Top Banner
DELHI JAL BOARD: GOVT OF NCT OF DELHI OFFICE OF THE E.E.(E&M)W&S SOUTH-I GREATER KAILASH-I: NEW DELHI-110048 Tele/Fax-29245279 email id: [email protected] NO.DJB/EE(E&M)W&S: S-I/2018-19/ Date: 23.03.2019 N.I.T. No:32/ E&M (W&S) S-I (2018-19) On behalf of DJB, EE (E&M) W&S South-I invites online tender on item rates basis from the contractors of DJB/MES/CPWD/PWD/ MCD/ Railway, etc. registered in the appropriate category and class/tender limit. The contractors must comply with the conditions/ rules / regulations and other guidelines as issued by Delhi Jal Board from time to time. Last date & time for tender download : 30.03.2019 1:30 PM Last date & time for online submission of tender : 30.03.2019 2:00 PM Date/Time for opening of Technical bid : 30.03.2019 2:10 PM Date/Time for opening of Financial Bid : On evaluation of technical bid S. No. Description of work E/Cost E/Money Period Tender Fee 1. Repair/ Renovation of 250 HP Advance make LRS at Deer Park BPS I/rate 5800/- 30 Days 500/- 2. Replacement of Old electrical panel by cubical panel board with all (E&M) Equipment at Krishna Nagar SPS. I/rate 8000/- 30 Days 500/- 3. Renovation/ Fixing of M.S. Shed and other allied work at Soami Nagar SPS I/rate 5400/- 30 Days 500/- 4. Improvement of lighting system at D-Block CR Park BPS. I/rate 8200/- 30 Days 500/- 5. Plugging of leakage in suction / Delivery system with allies works at various BPS. I/rate 5400/- 30 Days 500/- 6. Supply of 20 HP submersible sewage pump set at Malviya Nagar Constituency. I/rate 9200/- 30 Days 500/- 7. Supply of Mustard Oil and Soap for GK-I division. I/rate 10400/- 30 Days 500/- 8. Lowering and lifting of submersible pump set etc. for various tube wells in Masjid Moth and EPDP area. I/rate 10600/- 04 Months 500/- 9. Lowering and lifting of submersible pump set etc. for various tube wells in GK-I area under Greater Kailash Constituency I/rate 10600/- 04 Months 500/- 10. Dismantling, Lifting and lowering of submersible pump set and allied accessories of maintenance work for various tube well’s at Hauz Khas area I/rate 13200/- 05 Months 500/- 11. Deployment of operational staff for running operation and minor maintenance of G.K Enclave-I SPS. I/rate 18000/- 06 Months 500/- 12. Deployment of staff for running operation of Geetanjali BPS. I/rate 16400/- 04 Months 500/- 13. Deployment of staff for running/operation of 14.1 MLD capacity UGR/BPS at Sarai kale khan. I/rate 20000/- 05 Months 500/- Eligibility Criteria: 1. For item no- 1 Bidder shall be the manufacturer/Authorized work shop of manufacturer only. 2. For item no- 6 Bidder shall be the manufacturer/Authorized Dealer of manufacturer only. 3. For deployment work (a) the firm must be registered with the labour department, EPF and ESI. (b) Rates quoted less than minimum wages by any bidder liable to be rejected. 4. For item no- 1 to 5 & 8 to 13 Firm should have valid electrical license of Delhi for electrical works. Note: Validity of tender 120 days from the date of receipt of NIT along with all the terms & conditions is available on Delhi Govt. Web Site https://govtprocurement.delhi.gov.in Agencies may contact the office of EE(Division) for additional information/any clarification. This office is nto liable to entertain for the submission of Earnest Money/other documents through courier dak or through postal service/or unauthorized persons. Such tenders shall be rejected. Bid should contain scanned documents giving details of Earnest Money. Bid should contain scanned documents giving details of Earnest Money. ““BIDDERS INSTRUCTIONS REGARDING ELECTRONIC SUBMISSION OF EMD and Tender Processing Fee” i) Bidder shall submit the EMD amount electronically on or before the last date and time of bid submission in DJB EMD A/c No.90231010012261 at Syndicate Bank, Rani Jhansi Road, New Delhi (IFSC/RTGS Code No.SYNB0009023) though Bidder’s banker. While submitting EMD though RTGS mode (RTGS timings are : 10.00 hrs to 16.00 hrs on all working days except Saturday,(timing for Saturday are 10.00 hrs to 13.00 hrs), bidder must mention NIT No., Name of Division, closing date & time of tender and Bidder’s Name and address in the Applicant details column in the RTGS form as shown in the example below: Details of Applicant. Details of Applicant Account No. 90231010012261 Beneficiary Name/ in favour of <NIT No>/ <Item No.> Delhi Jal Board. Bidder’s name <Date and time of closing> Bidder’s name
21

Eligibility Criteria:

Mar 26, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Eligibility Criteria:

W

DELHI JAL BOARD: GOVT OF NCT OF DELHIOFFICE OF THE E.E.(E&M)W&S SOUTH-I

GREATER KAILASH-I: NEW DELHI-110048Tele/Fax-29245279 email id: [email protected]

NO.DJB/EE(E&M)W&S: S-I/2018-19/ Date: 23.03.2019

N.I.T. No:32/ E&M (W&S) S-I (2018-19)

On behalf of DJB, EE (E&M) W&S South-I invites online tender on item rates basis from the contractors of DJB/MES/CPWD/PWD/MCD/ Railway, etc. registered in the appropriate category and class/tender limit. The contractors must comply with the conditions/ rules /regulations and other guidelines as issued by Delhi Jal Board from time to time.

Last date & time for tender download : 30.03.2019 1:30 PMLast date & time for online submission of tender : 30.03.2019 2:00 PMDate/Time for opening of Technical bid : 30.03.2019 2:10 PMDate/Time for opening of Financial Bid : On evaluation of technical bid

S. No. Description of work E/Cost E/Money Period Tender Fee

1. Repair/ Renovation of 250 HP Advance makeLRS at Deer Park BPS I/rate 5800/- 30 Days 500/-

2. Replacement of Old electrical panel by cubicalpanel board with all (E&M) Equipment atKrishna Nagar SPS.

I/rate 8000/- 30 Days 500/-

3. Renovation/ Fixing of M.S. Shed and otherallied work at Soami Nagar SPS I/rate 5400/- 30 Days 500/-

4. Improvement of lighting system at D-Block CRPark BPS. I/rate 8200/- 30 Days 500/-

5. Plugging of leakage in suction / Deliverysystem with allies works at various BPS. I/rate 5400/- 30 Days 500/-

6. Supply of 20 HP submersible sewage pumpset at Malviya Nagar Constituency. I/rate 9200/- 30 Days 500/-

7. Supply of Mustard Oil and Soap for GK-Idivision. I/rate 10400/- 30 Days 500/-

8. Lowering and lifting of submersible pump setetc. for various tube wells in Masjid Moth andEPDP area.

I/rate 10600/- 04 Months 500/-

9. Lowering and lifting of submersible pump setetc. for various tube wells in GK-I area underGreater Kailash Constituency

I/rate 10600/- 04 Months 500/-

10. Dismantling, Lifting and lowering ofsubmersible pump set and allied accessoriesof maintenance work for various tube well’s atHauz Khas area

I/rate 13200/- 05 Months 500/-

11. Deployment of operational staff for runningoperation and minor maintenance of G.KEnclave-I SPS.

I/rate 18000/- 06 Months 500/-

12. Deployment of staff for running operation ofGeetanjali BPS. I/rate 16400/- 04 Months 500/-

13. Deployment of staff for running/operation of14.1 MLD capacity UGR/BPS at Sarai kalekhan.

I/rate 20000/- 05 Months 500/-

Eligibility Criteria:1. For item no- 1 Bidder shall be the manufacturer/Authorized work shop of manufacturer only.2. For item no- 6 Bidder shall be the manufacturer/Authorized Dealer of manufacturer only.3. For deployment work (a) the firm must be registered with the labour department, EPF and ESI. (b) Rates quoted less than

minimum wages by any bidder liable to be rejected.4. For item no- 1 to 5 & 8 to 13 Firm should have valid electrical license of Delhi for electrical works.

