Port Mirroring / Span port

Port mirroring must be available.

4 Routing Features

4.1

Routing Protocols:

The switch shall have hardware based forwarding for IPv4 & IPv6. Following protocols shall be supported with IPV4: Static routing, PBR, RIPv2, OSPFv2 IPV6: PBR, Static routing, RIPng, OSPFv3 The switch shall have Dual stack mode to run both IPv4 & IPv6 RIP and RIPng ready from day 1.Should support MPLS , SyNCE

4.2 Router redundancy Shall support VRRP for IPV4 and IPV6.

4.3 Security Features

4.4 Network Login MAC and 802.1 X based Login must be available

4.5 Port Security MAC Address based Lockdown and Limited Learning

4.6 Access Control Lists: L2/L3/L4 IP based, Source port, destination port, MAC based, Time based

4.7 AAA (authentication, authorization and accounting)

AAA using RADIUS must be available

5. Management and Monitoring:

5.1

Management

Following in-band management methods shall be available: Secure Web based management (On https)

SSH based management (SSH v2).

5.2

Out-of-band management

Following out-of-band management methods shall be available:

Serial console port

Management Ethernet port .Dedicated OOB port

5.3

Role based Administration

The switch shall support multiple administrator accounts. Each administrator account shall be configurable with the desired level of management privileges.

5.4 Remote Monitoring RMON Support RFC 5357 for measuring round-trip performance

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

65

between two devices

5.5 Network Management The switch should support SNMP V2c and V3, XML api and SDN with Openflow

5.6 Log Management Syslog shall be supported with multiple syslog destinations.

5.7 Flow export Shall support Net flow/IPFIX/sflow for flow exports.

5.8 Time synchronization Time synchronization using Network time protocol must be available.

5.9 Configuration backup & restore

The switch shall have feature of backing up the configuration & restoring a backed- up configuration. Multiple Configuration files must be supported.

5.10 TFTP/FTP upload and download

Config/image upload and download from TFTP/FTP server shall be available.

6. Other Requirements:

6.1

Interface cables and other features

Console cable and power cable (As per Indian standards) to be provided. All Cables shall be factory-terminated. The Switch Operating System (OS) should mandatorily support individual process (eg ssh , snmp, telnet, dhcp etc.) restart to prevent reboot in case of Software Process Crash by running processes on top of Kernel. Should support AVB to ensure set of standards that provide the means for highly reliable delivery of low- latency, time-synchronized AV streaming services through Layer 2 Ethernet networks

6.2

Power Supply & FAN Each switch should be populated with Hot swappable RPS and FAN module should be field replaceable

6.3

Safety certification

The switch shall conform to IEC-60950/CSA- 60950/EN-60950/UL-60950 standard for safety requirements of information technology equipment. CE.2 and CB .

6.4

Environmental conditions

The offered equipment must be able to operate in the following environmental conditions

¨ Operating temperature: 0°C to 50°C

¨ Relative Humidity: 10% to 95% Non-condensing

6.5 Electromagnetic interference

The Offered equipment shall have FCC certification.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

66

Technical Specification of Access 24 Port PoE Switch

S N Description Parameters

1.1 Form Factor 19 Inch Rack mountable Ethernet switch.

1.2 Architecture Non-Blocking architecture. Must have EAL3 /NDcPP or above common criteria certification.

1.3

IPV6 Compliance All Functionalities of Switch shall be IPv6 compliant and it should work on IPv6 Platform without any additional hardware/ software.

1.4

End of sale OEM End-of-sale declaration shall not have been released for the quoted model at the time of the bid submission.

1.5

Latest OS version The switch shall be supplied with the latest OS

version and all the proposed switch should be of same IOS.

1.6

Feature Availability

All the specified features/parameters/certifications must be available on the Technical Bid opening date. Features /parameters /certifications proposed to be available in near future / on roadmap shall not be considered.

1.7 Basic Layer-3 Support Switches must be managed Basic layer-3 type for

better broadcast segmentation.

1.8 Interface Specifications:

Non-blocking architecture

1.9

Ports

Should support at least 24 x10/100/1000T port with min 8 x100/1000SFP ports. Min 2x SFP+(10) port scalable. . Min 4Stacking port should be ready from day 1 (40 Gbps stacking bandwidth). Geographically stacking should be achieved if required for ease of management. Min 370 Watt PoE/PoE+ power budget based on IEEE 802.3af/IEEE 802.3at,RPS Support, Min 1GB RAM & 4GB Flash. Auto adjustable fan based on temperature variation.

1.10

SFP Transceivers All the Transceivers/Modules used to connect the Switches should be from the same OEM/make of the switches only

1.12 Port status display Each port must have a dedicated LED for status display.

2 Hardware Specifications:

2.1 Back Plane Bandwidth At least 128Gbps switching bandwidth

2.2 Packet throughput 95 Mpps or more for each member switch.

2.3 MAC Addresses and MTBF

16 K or more,

2.4 VLANs (802.1q tagged VLAN)

4000 or more Concurrent

3 Standards and Protocols

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

67

3.1

L2 Loop Protection

IEEE 802.1d Spanning tree protocol

802.1s MSTP (Multiple instances of STP)

802.1w RSTP (Rapid spanning tree),), Should support less than 50 Millisecond convergence .

3.2 Link Aggregation 802.3ad Link Aggregation

3.3 QOS Support At least 8 nos of 802.1p Priority Queues per port.

3.4 IP Multicast IGMP Snooping

3.4 Port Mirroring / Span port

Port mirroring must be available.

4 Routing Features

4.1

Routing Protocols:

The switch shall have hardware based forwarding for IPv4 & IPv6. Following protocols shall be supported with IPV4: Static routing, PBR, RIPv2, OSPFv2 IPV6: PBR, Static routing, RIPng, OSPFv3 The switch shall have Dual stack mode to run both IPv4 & IPv6 RIP and RIPng ready from day 1.

4.2 Router redundancy Shall support VRRP for IPV4 and IPV6.

4.3 Security Features

4.4 Network Login MAC and 802.1 X based Login must be available

4.5 Port Security MAC Address based Lockdown and Limited Learning

4.6 Access Control Lists: L2/L3/L4 IP based, Source port, destination port, MAC based, Time based

4.7 AAA (authentication, authorization and accounting)

AAA using RADIUS must be available

5. Management and Monitoring:

5.1

Management

Following in-band management methods shall be available:

Secure Web based management (On https)

SSH based management (SSH v2).

5.2

Out-of-band management

Following out-of-band management methods shall be available:

Serial console port

Management Ethernet port .Dedicated OOB port

5.3

Role based Administration

The switch shall support multiple administrator accounts. Each administrator account shall be configurable with the desired level of management privileges.

5.4

Remote Monitoring RMON Support RFC 5357 for measuring round-trip performance between two devices

5.5 Network Management The switch should support SNMP V2c and V3, XML api and SDN with Open flow

5.6 Log Management Syslog shall be supported with multiple syslog destinations.

5.7 Flow export Shall support Net flow/IPFIX/sflow for flow exports.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

68

5.8 Time synchronization Time synchronization using Network time protocol must be available.

5.9 Configuration backup & restore

The switch shall have feature of backing up the configuration & restoring a backed- up configuration. Multiple Configuration files must be supported.

5.10 TFTP/FTP upload and download

Config/image upload and download from TFTP/FTP server shall be available.

6. Other Requirements:

6.1

Interface cables and other features

Console cable and power cable (As per Indian standards) to be provided. All Cables shall be factory-terminated. The Switch Operating System (OS) should mandatorily support individual process (eg ssh , snmp, telnet, dhcp etc) restart to prevent reboot in case of Software Process Crash by running processes on top of Kernel. Should support AVB to ensure set of standards that provide the means for highly reliable delivery of low- latency, time-synchronized AV streaming services through Layer 2 Ethernet networks

6.2 Power Supply & FAN Each switch should be populated with 1 PSU, should have option for RPS.

6.3

Safety certification The switch shall conform to IEC-60950/CSA- 60950/EN-60950/UL-60950 standard for safety requirements of information technology equipment.

6.4

Environmental conditions

The offered equipment must be able to operate in the following environmental conditions

¨ Operating temperature: 0°C to 50°C

¨ Relative Humidity: 10% to 95% Non-condensing

6.5 Electromagnetic interference

The Offered equipment shall have FCC certification.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

69

Technical Specification of ITAM

S.No Specifications

1 Web Appliance Hardware

Rack based Intel Core i7 or better, 3.20GHz w/ HD Graphics

Memory 32GB 4x8GB DDR4 2666MHz

Minimum 1 TB SATA/SSD Drive

Integrated NIC

COTS Compliant

2 Web Appliance Software

Items

Capture specifications, warranties, Serial Numbers, MAC Addresses, IP info, what other H/W relates/connects to this H/W, item status, event logs, assignees

Software Specifications, License information

Assignment and Relationships

Where each software is installed, license qty, component relations, contract relations to software/hardware/invoices

Commercial Data

Purchase proofs depicting date, vendor, prices, attached documents

Agents

Vendors, H/W & S/W Manufacturers, Buyers (for different Dpt), Contractors

Locations

Location of each asset building, floor, room, rack, rack row, row depth

Contracts

Define custom contract types, like support & maintenance, SLA, etc. Track contract events.

Tags

Multiple tags for items and software. You may use tags for grouping according to usage, budget, owner, importance, etc.

Files

Attach documents to every main object entity (Items, Software, Invoices, Contracts)

Users Who has what or who is responsible for what.

Racks

Display rack layout with items assigned to each rack row. (Supports multiple items/rack row).

Print labels

Print label stickers for tag all your assets, with or without barcode, from phones and laptops to cooling units and UPS. Easily define new label paper layouts through the GUI.

Backup

Get a full backup of the installation and data. Ability to restore

PagePrint Support

All screen pages/lists/reports print-outs possible without menus, scrollbars and other clutter.

Interface Translations Translation file support

LDAP support Pull user list for item assignment from an LDAP URL

ITAM Appliance Approved Make: Nexxus / Siemens/ Torque

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

70

Technical Specification of Indore Access Point

S.No Specification

1 Specification

1.1 Access Points proposed must include radios for 2.4 GHz and 5 GHz with 802.11ac

1.2 The access point should be light weight and should support installations above drop ceiling, under ceiling or on wall

1.3 No additional hardware should be required to mount the access point

1.4 LED should be available for activity indication

1.6 Must have auto-sensing

1x IEEE 802.3 Gigabit Ethernet

1.7 The access point must have integrated antenna

2 802.11 ac features

2.1 Must support 2x2 multiple-input multiple-output (MIMO)

2.2 Should have dual Radios and should support 256 QAM

2.3 Should support operations

1.9 Gbps data rates on dual concurrent radio

2.4 Should support 20,40 and 80 MHz Channels

2.5 Should support Maximal Ratio Combining

3 Networking features

3.1 The access point or the controller should be capable of running a local DHCP Server

3.2 Access points must support a "controllerless" mode where one AP will provide full RF and network management.

3.3 Access points must provide automatic redundancy in case a site controller fails

3.4 The access point should support captive portal and local data base for authentication

3.5 Must have an dynamic or smart RF management features which allows WLAN to automatically and intelligently adapt to changes in the RF environment

3.6 WLAN Solution should support Mesh capabilities

4 Roaming Features

4.1 Along with a controller the Access Points should support fast roaming feature

4.2 Security features

4.3 The WLAN solution should have comprehensive integrated security features that include layer 2-7 stateful packet filtering firewall , NAT

4.4 The access point should provide wireless IPS sensor support on both radios.

5 The WLAN Solution should support IP filtering and NAT

5.1 WLAN solution must support Application Visibility Control (Deep Packet Inspection)at both Controller and AP level

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

71

5.2 WLAN solution must support personal and enterprise WPA2 authentication for a staff WLAN concurrent with open access public WLAN

6 Security solution must provide Rogue AP detection by comparing the MAC address forwarding tables in common enterprise class Ethernet LAN switches

6.1 RogueDetection: 24x7 dual-band WIPS sensing and on-board IDS

6.2 Secure guest access (hotspot)with captive portal, IPSec and RADIUS Server

7 Management Features

7.1 WLAN solution should provide features that provides no touch AP discovery, adoption, provisioning

7.2 WLAN solution should provide features that provides other management functions including firmware push and statistics

7.3 Access points must support autonomous mode

7.4 Must support telnet and/or SSH login to APs directly for troubleshooting flexibility

8 Power

8.1 Integrated PoE Support

9 QOS Support

9.1 The Access Points should support WMM,WMM-UAPSD,802.1p,Diffserv and TOS

9.2 Support for Voice-over-wireless LAN (VoWLAN) quality of service (QoS) ensures toll quality, even with many simultaneous calls on a single access point.

9.3 Access point should support 802.11 DFS

10 Solution requirements

10.1 The AP should be capable of working as a virtual controller for location where the number of AP's is less than 64

10.2 AP's configured as Virtual Controller should also perform the function of an AP.

10.3 Access points must provide automatic redundancy in case a site controller fails

11 Certification

11.1 Wi-Fi Alliance (WFA) certified 802.11 a/b/g/n/ac

11.2 Access points must have WiFi Alliance certification for WPA2 Enterprise

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

72

Technical Specification of Wireless Controller (Wi-Fi Controller)

S.No specification

1. OEM Proposed Solution Controller & AP should be of the same OEM.

2. Architecture WLAN Controller should be Hardware appliance 1U Rack mountable

3. Interfaces It should have 4x1000Base-T interfaces.

4.

Scalability Controller shall be capable of supporting 500 AP‟s with license upgradeability. Min 60 AP license should be ready from day 1.

5.

WLAN Features

Should support e dual-band capable clients to the 5 GHz band on dual-band access points.

Should balance wireless clients across APs on different channels, based upon the client load on the APs.

Should support internal DHCP server.

WLAN Solution Layer 3 roaming and mobility that allows a client to roam between APs on the same network but different client subnets, while preserving its IP address and existing data sessions.

6.

Unified access, policy, configuration, management for thousands of devices

and

Web-based administration with HTML5-

enhanced graphical user interface

Simple Management

Central

User group policies can be applied network wide or to individual devices and enforced consistently across both wireless and wired networks

Powerful policy template feature enables updates to groups of APs, branch routers, and switches with a few clicks

Simple centralized firmware upgrades with distributed download functionality to decrease WAN utlilzation & download time

Staged configuration and auto-provisioned image updates ensure devices are updated

7.

WLAN Controller shall have inbuilt capability to inspect all traffic from each user session and allow or deny any traffic that does not satisfy specified policies.

Network features

Policy WLAN controller shall provide identity-based controls to enforce application-layer security and prioritization.

WLAN solution shall be capable of controlling bandwidth per user, per VLAN/SSID etc.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

73

8

RF Planning and Visualization

Network maps with integrated aerial views and automatic floor planning enable easy visualization of topology and status

Real-time heat-maps show RF propagation within a network

State-of-the-art Planning Tool with aerial maps, multi- floor auto-placement, coverage maps, and options to clone buildings and floors

Built-in client and rogue location detection and placement on a floor plan

Spectrum analysis to detect and identify sources of Wi-Fi interference

9

WLAN Security

Should prevent students/users connecting to rogue AP and also prevent an outside user trying to connect to campus WLAN.

