0% found this document useful (0 votes)
21 views27 pages

0258 Amendment 1

This document is an amendment work order for M/s. Tricolite Energy Solutions LLP for the supply, installation, testing, and commissioning of electrical low side works at Hyderabad DC-3, with a total contract price of INR 2,44,72,808. The order outlines the scope of work, payment terms, delivery schedule, and various conditions including GST applicability, defect liability period, and dispute resolution procedures. Additionally, it emphasizes compliance with statutory requirements and confidentiality obligations.

Uploaded by

theivaselva.t
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
21 views27 pages

0258 Amendment 1

This document is an amendment work order for M/s. Tricolite Energy Solutions LLP for the supply, installation, testing, and commissioning of electrical low side works at Hyderabad DC-3, with a total contract price of INR 2,44,72,808. The order outlines the scope of work, payment terms, delivery schedule, and various conditions including GST applicability, defect liability period, and dispute resolution procedures. Additionally, it emphasizes compliance with statutory requirements and confidentiality obligations.

Uploaded by

theivaselva.t
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 27

CTRLS/23-24/H/0258

Amendment Amendment
Work Order No. WO Date
No. Date
CTRLS/23-24/H/0258 01-07-2023 01 25-03-2024
Name of the Contractor/Vendor: Internal SR No. SR1481246841/SR188910914
9
M/s. Tricolite Energy Solutions LLP,
CTRLS GST NO
Plot No.5, Sector VI, 36AADCC1951A1Z8
(TELANGANA)
IMT Manesar - 122050, India.
Contact Person Mr. Abhishek Details of Annexure attached
Phone 9818099119 Annexure – A : BOQ
Email abhishek@tricoliteenergy.in Annexure-B: Flowchart for Submission of
invoices/bills through online
Annexure-C: SLA
Fax Billing & Shipping Address :
Contractor's PAN No. AAHFT9974F CTRLS Datacenters Ltd,
Contractor's GST No. 06AAHFT9974F1ZN CtrlS Datacenters Ltd, Survey No 115/1. BSE DR Hyd,
Financial District, Nanakramguda, Hyderabad 500032
Name of CTRLS Contact Person: Dept.: Projects Mobile No.: + 91 9154333028
Mr. Durga Rao Email id: durgarao@ctrls.in Prepared by : Naresh/ Sharan
Dear Sirs,
Sub: Amendment Work Order for Supply, Installation, Testing and Commissioning of Electrical Low Side
Works@Hyderabad DC-3.
Ref: Your final offer and further discussions.

With reference to the above, we are pleased to issue this Order for the subject work as per the given layouts and drawings,
documents enclosed herewith as Annexures A and the Terms & Conditions as detailed below. The technical specification sent to
you as part of the enquiry documents, subsequent technical & commercial discussion, and all other terms & conditions (except
otherwise specifically agreed to in writing) as specified hereunder and to be read along with attached annexures, form an integral
part of this Order.
S No. Unit Rate Amount (Rs.)
Description UOM Quantity
(Rs.)
1 Amendment Work Order for Supply, Installation,Testing and Commissioning of Electrical Low Side
2,44,72,808
Works@Hyderabad DC-3.( As Per Annexure-A)
Total (INR) 2,44,72,808 /-
Total in Words INR Two Crore Fourty Four Lakhs Seventy Two Thousand Eight Hundred and Eight Only
1.0 Scope of Work: As per Annexure-A.
2.0 Contract Price Basis: Unit Prices mentioned shall remain firm and fixed for the entire scope of works.
Prices are inclusive of transportation charges with transit insurance up to Hyderabad DC.
Statutory approvals or any other charges: Any charges/fees pertaining statutory or of any other form shall be on account
of Contractor/Vendor, hence part of unit rate.
All other taxes, duties, cess if applicable, included in unit rate. GST shall be paid extra at actuals as per statutory rules.
3.0 GST: Extra as applicable.
4.0 Delivery Schedule: Total works shall be completed within 06 to 08 Weeks from the date of drawing approvals subject to
work front availability. However vendor to complete works as per project requirement in co-ordination with Project Manager.
5.0 Recoveries for delay in work completion: In case of delay beyond completion time, for reasons attributable to you LD
shall be applicable @ 0.5% of the total Contract Price per week of delay or part thereof subject to a maximum of 5% of
Order Value.
6.0 Address for Correspondence: You hereby agree that for the proper and effective administration of the Contract,
all notices, instructions, payments etc. under the Contract shall be addressed to M/s CtrlS Datacenters Ltd, Plot No. 16,
Software Units Layout, Madhapur, Hi-tech City, Hyderabad, India, Such notices and instructions shall be deemed
as duly served to you pursuant to the conditions of Contract. Any change as to the address for correspondence or the
contact person shall be duly intimated to us in writing.
7.0 Contract Performance Bank Guarantee: As per Payment Terms.