Note: Validity of tender 120 days from the date of receipt of NIT along with all the terms & conditions is available on Delhi Govt.Web Site https://govtprocurement.delhi.gov.in

Agencies may contact the office of EE(Division) for additional information/any clarification. This office is nto liable to entertain forthe submission of Earnest Money/other documents through courier dak or through postal service/or unauthorized persons. Suchtenders shall be rejected. Bid should contain scanned documents giving details of Earnest Money. Bid should contain scanneddocuments giving details of Earnest Money.

““BIDDERS INSTRUCTIONS REGARDING ELECTRONIC SUBMISSION OF EMD and Tender Processing Fee”

i) Bidder shall submit the EMD amount electronically on or before the last date and time of bid submission in DJB EMDA/c No.90231010012261 at Syndicate Bank, Rani Jhansi Road, New Delhi (IFSC/RTGS Code No.SYNB0009023)though Bidder’s banker. While submitting EMD though RTGS mode (RTGS timings are : 10.00 hrs to 16.00 hrs on allworking days except Saturday,(timing for Saturday are 10.00 hrs to 13.00 hrs), bidder must mention NIT No., Name ofDivision, closing date & time of tender and Bidder’s Name and address in the Applicant details column in the RTGSform as shown in the example below: Details of Applicant.

Details of ApplicantAccount No. 90231010012261

Beneficiary Name/ in favour of <NIT No>/ <Item No.> Delhi Jal Board.Bidder’s name <Date and time of closing> Bidder’s name

Page 2: Eligibility Criteria:

Address < Bidder’s Address>

ii) Bidders must upload the scanned copy of RTGS/NEFT customer confirmation in place of DD/Pay order along with thebid before the date and time of closing of the bids. If EMD is transferred through on line banking, confirmation receiptindicating transaction number should be uploaded.

iii) The bidders having their account with any branch of Syndicate bank should contact Syndicate bank Rani Jhansi Roadon phone no-23613994, Mobile no- 9968309023 and Fax No. 23528976 to ensure submission of EMD incorrectSyndicate bank accounts.

iv) EMD received without complying with above instruction shall be liable for rejection”.v) Tender processing fee @ 500.00 will be non-refundable and every bidder has to submit the tender processing fee

which should be remitted in the same manner as earnest money being deposited.vi) This fee along with EMD for participation in bid will be deposited by all contractors through RTGS/NEFT in Syndicate

Bank Account No: 12261(DJBEMD Account).vii) Bids submitted without the tender processing shall be liable for rejection.viii) Bidder belongs to MSME/NSIC shall bid as per Circular No.DJB/CE(Dr.) Project-I/2018/341 dated: 27.12.2018.

Eligibility Criteria.(a) TIN Number as issued by D Vat department, Copy of registration as contractor in eligible category, proof of

having submitted the latest D-Vat/CST returns etc.(b) The bidder shall submit scanned copy and undertaking on e-non-judicial stamp paper duly notarized on a

prescribed format that the applicant has not been Debarred /blacklisted as on date in any of the departmentand this affidavit must be valid for a period of at least one month from the date of opening of tenders.

(c) The firm should have successfully completed at least one similar nature of work as per details specified in B.Q. of notless than 80% value or two similar work of not less than 50% value or three similar work of not less than 40% value inthe last 3 years in Central Govt./ State Govt./Semi Govt. department/Central Govt. Autonomous body/Central Govt.Public Sector undertaking.

(d) The bidder shall submit scanned copy of PAN card.(e) Department with which firm is registered along with the limit up to which tender can be issued to the firm. Items for

which registered by the particular department & validity of registration.(f) 100% earnest money shall stand forfeited in case: A). If contractor withdraws the offer within the validity Period of bid.

B). the contractor who neither executes the C.A within stipulated period as stated in work order nor takes up theexecution of work even after lapse of date of start of work).

(g) Only the latest and valid documents should be scanned and submitted. Submission of irrelevant documents shall beliable to rejection of technical bid of the bidder.

(h) The tender bid will not be considered for those tenderer who have failed to complete the work/ supply in stipulatedcompletion period or not responding during the defects liability period in case of any complaint of division.

(1) Online Bid Part-B shall consist of only rates quoted on bill of Quantity.I. Tenders shall be received only online on date up to time and shall open on date & Time for further scrutiny. Bid Part-B

shall also be opened on Date & Time only of those tenderer, who fulfill the eligibility criteria/the required documents ifare found in order in otherwise the same shall be returned to the tenderer through banker after completion offormalities. If any of the above date happens to be holiday, the next working day will be considered for all purposes.Conditional tender shall not be considered & rejected.

II. The successful bidder shall ensure that the safety measures mentioned in the contract conditions are followed strictly.In case of any accident/death, the contractor shall be liable to pay minimum compensation as provided underWorkmen Compensation Act-1923. In case of failure, DJB shall have the right to make the compensation & recoverthe amount from the contractor. Further DJB reserves the right to debar the firm from tendering/black listing if theabove condition is not adhered to be the firm/contractor.

III. The firm, who did not complete any of the previous awarded work timely in this division, will not be considered.IV. For RMO cases, if any complaint about nonpayment of salary in time is received the offer of that firm will not be

considered.V. Financial bids will be opened only after evaluation of Technical bids and verification of EMDs received from the

SyndicateBank.

VI. The govt. levies/ DVAT must be quoted as for the departmental format only in the financial bid.VII. “In terms of notification No-25/2012-service tax dated 20 June 2012, issued by the Department of Revenue, Ministry of

finance, Government of India, the services provided by a Contractor/ Operator to DJB in context of carrying out anyactivity in relation to any function ordinarily entrusted to DJB is exempt from the service tax. This is, however, subjectto any further documents/ Clarifications issued by the Government of India or nay decision/ruling of the Court, in thisregard.The contractor / Operator may accordingly obtain an independent legal opinion on the applicability and quantum ofservice tax on the activities under this contract. Service tax, if applicable, shall be reimbursed by the DJB to thecontractor /Operator against a statement from the contractor’s /Operator’s chartered Accountant as to the amount ofservice tax paid against the awarded work. DJB, however, reserves the right to get an independent legal opinion theapplicability and valuation of service tax, at its own cost, so as to ascertain the correctness of the contractor’s/Operator’s claim for service tax reimbursement. In the event where DJB is of the considered opinion that service tax isnot applicable or paid in excess, DJB may reject the claim to that extent. Further, in case where DJB has alreadyreimbursed service tax erroneously, DJB reserves the right to claim back the amount of service tax reimbursed beyondadmissible limits.”