Should prevent Ad-hoc connections (i.e. clients forming a network amongst themselves without an AP)

Should prevent windows bridge (i.e. client that is associated to AP is also connected to wired network and enabled bridging between two interfaces)

10

Granular Control

Teacher View application included to monitor and redirect student wireless clients during class time

Application Q0S and firewall with detailed user and device context-based policies

Configuration of cloud proxy to split Internet and corporate VPN traffic with integration to Web sense SaaS

Configuration of L2 and L3 IPsec VPNs

Automatic and flexible IP address allocation and distribution across entire remote branch network

11

Reporting/ Monitoring

Dashboard widgets organized into pre-defined or customizable perspectives Bandwidth network bandwidth control

Real-time monitoring of alarms and events

12

Environmental Specifications

Operating temperature: 32 to 104°F (0 to 40°C)

Storage temperature: -4 to 158°F (-20 to 70°C)

Relative humidity: 5% - 95% (noncondensing)

13 OEM Criteria All the switches , Wireless controller , Access Points and the fiber modules should be from the same OEM .The IOS for all the switches should be on the same platform . The OEM should have R&D center in India . The OEM should have atleast 2 RMA depot in India and should have India Toll free number with India TAC center - reflected on the official website . The OEM should be present in Gartner in leader quadrant for wired and wireless.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

74

Technical Specification of Internet Web Security

S.No. Specification / Requirement

A Sizing

1 The solution shall support minimum of 200 users from day 1 with three-years subscription license / support and should have flexibility to scale up to 500 users in future with additional software / subscription license. In case of hardware-based solution, scalability needs to be provisioned from day 1 and should not require any additional hardware in future.

2 The proposed solution may have more than one solution but from same approved OEM to cater the required services without any feature, scale, reliability and specification deviation.

B Deployment & Reliability

3 The solution must not have a single point of failure at each level from day 1 and should have seamless failover transparently to secondary / alternate site (running with same full scale & specified features) if primary site goes down.

4 The solution must have at least 99% service availability.

5 The solution shall support multiple traffic-forwarding/ingestion options as like Explicit proxy, GRE & IPsec tunnel for traffic forwarding or inline mode deployment for on premise solutions.

C Reporting & Logging

6 The solution must provide a single pane of unified admin console / interface in case of multi-locations environment (HQ, Branches and roaming users) configuring all services.

7 The solution should support immediate enforced policy changes applied in the unified admin console for all applicable locations and services.

8 Any software upgrade should be seamless without interruption of services and must be transparent for users and do not require service windows.

9 The solution shall have flexibility to define policy based on User, Group, Locations and time schedule etc.

10 Time based policies should automatically be applied based on the time zones of the end users connecting to the service. Duplication of rules to support multiple time zones should not be required.

11 The solution provides a single integrated logging for all services.

12 The solution shall have the ability to integrate multiple sub-reports into a composite summary report.

13 The solution shall have transaction log retention for all HTTP & HTTPS transactions. The minimum retention window should be 6 months, with options to expand for longer duration.

14 The solution must have the ability to obfuscate user names to protect individual identity and can be decrypted only in the presence of an auditor.

15 The solution shall allow for a role-based administrative model based on different departments.

16 The solution shall provide audit trail to keep track on the authorized changes made by users and Administrators.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

75

D Authentication

17 The solution shall support but not limited to: Active Directory (AD), SAML 2.0, Secure LDAP and internal Database etc.

18 The solution must support direct AD/LDAP directory synchronization.

19 The solution must support authentication methods that are fully transparent to the user and integrate with ID Federation systems

20 The solution must cache credentials for a user to minimize number of times a user go to the ID Provider.

21 User identification and directory synchronization must be done only once and applied to all engines including Malware detection for both inbound and outbound as well as Data Loss Prevention etc.

E Web Security

22 The solution shall inspect every byte both inbound and outbound internet traffic each passing through the proxy and performance shall not be degraded with full content inspection including SSL inspection.

23 The solution must support root certificate for SSL decryption. In addition, it should have option to support custom intermediate root certificate signed by customer organizations.

24 The solution shall have multiple Anti-Malware and Anti-Spyware engines to protect users against websites containing malicious code or malware.

25 The solution should be able to categorize requested web pages in real-time using contextual analysis.

26 The solution shall be capable of dynamically blocking a legitimate website which has become infected and unblock the temporary site restriction when the threat has been removed.

27 The solution must detect and block botnets based on Signature in addition to blacklists and Trojan malware communications from infected systems. System must log and provide detailed information on the originating system sufficient to enable identification of infected units for mitigation

28 The solution must provide zero day protections for Microsoft Patch Tuesday vulnerabilities relation to Web & Internet traffic

29 The solution must detect and block known and unknown fraudulent / phishing application

30 The solution must provide granular control over instant messaging for example and instant messenger allow chat but block file transfers.

31 The solution must be able to restrict or control bandwidth of streaming media as appropriate.

32 The solution must be capable of blocking traffic to specific regions / countries.

33 The solution shall support granular Web 2.0 filtering as like allow Gmail read- only access for some users & others allow Gmail to send email but no attachments.

34 The solution shall be able to detect and block file types based on true file type not extension or mime type for both inbound and outbound.

35 The solution must dynamically block content that may cause legal liability even if the site is not pre-categorized.

36 The solution must support compressed files scanning.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

76

37 The solution should be able to filter based on specific words in either the URL string and the page content including source code.

38 The solution must be able to enforce search engine restriction filters such as Google, Yahoo, Bing, Ask and YouTube etc to safe search options.

39 The solution must have a customizable block page and able to redirect requested sites to specified sites.

40 The solution must inspect full SSL traffic across all ports and protocols.

41 The solution should be able identity & block 4 times zipped archive files.

42 The solution shall allow custom whitelist and blacklist definition.

43 The solution shall detect & protection against Cross Site Scripting attacks.

44 The solution must identify & block P2P clients and Anonymizers

45 The solution must be able to dynamically block the use of anonymous proxies in real-time.

46 The solution shall support identification and blocking of command & control communications.

F Next Generation Outbound Firewall

46 The solution should support Deep Packet Inspection (DPI) for application level policy controls for outbound traffic.

47 The solution shall have flexibility to define policy based on User, Group and location and time schedule.

48 The solution should support applications usage visibility per user basis.

49 The solution should support any amount of Office 365 traffic for considering scalable users without impacting user experience, session, throughput limitations on Firewall.

50 The solution should support identical security posture across multi-locations, regardless of users at each site and define IP and FQDN based destination policies.

51 The software upgrade should be seamless without interruption of services and must be transparent for users and do not require service windows.

52 The solution should support integration with proxy to log and apply policies based on original client source IP address instead of the proxy IP.

G Sandbox

53 The solution provides sandboxing for all users regardless whether they are on a corporate network or public network.

54 The solution shall perform sandbox analysis (execution) of binaries to detect true Zero Day attacks for SSL as well as non-SSL traffic.

55 The sandbox solution should be in-line.

56 The solution shall support signature less method to detect and block zero-day and APT malware.

57 The solution will provide patient zero protection for Flash, Java, MS Office, dll, pdf, exe, ZIP and RAR.

58 The solution must be able to quarantine first time request and users will be notified if a file isn‟t instantly available for download and being scanned in a sandbox

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

77

H Bandwidth Control

59 The solution must provide a mechanism for prioritizing bandwidth for business- critical web & cloud applications (e.g. Salesforce, Outlook) over non-critical apps (e.g. Facebook).

60 The solution shall have flexibility to define policy based on minimum bandwidth, maximum bandwidth, large downloads, time schedule, location and URL‟s etc.

61 The solution shall provide bandwidth control for all locations (HQ, Branches) from a unified single management console

62 The solution should be capable of allowing policy creation based on:

· Specific IP/IP subnet

· Specific Location

· Access Time

· URL Accessed

· URL Category Accessed

· Cloud Application accessed

63 The solution should be capable of allowing policy based on percentages of overall bandwidth

64 The solution should perform bandwidth shaping based control to avoid packet drops for better user experience

65 The solution should be capable of performing bandwidth throttling in Uplink and Downlink direction

I Mobility

66 The solution shall support web mobile agent laptop (windows and mac) users.

67 The web mobile agent shall adaptively provide web security protection based on the changing location of mobile users.

68 The solution shall capable to identify mobile user‟s credential and affiliated group regardless of changing location.

69 The web mobile agent shall not require manual user intervention, which would be annoying to non-technical users.

70 The solution must report based on Mobile Device Application Category.

71 The solution must restrict a list of Mobile app-stores as defined by the administrator.

72 The solution must restrict and report on Mobile Applications: Leaking Personally Identifiable information, Leaking Location information, Transmitting Device ID‟s, with known vulnerabilities, Exhibiting malicious activity

73 The solution shall notify end-users when Mobile Application traffic is blocked

J OEM Eligibility

74 The OEM of the offered solution must feature in the Leaders segment of the Gartner Magic Quadrant published in the last 3 consecutive years (2015, 2016 and 2017 or latest).

75 The OEM must have well established Research & Development / Engineering Centre in India.

76 The OEM must have Technical Assistance Centre (TAC) support in India.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

78

TECHNICAL SPECIFICATIONS

IP CCTV Surveillance System

Technical Specification of 3MP Dome Camera

S.No Features Specifications

1. Form Factor Dome

2. Image Sensor 1/2.8” CMOS or better

3. Day/ Night Operation

Yes with IR Cut Filter

4. Minimum Illumination

Color 0.04 lux ,B/W 0.002 lux

5. Lens 3 - 9 mm, P-Iris, Megapixel Lens with remote zoom and focus

6. Electronic Shutter 1 ~ 1/10,000 s

7. Image Resolution 3 MP or better

8. Compression H.265/H.264 , MJPEG

9. Frame Rate and Resolution (Main Stream)

H.265/H.264 3M (2048 X 1536) @25/30 fps , 2 MP (1920 X 1080 ) @ 50/60 FPS

10. Simultaneous Stream

Minimum 2 streams should be configurable at 1920 X 1080 @ 25 fps simultaneously

11. White Balance Auto / Manual / ATW / One Push

12. GOV Length It should be possible to vary the GOV length in the camera setting .

13. Noise Reduction Digital Noise Reduction 2D , 3D DNR , ColorNR

14. Zoom 3x optical Zoom or better, 10x Digital Zoom or better

15. Digital PTZ Camera should support digital PTZ

16. Video Streams Quad Stream supportable , Each stream should be H.265/H.264 configurable at different resolutions.

17. Video quality view Video compression type ( H.265/H.264,MJPEG) and bit rate of each stream should be viewable at home screen on web browser

18. Image Setting Saturation, Brightness, Contrast, Sharpness, Hue adjustable

19. Two way audio Line in , Line Out

20. Audio Compression

G.711 , G.726 , AAC , LPCM

21. Iris P iris

22. Wide Dynamic Range

120 dB or better

23. Ibuilt IR Upto 40 mtr IR distance

24. Alarm 1 x Input / 1 x output

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

79

25. Edge Video Content Analytics

Camera should have in-built Edge Bases Analytics, Abandoned Object, Intrusion Detection, Tampering, Wrong Direction, Loitering Detection,Object Counting, Stopped Vehicle, Object Removal

26. Storage backup on network failure

Camera should support network failure detection , Camera should have the capability to start the recording automatically on SD card in case of connectivity between camera and NVR/Storage device goes down

27. Edge Storage Built in SD card slot with support upto 128 GB SD card

28. Network Interface RJ-45, 10/100Mbps Ethernet

29. Protocols IPv4/v6, TCP/IP, UDP, RTP, RTSP, HTTP, HTTPS, ICMP, FTP, SMTP, DHCP, PPPoE, UPnP, IGMP, SNMP, QoS, ONVIF

30. Text Overlay Date & time, and a customer-specific text etc

31. privacy masks Support upto 5 privacy masks

32. Security HTTPS , IP Filter , IEEE 802.1X

33. Firmware Upgrade The firmware upgrade shall be done though web interface,

34. Video Output 1 X BNC

35. Audio Transmission mode

Full Duplex , Half Duplex , Simplex

36. Enclosure IP 66 weather proof ,

37. Vandal Resistant IK 10

38. Power POE / 12 V DC /24 V AC

39. Operating Temperature

-30 °C to 60 °C

40. Operating Humidity Humidity 10%–90% No Condensation

41. Certification UL, CE, FCC

42. ONVIF ONVIF Profile S & G

43. User accounts 20

44. Supported Web Browser

Internet Explorer (7.0+) / Firefox / Safari

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

80

TECHNICAL SPECIFICATION OF 3MP BULLET CAMERA

S.No Feature Specifications

1. Form Factor Bullet

2. Image Sensor 1/2.8” CMOS or better

3. Day/ Night Operation

Yes with IR Cut Filter

4. Minimum Illumination

Color 0.1 lux B/W 0.01 lux

5. Lens 2.8 - 12 mm, P-Iris, Megapixel Lens with remote zoom and focus

6. Electronic Shutter 1 ~ 1/10,000 s

7. Image Resolution 3 MP or better

8. Compression H.265 ,H.264 , MJPEG

9. Frame Rate and Resolution

H.265/H.264 3M (2048 X 1536) @25/30 fps , 2 MP (1920 X 1080 ) @ 50/60 FPS

10. Simultaneous Stream

Minumum 2 streams should be configurable at 1920 X 1080 @ 25 fps simultaneously

11. White Balance Auto / Manual / ATW / One Push

12. GOV Length It should be possible to vary the GOV length in the camera setting.

13. Field Of View 36 º to 106 º

14. Noise Reduction Digital Noise Reduction 2D , 3D DNR , Color Noise reduction

15. Zoom 4x optical Zoom or better , 10x Digital Zoom or better

16. Digital PTZ Camera should support digital PTZ

17. Video Streams Quad Stream supportable , Each stream should be H.265 ,H.264 configurable at different resolutions, frame rate and bit rate.