8.0 Defect Liability Period: The defect liability period shall be for the duration of 36 months from the date of successful
commissioning and acceptance by CtrlS.

9.0 Payment Terms:

Page 1 of 27
CTRLS/23-24/H/0258

FOR SUPPLY:
20% of the payment will be paid on pro rata basis against drawing/TDS approval duly certified by the PM and QS teams.
60% of the payment will be paid on prorate basis against delivery of material at site and upon submission of Tax invoices/
RA Bills duly certified by the PM and QS teams within 15 days.
15% of the payment will be paid on pro rata basis after successful installation, Testing , Commissioning , Handover etc
against submission of bills duly Certified by the PM and QS within 30 days.
5% retention up to defect liability period (36 months from the handover date). Which can be Released against
Submission of Performance Bank Guarantee of equivalent amount

FOR INSTALLATION :
95% of the payment will be paid on pro rata basis against successful installation, Testing , Commissioning , Handover etc
against submission of bills duly Certified by the PM and QS within 30 days.
5% retention up to defect liability period (36 months from the handover date). Which can be paid against Performance
Bank Guarantee of equivalent amount.
Order acceptance is mandatory for processing payments.
10.0 Special Instructions For submission of Invoices and Bank Guarantee(s) Invoices For Payment: We have a system
of making payments to our vendors through Bank transfer for which you shall provide relevant details.
11.0 Quantity Variation: There shall not be any quantity variation.
12.0 Risk Purchase: During execution of this order, if any delay is observed due to reasons attributable to you other than Force
Majeure conditions which may cause delay in completion of the work, CTRLS shall be at liberty to cancel the contract,
totally or partially, at any point of time without assigning any reasons, whatsoever, and take alternative measures at your
risk and cost.
13.0 Tax Deduction At Source (TDS): TDS shall be deducted at source as per statutory regulations and CtrlS norms
14.0 Site Working Conditions: : You have confirmed that you have examined and obtained all information and fully satisfied
regarding all relevant matters such as nature, character of site conditions including availability of local material and labour,
level of skills and quality of local labour, conditions of law and order prevailing at the site etc. Contract Price includes
allowance for all such contingencies and you shall not raise any extra claims on any such matters.
You shall meet the entire site requirements as applicable to the deployed workers, specifically related to the safety condition
without any extra cost to CTRLS. All other arrangements like accommodation, transportation and other facilities for staff
and workers shall be arranged by you at your own cost.
15.0 Inspection- Quality Assurance: You shall supply material with approved specifications and quality.
16.0 Construction Water & Construction Power: Will be provided at a single point at site from that you shall make your own
arrangement.
17.0 Insurance Policies: Under the Contract, you shall provide insurance to the shipment till the employers Site Premises. The
Policies to be provided by you shall be in order with premium payment Receipt before you are allowed to physically Supply
of material at site. In case we decide to obtain insurance the same shall be deducted on the contract value.
18.0 Statutory Requirements: You shall observe and comply with all laws applicable to Contract Labor Act, Interstate Migrant
Workers Act and to workmen employed by you or any sub-contractor employed on the Works. In the event of any default
by way of non-observance or non-compliance of the said laws / rules on your part or the sub-contractors, you shall indemnify
the Employer against any liabilities, actions and costs / expenses arising out of or in connection therewith.
19.0 Other Terms & Conditions: All other terms & Conditions not specifically mentioned herein shall be as per tender
documents & safety documents
20.0 Vendor's Help Desk: Vendor shall forward their feedback to CtrlS to the group e-mail ID: vhelp@CtrlS.in for appropriate
response from the group, on any critical issues related to execution of this order for which response is unduly delayed by
the concerned contact persons from projects, Finance and SCM as indicated in the Order
21.0 Business Ethics: CtrlS is committed to operating its business conforming to the highest moral and ethical standards. This
commitment underpins everything that we do in connection with the purchase Order/ Work Orders. CtrlS shall work with
suppliers and service providers who share similar value and demonstrate the same values. We expect our suppliers &
service providers to confirm to the confidentiality of information shared with them. CtrlS represents and covenants that it
has not made , offered, paid, promised or authorized, and will not make, offer, pay, promise or authorize, the payment or
gift of money or anything of value directly or indirectly to an party, in exchange for a business advantage, including a
commitment to expedite or perform a routine action.
22.0 Non-Disclosure & Confidentiality: All commercial and technical information and data provided by us or the Contract in
relation to the project shall be kept confidential and you shall not at any time directly or indirectly disclose such information
and data to any person or firm or use or exploit the same in any Manner other than in connection with the pursuit of the
object of this Agreement, without the prior written consent of us.
23.0 Order Acceptance: This order is being issued to you in "Triplicate". Please return one acceptance copy of this order to
Procurement Team and second acceptance copy to Projects Team duly signed on each page with your Company's seal
as a token of your acceptance of this order with all Terms & Conditions. In case no reply is received within 7 days, it shall
Page 2 of 27
CTRLS/23-24/H/0258