VIII. Bids submitted without the exact amount of EMD and the requirements prescribed above shall be liable for rejection.IX. In case, any verifiable difficulties are noticed in transmission of EMD through RTGS, submission of EMD through

physicalmode can be considered after approval of competent authority. Tender shall be valid for 120 days from the date ofopening of Bid Part-B. The DJB reserves the right to reject any or all tenders without assigning any reason. The aboveis available on web site https://govtprocurement.delhi.gov.in(The scanned copy of the same be enclosed in technicalbid)

Sd/-EXECUTIVE ENGINEER (E&M) W&S SOUTH-I

Copy to;1. Vice Chairman (DJB) 2. P.S. to CEO 3. All Members, DJB4. CE (South) 5. SE (E&M)W&S-I 6. D.O.V7. A.O. (E&M)W&S-I 8. AE(E&M) I/II/III/IV 9. AAO(E&M)W&S S-I10. O.S. (E&M) W&S S-I 11.D/Man 12. All Concern JE’s13. Tender Notice Board14. The Manger, Syndicate Bank, Rani Jhansi Road, New Delhi For deposition of earnest money through RTGS and to confirm the

EMD receipt to the under signed.15. Electrical & mechanical Contractor Association XV/2233, Raj Guru Road.

Pahar Ganj New Delhi-110055.

EXECUTIVE ENGINEER (E&M) W&S SOUTH-I

Page 3: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 01

Sub: Repair/ Renovation of 250 HP Advance make LRS at Deer Park BPS.S.N. DESCRIPTION Period Rate(Rs.) Amount1.. Repairing/renovation of 250 HP Advance make LRS at

Deer park BPS. For set no 1 and 2, the job includesfollowing works-.Moving Electrode contact. 6 Nos

2. Fixed Electrode contact. 6 Nos3. M.S . Gear (Big) 2 Nos4. Power Contactor for Shorting 2 Nos5. Auxiliary Contact block with 2NO+2NC Block 4 Nos6. Reduction Gear Box 1 Nos7. Dismantling of existing LRS damage Parts cleaning of

starter tank and paint with red oxide in side tank andoverhauling of LRS. Replacement of defective spare partsfrom starter taping of all i/c aluminium cable joint properlyand replacement of thimble if required and proper greasingof movable parts as required. Filling of water with comicalsolutions restoration rectification and checking all controlwiring for main motor with necessary connection andtesting the same at site on load 2 Job

Terms and Conditions:1. Work completion within 30 days.2. Guarantee period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of work as actual work done.5. Firm may submit bank guarantee/fixed deposit against security of work.6. Old material return to department, if any.7. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRC guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensation is to be paidany person and any ground than firm has to pay the compensation. As per factory ACT or otherstatutory act.

8. Payment of GST will be considered according to the departmental instructions.9. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-II J.E.(E&M)

Page 4: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 02

Sub: Replacement of Old electrical panel by cubical panel board with all (E&M) Equipment at Krishna NagarSPS.S. No. Description. Qty. Rate. Amount.

1 LT Distribution panel sheet steel enclosure made outof 2mm CRCA sheet totally enclosed, powder coatedfree standing, floor mounted type, dust& vermin proof,outward opening, lockable doors having hiddenhinges and a bolted back cover both using non-deteriorating neoprene rubber gaskets to provide IP-54 protection .The each part of the fabricated panelwill be strictly subjected to seven tank treatment. Thevarious components, assemblies and sub equipmentsof the panel will be as per standard given in relevantIS. The bus bar of the panel will be shaped out of highconductivity, electrolytic conductor and shall be liberalsized in aluminum. The control wiring of the panel willbe done with PVC flexible copper wires of 1.5mmcross section. Each wire will be terminating with aferule crimped to the wire, size 1600MMx1500x375MM. Having following components ofapproved make. 1No

2 MCCB 415V, TP 3phase High breaking capacity 50KA50Hz,200Amp with spreader& Handle – Make: L&T/Havells/Siemens/Schneider 1Nos

3 MCCB 415V, TP 3phase High breaking capacity 50KA50Hz,100Amp with spreader – Make: L&T/Havells/Siemens/Schneider 2Nos

4 MCB Single pole 6Amp. Make: L&T/Havells/Siemens/Schneider 11Nos

5 MCB Triple pole 32Amp. Make: L&T/Havells/Siemens/Schneider 2 Nos

6 MCB Triple pole 63Amp. Make: L&T/Havells/Siemens/Schneider 2 Nos

7 PVC insulated copper flexible cable single core25 Sq.mm. Make: Havells/Finolex/National 100 Mtr

8 Power capacitors 415V unit of 15 KVAR. Make:Epcos/L&T/ Siemens/Schneider 2 Nos.

9 Over load relay 30-50 Make: L&T/Havells/Siemens/Schneider 2 Nos.

10 Over load relay 6-10 Amp Range. Make: L&T/Havells/Siemens/Schneider 2 Nos.

11 Amp. Meter Digital Make AE/L&T 5Nos12 Volt Meter Digital Make AE/L&T 1 No13 Motor protection Relay. Make: L&T

/Havells/Siemens/Schneider 2 Nos.14 Power contactor 220V 3phase70Amp. Make: L&T

/Havells/Siemens/Schneider 6 Nos.15 Power contactor 220V 3phase18Amp. Make: L&T

/Havells/Siemens/Schneider 2 Nos.16 Power contactor 220V 3phase25Amp. Make: L&T

/Havells/Siemens/Schneider 2 Nos.17 Star delta timer on delay. Make: L&T

/Havells/Siemens/Schneider 2 Nos.18 Indicating lights LED type RYB & On/OFF. Make:

L&T /Havells/Siemens/Schneider 11Nos.19 Current Transformer200/5,100/5,30/5 Make AE

/Advance 15 Nos.20 On load change over switch 200Amp. Open execution

type . Make: L&T /Havells/Siemens/Schneider 1 Nos.21 Internal wiring with copper wire as pr CPWD

specification for light power & plug points in recess/surface /Main distribution board for pump househaving 6Nos. light points, & fan point 2Nos. PowerPoint-2Nos. 1job

22 Fitting of the above components in panel enclosurewith terminal blocks, channels, ferrules, thimble,support insulator on bus bar, required hard wares,control wiring in 1.5sq mm wire complete in allrespect. 1Job

23 Dismantling of old panel, structure, damagedcomponents and Installation of the panel at site bymaking foundation ,termination of cable both incoming& out going side ,mongering of complete panel , 1Job

Page 5: Eligibility Criteria:

including cable connection,. This includes cartage,loading& unloading etc.