18. Video quality view Video compression type ( H.265 ,H.264,MJPEG) and bit rate of each stream should be viewable at home screen on web browser

19. Image Setting Saturation, Brightness, Contrast, Sharpness,Hue adjustable

20. Two way audio Line in , Line Out

21. Audio Compression

G.711 , G.726 , AAC , LPCM

22. Iris P iris

23. Wide Dynamic Range

120 dB or better

24. Inbuilt IR Upto 40 mtr IR distance

25. Alarm 2 x Input , 1 x output

26. Edge Video Content Analytics

Camera should have in-built Edge Based Analytics, Abandoned Object, Intrusion Detection,Tampering,

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

81

Wrong Direction, Loitering Detection,. Object Counting, Stopped Vehicle, Object Removal

27. Storage backup on network failure

Camera should support network failure detection , Camera should have the capability to start the recording automatically on SD card in case of connectivity between camera and NVR/Storage device goes down

28. Edge Storage Built in SD card slot with support upto 128 GB SD card

29. Network Interface RJ-45, 10/100Mbps Ethernet

30. Protocols IPv4/v6, TCP/IP, UDP, RTP, RTSP, HTTP, HTTPS, ICMP, FTP, SMTP, DHCP, PPPoE, UPnP, IGMP, SNMP, QoS, ONVIF

31. Text Overlay Date & time, and a customer-specific text etc

32. Security HTTPS , IP Filter , IEEE 802.1X

33. Firmware Upgrade The firware upgrade shall be done though web interface, The firmware shall be available free of cost

34. Video Output 1 X BNC

35. Image Rotation Normal , Mirror , 90 deg clockwise , 90 deg anti clockwise , 180 deg rotate

36. Privacy Masks Upto 5 privacy masks

37. Audio Transmission mode

Full Duplex , Half Duplex , Simplex

38. Enclosure IP 67 weather proof , IK 10

39. Power POE / 12 V DC /24 V AC

40. Max Power consumption

Max power consumption should not exceed 14 W

41. Operating Temperature

-30 °C to 60 °C

42. Operating Humidity Humidity 10%–90% No Condensation

43. Certification UL, CE, FCC, RoHS

44. ONVIF ONVIF Profile S and G

45. User accounts 20

46. Supported Web Browser

Internet Explorer (7.0+) / Firefox / Safari

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

82

TECHNICAL SPECIFICATION OF 64 CHANNEL NVR UPGRADABLE UPTO 128 CHANNEL

S.No Feature Specification

1. System CCTV Camera and NVR should be of same make

2. CPU Intel i7 core or better

3. RAM 2x4GB, DDR3 or better

4. Graphics Intel HD Graphics

5. IP Camera Input 64 CH upgradable to 128 CH

6. Operating System Embedded Linux OS

7. Video Management System Pre-Installed with appropriate licenses

8. Recording / Playback

9. Throughput 640 Mbps

10. Decoding Upto 3840 PPS @ D1

11. Recording Mode Continuous, Schedule, Event Recording

12. PlayBack Mode Auto, Custom, Split Mode

13. Storage and I/O

14. Built-in SATA Interface 2.5” SATA x 1 (for OS) + 3.5” SATA x 8 (for storage)

15. RAID Hardware RAID 0/1/5/10

16. e-SATA 1 port

17. COM Port RS-232 x 1 + RS-485 x 1

18. Video Output HDMI / VGA

19. Audio Input 1 x Mic In

20. Audio Output 1 x Line Out

21. USB Port USB 3.0 x 2 + USB 2.0 x 3

22. Digital Input TTL-level x 8

23. Digital Output Relay NC/NO x2 (DC24V/1A)

Network

24. WAN Port 1 x 10/100/1000 Mbps

25. LAN Port 1 x 10/100/1000 Mbps

26. SFP Combo Port 1 x 1 Gbps

Built-in PoE Switch

General

27. Operation Temperature 0°C ~ 40°C

28. Operation Relative Humidity 10% ~ 90% Non-condensing

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

83

VMS SPECIFICATION

S.No. Features Specifications

1. Maximum Number of Clients

1 admin / 5 users or more (concurrent) per NVR

2. Compression H.264 , H.265

3. Compatibility ONVIF profile S & G

Live view

4. View Manager An interface to define layouts and pre-set cameras in multiple view mode

5. View Patrol Able to switch between different view pages and devices

6. Layout Manager An interface to modify display layout, position and the size of live view of camera within layout

7. Digital Zoom Zoom in/ Zoom out digitally by mouse scroll wheel

8. Snapshot Instant snapshot upon mouse click

9. Event Notification

Alarm, Motion detection, Connection loss/ auto reconnect between VMS and NVR/camera

10. Bandwidth Management

Live view with stream 1 in full screen mode or stream 2 in multi-view screen mode (Bitrate adjustable)

11. Camera Management

Camera control, image setup, camera video format, IR/Exposure setup, Camera information

E-Map

12. Layout Area maps with camera icons, small live view screen; alarm trigger, event trigger

13. Setup Google map positioning; E-Map image upload; camera positioning; camera vision angle and direction

PTZ

14. Control Pan, tilt, zoom control; focus, exposure adjustment

15. Preset Points and Tours

Support

16. Joytick USB based Joystick support

Device Management

17. Device Search Auto connect/ Auto scan / Manual add NVR or Camera

18. Device Information

Model name, IP address, MAC address, type, protocol, streaming port, port, video snapshot

19. Search Filter IPCAM, NVR, DVR, VSS; ONVIF

Playback & Export

20. Recording Search

Search video recording by time, event, channel from multiple cameras/ NVRs Instant view, snapshot and export

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

84

21. Playback control Continuous forward and backward with speed 1/4x, 1/2x, 1x, 2x, 4x; pause

22. Synchronized Playback

32 CH(Local)/ 64 CH(Remote)

23. Snapshot Instant snapshot upon mouse click

24. Digital Zoom Zoom in/ Zoom out digitally by mouse scroll wheel

25. Video Export Export Video clips with AVI, RAW, MP4, MKV, MOV; digital signature supported

Event Management

26. Event Source Multiple cameras/ NVRs

27. Event Trigger Video motion detection, Alarm, Video loss

28. Event Response Instantly Record video, audio notification, full screen pop- out with live video, email notification

29. Smart Search Smart search list for recorded videos by video motion detection/ alarm/ video loss

System

30. Permission Management

Unlimited number of users, Active Directory, customized permissions for different user including covert cameras/ NVRs, device management, playback & export

31. Language Multiple language support

32. Operation Log Management

Recorded list of user operation, IPCAM event, NVR event

33. System status Instant view of CPU usage, RAM, HDD valid space, Network status

34. Setting Import/ Export

Possibility to import or export setting packs for convenient VMS setting management

Remote Access

35. PC Web Browser Microsoft Internet Explorer 11+ with 16CH display layout

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

85

TECHNICAL SPECIFICATION OF 24 PORT FABRIC (SFP) SWITCH

S.No Features Specifications

1. Port Configuration 20 Nos of 20 100M/1G SFP Port , 4 Nos of GbE RJ45/SFP Combo Port , 4 Nos of 1G/10G SFP+ Port ,1 X Console port DB9

2. Switching Bandwidth

128Gbps

3. Forwarding Performance

95.232 Mpps

4. MAC Address 32K

5. Jumbo Frames 10056 Bytes

6. Operating Temperature

-20°C to 60°C

7. Operating Humidity

10 to 90% RH

8. Storage Temperature

-25°C to 70°C

9. Storage Humidity 10 to 90% RH

10. AC Input 100V-240V

11. DC Input 24V ~ 48V DC

12. Dual Input AC/DC

13. Certifications CE/FCC Class A

14. Spanning Tree IEEE802.1D (STP)

IEEE802.1W (RSTP)

IEEE802.1S (MSTP)

15. VLAN 802.1Q VLAN

Port-Based

4K VLAN Entries

Private VLAN

Voice VLAN

Guest VLAN

Q-in-Q

802.1v Protocol VLAN

MAC-Based VLAN

IP Subnet-Based VLAN

16. IEEE 802.3ad LACP

Dynamic Trunk

Static Trunk

17. L2 Features GARP/GVRP

IGMP Snooping

MLD Snooping

Multicast VLAN Registration (MVR)

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

86

18. L3 Features Static Route

DHCP Server

19. Class of Service Port Based

802.1p

DSCP

TCP/UDP Port

20. Rate Limiting Ingress

Egress

21. Priority Queue Scheduling

WRR

Strict Priority

22. Hardware Queues 8

23. ACLs L2/L3/L4

IPv6 Support

24. Security Port Security (MAC-based)

IP Source Guard

Storm Control

RADIUS Authentication 802.1x

TACACS+ Authentication

HTTPs and SSL (Secured Web)

BPDU Guard

STP Root Guard

DHCP Snooping

Loop Protection

25. DHCP Client

Relay

Option 66

Option 67

Option 82

26. Event/Error Log Syslog

SMTP (RFC821)

27. Management Access Filtering

SNMP

Web

Telnet

SSH

SNMP (v1, v2c, v3)

RMON ( 1,2,3 & 9 Groups)

Software Upgrade

Configuration Export/Import

Port Mirroring

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

87

LLDP (IEEE802.1AB)

LLDP-MED (IEEE802.1AB)

CDP Aware

sFlow

IPv6 Management

NTP

28. Carrier Ethernet 1588v2 PTP

OAM (IEEE802.3ah)

CFM (IEEE802.1ag)

PM (ITU-T Y.1731)

ELPS (ITU-T G.8031)

ERPS (ITU-T G.8032)

29. MGMT Port OOB MGMT Port

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

88

TECHNICAL SPECIFICATION OF 24 PORT POE SWITCH

S.No Features Specifications

1. Port Configuration 24 Nos of 10M/100M/1G RJ45 Port ,4 Nos of1G/10G SFP+ Port , 1 Nos of DB9 Console Port .

2. PoE Function IEEE802.3at (PoE+ 30W) ,IEEE802.3af (PoE 15.4W)

3. PoE Port 24

4. Available PoE Power

370W

5. Switching Bandwidth

128 Gbps

6. Forwarding Performance

95.232 Mpps

7. MAC Address 32 K

8. Jumbo Frames 10056 Bytes

9. Spanning Tree IEEE802.1D (STP),IEEE802.1W (RSTP),IEEE802.1S (MSTP)

10. VLAN 802.1Q VLAN , Port-Based ,Private VLAN , Voice VLAN ,Guest VLAN, Q-in-Q , 802.1v Protocol VLAN , MAC-Based VLAN ,IP Subnet-Based VLAN

4K VLAN Entries

11. IEEE 802.3ad LACP

Dynamic Trunk , Static Trunk

12. GARP/GVRP , IGMP Snooping , MLD Snooping ,Multicast VLAN Registration (MVR)

16. L3 Features Static Route , DHCP Server

17. Class of Service Port Based , 802.1p ,DSCP, TCP/UDP Port

18. Rate Limiting Ingress , Egress

19. Priority Queue Scheduling

WRR , Strict Priority

20. Hardware Queues 8

21. ACLs L2/L3/L4 , IPv6 Support

22. Security Port Security (MAC-based) , IP Source Guard ,Storm Control ,RADIUS Authentication 802.1x , TACACS+ Authentication ,HTTPs and SSL (Secured Web) ,BPDU Guard ,STP Root Guard ,DHCP Snooping,Loop Protection

23. DHCP Client , Relay , Option 66 , Option 67 , Option 82

24. Event/Error Log Syslog , SMTP (RFC821)

25. Management Access Filtering

SNMP , Web , Telnet , SSH

26. PoE Management Scheduling ,Auto-Checking ,Power Delay

SNMP (v1, v2c, v3) , RMON ( 1,2,3 & 9 Groups) , Software Upgrade

Configuration Export/Import , Port Mirroring ,

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

89

LLDP (IEEE802.1AB)

LLDP-MED (IEEE802.1AB)

CDP Aware ,sFlow ,IPv6 Management , NTP

27. Device Management

Topology View , Floor View ,Map View , Dashboard ,Traffic Monitoring , Cable Diagnostics

28. Operating Temperature

0°C to 40°C

29. Operating Humidity 10 to 90% RH

30. Storage Temperature

-20 to 70°C

31. Storage Humidity 10 to 90% RH

32. AC Input 100V-240V

33. Certifications EN61000-4-5 (for RJ45 Port, Surge 6KV) ,CE/FCC Class A

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

90

LIST OF MAKES

S.N. Item Make

1. Cat 6 UTP cables & Information outlet (I/O)

Belden/Siemon/Panduit/Derwiser/ Rit

2. Cat 6 Jack Panel Belden/Siemon/Panduit/Derwiser/ Rit

3. CAT 6 patch cords Belden/Siemon/Panduit/Derwiser/ Rit

4. Face Plate Belden/Siemon/Panduit/Derwiser/ Rit

5. Fiber Equipment (Cable, Patch Cord &LIU .)

Belden/Siemon/Panduit/Derwiser/ Rit

6. 42U & 15U wall mount rack Derwiser/MTS/Rittal/Nexxus/APW

7. CCTV cameras Allgovision/ Impulse / Avigilon / Cisco/ Axis

8. NVR Allgovision/ Impulse / Avigilon / Cisco/ Axis

9. 24 Port PoE Switch & SFP Switch Cisco/ Impulse / Juniper / Extreme/ Nexxus

10. Workstations Dell / HP / IBM / Lenovo

11. FHD LED Display Panasonic/ Sony/ Samsung / LG

12. Core LAN Switch Cisco/ Impulse / Juniper / Extreme/ Nexxus

13. Distribution LAN Switch Cisco/ Impulse / Juniper / Extreme/ Nexxus

14. 24 Port Access LAN Switch Cisco/ Impulse / Juniper / Extreme/ Nexxus

15. IP-PBX SYSTEM & IP Phones Tadiran/Cisco /Polycom/Toshiba/ Ericsson

16. Wi-Fi Cisco/ Impulse / Juniper / Extreme/ Nexxus

17. Web Security Zscaler / Checkpoint / Palo Alto / Cisco/Juniper

18. ITEM (for asset inventory management) Nexxus / Zescaler / Torque

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

91

Schedule of Quantities (E&M Services)

Name of work: Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Electrical Work)

S.No Description of Items Qty Unit Rate Estimated

Amount SUB HEAD-1 : EI AND FANS

(Wiring)

1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed steel conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc as required.

Group C 1000 Point 1213.00 1213000

2 Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit alongwith 1 No. 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

2600

Meter

265.00

689000

3 Wiring for light/ power plug with 4X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit alongwith 2 Nos. 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

1800

Meter

392.00

705600

4 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required

2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 1500 Meter 208.00 312000

5 Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

a) 3 x 1.5 sq. mm 350 Meter 54.00 18900

b) 6 x 1.5 sq. mm 300 Meter 100.00 30000

c) 3 x 4 sq. mm 600 Meter 117.00 70200

d) 6 x 4 sq. mm 450 Meter 221.00 99450

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

92

6 Supplying and drawing 1.5 sqmm sizes of FRLS PVC round sheathed insulated copper conductor 2 core (flexible) industrial cable in the existing surface/recessed steel/ PVC conduit as required.

800

Meter

37.00

29600

7 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 A modular socket outlet and 15/16 A modular switch, connections etc. as required.

700

Nos.

495.00

346500

8 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

a) 20 mm 350 Meter 146.00 51100

b) 25 mm 600 Meter 165.00 99000

9 Supplying and drawing following pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required

2 Pair 3200 Meter 20.00 64000

10 Supplying and fixing following modular switch/ socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

Telephone socket outlet. 270 Each 119.00 32130

11 Supplying and fixing two module stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.

180

Each

342.00

61560

12 Supplying and fixing modular blanking plate on the existing modular plate & switch box excluding modular plate as required.

200

Each

32.00

6400

13 Supplying and fixing following size/ modules, GI box along with modular base & cover plate for modular switches in recess etc. as required.

1 or 2 Module (75mmX75mm). 100 Each 243.00 24300

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

93

14 Supplying and fixing 20amps, 240 volts, SPN industrial type, socket outlet, with 2 pole and earth, metal enclosed plug top along with 20 amps 'C' series, SP, MCB, in sheet steel enclosure, on surface or in recess, with chained metal cover for the socket out let and complete with connections, testing and commissioning etc. as required.

40

Each

1232.00

49280

15 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

a) 6 way (4 + 18), Double door 10 Each 3693.00 36930

b) 8 way (4 + 24), Double door 20 Each 4601.00 92020

16 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, “C” curve, miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required

Single pole 660 Each 199.00 131340

17 Supplying and fixing following rating, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a) 63 A (for non essential H.DB) 10 Each 839.00 8390

b) 100 A 16 Each 1047.00 16752

18 Supply, Installation, Testing and Commissioning of 1200 mm sweep, BEE 5 star rated, ceiling fan with Brush Less Direct Current (BLDC) Motor, class of insulation: B, 3 nos. blades, 30 cm long down rod, 2 nos. canopies, shackle kit, safety rope, copper winding, Power Factor not less than 0.9, Service Value (CMM/W) minimum 6.85, Air delivery minimum 215 CMM, 350 RPM (tolerance as per IS : 374-2019), THD less than 10%, remote or electronic regulator unit for speed control and all remaining accessories including safety pin, nut bolts, washers, temperature rise=75 degree C (max.), insulation resistance more than 2 mega ohm, suitable for 230 V, 50 Hz, single phase AC Supply, earthing etc. complete as required.