be deemed that this Work Order has been accepted by you in total.
23.1 Please expedite return of your acceptance copies as advised herein immediately on receipt of the order.
24.0 Post Order Correspondence:
24.1 Please quote our Work Order / Purchase Order Number in all your future correspondence Which shall be addressed to
Project Team. Copies of correspondence involving commercial matters shall be marked to Procurement team.
24.2 All your invoices for Payment shall be forwarded in Original PLUS 1 extra copy to Project Team
Please note that the above requirement will ensure seamless processing of your invoices While forwarding the invoices,
please also ensure that all supporting documents required for processing of invoices are enclosed. For this purpose, we
recommend that a check list be submitted together with your invoices.
25.0 Force Majeure: This contract is subjected to for majeure due to any cause beyond reasonable control, Including but not
limited to embargoes acts of Government, strikes (not due to you), lockouts (Not due to you), fire, accident, explosion, theft,
earthquakes, floods, and any other acts of God, Civil commotion, war, malicious mischief, acts of enemies and any other
conditions prevailing Under international norms of practice
26.0 Indemnity: You shall indemnify and keep indemnified us from and against any and all loss, damage, expense (including
legal costs on a full indemnity basis), or liability (whether criminal or civil) and costs of settlement suffered or incurred by
us, due to any neglect or default by you, agents, employees, partners, directors or representatives of you or due to any
breach of undertaking, loss, regulation and other statutory requirements in force in the territory or any other reason so long
as such loss, expense, damage, fees or costs resulted from the acts, operations or negligence of you. Maximum Indemnity
shall be to the value of the purchase order.
27.0 Settlement of Disputes / Arbitration: All disputes and differences of any kind whatsoever arising out of or in connection
with this work order as also with regard to the implementation, meaning, interpretation or implications of the various clauses
of the work order or in respect of any other matter or thing arising out of or relating to the development and construction
of the Project whether during the progress of the work or after their completion shall be communicated by the Contractor
in writing to the Project Manager and all possible efforts would be made by the Parties to sort out and resolve all such
matters of controversy, disputes and differences, amicably with due dispatch and effective priority. In case, the Contractor
and the Project Manager were unable to resolve such issues amicably latest within 10 working days from the date of
receipt of such communication by the Project Manager. In such eventuality the Owner / Project Manager shall take their
decision thereon without any undue delay and preferably within next 10 working days and there upon they shall notify
in writing such decision to the Contractor within next 5 working days. Unresolved disputes, if any shall be subject to
resolution by arbitration by a sole arbitrator duly appointed by the employer. If the parties fail to decide upon a sole
arbitrator, such a dispute shall be referred to a panel of three arbitrators wherein each party shall appoint one arbitrator and
the two arbitrators shall appoint the third member. Arbitration and Conciliation Act, 1996 shall be the governing law for
arbitration proceedings. The seat of the arbitration shall be Hyderabad. The language of the arbitration shall be English.
The Contractor shall not, except with the consent in writing of the Owner and Project Manager, in any way delay the
carrying out of the Work by reason of such matter, question or dispute being referred to arbitration. On the contrary the
Contractor shall proceed with the work with all due diligence and shall, until the decision of the arbitrator is given, abide by
the decision of the Project Manager. The award of the arbitrator shall not relieve the Contractor of his obligations to adhere
strictly to the Owner’s / Project Manager’s instructions with regard to the actual carrying of the Work save and
except as the Award may specifically affect such instructions.
28.0 You shall be responsible:
(a) You shall provide valid tax invoice in compliance with GST and include receiver GSTIN, HSN/SAC, address, place of
supply, tax rate, tax amount, advance adjustment etc and the receiver will only be required to pay the supplier for the GST
component if it is provided with such valid tax invoice
(b) At the time of payment of advance, You would raise and issue an advance receipt note or other document thereof.
(c) GST related details mentioned on the invoice should correspond with the GST related details mentioned on the purchase
order.
(d) Uploading the prescribed details timely on the Good and Service Tax Network (‘GSTN’) portal, i.e., you shall make
arrangements for timely filing of GSTR-1 and pass on the related GST credit, failing which he shall be liable for and indemnify
against all liability, loss, damage, claim, delay in credit, interest & penalty
29.0 You will be solely responsible for performing all compliances including correct classification and making payments of GST,
cesses, interest, penalties or any other tax/ duty/ amount/ charge/liability arising either out of laws/ regulations applicable in
India and overseas or because of a demand/ recovery initiated by any revenue authority under laws/ regulations applicable
in India or overseas.
30.0 In case any GST and/ or cess liability, interest, penalties or any other tax/ duty/ amount/ charge/liability / professional costs
related to litigation becomes payable by the Company or input tax credit is denied to the Company due to your failure to
comply with the relevant laws/regulations applicable in India or overseas, you undertakes to indemnify the Company for an
amount equal to amount payable by the Company.
31.0 It is your responsibility to enable the Company to fill in the details as required in the returns prescribed under necessary
legislation including GST. Under the GST legislation, input tax credit of the tax so charged by the vendor is available to the