24 Testing & commissioning of the panel with relevantIS as follow:- Check equipments specification- Continuity and ear thing-MCCB mechanism and alignment-Meggaring of all equipments for phase to phase,neutral to body, neutral to earth and phase to earth.- All functional tests-Checking for all tightness of nuts and bolts-Alignments of doors etc.-interlocking tests 1Job

25 Earthling with G.I earth plate 600mmX600mmX6mmthick including accessories, and providing masonryenclosure with cover plate having lockingarrangement and watering pipe of 2.7 meter long etc.with charcoal/coke and salt as required. 2 Job

26 Supplying and laying 25mm x 5mm G.I strip at 0.50meter below ground as strip earth electrode, includingconnection / terminating with GI nut, bolt, spring,washer etc. as required. (jointing shall be done byoverlapping and with 2 sets of G.I nut bolt & springwasher spaced at 50mm) 131/Mtr

Terms and Conditions:1. Work completion within 30 days.2. Guarantee period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of work as actual work done.5. Firm may submit bank guarantee/fixed deposit against security of work.6. Old material return to department, if any.7. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRC guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensation is to be paidany person and any ground than firm has to pay the compensation. As per factory ACT or otherstatutory act.

8. Payment of GST will be considered according to the departmental instructions.9. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-II J.E.(E&M)

Page 6: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 03

Sub: Renovation/ Fixing of M.S. Shed and other allied work at Soami Nagar SPSS.N. DESCRIPTION Period Rate(Rs.) Amount

1. Supply of MS angle iron of size-65x65x6mm. – 110 mtr 720 Kg2. Supply of MS angle iron of size-50x50x6mm. -10 mtr

45 kg3. Supply of 22SWG Profile sheet of size-750X4Mtr.

5 Nos4. Supply of 22SWG Profile sheet of size-750X3Mtr.

14 Nos.5. Dismantling of existing shed with the help of gas cutter and

manual labour. 1 Job6. Fabrication of New shed of size 3Mtr X 3Mtr X 3Mtr. height,

the structure of the room is fabricated out 65 x 65 x 6mmthick MS angle iron & Profile sheets The job I/c the chargesof fabrication, strengthening as required at site. Paintingthe complete structure by two coat of anticorrosive paintafter one coat primer. After the complete the work in allrespect. 1 Job

7. Front door is fabricated out of 40x40x6mmthick MS angleiron & 16 Swg thick MS sheet, size of the door should be 1Mtr X 2.25Mtr and door should be completed in allrespected such as hinges, locking arrangement etc. 3Job

8. Erection / leveling the frame at site with the help of manualLabour & required tools and tackles, the job also includethe charges of digging, grouting with 1:2:4 RCC work andfilling of soil at plinth level the same after completion ofwork. 1 Job

9. Erection of Profile sheets on New frame with requiredhooks & electric welding, as required. 1 Job

10. Surfacing the Plinth level and laying of bricks complete withcivil work in all respect. 1 Job

11. DSR Code 16.3 Supplying and stacking at site Overburnt(Jhama) brick aggregate 90mm to 45 mm size 6.1 X4.6 X 0.15 (DSR Civil 16.3.5)

2.45cum

12. DSR Code 16.5Laying water bound macadam sub-basewith brick aggregate and binding material earth etc.including screening , sorting and spreading to template andconsolidation with light power road –roller etc.complete(payment for brick aggregate and moorum etc. tobe made separately) Over burnt(Jhama) brick aggregate90mm to 45 mm size 6.1 X 4.6 X 0.15 (DSR Civil 16.5.2)

2.45cum

13. DSR Code 11.3 Cement concrete flooring 1:2:4 (1 Cement:2 Coarse Sand : 4 Graded Stone aggregate) finished with afloating coat of neat cement, including cement slurry, butexcluding the cost of nosing of step etc complete 40mmthick with 20 mm nominal size stone aggregate size 6.1 X4.6 (DSR Civil 11.3.1) 12 Sqm

14. Painting of all E&M equipment like pump, motor, pipe line,sluice valve and other structure like office gates, main gate,toilet gates, with required shade as per engineer in chargeinstruction. 1 Job

Terms and Conditions:1. Work completion within 30 days.2. Guarantee period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of work as actual work done.5. Firm may submit bank guarantee/fixed deposit against security of work.6. Old material return to department, if any.7. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRC guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensation is to be paidany person and any ground than firm has to pay the compensation. As per factory ACT or otherstatutory act.

8. Payment of GST will be considered according to the departmental instructions.9. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-III J.E.(E&M)

Page 7: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 04

Sub: Improvement of lighting system at D-Block CR Park BPS.S.N. DESCRIPTION Period Rate(Rs.) Amount

1. S/o 20W LED Street light. Make: Bajaj/ Havells. 26 Nos.2. S/o 60W LED Floodlight. Make: Bajaj/ Havells. 8 Nos.3. S/o 450 mm size Exhaust Fan. Make: Havells/ Orient. 2 Nos.4. S/o 1200 mm size Ceiling Fan. Make: Havells/ Orient. 1 Nos.5. S/o 600 mm size Air circulating Fan. Make: Havells/ Orient. 2 Nos.6. S/o PVC/XLPE insulated (heavy Duty) Electrical Cable for

working voltage up to and including 1100 volts to IS:1554(part-I) 1988/7098 (part-I) with aluminum conductor- ISImarked power cable- aluminum for size 10 Sq.mm 2 coreArmored cable. Make: Havells/ polycab/ Any DJB approvedmake. 100 mtr.

7. Wiring for light point / fan point/ exhaust fan / call bell point/ with 1.5 sq. mm FRLS PVC insulated copper conductorsingle core cable in surface / recessed medium class PVCconduit, with piano type switch, phenolic laminated sheet,suitable size MS box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single corecable etc. as required. 1.10.3 Group C 45 point

8. Wiring for circuit/ sub main wiring along with earth wire withthe following sizes of FRLS PVC insulated copperconductor, single core cable in surface/ recessed mediumclass PVC conduit as required. 2 X 1.5 sq. mm + 1 X 1.5sq. mm earth wire 1.14.1 600 mtr

9. Wiring for circuit/ sub main wiring along with earth wire withthe following sizes of FRLS PVC insulated copperconductor, single core cable in surface/ recessed mediumclass PVC conduit as required. 2 X 2.5 sq. mm + 1 X 2.5sq. mm earth wire 1.14.2 250 mtr

10. Supply and fixing metal box of following sizes ( nominalsize) on surface or in recess with suitable size of phenoliclaminated sheet cover in front including painting etc. asrequired. 300 mmX 250 mm X 60 mm.1.22.15 2 Nos.

11. Supply and fixing metal box of following sizes ( nominalsize) on surface or in recess with suitable size of phenoliclaminated sheet cover in front including painting etc. asrequired. 150 mmX 150 mm X 60 mm.1.22.4 5 Nos.

12. Supply and fixing metal box of following sizes ( nominalsize) on surface or in recess with suitable size of phenoliclaminated sheet cover in front including painting etc. asrequired. 150 mmX 75 mm X 60 mm.1.22.3 4 Nos.

13. Supplying and fixing following piano type switch/ socket onthe existing switch box/ cover including connections etc. asrequired.5/6 A switch 1.23.1 45 Nos.