200

Each

2688.00

537600

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

94

19 Supplying, Installation, testing and commissioning of 250mm sweep 1400 RPM 5 Blade Ventilation Fan suitable 220/240V complete etc as required.

25

Each

1670.00

41750

(Fans & Fittings)

20 Supplying, installation, testing & Commissioning of Surface/Wall Mounted 1X18-20W LED Tube With 4 feet MS Batten Fitting, LED Tube should have extruded aluminium housing for efficient heat dissipation. The system efficacy should be minimum 100 Im/watt or above in Colour Temp. (5700K to 6500K), Power factor>0.95, CRI>80. Complete with Mounting Brackets & accessories including connections etc. as required.

50

Each

741.00

37050

21 Supplying, installation, testing & Commissioning of Surface/Recess type 32W to 36W Full window glare free opal Diffuser LED Panel of nominal size 600X600mm suitable for Surface with MS Powder coated White Housing. The system MS Powder be minimum 100 Im/watt or above in Colour Temp.t(5600K to 6500K), Power factor>0.95, CRI (Ra)>80, LED Lamp. Complete with all accessories as required with connection and and duly tested for LM 79 and LM 80 by NABL accredited lab. etc. as required

400

Each

4133.00

1653200

22 Supplying ,Installation, testing &Commissioning of recessed type 12W to 15W LED round mounted pressure dia cast aluminium luminaire in power coated white finished white dropped down PC diffuser with optimised heat sink for efficient heat dissipation & separate replaceable electronic driver Total system lumen of 12Wto 15W LED should be 1200 or above in cool day light (5700K to 6500K), power factor >0.95, CRI>80 :complete with all accessories as required with connection and and duly tested for LM 79 and LM 80 by NABL accredited lab. etc. as required.

200

Each

1646.00

329200

23 Supplying, Installation, testing and commissioning of 380 mm, 900 RPM heavy duty exhaust fan with metallic blades with louvers/shutters suitable for 220/240 volts operation complete etc. as etc. as reqd.

10

Each

4152.00

41520

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

95

24 Supplying and fixing of following sizes PVC insulated PVC sheahted 0.5mm dia tinned copper conductor armoured jelly filled telephone cable on surface of wall etc. as required.

20 Pair 250 Meter 156.00 39000

25 Supplying, laying, testing & commissioning of 1.1 KV grade aluminium conductor XLPE insulated & P.V.C. sheathed armoured cable confirming to IS 7038 -1988 as amended upto date on surface/M.S. cable tray including saddles/cable tie-tags etc. as required.

a) 3.5 x 35 sq.mm. 800 Meter 231.00 184800

b) 3.5 x 50 sq.mm. 500 Meter 294.00 147000

c) 3.5 x 240 sq.mm. 600 Meter 1069.00 641400

26 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.

a) 3½ X 35 sq. mm (32mm) 42 Each 300.00 12600

b) 3½ X 50 sq. mm (35mm) 16 Each 329.00 5264

c) 3½ X 240 sq. mm (62mm) 22 Each 809.00 17798

SUB HEAD-2 : Fire Alarm System

1 Supplying, installation, testing & commissioning of smoke detector with builtin LED and mounting base complete with all connections etc. as required.

300

Nos.

1141.00

342300

2 Supplying, installation, testing & commissioning of manual call boxes of MS construction in surface/recess with stainless steel chain & hammer assembly complete with glass and push button etc. as required.

50

Each

462.00

23100

3 Supplying, installation, testing & commissioning response indicator on surface/recess MS box having two LEDs metallic cover complete with all connections etc. as required.

70

Each

184.00

12880

4 Supplying, installation, testing & commissioning fire alarm sounder with facility to make announcement, mounted in M.S. Box (16 SWG) with hinged cover plate & suitable for operation with amplifier i/c line matching transformer etc. complete as required.

30

Each

545.00

16350

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

96

5 Supplying and drawing 1.5 sqmm sizes of FRLS PVC round sheathed insulated copper conductor 2 core (flexible) industrial cable in the existing surface/recessed steel/ PVC conduit as required.

a) 2 x 1.5 sq. mm 300 Meter 74.00 22200

b) 3 x 1.5 sq. mm 350 Meter 90.00 31500

c) 4 x 1.5 sq. mm 500 Meter 107.00 53500

6 Providing, fixing, testing & commissioning of 15mm dia quartzoid bulb type sprinklers of rating 68 degree centigrade with required accessories :

Pendent Sprinkler 50 Each 484.00 24200

7 Supplying, installation, testing & commissioning of sprinkler flexible pipe (UL Listed) of stainless steel complete with 15 NPT on reducer thread with maximum working pressure of 175 PSI test pressure of 875 PSI (Burst) with branch line (Inlet) 25mm NPT male thread to sprinkler head (Outlet) 15mm NPT female thread with reducer, nipple, 2 side brackets, center bracket, stockbar of following sizes complete as required.

1200mm 300 Set 1633.00 489900

SUB HEAD-3 : VRF AIR CONDITIONING

(MACHINERY)

1 Supply, Installation, Testing & Commissioning of modular type Variable Refrigerant Flow/Variable Refrigerant Volume air cooled Outdoor units suitable for cooling and heating, having all hermetically sealed inverter type Scroll Compressor(s), minimum two compressors for above 14 HP modules, microprocessor based Controller, top discharge type condensing unit(s), with R 410 A Refrigerant, vibration isolators, with suitable foundation etc. complete as required. The unit shall deliver the rated capacity at AHRI Conditions and work even at 50° C ambient temperature without tripping. The unit shall be suitable to work on 400V+/10%, 3 Phase, 50 Hz AC power supply. The unit shall be filled with first charge of the refrigerant and ready for use as required. The COP at AHRI conditions shall not be less than 3.1 and IEER not less than 6.5.

320

Per HP

16415.00

5252800

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

100

2 Supply, installation, testing and commissioning of following minimum capacity 4-way flow VRV/VRF Cassette Type Indoor ceiling mounted unit equipped with synthetic washable media pre-filter, fan section with low noise fan/dynamically balanced blower, multispeed motor, coil section with DX Copper coil, electronic expansion valve, outer cabinet, drain pump, grill, necessary supports, vibration isolation, cord less remote control etc., suitable for operation on single phase 230V ± 10%, 50Hz ACsupply, complete, as required. The unit shall have automatic force shut down provision in case of fire on receiving signal from BMS System. The cooling capacity of indoor unit will be at air inlet conditions of 27 Degree C DB and 19 Degree C WB temperature.

a) 1 TR 15 Each 29137.00 437055

b) 1.6 TR 55 Each 30204.00 1661220

c) 2 TR 100 Each 30801.00 3080100

3 Supply, Installation, testing and commissioning including vaccumiazation and Nitrogen testing of following nominal sizes of soft/hard drawn copper refrigerant piping for VRV/VRF system, complete with fittings, with suitable adjustable ring type hanger supports, jointing/brazing including accessories, insulated with XPLE Class-O tubular insulation/with Class-O closed cell elastometric nitrile rubber tubular sleeves sections of specified thickness as given below for Suction and Liquid lines, all accessories as per specifications etc. as required :

a) 6.4 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 19 mm thick insulation

1000

Meter

245.00

245000

b) 9.5 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 19 mm thick insulation

560

Meter

331.00

185360

c) 12.7 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 19 mm thick insulation

300

Meter

466.00

139800

d) 15.86 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 19 mm thick insulation

300

Meter

588.00

176400

e) 19 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19 mm thick insulation

140

Meter

707.00

98980

f) 22.2 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19mm thick insulation

200

Meter

865.00

173000

g) 28.58 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19 mm thick insulation

140

Meter

1108.00

155120

h) 31.8 mm dia (OD) (Hard drawn) with tube thickness 1.62 mm with 19 mm thick insulation

340

Meter

1170.00

397800

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

101

4 Supply, installation, testing and commissioning of Refnet joint (Y-Branches) branch distributors with Variable refrigerant flow distribution couplings for refrigerant piping in copper piping. The bidder shall consider the required diameter of the refnet joint as required for the system to get connected by refrigerant piping of suitable guage for it to function satisfactorily without leakage through the joints. cost shall also include insulation of 19mm / 13mm thick nitrile rubber closed type tubular form. All necessary as required

150

Each

6800.00

1020000

5 Providing & fixing of polypropylene(PPR) Piping complete with fittings, supports for condensate drain as per specifications and duly insulated with 6 mm thickness of closed cell nitrile rubber insulation etc. complete as per direction of Engineer-in-charge & specifications enclosed as reqd.

a) 25 mm dia. 1400 Meter 100.00 140000

b) 32 mm dia. 1000 Meter 170.00 170000

c) 40 mm dia 400 Meter 250.00 100000

(ELECTRICAL WORKS)

6 Supply and laying/ fixing on surface of Power Cable of following sizes XLPE insulated copper armoured conductor cable to VRV / VRF ODU from electrical main panel .The cost shall included all necessary supports, clamps etc as necessary as required. the cost shall include earthing of the ODU body as required as per site condition.

a) 4c x 6 Sqmm 250 Meter 234.00 58500

b) 4c x 10 Sqmm 350 Meter 373.00 130550

c) 4c x 25 Sqmm 450 Meter 945.00 425250

7 Providing & fixing of control wiring with following sizes of copper conductor shielded transmission cum control cable between indoor unit/outdoor unit/controllers inside / outside building through Pvc conduit (cost shall included PVC conduit ), on surface / existing channel, cable tray i/c making connection etc. as reqd.

2c x 1.5 Sqmm 1200 Meter 125.00 150000

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

102

8 Supplying, installation, testing and commissioning of medium voltage out door panel board dust and vermin proof Cubical type compartmentlised design made out of 2.0 mm thick CRCA sheet having cable entry gland plate on bottom and powder coated through seven tank process connections inter connections etc complete including providing and fixing the following switchgears and accessories as required. (Face are 0.5 Sq.mtr. x 0.30 Mtr. Deep).

a) 160A 25KA FP Microprocessor based MCCB - 1 no.

b) 250A four strip Al. bus bar with heat shrinkable PVC sleev etc. 1 set.

c) Digital multifunction meter with 3 no. CT 160/5A - 1 no.

d) LED phase indicator lamps with MCB 3 no.

e) 63A 10KA C series TPN MCB - 3 Nos.

f) 40A 10KA C series TPN MCB - 2 Nos.

g) 32A 10KA C series TPN MCB - 2 Nos. 2 Each 43027.00 86054

9 Supplying and installing following size of perforated Hot Dipped Galvanised Iron cable tray (Galvanisation thickness not less than 50 microns) with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I. bolts & nuts, etc. as required.

a) 100 mm width X 50 mm depth X 1.6 mm thickness

450

Meter

599.00

269550

b) 150 mm width X 50 mm depth X 1.6 mm thickness

600

Meter

644.00

386400

c) 300 mm width X 62.5 mm depth X 2.0 mm thickness

300

Meter

1085.00

325500

d) 450 mm width X 50 mm depth X 2.0 mm thickness

250

Meter

1440.00

360000

SUB HEAD - 4 : UPS

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

103

1 Supplying, installation, testing and commissioning of online IGBT based double conversion (IGBT based rectifier & IGBT based UPS), three phase input 415 volts + 10% & - 15%, 50 Hz and three phase output 415 volts +/- 1% 50Hz, 20 KVA transformer on input and output side, efficiency >90% automatic UPS by pass arrangement on overload or UPS failure, capable to handle overload of 125% for 10 minutes, 150% for 1 network and modbus card with software to monitor and control the operation of UPS, IP 20 or more rated cabinet , suitable ventilation arrangement suitable nos. of 12 volts, SMF VRLA (Special alloy) batteries with battery management units & battery racks connecting strips complete set to support 30 minute backup for 20 KVA UPS complete as per specification.

4

Set.

400000.00

1600000

SUB-HEAD - 5 : STRUCTURED CABLING SYSTEM PASSIVE

1 Supply, Installation, Testing and Commissioning of armoured 6 core Singlemode OFC cable for inter floor switches connectivity. Approved Makes: Belden/Siemon/ Panduit/ Derwiser/ Rit

100

mtr.

136.00

13600

2 Supply, Installation, Testing and Commissioning of 6 port loaded LIU with LC adaptor plates , pigtel cables etc complete as required. Approved Makes: Belden/Siemon/ Panduit/Derwiser/ Rit

1

Nos

14758.00

14758

3 Supply, Installation, Testing and Commissioning of 24 port loaded LIU for with LC adaptor plates , pigtel cables for core switch to access switch connectivity over fiber. Approved Makes: Belden/Siemon/Panduit/ Derwiser/Rit

1

Nos.

28545.00

28545

4 Supply, Installation, Testing and Commissioning of LC-LC singlemode fiber patch cord for LIU to switch connectivity. Approved Makes: Belden/Siemon/Panduit/Derwiser/ Rit

2

Nos.

2150.00

4300

5 Supply , Installation , Testing and commissioning of CAT 6 UTP cable 23 AWG solid copper conductors for Connectivity of Hub room to End Point. Approved Makes: Belden/Siemon/ Panduit/Derwiser/ Rit

26500

mtr.

23.00

609500

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

104

6 Supply, Installation, Testing and Commissioning of CAT6 information outlet (I/O) for Data, Voice, Camera & Wi-Fi at user end. Approved Makes: Belden/Siemon/ Panduit/Derwiser/ Rit

440

Nos.

206.00

90640

7 Supply, Installation, Testing and Commissioning of loaded 24 port CAT6 jack panel for CAT6 cable termination at rack end. Approved Makes: Belden/Siemon/Panduit/ Derwiser/ Rit

20

Nos.

6635.00

132700

8 Supply, Installation, Testing and Commissioning of CAT6 patch cord 3 feet for rack side switch to jack panel connectivity. Approved Makes: Belden/Siemon/Panduit/ Derwiser/ Rit

440

Nos.

206.00

90640

9 Supply, Installation, Testing and Commissioning of CAT6 patch cord 7 feet for information outlet (I/O) to end user device connectivity. Approved Makes: Belden/Siemon/ Panduit/Derwiser/ Rit

440

Nos.

224.00

98560

10 Supply, Installation, Testing and Commissioning of 1, 2 and 4 port face plate white for I/O fixing at user side. Approved Makes: Belden/Siemon/ Panduit/Derwiser/ Rit

440

Nos.

103.00

45320

11 Supply, Installation, Testing and Commissioning of 42 U (600W/1000D) floor mount rack with fans , 2 cable managers, satationary shelf , 2 Nos. of hardware pkts. Approved Makes: Derwiser/MTS/ Rittal/Nexxus/APW

2

Nos.