Page 3 of 27
CTRLS/23-24/H/0258

Company only upon completion of certain actions by you. The same include payment by you of tax to the Government and
also filing of his prescribed return.
32.0 In case of tax payable by the Company under reverse charge mechanism, you shall not charge any tax to the Company.
33.0 The Company reserves the right to adjust any recovery to be made by it for loss suffered due to failure on part of the Vendor
by adjusting it or withholding it from any amount deposited with the Company or any other amount payable by the Company
to the Vendor (present or future).
34.0 In case the Vendor gets blacklisted, the Company is entitled to recover amount equivalent to the credit denied (including
applicable interest and penalty) and tax (if any) on such recovery.
35.0 Payment will be released by the Company upon fulfilment of these prescribed conditions and also once the details filled by
the Vendor in its return is auto populated in the return of the Company and further the same matches with the details so
provided on his tax invoice. The Company reserves its right to withhold payment till the above mentioned compliances are
undertaken by the Vendor.
36.0 If the tax amount has already been paid by the Company to the vendor, the Company reserves the right to recover the
applicable taxes/amounts including interest, penalty and associated litigation cost from the dues payable to the Vendor.
37.0 The Company will deduct appropriate taxes if prescribed under GST.
38.0 Any change in consideration / remuneration shall be mutually agreed upon.

ANNEXURE-A (BILL OF QUANTITY)