14. Supplying and fixing following piano type switch/ socket onthe existing switch box/ cover including connections etc. asrequired.3 pin 5/6 A socket outlet 1.23.4 11 Nos.

15. Supplying and fixing following piano type switch/ socket onthe existing switch box/ cover including connections etc. asrequired.15/16 A switch 1.23.3 6 Nos.

16. Supplying and fixing following piano type switch/ socket onthe existing switch box/ cover including connections etc. asrequired.6 pin 15/16 A socket outlet 1.23.5 6 Nos.

17. Supplying and fixing two module stepped type electronicfan regulator on the existing modular plate switch boxincluding connections but excluding modular plate etc. asrequired. 1.25 1 Nos.

18. Installation, testing and commissioning of ceiling fan,including wiring the down rods of standard length (upto 30cm) with 1.5sq. mm FRLS PVC insulated, copperconductor, single core cable etc. as required. 1.44 1 Nos.

19. Installation, testing and commissioning of wall bracket/ceiling fittings of all sizes and shapes containing upto twoGLS/CFL/LED lamps per fitting, complete with allaccessories including connections etc. as required. 1.35 40 Nos.

20 Laying and fixing of one number PVC insulated and PVCsheathed / XLPE power cable of 1.1 kV grade of followingsize on wall surface as required. 7.7.1 100 mtr

21 12 way (4 + 36), Double door 2.5.31 No.

22 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA,“C” curve, miniature circuit breaker suitable for inductiveload of following poles in the existing MCB DB complete 16 No.

Page 8: Eligibility Criteria:

with connections, testing and commissioning etc. asrequired.Single pole 2.10.1

23 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA,“C” curve, miniature circuit breaker suitable for inductiveload of following poles in the existing MCB DB completewith connections, testing and commissioning etc. asrequired. Triple pole and neutral 2.10.5 1 No.

24 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA,“C” curve, miniature circuit breaker suitable for inductiveload of following poles in the existing MCB DB completewith connections, testing and commissioning etc. asrequired. Double pole 2.10.3 1 Nos.

25 Supplying and fixing of 32 mm dia X 2.00 meter long G.I.pipe (medium class) bracket for mounting of fluorescent /HPMV / HPSV street light fitting on pole including bendingthe pipe to the required shape, 2 Nos. 40 mm X 3 mm flatiron clamps with nuts, bolts and washer, painting the flatiron with primer andfinish paint etc. as required. 12.34 8 Nos.

26 Earthing with copper earth plate 600 mm X 600 mm X 3mm thick including accessories, and providing masonryenclosure with cover plate having locking arrangement andwatering pipe of 2.7 metre long etc. with charcoal/ coke andsalt as required. 5.6 4 Set

27 Supplying and laying 25 mm X 5 mm GI strip at 0.50 meter

Terms and Conditions:1. Work completion within 30 days.2. Guarantee period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of work as actual work done.5. Firm may submit bank guarantee/fixed deposit against security of work.6. Old material return to department, if any.7. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRC guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensation is to be paidany person and any ground than firm has to pay the compensation. As per factory ACT or otherstatutory act.

8. Payment of GST will be considered according to the departmental instructions.9. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-III J.E.(E&M)

Page 9: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 05

Sub: Plugging of leakage in suction / Delivery system with allies works at various BPS.S.N. DESCRIPTION Period Rate(Rs.) Amount

1. {A} Plugging of leakage in Suction /Delivery system with alliedaccessories at Arvindo Palace Bps. By carrying out followingworks.Disconnecting all electric connections and decoupling themotor from the pump and pump from suction and deliverysystem by using gas cutter set and manual labour.Dismantling the pump set from the base frame by cutting ofrusted M.S nut bolts and foundation bolts by gas cutter setand electric welding machine, removing all the nut bolt andworm out M.S Base frame from the RCC foundation suctionand delivery side by gas cutter set and electric welding setjob also includes dismantling the suction & delivery sidesluice valve, NRV, taper bend etc. as per side requirementand lifting of pump and motor on ground level. 2 Job

2. Supply of M.S pipe of size 100 mm dia heavy duty Make –Jindal/Tata 20 Mtr

3. Supply of Non-Rising Sluice valve of size 100mm, as per IS:14846 PN 1.0. Body, Dome, Wedge-CI IS:210, Gr. FG260Body &Wedge ring-Bronze IS: 318 Gr.LTB 2 Spindle-SS IS:6603. Gr.12Cr 12Gland Packing –Greasy jute Packing,Fasteners-CS IS:1367, CL-4.6/4.0Gasket-natural Rubber,Flange Drilling-IS:1538, Table 4&6. Make- Kirloskar/IVC 4 Nos

4. Supply of Non-Rising valve of size 100mm as per IS: 14846PN 1.0. Body, Dome, Wedge-CI IS:210, Gr. FG260 Body&Wedge ring-Bronze IS: 318 Gr.LTB 2 Spindle-SS IS: 6603.Gr.12Cr 12Gland Packing –Greasy jute Packing, Fasteners-CS IS:1367, CL-4.6/4.0Gasket-natural Rubber, FlangeDrilling-IS:1538, Table 4&6. Make- Kirloskar /IVC 3 Nos

5. Supply of Bend with flange of size 100mm with welded of MSFlange both side. 6 Nos

6. Supply of M.S Flange of size 100 mm x 6mm thickness.18 Nos

7. Supply of Nut bolt washer. 50 kg8. Supply of foundation bolt 20X600mm 8 No.9. Supply of High pressure packing. 50 kg10. Supply of Pressure Gauge with complete accessories. 1 Job11. Reinstallation and refitting the pump set as per original

position with proper alignment and also making of allelectrical connections, fitting all valves, bends etc. in originalposition and testing / commissioning on full load i/c cartageetc. 2 Nos

12 Fixing of 100 mm M.S. Pipe having, along with Non ReturnValves, Sluice Valves ,Pipes and Flange welding, with thehelp of all labour like Fitter, Welder Cutter, Helper, Beldar,Electrician, and Supervisor etc. and material like Weldingmachine ,Cutter Set ,Oxygen Cylinder, Nut Bolt ,PeckingSheet ,welding rods and T&P etc. 1 job

13 Painting of all E&M Equipment like as suction line , Deliveryline, NRV, Sluice valve , Pump, Motor, Base frame, Chargingpump and line etc. 1 job

14 {B} Replacement of Old damaged and Rusted 100mm diaMS Pipe at C- 7 SDA BPS By carrying out following works.Dismantling the pump set from the base frame by cutting ofrusted M.S nut bolts and foundation bolts by gas cutter setand electric welding machine, removing all the nut bolt andworm out M.S Base frame from the RCC foundation suctionand delivery side by gas cutter set and electric welding setjob also includes dismantling the suction & delivery sidesluice valve, NRV, taper bend etc. as per side requirementand lifting of pump and motor on ground level. 1 job

15 Supply of M.S pipe of size 100 mm dia heavy duty Make –Jindal/Tata 6 Mtr

16 Supply of Non-Rising Sluice valve of size 100mm, as per IS:14846 PN 1.0. Body, Dome, Wedge-CI IS:210, Gr. FG260Body &Wedge ring-Bronze IS: 318 Gr.LTB 2 Spindle-SS IS:6603. Gr.12Cr 12Gland Packing –Greasy jute Packing,Fasteners-CS IS:1367, CL-4.6/4.0Gasket-natural Rubber,Flange Drilling-IS:1538, Table 4&6. Make- Kirloskar/IVC 1 Nos