60825.00

121650

SUB-HEAD - 6 : IP-PBX SYSTEM

1 Supply, Installation, Testing and Commissioning of Pure IP at core server Based voice solution with 04 Port Voicemail ,04 Port FXS ,04 Port FXO ,1 PRI Trunk lines (30 Ch) Circuit with CLIP Facility ,138 IP users License ,01 Nos. IP Operator Console,100 Party Conference ,Speed Dial, Music on Hold , Internal/ External ring difference ,Call Barring, Call Pickup, TEC should be with GR Number, Redundant server in active- Active mode. Approved Makes: Tadiran/Cisco /Polycom/ Toshiba/ Ericsson

1

Set

1101732.00

1101732

2 Supply, Installation, Testing & Commissioning of Type 1 IP Phone 1 VoIP account, Full duplex speaker phone, IPV6, 2xLAN, PoE . Approved Makes: Tadiran/Cisco /Polycom/Toshiba/ Ericsson

120

Nos.

4262.00

511440

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

105

3 Supply, Installation, Testing & Commissioning of Type 2 IP Phone with 2 Voip accounts, 2 Lines , HD Voice,Graphic LCD display with backligh. Approved Makes: Tadiran/Cisco /Polycom/ Toshiba/ Ericsson

18

Nos.

5431.00

97758

SUB-HEAD - 7 : LOCAL AREA NETWORK (LAN )

1 Supply, Installation, Testing & Commissioning of core switch should have Min 24 x100/1000X SFP port , Min 8x10/100/1000T port , Min 4 X 10 G Based SFP+ port , 2x Stacking port comprising 160 Gbps of stacking bandwidth from day 1 ,Support less than 50 Millisecond convergence based of RFC 3619/REP/G.8032 , Min Operating temp 0-50 Degree C ,Must have Common criteriacer tification EAL3/NDcPP/ NDPP, should support AVB,CE.2 and CB certified. RPS Support . Min 296 Gbps switching backplane , Min 220 Mpps forwarding Rate .Should be upgardable to Min 2x QSFP+ port .Operating Temperature 0-50 Degree C , Should support SyNCE E , MPLS , Min 1GB RAM & 4GB Flash, Min 90K Mac address. Auto adjustable fan based on temperature variation. Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

1

Nos.

615313.00

615313

2 Supply, Installation, Testing & Commissioning of Access switch should have 24 x10/100/1000T port , Min 8 x1 G SFP port , should be upgradable to Min 4x 10 G based SFP+ port , 2x Stacking port comprising 40 Gbps of stacking bandwidth from day 1 ,Support less than 50 Millisecond convergence based of RFC 3619/REP/G.8032 , Min Operating temp 0-50 Degree C ,Must have Common criteria certification EAL3/NDcPP/NDPP, should support AVB,CE.2 and CB certified. Min 370 Watt PoE/PoE+ power budget based on IEEE 802.3af/IEEE 802.3at,RPS Support, Min 1GB RAM & 4GB Flash. Auto adjustable fan based on temperture variation. Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

14

Nos.

188719.00

2642066

3 Supply, Installation, Testing & Commissioning of fiber Modules 1000BASE Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

16

Nos.

12856.00

205696

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

106

4 Supply, Installation, Testing & Commissioning of Stacking Cables Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

14

Nos.

6703.00

93842

5 Supply, Installation, Testing & Commissioning of Appliance based customised ITAM for asset inventory management with ability to map physical locations and exact rack elevations for audit and support control. Appliance shall be Intel x86 based device with secure intranet server with Linux Based operating system and relational databases for long term storage. Appliance includes license for 200 units under control. Approved Makes: Nexxus/ Zscaler/Torque

1

Nos.

1887635.00

1887635

SUB-HEAD - 8 : Wi-Fi SYSTEMS & WEB SECURITY

1 Supply, Installation, Testing & Commissioning of the WLAN solution should have comprehensive integrated security features that include layer 2-7 statefulpacket filtering firewall including for branch and remote offices. AP indoor 3x3 with 802.11 a/b/g/n/ac support and should have disaster recovery mechanism automatically by taking role of controller in terms of controller failure. Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

12

Nos.

33344.00

400128

2 Supply, Installation, Testing & Commissioning of Wirelss controller to support Min 512 AP in future, ready to support min 60 AP from from Day1 .Min 2x USB ports , Min 16 K Wirelss client support , Min 4 GB RAM ,Min 32 GB Storage , Same make as switch. WLAN Controller should be Hardware appliance 1U Rack mountable . Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

1

Nos.

498438.00

498438

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

107

3 Supply, Installation, Testing & Commissioning of Internet Web Security solution with minimum of 200 users from day one with 1 years of subscription / support and flexibility to scale up to 500 users, having 99.9% uptime with each level redundancy, single pane of glass for reporting with minimum 6 months of logs and must be Leaders in Gartner Magic Quadrant in the last 1 consecutive years (2017) and includes following features as per detailed specification: a) Web Security b) Full SSL Inspection c) Next Generation Firewall d) Sandboxing e) Bandwidth Control f) Cloud Applications Visibility g) Mobility Approved Makes: Zscaler/ Checkpoint/Palo Alto/Cisco/ Juniper

1

Nos.

1371562.00

1371562

SUB-HEAD - 9 : IP CCTV SYSTEM

1 Supply, installation, testing and commissioning of 3 MP Dome Camera , ONVIF profile S & G , UL,CE,FCC certified , Motorized varifocal 3mm to 9 mm ,1/2.8" CMOS sensor , Quad stream ,frame rate 25 FPS @ 3MP , 50 FPS @ 2 MP , 2 streams simultaneously at 1920 X 1080 p ,Shutter speed : 1 ~ 1/10000 sec , P-iris , Min illumination : Color 0.04 lux , B/W 0.002 lux , Auto ICR ,Two way audio support ,Video compression : H.264 , MJPEG ,120 dB WDR ,Auto white balance , SD Card support ,Support upto 20 user accounts , 1 X BNC analog output ,Digital Zoom ,Digital PTZ ,2D / 3D Noise reduction, Edge analytics : Abandoned Object, Intrusion Detection, Tampering, Wrong Direction, Loitering Detection, Object Counting, Stopped Vehicle, Object Removal , InbuiltIR LEDs , IR distance upto 40 mtrs , IP 66 weather proof , IK 10 Vandal proof ,POE. Approved Makes :Allgovision/ Impulse / Avigilon / Cisco/ Axis

35

Nos.

37469.00

1311415

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

108

2 Supply, installation, testing and commissioning of 3 MP Bullet Camera , ONVIF profile S & G , UL,CE,FCC certified , Motorized varifocal 2.8mm to 12 mm ,1/2.8" CMOS sensor , Quad stream ,frame rate 25 FPS @ 3MP , 50 FPS @ 2 MP ,2 streams simultaneously at 1920 X 1080 p ,Shutter speed : 1 ~ 1/10000 sec , P-iris , Min illumination : Color 0.1 lux , B/W 0.01 lux , Auto ICR ,Two way audio support ,Video compression : H.264 , MJPEG ,120 dB WDR ,Auto white balance , SD Card support ,Support upto 20 user accounts , 1 X BNC analog output ,Digital Zoom ,Digital PTZ ,2D / 3D Noise reduction, Edge analytics : Abandoned Object, Intrusion Detection, Tampering, Wrong Direction, Loitering Detection, Object Counting, Stopped Vehicle, Object Removal InbuiltIR LEDs , IR distance upto 40 mtrs , IP 67 weather proof ,IK 10 , POE . Approved Makes :Allgovision/ Impulse / Avigilon / Cisco/ Axis

12

Nos.

39531.00

474372

3 Supply, installation, testing and commissioning of 64 Channel NVR upgradable to 128 Channel, H.264 Recording and Playback , Embedded Linux OS, Pre-Installed VMS with licenses, ONVIF profile S & G , Intel Based i7 Processor , 2x4GB, DDR3 RAM , Intel HD Graphics , Throughput Input: 640Mbps / Output: 640Mbps,Decoding Rate Up to 3840 PPS @ D1, 2.5” SATA x 1 (for OS) + 3.5” SATA x 8 ports , e- SATA Port for External Storage Device , RAID 0/1/5/6/10 Support , COM Port RS-232 x1 and RS-485 x 1, USB 3.0 x 2 + USB 2.0 x 3 , Digital Input : TTL-level x 4 , Digital Output : Relay NC/NO x2 (DC24V/1A) , 1 x WAN (10/100/1000 BaseT) , 1 x LAN (10/100/1000 BaseT), 1 x SFP Port (1 Gbps). Approved Makes : Allgovision/ Impulse / Avigilon / Cisco/ Axis

2

Nos.

464062.00

928124

4 Supply, Installation, Testing & Commissioning of 6TB Surviellance Hard Disk. Approved Makes: WD /segate /Toshiba/HP

16

Nos.

16156.00

258496

5 Supply, Installation, Testing and Commissioning of Full HD 55" LED Professional Display Panel. Approved Makes: Panasonic / LG/ Sony/ Samsung

2

Nos.

85500.00

171000

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

109

6 Supply, Installation, Testing and Commissioning of 24 port Fabric (SFP) switch with 20 Nos. of 20 100M/1G SFP Port , 4 Nos. of GbE RJ45/SFP Combo Port , 4 Nos. of 1G/10G SFP+ Port ,1 X Console , Switching bandwidth 128 Gbps , 32K MAC address support , Support L2 feature STP, RSTP, MSTP . Support 802.1Q VLAN, port based VLAN, 4K VLAN entries, MAC based VLAN , IP subnet based VLAN . Support IEEE 802.3ad LACP. L3 features - static routing, DHCP server. Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

1

Nos.

464062.00

464062

7 Supply, Installation, Testing and Commissioning of 24 port L2 Managed switch having port density 24 Nos. of 10M/100M/1G RJ45 Port POE/POE+ ports , 4 Nos. of 1G/10G SFP+ Port , 1X console port , Available POE power 370 W , 128 Gbps switching bandwidth , 32K MAC address support , Support L2 feature STP, RSTP ,MSTP . Support 802.1Q VLAN , port based VLAN , 4K VLAN entries , MAC based VLAN , IP subnet based VLAN . Support IEEE 802.3ad LACP . L3 features - static routing, DHCP server , Device Management system - topology view , floor view , map view , dashboard , traffic monitoring , cable diagnostics. CE, FCC certified Approved Make :Cisco/ Impulse / Juniper / Extreme/ Nexxus

6

Nos.

156406.00

938436

8 Supply, Installation, Testing and Commissioning of Workstation PC: Intel(R) Core(TM) i7-3770 Processor (8M Cache, up to 3.90 GHz); RAM: 8GB (1x8GB) Non-ECC DDR3 1600MHz ; Keyboard: 12 function keys; Chassis: Tower/Workstation; DVD: 8X Slimline DVD+/- RW, Data Only; Dual Graphics Card; Network interface card: Integrated Intel(R) 82579LM Gigabit1 Ethernet LAN 10/100/1000; Hard disk: 250GB, 7200 RPM 3.5" SATA 6Gb/s Hard Drive; Operating system: Windows 7 Professional 64 Bit or latest. Approved Makes: HP / DELL / IBM / LENOVO

1

Nos.

125000.00

125000

SUB-HEAD -10 : ACCESS CONTROL SYSTEM:

Supply, Installation, Testing and Commissioning of the followings :

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

110

1 Supply ,Installation ,Testing & Commissioning of 2 Door 2 reader access control panel with onboard 32 Bit RISC ARM CPU, 8MB flash memory, shall support up to 100000 card user, 400000 event transactions, TCP/IP, the panel should have inbuilt 4 GB SD memory card to take mirror image of device configuration. data shall support standard Wiegand readers, Access Control panel should have MODBUS connectivity to integrate the panel with BMS (Building Management System), with metal enclosure & inbuilt power supply, facility of din- rail mounting should available. capable to integrate with IP/CCTV & NVR for access event alerts, Inbuilt door interlocking facility, SNMP alerts facility, Low battery and AC fail alert facility & reader Tamper detection alert facility should available. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

4

Nos.

22344.00

89376

2 Power Supply- Supply, Installation , testing and commissioning of 12 V SMPS DC Power Supply Unit, highly regulated and spikes free terminal voltage and heavy sourcing current for regulated terminal voltage. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

4

Nos.

2850.00

11400

3 Supply ,Installation ,Testing & Commissioning of Cloud Compatible enterprise level Web based Modular Access Management and Time Attendance software with SQL Database and support up to desired number of users. Single GUI Platform with complete modular software with provision to integrate with different application i.e.; Access Control, VMS, Alarm Management, etc. Employee Self Service - login module for Employee/HOD/MANAGER where they can view their attendance; they can apply for leave/manual punch/tour entry/outdoor entry though internet with their login ID & password. Same way manager can online approve all application sent by employee. Comprehensive Email and SMS module for to send various SMS & Email on the base of different events in Access Control & Time Attendance system. It should support Multi company, multi location, multi department, multi login with different rights, muti hierarchy of employee, Should support maker & checker facility - the local administrator should able to add the users but he should not able to authenticate/approve the User,

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

111

Approval right of the added user should be with main Administrator. Dedicated output reports for Payroll integration, Duress Authentications, Email & SMS can be sent on every configured event ie; Leave Application/approval, Manaual Punch Application/Approval, Outdoor Application /Approval, Tour Application/Approval, Condone Application/Approval. Holiday restriction (Reader Wise), Device Configuration – Push/Pull, Dual Authentications, Easy Employee tracking as outdoor Employee Attendance should marked with their GPS Location, Employee can mark Offline attendance (If No Network) through Android Mobile App. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

1

Job

93122.00

93122

4 Supply, Installation ,Testing& Commissioning of Mifare smart Card Reader Technical Specs. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

Read Range -4-9 cms

Data Read CSN/Sector

Type Smart Card (Mifare Classic)

Transmit Frequency 13.56 MHz

Card (Transponder ) Mifare® Series (ISO14443- A)

Card Read Time 0.1 Sec

Output Interface Wiegand Format (32 Bits)

LED Indicator Bi Color LED

Power supply 12V DC @ 100mA

Material Abs Plastic

Card should be read in1 sec

A Wiegand output that easily interfaces with most existing Wiegand protocol access control panels.

Compact and Elegant. Easily installed on walls and doors.

6

Nos.

4500.00

27000

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

112

5 Supply ,Installation ,Testing & Commissioning of Mifare Smart Card Contactless transmission of data and supply energy (No battery needed), Operating Distance: Upto 100mm (Depending on Antenna Geometry), Operating Frequency: 13.56 MHZ. Fast Data Transfer: 106 Kbit/s High Data Integrity: 16 Bit CRC, parity, bit coding, bit counting. 1 Kbyte, organized in 16 sectors with 4 blocks of 16bytes each (one block consists of 16 byte), User definable access conditions for each memory block. Data retention of 10 years. Mutual three pass authentication (ISO/IEC DIS9798-2), Data encryption on RF-Channel with replay attack protection. Individual set of two keys per sector (per application) to support multi- application with key hierarchy. Unique serial number for each device. Transport key protects access to EEPROM on chip delivery. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

200

Nos.

241.00

48200

6 Supply, Installation ,Testing& Commissioning of Electromagnetic Lock 600 lbs, Single leaf, LED Status Display. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

4

Nos.

4500.00

18000

7 Supply ,Installation ,Testing & Commissioning of Electromagnetic Lock 1200 lbs, double leaf, LED Status Display. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

2

Nos.

5800.00

11600

8 Supply, Installation, Testing and commissioning of CAT 6 UTP cable 23 AWG solid copper conductors. Approved Makes: Belden / Siemon / Panduit / Leviton / Molex

300

Nos.