SCHEDULE OF QUANTITIES
GENERAL NOTES
The items given in this schedule are provisional. The Tenderer shall be paid for the actual quantity of work executed as
1 measured at the site at the rates tendered. The Client reserves the right to increase or decrease any of the quantities, or to
omit totally any item of work. Any claim by the Tenderer on these accounts will not be entertained.
All the items of work given in this schedule of quantities shall be executed strictly in accordance with the latest Indian
2 Standard, given Specifications and the requirements of the applicable Electricity Authority and shall be read in conjunction
with the relevant drawings and Specifications.
The Tenderer shall visit the site and shall satisfy himself as to the conditions under which the work is to be performed. He
shall also check and ascertain the location of any existing structure or equipment or any other situation which may affect the
3
work. No extra claim as a consequence of ignorance or on ground of insufficient description will be not be allowed at a later
date.
4 All equipment and material shall confirm to relevant IS codes.
5 All approvals shall be obtained from Client / Consultant representataive.
All equipment and material shall be inspected at manufacturer’s works as per relevant IS by the Client or his representative
6
before dispatch to site.
Vendor has to prepare shop drawings for approval as per site conditions according to BOQ, based on design intend
7
drawings released by client.
8 All vendor drawings shall be approved by the Client /Consultant representative before fabrication work starts.
All Testing and Commissioning shall be as per relevant IS for equipment and IS:732:2019 for the installation. All testing
9
records are to be maintained and submitted for Client’s representative review.
10 To be read in conjunction with technical specifications.
11 All Wall/gypsum and RCC cutouts and chipping are vendor scope.
All gypsum, wooden or RCC wall/ partitions cutouts and chipping, etc. required in course of related civil or electrical works
12
at site, shall be in vendor’s scope. Indenter/client’s requirement will be final and binding on the vendor in this regard.
Contractors should visit the site and thoroughly examine the actual site conditions/ limitations for proper execution of the
13
work, prior to submitting his quote. Any change /addition will not be admissible after PO is issued
It is the responsibility of the vendor to bring all tools and tackles required for SAT and IST as per applicable standards/
14
client’s requirement at Site.
Vendor shall be required to submit detailed cable schedule along with ‘good for construction’ drawing for execution and
15
approval of the indenter/client
A. CIRCUIT CUM POINT WIRING (SUPPLY, INSTALLATION, TESTING AND COMMISSIONING)
The rates for all point wiring items shall also include supplying, fixing, testing and commissioning of the following:
1 Conduits, conduit accessories, brass bushes (bends, pull boxes, junction boxes) and other fittings.
2 Approved GI saddles and grouting the same for exposed conduit work.
3 1.6 mm thick Outlet boxes and junction box.
4 All fixing accessories such as clips, brass screws pull boxes etc. complete in all respect.

Page 4 of 27
CTRLS/23-24/H/0258

All work necessary for wiring a point circuit of any length from the Final Distribution Board to connector via switch and shall
5
include the circuit wiring also except where identified.
Embedding conduits and accessories in walls and floors etc. during construction and / or cutting chases (with chase cutting
6
machine) and making good the same as necessary in the case of concealed conduit work.
7 Switch, Socket outlet and necessary blank plate /base plate shall be of SS material with Mat finish wherever required.
PVC insulated copper conductor stranded flexible PVC insulated FRLS wire of Green colour with yellow bands for earthing
8
of fixtures, outlet boxes and third pin of socket outlet.
9 Repainting of MS conduits, outlet boxes and junction boxes where ever damaged.
10 All wires shall comply to relavant IS codes, 1100 Volt grade, stranded flexible PVC insulated FRLS.
11 All sockets shall be shuttered type with earth terminal (two pins / five pins sockets shall not be provided)
12 Suitable rating of plugs top shall be provided for all Industrial type splash proof socket outlets.
13 Separate neutral and earthing wire shall be provided for each circuit.
14 Lighting and power circuit to be kept separate.
15 Different colours plates / switch socket shall be provided for UPS and raw power supply.
Expansion joints for conduiting etc. shall be provided in case of crossing of building expansion joint and as approved by
16
engineer in-charge.
17 Conduits shall be terminated in switch & socket boxes / DB’s with good quality nuts & check nuts and brass bushes.
18 Circuit cum point wiring shall be as per the specification and also Indian Wiring Regulation.
19 The number of wire in various sizes of the conduits shall follow relevant IS codes.
20 Colour Code of Conduit:
i. Lighting -White
ii. Raw Power - Black
iii. UPS - Grey with circuit identification i.e. ferrules.
21 Wires should be terminated with suitable lugs and ferrules in DB's, switches-socket, lighting etc.
22 DB circuit labeling should be provided at particular switches sockets etc.
23 40 X 40 X 6 mm MS angle support for Rack Industrial socket

TOTAL
S.
Description Unit AMOUNT-
No. Qty. Supply Installation
INR
CIRCUIT CUM POINT WIRING (SUPPLY,
A. INSTALLATION, TESTING AND
COMMISSIONING)