17 Supply of M.S Flange of size 100 mm x 6mm thickness. 8 Nos

Page 10: Eligibility Criteria:

18 Supply of Bend with flange of size 100mm. with welded ofMS Flange both side. 4 Nos

19 Fixing of 100 mm M.S. Pipe having, along with Non ReturnValves, Sluice Valves ,Pipes and Flange welding, with thehelp of all labour like Fitter, Welder Cutter, Helper, Beldar,Electrician, and Supervisor etc. and material like Weldingmachine ,Cutter Set ,Oxygen Cylinder, Nut Bolt ,PeckingSheet ,welding rods and T&P etc. 1 Job

20 Painting of all E&M Equipment like as suction line , Deliveryline, NRV, Sluice valve , Pump, Motor, Base frame, Chargingpump and line etc. 1Job

21 Testing the pump set on no load & on full load 1 job22 (C) Replacement of Old damaged and Rusted 80mm dia

Dewatering Line at Deer Park BPS By carrying out followingworks. Dismantling the old damage and rusted Pipe, M.S nutbolts by gas cutter set and electric welding machine, 1 job

23 Supply of M.S pipe of size 80 mm dia heavy duty Make –Jindal/Tata 30 Mtr

24 Supply of M.S Flange of size 80 mm x 6mm thickness. 12 Nos25 Supply of Bend of size 80mm with welded of MS Flange both

side. 4 Nos26 Fixing of 100 mm M.S. Pipe having, ,Pipes and Flange

welding, with the help of all labour like Fitter, Welder Cutter,Helper, Beldar, Electrician, and Supervisor etc. and materiallike Welding machine ,Cutter Set ,Oxygen Cylinder, Nut Bolt,Pecking Sheet ,welding rods and T&P etc. 1 Job

27 Painting of all E&M Equipment like as suction line , Deliveryline, NRV, Sluice valve , Pump, Motor, Base frame, Chargingpump and line etc. 1 Job

Terms and Conditions:1. Work completion within 30 days.2. Guarantee period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of work as actual work done.5. Firm may submit bank guarantee/fixed deposit against security of work.6. Old material return to department, if any.7. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRC guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensation is to be paidany person and any ground than firm has to pay the compensation. As per factory ACT or otherstatutory act.

8. Payment of GST will be considered according to the departmental instructions.9. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-II J.E.(E&M)

Page 11: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 06

Sub: Supply of 20 HP submersible sewage pump set at Malviya Nagar Constituency.S.No Particulars Qty. Units Amount

1 Supply of 20HP sewage submersible pump set Suitable tohandle sewage water including silt, sand solids with outlet totake 6” hose motor rated 15kw,415volt,3phase,50cycle ACsupply star-delta start with following specifications-HP: 20/15 kwDischarge: 2250-3120 LPMHead: 20mtrOutlet; 6”Material of constructionImpeller: S SDelivery casing: Cast ironMotor body: cast ironPump shaft: carbon steel/SS-410Make-Mody/lubi/kirloskar

1No

points

Terms and Conditions:1. Supply within 30 days.2. Warranty period for 12 months.3. Firm shall submit the procurement vouchers and manufacturer test certificate at the time of

submission of bill.4. Payment after satisfactory completion of supply.5. Payment of GST will be considered according to the departmental instructions.6. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-I J.E.(E&M)

Page 12: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 07

Sub: Supply of Mustard Oil and Soap for GK-I division.

S.N. Particulars Qty. Rate(Rs.) Amount.1. Dettol Soap, 75 gm tablet. 1324 Nos.2. Lifebouy Soap, 125 gm. Tablet. 13504 Nos.3. Hard Soap. Make: Bobby. 662 Nos.4. Mustered Oil Agmark. 1 Ltr.

Terms and Conditions:1. Supply within 30 days.2. Warranty period for 12 months.3. Firm shall submit the procurement vouchers at the time of submission of bill.4. Payment after satisfactory completion of supply.5. Payment of GST will be considered according to the departmental instructions.6. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-I J.E.(E&M)

Page 13: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 08

Sub: Lowering and lifting of submersible pump set etc. for various tube wells in Masjid Moth and EPDP area.S. No Particulars Qty. Rate Amount

1. Lowering & Lifting of submersible pump set along with allallied accessories from t/wells i/c dismantling of columnpipes by opening / cutting of nut bolts & re jointing ofcables, testing commissioning of tube well as perrequirements upto depth of bore approx 250 ft to 350 ft.Staff to be engaged in each shift.Unskilled-04 NosSkilled staff-02 Nos. 60 Jobs.

Terms & Conditions:

1. Payment after completion of work as per actual done work by the firm.2. The firm will raise the bill on monthly basis.3. Work shall be completed within 4 Months of the issue of work order.4. To provide watch and ward round the clock shall be the responsibility of the contractor and in case of

any loss due to theft/damage, these shall be recovered from the contractor’s accounts.5. Contractor shall have to be registered with labour department of Delhi. The proof of registration with

labour department is to be enclosed in case of labour exceed to 20 or more.6. Minimum wages should be paid to the deployed labour as per approved rate by the Govt. of Delhi.7. A certificate shall have to be submitted by the contractor with the bill that minimum wages as notified

by the Delhi Govt., have been paid to the labour. There is no dispute of any kind with labourdeployed at the place of work.

8. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-III J.E.(E&M)

Page 14: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 09

Sub: Lowering and lifting of submersible pump set etc. for various tube wells in GK-I area under Greater KailashConstituencyS. No Particulars Qty. Rate Amount

1. Lowering & Lifting of submersible pump set along with allallied accessories from t/wells i/c dismantling of columnpipes by opening / cutting of nut bolts & re jointing ofcables, testing commissioning of tube well as perrequirements upto depth of bore approx 250 ft to 350 ft.Staff to be engaged in each shift.Unskilled-04 NosSkilled staff-02 Nos. 60 Jobs.

Terms & Conditions:

1. Payment after completion of work as per actual done work by the firm.2. The firm will raise the bill on monthly basis.3. Work shall be completed within 4 Months of the issue of work order.4. To provide watch and ward round the clock shall be the responsibility of the contractor and in case of

any loss due to theft/damage, these shall be recovered from the contractor’s accounts.5. Contractor shall have to be registered with labour department of Delhi. The proof of registration with

labour department is to be enclosed in case of labour exceed to 20 or more.6. Minimum wages should be paid to the deployed labour as per approved rate by the Govt. of Delhi.7. A certificate shall have to be submitted by the contractor with the bill that minimum wages as notified

by the Delhi Govt., have been paid to the labour. There is no dispute of any kind with labourdeployed at the place of work.

8. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-III J.E.(E&M)

Page 15: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 10

Sub: Dismantling, Lifting and lowering of submersible pump set and allied accessories of maintenance work forvarious tube well’s at Hauz Khas areaS. No Particulars Qty. Rate Amount

1. Dismantling,Lifting and lowering of Submersible pump setalong with all allied accessories from tube-well i/cdismantling of column pipe by opening/cutting of nuts &re-joining of cables testing commissioning of tube-wellsasper requirement upto depth of bore approx. 250ft to350ft. 75 Jobs

Terms & Conditions:

1. Payment after completion of work as per actual done work by the firm.2. The firm will raise the bill on monthly basis.3. Work shall be completed within 4 Months of the issue of work order.4. To provide watch and ward round the clock shall be the responsibility of the contractor and in case of

any loss due to theft/damage, these shall be recovered from the contractor’s accounts.5. Contractor shall have to be registered with labour department of Delhi. The proof of registration with

labour department is to be enclosed in case of labour exceed to 20 or more.6. Minimum wages should be paid to the deployed labour as per approved rate by the Govt. of Delhi.7. A certificate shall have to be submitted by the contractor with the bill that minimum wages as notified

by the Delhi Govt., have been paid to the labour. There is no dispute of any kind with labourdeployed at the place of work.

8. The firm will have to execute C.A. with D.J.B. on non-judicial stamp paper of Rs. 50/-.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-I J.E.(E&M)

Page 16: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 11

Sub: Deployment of operational staff for running operation and minor maintenance of G.K Enclave-I SPS.S. No Particulars Qty. Rate Amount

1. Deployment of staff for running/ operation/ minormaintenance of G.K Enclave-I SPS with operation ofsluice valve, LT panel & pump set etc. staff to bedeployed Semi Skilled staff 3 no. and 3no. Un-Skilledstaff. These staff will look after the watch ward in additionto operation of p/sets. All major maintenance shall beborne on the part of Department except minormaintenance. Also covering in the scope of work torender the status of pumping, power failure, level,maintaining hygiene etc. on daily basis.Total Staff DeployedSemi Skilled Staff=3 Nos.Un skilled Staff=3 Nos. 6 monthsESI charges @ 4.75% on labour part 6 monthsPF charges @ 13.00 % on labour part 6 months

Terms & Conditions:

1. Staff shall be deployed as per above.2. The firm will have to give the undertaking for safety of equipments installed/ provided at site.3. The equipment shall be put in function after ensuring the proper working conditions.4. The log sheet /attendance register should be provided before the inspecting authority whenever

required. A copy of the daily log sheet duly authenticated by the authorized signatory of the firm shallbe send to the office of the AE(E&M)-III by next day.

5. The deployed staff will remain in touch with the engineer in charge for the defects observe and alsorecord the same in log sheet.

6. The payment shall be made on the monthly basis after verification of relevant record by the engineerin charge.

7. The name and qualification detail of the staff deployed along with the their proof of age, proof ofidentity, qualification certificate along with latest colour photograph must be submitted to thedepartment for verification and record.

8. The contract period may be extent/ terminated with the notice of the 7 days.9. In case of absence of staff from duty a penalty of Rs. 2000/- per day shall be levied in the first

incident and their after the contracting agency shall be black listed.10. Payment of EPF and ESI shall made as per actual deposited by the firm.11. Payment will be made after submission of payment voucher by the firm.12. Labour/ Staff should not stay reside at the BPS/ offices beyond their duty hours.13. Their medical examination should also be got done by the firm.14. The contractor will engaged the labour staff after due verification of their character by the Police.15. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRS guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensationis to be paid any person and any ground than firm has to pay the compensation. As per factory ACTor other statutory act.

16. The contractor should follow all the statutory requirement as per the factories ACT & also as perlabour Act. In case of non compliance of these statutory actions will be taken as per rule against thefirm.

17. All instructions issued by the Engineer in- charge/ Department shall be followed strictly in case anydisobedience or misbehavior by staff of agency. The Engineer in- charge may ask removal of suchperson from the work, the firm has to comply strictly & promptly. Such failure is delay in removal ofthe said staff the recovery shall be done by the deptt. The decision of Engineer in-charge in suchevent shall be final & binding.

18. The contractor has to maintain all above records and has to produce the same as and when requiredby the deptt.

19. The duty roaster for the deployed staff shall be displayed at site and copy of the same shall beprovided In advance in the office of the AE(E&M)-III.

20. The services of the sewer workers are not be terminated, during the period of illness and they shallbe treated as in on duty and will be paid their wages.

21. In case of death of any contract worker, an immediate ex- gratia solatium of Rs. One Lac shall bepaid by DJB with liberty to recover the same from contractors, if permissible in the Law.

22. The contractor shall ensure payment of all statutory dues such as Provident Fund, Gratuity andbonus to all contract workers, as applicable.

23. The contractor shall provide as soon as possible modern protective equipments to all the BPSworkers.

Page 17: Eligibility Criteria:

24. The contractor shall provided all contract workmen, with an accident-card-cum-wage-slip as set outin the clause 8 of the CPWD / PWD (DA)/ Delhi Jal Board Contractors Labour Regulations (for short“Labour Regulations”)

25. The contract shall maintain and will get authenticate the wages register for contract workers in termsof clause 5 of the labour Regulations.

26. The contractor will ensure that the ex-gratia payment in case of deaths of sewer workers has beenpaid to the families of deceased workmen and in case such compensation is not paid, release thesame within a period eight weeks.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-III J.E.(E&M)

Page 18: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 12

Sub: Deployment of staff for running operation of Geetanjali BPS.S.N. DESCRIPTION Period Rate(Rs.) Amount

1. Deployment of staff for running & operation of GeetanjaliBPS. with operation of H.T. Panel and L.T. Panel , Switchgeares, isolating system and other allied electrical andmechanical equipment by deployment of following staff foroperation of pump sets round the clock as per direction ofEngineer-in–charge. Daily/weekly/ Monthly minormaintenance of electrical and mechanical equipments byproviding of graphite packing for pumps, valves, greasing,lamps, 6/16Amp switches, 1.5/2.5sq mm copper wire,thimbles, PVC tapes and cleaning/sweeping material,rectification of minor fault in electrical and mechanicalequipments, even in odd hours. This also includes making ofpower failure complaint to BSES recording of flow, levels,stationary charges etc.Skilled staff = 3Nos.Unskilled staff = 5Nos. 4 months

2. ESI charges @ 4.75% on labour part 4 months3. PF charges @ 13.00 % on labour part 4 months

Terms & Conditions:

1. Staff shall be deployed as per above.2. The firm will have to give the undertaking for safety of equipments installed/ provided at site.3. The equipment shall be put in function after ensuring the proper working conditions.4. The log sheet /attendance register should be provided before the inspecting authority whenever

required. A copy of the daily log sheet duly authenticated by the authorized signatory of the firm shallbe send to the office of the AE(E&M)-III by next day.

5. The deployed staff will remain in touch with the engineer in charge for the defects observe and alsorecord the same in log sheet.

6. The payment shall be made on the monthly basis after verification of relevant record by the engineerin charge.

7. The name and qualification detail of the staff deployed along with the their proof of age, proof ofidentity, qualification certificate along with latest colour photograph must be submitted to thedepartment for verification and record.