34.00

10200

9 Supply and Laying of 8 Core x 1.0 sq mm multi strand, copper, unarmoured shielded Cable as per specification (between the every card readers & the access controllers) Approved Makes : Polycab / RRKable / CMI / Paramount

250

RM

79.00

19750

10 Supply, Installation,Testing& Commissioning of U/L Clamp made of aluminium anodised for EM Lock. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

6

Nos.

1850.00

11100

11 Supply, Installation, Testing and commissioning of Exit push button as required. Approved Makes :Cardex / Lenel / Impulse / Bosch / Smart i

6

Nos.

1500.00

9000

113

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

12 Supply &laying of Supply and drawing of 2 C X 1.5 Sq mm multi stranded twisted unshielded FRLS Copper cable for Access control system. Approved Makes : Polycab / RR Kabel / Paramount / Parasheild

150

RM

126.00

18900

114

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

PART –D

115

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

SPECIAL CONDITIONS

CEMENT

The contractor shall procure 43 grade Ordinary Portland cement (confirming to IS: 8112) as required in the work, from manufacturers of cement, having a production capacity of one million tonnes or more, indicated in list of preferred products with the tender document. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacture(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufactures, given by the tenderer, fully or partially.

The cement brought to the site for execution of work shall be in bags bearing manufacturer's name & ISI marking. Weight of cement in each bag shall be 50 kg. Samples of cement arranged by the contractor shall be taken by the Engineer- in- Charge and got tested in accordance with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and it shall be removed from the site by the contractor at his own cost within 7 days of written order from the Engineer-in- Charge to do so.

The Cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-Charge.

For each grade / type, the cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh cement (under testing). The cement godowns, of capacity to store a minimum 2000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. Cement bags shall be stored as per sketch (which is only indicative and actual size will depend on the site requirements) at page 23 of CPWD specification 2009 Vol.-I with weather proof roofs and walls. Each godown shall be provided with a single door.

Double locks provision shall be made to the door of cement godown. The keys of the one lock shall remain with the Engineer-in-Charge or his authorized representative and the key of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godowns so that the cement is removed from the godowns according to the daily requirement with the knowledge of both the parties and proper account maintained in standard Performa. The contractor shall facilitate the inspection of the cement godowns by the Engineer-in- Charge or his authorized representatives at any time.

The cement shall be got tested by Engineer-in-charge and shall be used on work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/ Department in the manner indicated below :-

(i) By the contractor, if results show that the cement does not conform to relevant BIS codes.

(ii) By the Department, if the results show that the cement conforms to relevant BIS codes.

116

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

Minimum Wet curing period shall be 14 days or its equivalent. Suitable modification in de- shuttering time etc. shall be done if need be as per specifications and standards and as directed by Engineer-in-charge and nothing extra shall be payable on this account

The actual issue and consumption of cement on work shall be regulated and proper accounts

maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the cement consumption is less than theoretical consumption including variations, recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made. For non-schedule items, the decision of the Engineer-in-Charge regarding theoretical quantity of cement, which should have been actually used, shall be final and binding on the contractor.

Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in-Charge.

Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in written from Engineer-in-Charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.

117

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

List of preferred make / manufacturers (Civil Component)

The materials of first quality from the following preferred makes are to be used. The contractor shall provide the materials as per the make or brand indicated below. When two or more alternative brands have been mentioned, the brand to be finally used shall be as decided by the Engineer-in-charge.

S.No. Material Brand

(A) Concrete work

1. Cement Ultra Tech, ACC Ltd., Ambuja, Birla, Jaypee, L&T, JK, Lafarge

2. White Cement Birla white, JK white, Ultra Tech

3. Admixtures / construction chemical/ curing compound / plasticizers / super plasticizers

Pidilite Industries Ltd., FOSROC Chemicals (India) Pvt. Ltd., CICO Technologies Ltd., Sika India Pvt. Ltd., BASF India Ltd., Ferrous Crete, Ardex Endura (India) Pvt. Ltd., Asian Labortires, Mapei, Flowcrete, M.C. Bauchemic

(B) Reinforced Cement Concrete

4. TMT Reinforcement Steel (Primary producer only)

TISCO (TATA Steel), SAIL, RINL (VIZAG Steel), Jindal Steel & Power Ltd., JSW Steel Ltd.

5. Rebar chemical Hilti , 3M India, G-Tech

6. Reinforcement Coupler Dextra

(C) Doors, Windows , Wood work and PVC work

7. SS Hardware Fitting /Hinges Dorma India Pvt. Ltd., D-Line, Hafele India Pvt. Ltd., GEZE GmbH, Assa Abloy, Hardwyn, Ozone India Pvt. Ltd., Kich Architectural Products Pvt. Ltd., Dorset, R.K. Associates

8. Fire Resistant Shutter Navair Ltd., Promat International Ltd., Shakti- met, iCLEAN, Sukrti, Kutty Flush Doors (Chennai)

9. Hardware for Fire Check Door/panic bar/panic trim/door loser/hinges/mortise lock/dead lock etc.

Dorma, Hafele, Geze, Becker, Backen

10. Laminates / Laminated Particle Board / Ply Board / Flush Door / veneer / veneered particle board

Greenply, Merino Industries Ltd., Century Plyboards (I) Ltd., National Ply, Archidply, Airolam, Jayna of Jain wood industries, Kit ply, Duro

11. Gypsum Board Partition Saint Gobain Gyproc India Ltd., USG Boral (formerly Boral Gypsum), Armstrong World Industries (India) Pvt. Ltd.

12. Door Closer / Floor Spring Everite, Dorma India Pvt. Ltd., Kich Architectural Products Pvt. Ltd., Ozone India Pvt. Ltd., Hafele India Pvt. Ltd., GEZE GmbH, Hardwyn, Godrej, Dorset, R.K. Associates, Hettich

13. Bamboo wood products Epitome, Kaara décor Pvt Ltd., Eco Products International Ltd.

14. SS Mesh GKO, WMM

118

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

S.No. Material Brand

(D) Water Proofing

15. Water Proofing Compound / Crystalline & swellable bar/ Liquid membrane/ single component applied (spray applied for deck water proofing/ Elastomeric acrylic UV resistant liquid applied coating

CICO Technologies Ltd., Ardex Endura (India) Pvt. Ltd., MYK Laticrete, Fairmate, Pidilite Industries Ltd., STP Ltd., BASF India Ltd., Sika India Pvt. Ltd., FOSROC Chemicals (India) Pvt. Ltd., Mapie, Penetrone, Asian labortries Pvt. Ltd.

16. Water proofing self adhesive membrane W.R. Grace, Sika India Pvt. Ltd., BASF India Ltd., FOSROC Chemicals (India) Pvt. Ltd.

17. Polysulphide Sealant for Joints joint width 25mm

Choksey Chemicals Pvt. Ltd., FOSROC Chemicals (India) Pvt. Ltd., Pidilite Industries Ltd., Sika India Pvt. Ltd., Dow Corning, Wacker, STP Ltd.

(E) Steel work

18. Structural Steel - MS Tubular Section (Circular, Square, Rectangular) for Columns, Truss, MS Pipes, Flats, Angles, Beams, Channels, Strips, etc.

SAIL, RINL, TISCO (TATA Steel), Jindal Steel, JSW, Apollo Steel, Hi-Tech tubes

19. Fasteners/ Screw/Rawl plug Hilti, Fischer, Canon, Trixel

20. EPDM Gasket SCHUCO India Ltd., Hanu, Anand, Raven

(F) Flooring

21. Vitrified / Ceramic Tiles H & R Johnson (India) Ltd., NITCO Tiles Ltd., Qutone tile, Kajaria Ceramics Ltd., RAK Ceramics, Asian Granito India Ltd. (AGL), Varmora tile, Oasis tile

22. Tile Joint Filler, Tile adhesive /stone adhesive /AAC block Adhesive /Polymer modified cementitious grouts

Ardex Endura (India) Pvt. Ltd., Ferrouscrete India Pvt. Ltd., MYK Schmburg/ MYK Laticrete, Pidilite Industries Ltd., United mortar industries, Ultra Tech, FOSROC Chemicals (India) Pvt. Ltd.

23. Floor Hardener STP Ltd., Sika India Pvt. Ltd., BASF India Ltd., Pidilite Industries Ltd., FOSROC Chemicals (India) Pvt. Ltd., Ironite

24. Epoxy flooring MYK Arment /Schmburg, BASF India Ltd., Flowcrete, Ardex Endura (India) Pvt. Ltd., FOSROC Chemicals (India) Pvt. Ltd.

(G) Roofing

25. Poly Carbonate Sheet Lexan, Tuflite, Dan Pal (India) Pvt. Ltd., Polygal India Pvt. Ltd., Sabic (GE Plastics), Gallina India Pvt. Ltd., Coxwell Domes

26. Calcium Silicate / Mineral Fibre False Ceiling Tiles and frame work

Saint Gobain Gyproc India Ltd., Lloyd Insulations India Ltd., Armstrong World Industries (India) Ltd., Aerolite Ceiling Systems, Hilux, Dexune, New Age False Ceiling Pvt. Ltd., Credence

27. Gypsum Boards False Ceiling and frame work

Saint Gobain Gyproc India Ltd., USG Boral (formerly Boral Gypsum), Armstrong World

119

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

S.No. Material Brand Industries (India) Pvt. Ltd., Knauf AMF India

Pvt. Ltd., Vans Gypsum

28. Metal / U-Baffle / Open Cell Ceiling System / Wooden false ceiling and frame work

Hunter Douglas India Pvt. Ltd., Durlum India Pvt. Ltd., Lindner AG, New age False ceiling Pvt. Ltd., Armstrong World Industries (India) Ltd., SAS International

29. PET-/ SoundScapes – Blades Baffle Ceiling System and frame work

Armstrong World Industries (India) Pvt. Ltd., New age False ceiling Pvt. Ltd., Credence, Absound Oversies

30. Steel Sheet Roofing Tata Bluescope Steel Ltd., Jindal Steel, Dongbu Steel Co. Ltd.(Korea), Bhushan Power & Steel Ltd.

31. Metal deck profile sheet LYSAGHT Ezydek of TATA, Lloyds, JSW

32. Rock Wool / Glass wool UP Twiga, Roxul-Rockwool, Rockloyd, Rockwool India

33. Fibre cement board Bison, Hicem, Everest

(H) Finishing

34. (All types of paints / primer)/Epoxy paint / PU Paint / Water Proof Cement Paint / Synthetic Enamel Paint / Premium Acrylic Emulsion Paints/textured exterior Paint /melamine polish

Akzo Nobel India Pvt. Ltd., Oikos India Pvt. Ltd., Asian Paints Ltd., Berger Paints, Nerolac, Heritge, Acro paint

35. Gypsum Plaster / Polymer modified self curing Mortar

Ferrous Crete, Ultratech, Saint Gobain (Elite 90)

36. Fire Retardant Paint Akzo Nobel India Pvt. Ltd., Jotun, Nippon paint Albi, Berger paints

(i) Building / Road

37. Expansion Joint filler / Joint covers Vexcolt International Ltd (U.K), Construction Specialities (USA), The Supreme Industries Ltd., Devin, Sainfield, Hercules, MIGUA, M.M Systems, Mapei, Balco India, Z-tech

(J) Water Supply & Sanitary Installations

38. Sanitary ware / Fixtures / Fittings (Premium range)

Kohler Co. (USA), Hindustan Sanitaryware & Industries Ltd (Hindware), Parryware Roca Pvt. Ltd., Grohe AG (Germany), Duravit, American standard, Cera Sanitaryware Ltd.

39. CP Fittings ( Premium range) Jaguar, Kohler Co. (USA), Hindustan Sanitaryware & Industries Ltd (Hindware), Parryware Roca Pvt. Ltd., Grohe AG (Germany), Duravit, American, Cera Sanitaryware Ltd.

40. Glass Mirror Saint Gobain Glass India Ltd., Pilkington, Modi Guard, Atul Ltd., Art N Glass

41. Specially abled Fitting Pressalit Ltd., Hindustan

42. G.I. Pipe Tata Steel Ltd., Jindal Pipes Ltd., Surya Roshni, APL Apollo Tubes Ltd., Zenith, Utkarsh Pipes & Tubes Ltd., Nezone Tubes

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

120

S.No. Material Brand Ltd., Hi-Tech Pipes Ltd.

43. Stainless Steel sheet and Pipe SAIL (Salem Steel), Jindal, Viega, J-Press

44. GI Pipe Fittings Unik, Zoloto, Surya, R-Brand, KS, SS

45. Gun Metal Valves Sant Valves Pvt. Ltd., Zoloto, Audco (L&T), Castle, Leader Valves Ltd., SKS, AIP, Kartar

46. UPVC Pipes & Fittings The Supreme Industries Ltd., Finolex Industries Ltd., Savoir Faire Manufacturing Co. Ltd., AKG, Surya Roshni, Astral, Prince

47. CPVC Pipes & Fittings The Supreme Industries Ltd., Finolex Industries Ltd., Savoir Faire Manufacturing Co. Ltd., Astral, AKG, Ori-plast, Ashirvad, Surya Prakash, Prince

48. M.S. Black Pipes Tata Steel Ltd., Jindal Pipes Ltd., SAIL, APL Apollo Tubes Ltd., Surya Prakash, Utkarsh Tubes & Pipes Ltd., Nezone Tubes Ltd., Hi- Tech Pipes Ltd., Jotindra Steel & Tubes Ltd.

49. Sluice Valve / Pressure Reducing valve / Non-Return valve (CI / Gun Metal)

Kirloskar, Leader Valves Ltd., Sant Valves Pvt. Ltd., Zoloto, Audco (L&T), IVC, SKS, Castle, AIP, Honeywell

(K) Drainage

50. Soil Waste & Vent Pipes and Fittings

51. a) Hubless Centrifugally Cast Spun Iron Pipe and fittings

NECO, Saint Gobain, RPMF

b) Centrifugally (Spun) CI Pipes Class 'LA' / Ductile Iron Pipe

Kesoram, Electro Steel Castings Ltd., NECO

52. CI Manhole Covers & CI Grating NECO, BIC, RIF, Electro Steel Castings Ltd., SKF, Kesoram, Kapilansh, Kartar

53. HDPE Pipes Jain Pipes, Oriplast, Reliance

54. DI fittings Kartar, Electrosteel

(L) Aluminium Work

55. Aluminium Composite Panels (ACP) / Honeycomb Composite Panels

Alucobond (3A Composites India Pvt. Ltd.), Alpolic, Reynobond, Aludecor, Alstone, Dongshin

56. Silicone/Weather Sealant /fire sealant/polysulphide sealant

Dow Corning, Wacker, Choksey chemicals, Hilty, G.E. Plastics, Pidilite Industries Ltd., FOSROC Chemicals (India) Pvt. Ltd., BASF India Ltd., STP Ltd., Technonicol, Sika India Pvt. Ltd.

57. Aluminium Extrusions Hindalco Industries Ltd., Jindal Aluminium Ltd., Bhoruka, Indalco Alloys, Omalco, NALCO, SCHUCO India Pvt. Ltd.