Wiring for the following light points with 2.5 sq.mm


PVC insulated copper conductor 1100 volts grade
stranded flexible FRLS wires of approved make in
concealed or surface mounted GI powder coated
cable duct with cover size 75mmx50mmx1.6mm
or sizes as per site requirement (inclusive),
including joint plates and nut bolts etc (for
Lighting) inclusive of bends, reducer, t - bends,
threaded rods to fix the light fixtures, spring nut
and GI bracket for cable duct along with all
1
necessary accessories and supports as required,
including providing and fixing of 6 Amps single
pole rocker operated flush mounted switch of
approved quality colour make & design in 1.6 mm
thick GI box and earthing of fixtures and the outlet
box with 1.5 sq.mm PVC insulated copper
conductor stranded flexible FRLS wire, complete
in all respect. However, vendor can provide
conduits concealed / Surface mounted 25 mm dia
2 mm thick PVC FRLS Conduit wherever cable GI
Page 5 of 27
CTRLS/23-24/H/0258

powder coated duct unable to install, for example


wall partitions vertical drops etc..,
Primary point controlled by one 6 Amps switch.
(Primary point shall be considered from Lighting
DB MCBs to first lighting point in the circuit
including 6Amps switch of switch board with Pt. 102
2.5Sqmm Wire (Ph + Neutral) and 1.5 Sqmm 2,446 396 2,89,884
(earthing))
Primary Point Length - 31Mtrs
Same as item no. 1) above but Secondary point
(Controlling switch is included in item no. 1) (
secondary point shall be considered from first light
point loop out the next light point in the circuit with Pt. 635
1.5Sqmm Wire) looping should be done for 1,234 180 8,97,890
maximum 8 nos. of lighting points.
Secondary Point Length - 5.5Mtrs
Supply, Unloading, Shifting, Installation, Testing &
Commissioing of Wiring for 250 volts single phase
and neutral 6 / 16 Amps universal switched socket
outlet with 4 sq.mm PVC insulated copper
conductor 1100 volts grade stranded flexible
FRLS wires in 25 mm dia 2 mm thick PVC FRLS
Conduit (inclusive) / raceways (exclusive)
2
including providing and fixing of 1 no 6 / 16 Amps -
3 pin switched sockets of approved make and
design in 1.6 mm thick GI box with grid plates and
earthing the third pin of each socket outlet with 2.5
Sq mm PVC insulated copper conductor stranded
flexible FRLS wire (3 No. socket outlet shall be
looped on one circuit), complete in all respect.
Primary point for 1 No. 6/16 amps shuttering type
socket controlled by 1 No. 16A switch. Pt. 6
Primary Point Length - 20Mtrs 1,819 258 12,462
Same as item no. 2 above but secondary point
looped with primary point including 1 No. 6/16
amps shuttering type socket controlled by 1 No. Pt. 13
16A switch. ( Max 3 loops) 1,769 244 26,169
Secondary Point Length - 11Mtrs
Supply, Unloading, Shifting, Installation, Testing &
Commissioing of Wiring for 250 volts single phase
and neutral 6 Amps switched socket outlet with
2.5 sq.mm PVC insulated copper conductor 1100
volts grade stranded flexible FRLS wires in 25 mm
dia 2 mm thick PVC FRLS Conduit including
providing and fixing of 1 no 6 Amps 3 pin switch
3
socket outlet of approved make and design in 1.6 -
mm thick GI box with grid plate and earthing of
third pin of the socket with 2.5 Sq. mm PVC
insulated copper conductor stranded flexible
FRLS wire (maximum six to eight no. of switches
socket shall be connected on one circuit ),
complete in all respect.
Primary point for 6 amps round pin type socket
3.1 controlled by 1no 6A switch Pt. 71
Primary Point Length - 20Mtrs 1,721 276 1,41,787
Same as item no. 3 above but secondary point
3.2 looped with primary point ( Max 5 in loop) Pt. 320
Secondary Point Length - 11Mtrs 1,498 244 5,57,440