8. The contract period may be extent/ terminated with the notice of the 7 days.9. In case of absence of staff from duty a penalty of Rs. 2000/- per day shall be levied in the first

incident and their after the contracting agency shall be black listed.10. Payment of EPF and ESI shall made as per actual deposited by the firm.11. Payment will be made after submission of payment voucher by the firm.12. Labour/ Staff should not stay reside at the BPS/ offices beyond their duty hours.13. Their medical examination should also be got done by the firm.14. The contractor will engaged the labour staff after due verification of their character by the Police.15. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRS guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensationis to be paid any person and any ground than firm has to pay the compensation. As per factory ACTor other statutory act.

16. The contractor should follow all the statutory requirement as per the factories ACT & also as perlabour Act. In case of non compliance of these statutory actions will be taken as per rule against thefirm.

17. All instructions issued by the Engineer in- charge/ Department shall be followed strictly in case anydisobedience or misbehavior by staff of agency. The Engineer in- charge may ask removal of suchperson from the work, the firm has to comply strictly & promptly. Such failure is delay in removal ofthe said staff the recovery shall be done by the deptt. The decision of Engineer in-charge in suchevent shall be final & binding.

18. The contractor has to maintain all above records and has to produce the same as and when requiredby the deptt.

19. The duty roaster for the deployed staff shall be displayed at site and copy of the same shall beprovided In advance in the office of the AE(E&M)-III.

20. The services of the sewer workers are not be terminated, during the period of illness and they shallbe treated as in on duty and will be paid their wages.

21. In case of death of any contract worker, an immediate ex- gratia solatium of Rs. One Lac shall bepaid by DJB with liberty to recover the same from contractors, if permissible in the Law.

22. The contractor shall ensure payment of all statutory dues such as Provident Fund, Gratuity andbonus to all contract workers, as applicable.

Page 19: Eligibility Criteria:

23. The contractor shall provide as soon as possible modern protective equipments to all the BPSworkers.

24. The contractor shall provided all contract workmen, with an accident-card-cum-wage-slip as set outin the clause 8 of the CPWD / PWD (DA)/ Delhi Jal Board Contractors Labour Regulations (for short“Labour Regulations”)

25. The contract shall maintain and will get authenticate the wages register for contract workers in termsof clause 5 of the labour Regulations.

26. The contractor will ensure that the ex-gratia payment in case of deaths of sewer workers has beenpaid to the families of deceased workmen and in case such compensation is not paid, release thesame within a period eight weeks.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-II J.E.(E&M)

Page 20: Eligibility Criteria:

Bill of QuantityNIT NO. 32Item No. 13

Sub: Deployment of staff for running/operation of 14.1 MLD capacity UGR/BPS at Sarai kale khan.S.N. DESCRIPTION Period Rate(Rs.) Amount

1. Operation and minor maintenance of Sarai Kale KhanBooster Pumping Station by Following;-Operation of 5 nos. Pump sets having 280 KW, 3.3 KV Motorincluding Transformers, HT/LT Panels, Switch gears,isolating system and other allied electrical and mechanicalequipments by deployment of one no. Skilled Pump operatorin two shift and two nos. beldar in each shift round the clockfor operation of Pump sets as per direction of Engineer incharge. Daily/weekly/monthly minor maintenance of electricaland mechanical equipments by providing of graphite packingfor pumps,valves,greasing,lamps,5/6 Amp switches,1.5sq.mm copper wire, thimbles, tapes, and cleaning/sweepingmaterial. Rectification of minor fault in electrical andmechanical equipments, even in odd hours. This alsoincludes making of power failure complaint to BSES,recording of flow, levels, stationery charges and telephonecall charges. 5 months

2. ESI charges @ 4.75% on labour part 5 months3. PF charges @ 13.00 % on labour part 5 months

Terms & Conditions:

1. Staff shall be deployed as per above.2. The firm will have to give the undertaking for safety of equipments installed/ provided at site.3. The equipment shall be put in function after ensuring the proper working conditions.4. The log sheet /attendance register should be provided before the inspecting authority whenever

required. A copy of the daily log sheet duly authenticated by the authorized signatory of the firm shallbe send to the office of the AE(E&M)-III by next day.

5. The deployed staff will remain in touch with the engineer in charge for the defects observe and alsorecord the same in log sheet.

6. The payment shall be made on the monthly basis after verification of relevant record by the engineerin charge.

7. The name and qualification detail of the staff deployed along with the their proof of age, proof ofidentity, qualification certificate along with latest colour photograph must be submitted to thedepartment for verification and record.

8. The contract period may be extent/ terminated with the notice of the 7 days.9. In case of absence of staff from duty a penalty of Rs. 2000/- per day shall be levied in the first

incident and their after the contracting agency shall be black listed.10. Payment of EPF and ESI shall made as per actual deposited by the firm.11. Payment will be made after submission of payment voucher by the firm.12. Labour/ Staff should not stay reside at the BPS/ offices beyond their duty hours.13. Their medical examination should also be got done by the firm.14. The contractor will engaged the labour staff after due verification of their character by the Police.15. All safety precaution / majors / equipment are to be taken by the firm during execution of work as per

NHRS guideline/ IE rule and other statuary bodies. The firm is entirely responsible for any accidentto man / material. The department is not responsible ion any way if any compensationis to be paid any person and any ground than firm has to pay the compensation. As per factory ACTor other statutory act.

16. The contractor should follow all the statutory requirement as per the factories ACT & also as perlabour Act. In case of non compliance of these statutory actions will be taken as per rule against thefirm.

17. All instructions issued by the Engineer in- charge/ Department shall be followed strictly in case anydisobedience or misbehavior by staff of agency. The Engineer in- charge may ask removal of suchperson from the work, the firm has to comply strictly & promptly. Such failure is delay in removal ofthe said staff the recovery shall be done by the deptt. The decision of Engineer in-charge in suchevent shall be final & binding.

18. The contractor has to maintain all above records and has to produce the same as and when requiredby the deptt.

19. The duty roaster for the deployed staff shall be displayed at site and copy of the same shall beprovided In advance in the office of the AE(E&M)-III.

20. The services of the sewer workers are not be terminated, during the period of illness and they shallbe treated as in on duty and will be paid their wages.

21. In case of death of any contract worker, an immediate ex- gratia solatium of Rs. One Lac shall bepaid by DJB with liberty to recover the same from contractors, if permissible in the Law.

Page 21: Eligibility Criteria:

22. The contractor shall ensure payment of all statutory dues such as Provident Fund, Gratuity andbonus to all contract workers, as applicable.

23. The contractor shall provide as soon as possible modern protective equipments to all the BPSworkers.

24. The contractor shall provided all contract workmen, with an accident-card-cum-wage-slip as set outin the clause 8 of the CPWD / PWD (DA)/ Delhi Jal Board Contractors Labour Regulations (for short“Labour Regulations”)

25. The contract shall maintain and will get authenticate the wages register for contract workers in termsof clause 5 of the labour Regulations.

26. The contractor will ensure that the ex-gratia payment in case of deaths of sewer workers has beenpaid to the families of deceased workmen and in case such compensation is not paid, release thesame within a period eight weeks.

EX.ENG.(E&M)W&S South-I A.E.(E&M)-I J.E.(E&M)