58. Metal façade Panels Hunter douglas, Novelise, Dwall metallic, New age

59. Anodised Aluminium Hardware (Heavy EVERITE, Alu alupha, Hindalco, Pulse of LGF

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

121

S.No. Material Brand duty) Sysmac

(M) Water Proofing

60. Water Proofing Compound / Crystalline & swellable bar/ Liquid membrane/ single component applied (spray applied for deck water proofing/ Elastomeric acrylic UV resistant liquid applied coating

CICO Technologies Ltd., Ardex Endura (India) Pvt. Ltd., MYK Laticrete, Fairmate, Pidilite Industries Ltd., STP Ltd., BASF India Ltd., Sika India Pvt. Ltd., FOSROC Chemicals (India) Pvt. Ltd., Mapie, Penetrone, Asian labortries Pvt. Ltd.

61. Water proofing self adhesive membrane W.R. Grace, Sika India Pvt. Ltd., BASF India Ltd., FOSROC Chemicals (India) Pvt. Ltd.

62. Polysulphide Sealant for Joints joint width 25mm

FOSROC Chemicals (India) Pvt. Ltd., Choksey Chemicals Pvt. Ltd., Pidilite Industries Ltd., Sika India Pvt. Ltd., Dow Corning, Wacker, STP Ltd.

(N) Miscellaneous

63. Float Glass Saint Gobain Glass India Ltd., Emirates Glass LLC, AIS Glass Solutions Ltd., Pilkington, Modi Guard, Glaverbel

64. High Performance Glass Saint Gobain Glass India Ltd., Pilkington, Guardian (USA), Emirates Glass LLC, Glaverbel, AIS Glass Solutions Ltd.

65. Lacquered Glass Saint Gobain Glass India Ltd., AIS Glass Solutions Ltd., Art N Glass

66. Glass processor for making DGU/Toughning

Art N Glass, Sheeshmahal, Shivshakti, GSC glass Ltd., Kaimapnat Glass, SK Tuff

67. Modular S.S. (Grade 316)/ Glass Railing Dorma India Pvt. Ltd., Jindal Architecture Ltd., GEZE GmbH, Q-Railing India Pvt. Ltd. (formerly D-Line), Kich Architectural Products Pvt. Ltd., OZONE, Rinox Kaufmann Limited

68. Compact Laminate Toilet Cubical Green Sturdo, Merino Industries Ltd., T-line, Bobrick Washroom Equipment Inc., Dorma India Pvt. Ltd.

69. Solid Acrylic Surface boards Dupont, LG-Himacs, Neonnex, Hanex, GMGR India (Samsung Staron)

70. Autoclaved Aerated Cement (AAC) Blocks

Magicrete Building Solutions, Modcrete, Finecrete Eco-Blocks Pvt. Ltd., Aerocon, Build Technologies Pvt. Ltd., Instablock Pvt. Ltd.

71. Sliding /Swing Doors Dorma India Pvt. Ltd., Hafele India Pvt. Ltd., GEZE GmbH, Assa abloy, Ozone, Linox Technology Pty Ltd.

72. Fire Rated Glass Saint Gobian, Glabervel, Pilkington, Firelite, Schott

73. XPS Board Supreme, Insuboard, Soprema, Own corning, Shalimar, Technonicol

74. Expansion filler board Supreme, Insuboard, Soprema, Shalimar, Own corning, Technonicol

75. Concrete / HDPE/Grass grid pavers Ovilite Industries, Eco Vision Industries, Sushma, Dalal, KK pavers, Unistone

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

122

S.No. Material Brand

76. Drain board Ovidrain, Tikidan, Technonicol, Virendra textile, Soprema

77. Modular Rainwater Harvesting system Retas Enviro Solutions Pvt. Ltd., Bantair Pvt. Ltd., Adwyn Impex Pvt. Ltd., Life green system Ltd,

78. Precast GRC / Sand Stone Jaali Unistone, Kerakrome GRC

79. UPVC Door Window Aluplast, Encraft, Fenesta, LG –Hausys, Duroplast, Rehau

80. Fire Sealant Hilti, 3M India, Fischer

81. Wall Paper Ego, Vescom, Asian Paint, Muraspec, Marshalls

NOTE:- 1. Items which are not mentioned in above list but required at site, shall be supplied with prior approval of CPWD. 2. Equivalent makes shall be considered only on non-availability of approved specified makes. In general no change in brand will be entertained, however, the executing agency / vendor having similar experience will be / can be considered in case of non-availability of any material with certification from manufacturer, from the above list with cost adjustment (if any). 3. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material. The Contractor shall make a detailed submittal with catalogues and highlighted proposed specifications, as well as full details of the works executed by the specialized agency, as specified. 4. Wherever applicable, the Engineer-in-charge may approve any material equivalent to that specified in the tender subject to proof being offered by the Contractor for equivalence to his satisfaction. 5. Unless otherwise specified, the brand / make of the material as specified in the particular specifications and in the list of approved materials attached in the tender, shall be used in the work. In case of non-availability of the brand specified in the contract, the Contractor shall be allowed to use alternate equivalent brand of the material subject to submission of documentary evidence of non - availability of the specified brand. The necessary cost adjustments on account of above change shall be made for the material.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

130

Schedule of Quantities (Civil Component)

Name of work: Renovation of Office Space for National Testing Agency at NSIC Building, Okhla, New Delhi. (Civil Work)

S.No. Description of Item Qty. Unit Rate Estimated

Amount Sub Head: 1 - Earth Work

1 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 excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.

All kinds of soil. 3 cum 252.30 757

2 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :

All kinds of soil

Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia

10

metre

364.20

3642

Sub Head : 2 - Concrete Work

3 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor etc., up to floor five level, excluding the cost of centering, shuttering and finishing:

1:2:4 (1 Cement : 2 coarse sand (zone-III) derived from natural sources : 4 graded stone aggregate 20 mm nominal size) derived from natural sources.

159

cum

8554.50

1360166

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

131

Sub Head : 3 - Reinforced Cement Concrete

4 Reinforced cement concrete work in beams, suspended floors, roofs having slope up to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases above plinth level up to floor five level, excluding the cost of centering, shuttering, finishing and reinforcement with 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived from natural sources: 3 graded stone aggregate 20 mm nominal size) derived from natural sources.

2

cum

9763.80

19528

5 Centering and shuttering including strutting, propping etc. and removal of form for :

Small lintels not exceeding 1.5 m clear span, moulding as in cornices, window sills, string courses, bands, copings, bed plates, anchor blocks and the like.

28

sqm

284.85

7976

6 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level.

Thermo-Mechanically Treated bars of grade Fe-500D or more.

200

Kg

83.50

16700

Sub Head : 4 - Masonry Work

7 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in :

Cement mortar 1:6 (1 cement : 6 coarse sand)

74

cum

7590.45

561693

8 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level.

Cement mortar 1:4 (1 cement :4 coarse sand)

80

sqm

932.10

74568

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

132

Sub Head : 5 - Cladding Work

9 Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels.

Granite of any colour and shade

Area of slab over 0.50 sqm 26 sqm 4007.65 104199

10 Extra for providing opening of required size & shape for wash basin/ kitchen sink in kitchen platform, vanity counter and similar location in marble/ Granite/ stone work, including necessary holes for pillar taps etc. including moulding, rubbing and polishing of cut edges etc. complete.

8

each

734.55

5876

11 Providing and fixing stone slab with table rubbed, edges rounded and polished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth.

Granite Stone of approved shade 5 sqm 3216.90 16085

12 Providing and fixing Ist quality ceramic glazed wall tiles of size 300mm X600mm conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps, dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete

259

sqm

1030.30

266848

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

133

Sub Head : 6 - Wood and PVC Work

13 Providing and fixing partition upto ceiling height consisting of G.I. frame and required board, including providing and fixing of frame work made of special section power pressed/ roll form G.I. sheet with zinc coating of 120 gms/ sqm(both side inclusive), consisting of floor and ceiling channel 50mm wide having equal flanges of 32 mm and 0.50 mm thick, fixed to the floor and ceiling at the spacing of 610 mm centre to centre with dash fastener of 12.5 mm dia meter 50 mm length or suitable anchor fastener or metal screws with nylon plugs and the studs 48 mm wide having one flange of 34 mm and other flange 36 mm and 0.50 mm thick fixed vertically within flanges of floor and ceiling channel and placed at a spacing of 610 mm centre to centre by 6 mm dia bolts and nuts, including fixing of studs along both ends of partition fixed flush to wall with suitable anchor fastener or metal screws with nylon plugs at spacing of 450 mm centre to centre, and fixing of boards to both side of frame work by 25 mm long dry wall screws on studs, floor and ceiling channels at the spacing of 300 mm centre to centre. The boards are to be fixed to the frame work with joints

staggered to avoid through cracks, Galvanised M.S. fixing channel of 99 mm width (0.9 mm thick having two flanges of 9.5 mm each with zinc coating of 120 gms/sqm (both side inclusive)) to be provided at the horizontal joints of two boards, fixed to the studs using metal to metal flat head screws, including jointing and finishing to a flush finish with recommended jointing compound, jointing tape, angle beads at corners (25 mm x 25 mm x 0.5 mm), joint finisher and two coats of primer suitable for board as per manufacture's specification and direction of engineer in charge all complete.

75mm overall thickness partition with 12.5 mm thick double skin tapered edged plain Gypsum plaster board conforming : to IS 2095: (part 1) : 1996 (Board with BIS certification marks)

740

sqm

1513.70

1120138

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

134

Sub Head : 7 - Steel Work

14 Providing and fixing carbon steel galvanised (minimum coating 5 micron) dash fastener of 10 mm dia double threaded 6.8 grade (yield strength 480 N/mm2), counter sunk head, comprising of 10 mm dia polyamide PA 6 grade sleeve, including drilling of hole in frame , concrete/ masonry, etc. as per direction of Engineer-in-charge.

10 x 80 mm

In aluminium partition at every 2 metre at ground and a ceiling level

360

each

109.00

39240

Sub Head : 8 - Flooring

15 Providing and laying (matt finish) rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622, of approved make, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement: 4 Coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc., complete.

72

sqm

1088.40

78365

16 Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacturer, in all colours and shade, in skirting, riser of steps, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately).

Size of Tile 1000x1000 mm 317 sqm 2735.50 867154

17 Grouting the joints of flooring tiles having joints of 6mm width, using epoxy grout mix of 0.70 kg of organic coated filler of desired shade (0.10 kg of hardener and 0.20 kg of resin per kg), including filling / grouting and finishing complete as per direction of Engineer-in-charge.

Size of Tile 1000x1000 mm 3485 sqm 137.35 478665

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

135

18 Providing and laying Vitrified tiles in floor with different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS:15622, of approved brand & manufacturer, in all colours and shade, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to IS : 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately).

Size of Tile 1000x1000 mm 3168 sqm 2611.45 8273074

Sub Head : 9 - Roofing

19 Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm ce ntre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

136

board with recommended jointing compound , jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with :

12.5 mm thick tapered edge gypsum moisture resistant board

475

sqm

1286.20

610945

20 Providing and fixing Gl Clip in Metal Ceiling System of 600x600 mm module which includes providing and fixing 'C' wall angle of size 20x30x20 mm made of 0.5 mm thick pre painted steel along the perimeter of the room with help of nylon sleeves and wooden screws at 300 mm center to centre, suspending the main C carrier of size 10x38x10 mm made of G.I steel 0.7 mm thick from the soffit with help of soffit cleat 37x27x25x1.6 mm, rawl plugs of size 38x12 mm and C carrier suspension clip and main carrier bracket at 1000 mm c/c. Inverted triangle shaped Spring Tee having height of 24 mm and width of 34 mm made of Gl steel 0.45 mm thick is then fixed to the main C carrier and in direction perpendicular to it at 600 mm centers with help of suspension brackets. Wherever the main C carrier and spring T have to join, C carrier and spring T connectors have to be used. All sections to be galvanized @ 120 gms/sqm (both side inclusive), fixing with clip in tiles into spring T with :

GI Metal Ceiling Clip in plain Beveled edge global white color tiles of size 600x600 and 0.5 mm thick with 25 mm height, made of G I sheet having galvanizing of 100 gms/ sqm (both sides inclusive) and 20% perforation area with 1.8 mm dia holes and having NRC of 0.5, electro statically polyester powder coated of thickness 60 microns (minimum), including factory painted after bending and perforation.

315

sqm

1881.60

592704

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

137

Sub Head : 10 - Finishing

21 12 mm cement plaster of mix :

1:6 (1 cement: 6 coarse sand) 480 sqm 263.55 126504

22 15 mm cement plaster on rough side of single or half brick wall of mix:

1:6 (1 cement: 6 coarse sand) 160 sqm 303.90 48624

23 Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.

640

sqm

115.15

73696

24 Wall painting with acrylic emulsion paint, having VOC (Volatile Organic Compound) content less than 50 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required, to achieve even shade and colour.

Two coats 3260 sqm 106.80 348168

Sub Head : 11 - Dismantling and Demolishing

25 Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge.

In cement mortar 14 cum 1469.90 20579

26 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 metres lead :

Of area beyond 3 sq. metres 2 each 375.65 751

Sub Head : 12 - Sanitary Installations

27 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350 mm and 340x410x265 mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required :

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

138

Range of three urinal basins with 10litre white P.V.C. automatic flushing cistern

1

each

10605.30

10605

28 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS:13983 with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required :

Kitchen sink with drain board

510x1040 mm bowl depth 250 mm 1 each 5155.95 5156

29 Providing and fixing CP Brass 32mm size Bottle Trap of approved quality & make and as per the direction of Engineer-in-charge.

8

each

883.05

7064

30 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete.

Semi rigid pipe

(a) 32 mm dia 8 each 87.70 702

(b) 40 mm dia 8 each 98.40 787

31 Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.

8

each

1283.05

10264

32 Providing and fixing soil, waste and vent pipes :

(a) 100 mm dia

Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989

80

metre

1092.20

87376

(b) 75 mm diameter :

Centrifugally cast (spun) iron socketed pipe as per IS: 3989

120

metre

992.05

119046

33 Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast iron (spun) pipe embedded in and including cement concrete blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including cost of cutting holes and making good the walls etc. :

(a) For 100 mm dia pipe 16 each 287.45 4599

(b) For 75 mm dia pipe 32 each 283.40 9069

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

139

34 Providing and fixing heel rest sanitary bend

(a) 100 mm dia

Sand cast iron S&S as per IS - 3989 8 each 432.20 3458

(b) 75 mm dia

Sand cast iron S&S as per IS - 3989 16 each 363.35 5814

35 Providing and fixing single equal plain junction of required degree :

(a) 100x100x100 mm

Sand cast iron S&S as per IS - 3989 8 each 667.70 5342

(b) 75x75x75 mm

Sand cast iron S&S as per IS - 3989 16 each 470.40 7526

36 Providing and fixing terminal guard :

(a) 100 mm

Sand cast iron S&S as per IS - 3989 8 each 389.40 3115

(b) 75 mm

Sand cast iron S&S as per IS - 3989 16 each 309.85 4958

37 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter :

(a) 100 mm 40 each 481.45 19258

(b) 75 mm 104 each 407.90 42422

38 Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors :

100 mm inlet and 75 mm outlet

Sand cast iron S&S as per IS - 3989 24 each 1579.45 37907

39 Painting sand cast iron/ centrifugally cast (spun) iron soil, waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work :

(a) 100 mm diameter pipe 64 metre 64.20 4109

(b) 75 mm diameter pipe 96 metre 48.85 4690

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

140

Sub Head : 13 - Water Supply

40 Providing and fixing G.I. Pipes complete with G.I. fittings and clamps, i/c making good the walls etc. concealed pipe, including painting with anti corrosive bitumastic paint, cutting chases and making good the wall :

15 mm dia nominal bore 200 metre 447.60 89520

41 Providing and fixing uplasticised PVC connection pipe with brass unions :

45 cm length

15 mm nominal bore 16 each 83.00 1328

42 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (New work) :

15 mm nominal bore 16 each 235.75 3772

Sub Head : 14 - Drainage

43 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete :

(a) 100 mm diameter 16 metre 317.05 5073

(b) 150 mm diameter 56 metre 500.20 28011

44 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design :

(a) 100 mm diameter S.W. pipe 14 metre 817.00 11438

(b) 150 mm diameter S.W. pipe 53 metre 999.15 52955

45 Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design:

100x100 mm size P type

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

141

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

16

each

2307.00

36912

46 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) with R.C.C. top slab with 1:1.5:3 mix (1 cement : 1.5 coarse sand (zone- III) : 3 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand (zone- III) : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement complete as per standard design :

Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions, total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) :

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

16

each

10905.05

174481

Sub Head : 15 - Aluminium Work

47 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) :

For fixed portion

Powder coated aluminium (minimum thickness of powder coating 50 micron)

6218

kg

456.30

2837273

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

142

48 Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and manufacture, including providing and fixing top & bottom pivot & double action hydraulic floor spring type fixing arrangement and making necessary holes etc. for fixing required door fittings, all complete as per direction of Engineer-in- charge (Door handle, lock and stopper etc.to be paid separately).

186

sqm

4447.90

827309

Sub Head : 16 - New Technologies and Materials

49 Providing & fixing in position Phenol bonded Bamboowood flooring with planks of sizes 14mm thick, 1800mm length (minimum) and 130 mm wide(minimum), in approved colour, texture and finish, having Performance Appraisal Certificate (PAC) issued by Building Materials & Technology Promotion Council (BMTPC). The flooring shall be fixed with tongue and groove interlocking system, with underlayment of 4mm thick expanded polyethylene foam sheets having density 40kg/cum, over prepared surface with necessary quarter round planks of size 1900mm x 18mm and door reducer of size 1900mm x 44mm, wherever required. The bamboowood planks shall have minimum density of 1000 Kg/cum & minimum Hardness 1000 Kgf. with Eco friendly UV coating, all complete as per direction of the Engineer in-charge.

473

sqm

5279.10

2497014

50 Providing & fixing in position Phenol bonded Bamboowood in wall skirting with planks of sizes 14mm thick, 1900mm length (minimum) and 85mm wide(minimum), in approved colour, texture and finish, having Performance Appraisal Certificate (PAC) issued by Building Materials & Technology Promotion Council (BMTPC). The skirting shall be fixed with SS screws & rawl plugs, over underlayment of 4mm thick, expanded polyethylene foam sheets having 40kg/cum density over prepared surface. The bamboowood planks shall have minimum density of 1000Kg/cum & minimum Hardness 1000 Kgf. with Eco friendly UV coating, all complete as per direction of the Engineer in-charge.

48

sqm

5162.75

247812

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

143

51 Providing & fixing in position Phenol bonded Bamboowood wall cladding at all height with planks of sizes 10mm thick, 1800mm length (minimum) and 130 mm wide (minimum), in approved colour, texture and finish, having Performance Appraisal Certificate (PAC) issued by Building Materials & Technology Promotion Council (BMTPC), with necessary profiled edges fixed with 40mm SS screws 5 nos in each tile to frame work made of second class teak wood of size 20x15 mm in centre of each tile and bottom and top of work height, 40x15mm placed at ends of each tile. The cladding shall be laid over backlayment of 1.00 mm thick expanded polyethylene foam of density 40kg/cum in two layers, first layer on wall surface before fixing wooden frame and second layer on frame under ladding. The bamboowood planks shall have minimum density of 1000 Kg/cum & minimum Hardness 1000 Kgf. with Eco friendly UV coating, all complete as per direction of the Engineer in- charge.

261

sqm

5559.40

1451003

52 Providing & fixing in position Phenol bonded Bamboowood panelled or panelled and glazed shutters for doors windows, clerestorey windows with pre-molded 30mm thick planks, in approved colours, texture & finishe. It shall have 10mm wide, 25mm deep grove to fit in panels.The bamboo wood shall have minimum density of 1000 Kg/ cum, minimum Hardness 1000 Kgf. All styles and rails shall have profiled interlocking system locked in place by bamboo pins, all complete as per direction of Engineer in charge. (The panelling will be paid for separately).

27

sqm

5460.25

147427

53 Providing & fixing in position Phenol bonded Bamboowood panelling of 10mm thick, in 25 to 40 mm thick panelled or panelled & glazed shutters for doors, windows, clerestorey windows, in approved colour, texture & finish. The bamboowood planks shall have minimum density of 1000 Kg/cum & minimum Hardness 1000 Kgf. The panels shall have profiled interlocking system locked in place with bamboo pins all complete as per direction of the Engineer in-charge. (area of opening for panel inserts excluding portion inside grooves or rebates to be measured)

2.50

sqm

3561.70

8904

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

144

54 Providing & fixing in position 65 mm thick factory made door frame of Phenol bonded Bamboo wood (superior class, interior use), in approved colour, texture and finish.The bamboo wood shall have minimum density of 1000 Kg/cum, minimum hardness 1000 Kgf. The door frame shall have tenon & mortise interlocking system, to be fixed to the wall with 100 mm size G.I screws all a complete as per direction of Engineer-in charge.

360

cudm

254.00

91440

55 Providing and fixing false ceiling at all heights with integral densified calcium silicate reinforced with fibre and natural filler false ceiling tiles of Size 595x595 mm of approved texture, design and patterns having NRC (Noise Reduction coefficient) of 0.50 (minimum) as per IS 8225:1987, Light reflectance of 85% (minimum). Non combustible as per BS:476 (part-4), fire performance as per BS:476 (part 6 &7), humidity resistance of 100%, thermal conductivity < 0.043 W/m K as per ASTM 518:1991, in true horizontal level suspended on interlocking metal powder coated T-Grid of hot dipped galvanised iron section of 0.40 mm thick on Silhouette profile,rotary stiched double webbed white with 6mm reveal profile (white/black),comprising of main-T runners of size 15x42mm of length 3000 mm, cross - T of size 15x42 mm of length 1200 mm and secondary intermediate cross- T of size 15x42 mm of length 600mm to form grid module of size 600 x 600 mm, suspended from ceiling using galvanised mild steel items (galvanizing

@ 19580 grams per sqm) i.e. 50 mm long, 8 mm outer diameter M-6 dash fasteners, 6 mm dia fully threaded hanger rod upto 1000 mm length and L-shape level adjuster of size 85x25x2 mm. Galvanised iron perimeter wall angle of size 22x19x0.40 mm of length 3000 mm to be fixed on periphery wall / partition with the help of plastic rawl plugs at 450 mm center to center and 40mm long dry wall S.S screws. The work shall be carried out as per specifications, drawing and as per directions of the Engineer-in-Charge.

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

145

With 15 mm thick integral densified micro edge light weight calcium silicate false ceiling tiles

2693

sqm

1952.70

5258621

Sub Head : 17 - Non Schedule

56 Providing & Fixing matt finished stainless steel grade 304 handles of Dorma, Ozone, Kich with necessary star headed stainless steel screws etc. complete as per the direction of Engineer-in-Charge.

150 mm handle 32 each 335.53 10737

57 Providing & Fixing matt finished stainless steel grade 304 handles of Dorma- (TGDIH600X32), Ozone, Kich with necessary star headed stainless steel screws etc. complete as per the direction of Engineer-in-Charge.

H Type Total length 600 mm , CTC 500mm, S.S. -304

64

Pair

2264.90

144954

58 Providing and fixing patch lock to lock showing door all complete as per direction of Engineer-in-charge.

64

each

1993.53

127586

59 Providing and fixing matt finish stainless steel (304 grade) Tower bolt (Barrel type) of Dorma, Ozone, Kich fixed with star headed stainless steel screws, nuts, bolts complete as per direction of Engineer-in-charge.

250x10mm 32 each 481.60 15411

60 Providing & Fixing matt finished stainless steel grade 304 sliding door bolts / L-Drop of Dorma, Ozone, Kich with necessary star headed stainless steel screws etc. complete as per the direction of Engineer-in-Charge.

300X16mm 2 each 1613.60 3227

61 Providing & Fixing matt finished stainless steel grade 304 hanging floor door stopper of Dorma, Ozone, Kich with necessary star headed stainless steel screws etc. complete as per the direction of Engineer-In Charge. (Twin rubber)

1

each

176.60

177

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

146

62 Providing and fixing hydraulic Door Closer "DORMA Cat No. TS68-EN Size 2/3/4, Kich DC512S or Equivalent with closing speed adjustable two ranges, alongwith all necessary accessories & star headed stainless steel screws etc. complete as per direction of Engineer-in-charge.

16

each

2823.50

45176

63 Providing and fixing narrow style dead lock including strike plate in stainless steel, along with cylinder with both side key operation standard length 60 mm in satin nickle plated finish with three keys and all other accessories like escutcheons etc. model no. 917 (complete package) of DORMA, Kich MDBNS or equivalent in satin stainless steel of grade 304, star headed stainless steel screws, all complete as per direction of Engineer-in-charge.

16

each

937.75

15004

64 Providing and fixing homogeneous Polyvinyl chloride sheet /tile in flooring and skirting in approved pattern on a smooth and damp proof base using rubber based adhesives of approved quality and manufacturer like Dunlop S-758, Fevicol SR 998 or equivalent including rolling with light wooden roller weighing about 5 kg. all complete as directed by Engineer-in- Charge, in approved colour and shade.

2.0 mm thick

Tile 40 sqm 863.65 34546

65 Providing and fixing stainless steel single towel rail 600mm long Jaquar Cat. No. ACN-1111NM or Kohle cat no. K-17521T- CP or Grohe cat no. 40 509 001 etc. complete as per direction Engineer-in- Charge (Contracter Shall be Provide 10 year Warrantee certificate and MTC of each item).

8

each

2941.00

23528

66 Providing and fixing CP stainless still towel Rack Make of Jaquar Cat No. ACN-1181S or Kohler cat no. K-17529T-CP complete as per direction of Engineer-in-charge (Contracter Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

2759.80

22078

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

147

67 Providing and fixing toilet paper holder jaquar Cat No. ACN-1153S or Kohler Cat No. K-5633IN-CP complete as per direction of Engineer-in-charge (Contracter Shall be Provide 10 year Warrantee certificate and MTC of each item).

8

each

1147.55

9180

68 Providing and fixing CP Brass Soap dish holder Make of Jaquar Cat No.ACN-1131N or Kohler cat no. K-10560-CP or Grohe cat no. 40 754 001 complete as per direction of Engineer-in-charge (Contractor Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

769.60

6157

69 Providing and fixing CP Brass Liqued Soap Container Make of Jaquar Cat No.ACN- 1137N or Kohler cat no.K-10712DCP or Grohe cat no. 40 754 001 complete as per direction of Engineer-in-charge (Contracter Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

2125.35

17003

70 Providing and fixing C.P. brass Hand shower Health Faucet with 1.00 metre long flexible tube with wall hook Make Jaquar Cat No. ALD-577 or Kohler cat no. K - 12927IN-CP or Grohe cat no. 27 513 000 etc including cutting and making good the walls wherever required complete as directed by Engineer-in-Charge (Contractor Shall be Provide 10 year Warrantee certificate and MTC of each item).

8

each

1356.15

10849

71 Providing and fixing stainless steel jali with cocroach trap (grating) with or without hole for waste pipe for floor / Nahani trap 125 mm dia.

24

each

194.00

4656

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

148

72 Providing and fixing White vitrious china table top wash basin of size 515 x365 x 120 mm of make Jaquar cat no FLS- WHT-5931 or Kohler cat no. K-9220T-O with 32 mm C.P. brass waste coupleing of make jaquar cat ALD-705 or Kohler cat no.K-9031 or Grohe slotted click basin waste 32mm bottle trap of make Jaquar Cat no.769L300X190 or Kohler cat no. K- 7314IN-CP and pipe to wall with CP brass wall flange and rubber adopter for waste connection including cutting and making good the walls wherever required complete as per direction of Engineer in Char ge. (Contractor shall provide 10 years Warrantee certificate and manufactures test certificate including copy of invoice of each item)

8

each

8560.00

68480

73 Providing and fixing white vitreous china WALL HUNG Water Closet (WALL HUNG W. C. pan size 380 X 520 X 365 mm) with soft / normal closing seat cover make Jaquar cat no. ACS-WHT-87951 or Grohe cat no. 39 296 000 or Kohler K-16817IN- SR-00 and 7.2 litre Low level slim dual flushing, Poly Propeline made concealed flushing cistern with floor mounting frame, flushing capcity 3 litre/6 litre make Jaquar cat no. JCS-WHT-2400FS and Control Plate cat No. JCP-CHR-152415 or hindware cat no. concealo 80mm and floor mounted frame cat no. 511725 with all fittings and fixures complete including cutting and making good the wall and floors wherever required complete as directed by Engineer-in-Charge (Contracter Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

42713.00

341704

74 Providing and fixing C.P. brass 2-way Bib cock make of Jaquar Cat. No. VGP-81041 or Grohe cat no. 20 248 000 or Kohler cat no. K - 37320IN-4-CP With wall Flange complete as directed by Engineer-in- Charge (Contracter Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

15 mm nominal bore 8 each 1817.00 14536

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

149

75 Providing and fixing 15mm C.P. brass angular stop cock with wall flage make of Jaquar cat no VGP-81053 or Grohe cat no. 26 021 000 or Kohler cat no. K - 37317IN- 4A-CP With wall flange etc complete for mixer and geyser points as directed by Engineer-in-charge (Contractor Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

15mm nominal bore 16 each 943.40 15094

76 Providing and fixing C.P. brass single Lever Basin Mixer without Pop-up waste with 450mm Long Braided hoses Make of Jaquar Cat No. VGP-81011B or Kohler cat no. K-16027IN-4ND-CP or Grohe cat no. 23 819 000 with including cutting and making good the walls wherever required complete as directed by Engineer-in- Charge (Contractor Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

3448.70

27590

77 Providing and fixing C.P. brass sink cock table Mounted with angular knob Jaquar Cat. No. FLR-5359N or Kohler cat no. K- 74054IN-4-CP or Grohe cat no. 31 288 000 for Sink complete as directed by Engineer- in-Charge (Contractor Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

1723.00

13784

78 Providing and fixing 15mm C.P. brass Pillar cock quarter trun Jaquar Cat. No. VGP - 81001 or Kohler cat no. K-16027 IN 4-DN - CP or equivalent for wash basin complete as direction of Engineer-in-Charge (Contractor Shall Provide 10 year Warrantee certificate and Manufacturer's Test Certificate including copy of invoice of each item).

8

each

1535.70

12286

79 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading shall be paid in basic item):

Correction – Nil Deletion – Nil Insertion – Nil Overwriting – Nil AE(P)(C) AE(P)(E)

150

With 12 mm thickness toughened glass of approved brand

550

sqm

3244.15

1784283

80 Providing and fixing frosted film of 3 M Crystal or equivalent make having shading coefficient 0.93%, visible light reflection 12% visible light transmittance 72%, solar heat reflectance 10% solar heat transmittance 64% and solar heat absorbance 26% all complete as per direction of Engineer-in-charge.

404

sqm

1439.62

581606