Page 6 of 27
CTRLS/23-24/H/0258

Supply, installation, testing and commisioning of


230 volts single phase and neutral 32 Amps poly
carbonate (IP 44) socket mounted on Support at
below raisd floor in server room, including
4 providing and fixing of 32 A socket in No's 242
polycarbonate enclosure inclusive of mounting 700 383 2,62,086
arrangement for Socket at floor level with all
required supports, accessories as per PM
approval. (Without Plug top)
Supply, installation, testing and commisioning of
3Cx 4 sq.mm PVC insulated copper conductor
1100 volts grade stranded flexible FRLS Cable
5 laid in existing powder coated raceways mounted Mtr. 3250
on floor in server room. The cable Supplied shall 134 23 5,10,266
be split into in Red and Blue for the source-1 and
source-2.
Supply, installation, testing and commisioning of
cable end termination of 3Cx 4 sq.mm PVC
insulated copper conductor FRLS cables of 1100
volt grade including supplying and fixing of
6 No's 484
crimping copper lugs, double compression glands 57 77 64,856
with earthing facility at both ends of cables
etc.complete as required.(We have considered
PVC PG Gland)

TOTAL CARRIED TO SUMMARY


-

-
B. CABLES, MAINS AND SUB MAINS
-
The rate shall also include the following :
-
Providing and fixing junction boxes with covers
1
including painting. -
Effecting adequate and proper connections at
2
terminations. -
Providing all fixing accessories such as clamping
3
devices nuts, bolts and screws. -
Wherever the cables are of aluminum and bus
4
bars of copper bimetallic lugs shall be used. -
5 All cable shall be laid with one diameter gap
-
6 All cables shall be IS approved.
-
Fire retardant paint one meter on both side of
7 wall penetration and at termination as per
specifications. -
Buried LT cables to be laid at least 900 mm
below ground, the laying of cable shall be with
8
pipes or if burried directly then relevant IS shall -
be followed for covering while burring the cable.
All cutouts / Sleeves shall be sealed with fire
9
retardant sealant as per specification. Rate shall -

Page 7 of 27
CTRLS/23-24/H/0258

be quoted separately as requested separate line


item.
All cutouts shall be created where ever cables
10
penetrating into walls, floors etd. -
Aluminum cable tags with embosed marking
11
shall be provided at end termination. -
Glands earthing shall be provided to all end
12
termination. -
GI cables binder shall be used for all LT cable
13
dressing where ever required. -
The cable shall be tied with proper holder so that
14 it should not cause the movement of cables
during short circuit condition. -

-
B. CABLES, MAINS AND SUB MAINS
-
Supply & laying of following 1100 volt grade FRLS
PVC insulated sheathed XLPE aluminum
conductor armored cables as per specification in
1 existing trenches, cable trays, clamped includes
anchor fasteners wall with suitable clamps, -
saddles fixing bolts including connecting testing
and commissioning.

a 3.5C X 400 SQMM AL AR XLPE CABLE RM 3146


1,486 130 50,83,290
c 3.5C X 185 SQMM AL AR XLPE CABLE RM 132
877 84 1,26,372
d 3.5C X 150 SQMM AL AR XLPE CABLE RM 385
693 84 2,99,145
f 3.5C X 70 SQMM AL AR XLPE CABLE RM 204
385 77 94,248
g 3.5C X 35 SQMM AL AR XLPE CABLE RM 272
212 69 76,432
i 3C X 300 SQMM AL AR XLPE CABLE RM 408
1,113 115 5,01,024
j 3C X 240 SQMM AL AR XLPE CABLE RM 252
899 77 2,46,225
k 3C X 120 SQMM AL AR XLPE CABLE RM 166
518 77 98,830
l 3C X 95 SQMM AL AR XLPE CABLE RM 127
415 69 61,662
p 4C X 10 SQMM AL AR XLPE CABLE RM 1102
142 38 1,98,414
q 4C X 6 SQMM AL AR XLPE CABLE RM 1257
118 38 1,96,139
s 4C X 4 SQMM AL UN AR XLPE CABLE RM 2626
65 31 2,52,119

Page 8 of 27
CTRLS/23-24/H/0258

t 4C X 2.5 Sqmm Cu. Flexible FRLS Cable RM 360


84 31 41,423

-
Supplying, unloading, shifting & laying of
following 1100 volt grade FRLS PVC insulated
sheathed XLPE copper conductor armoured
cable as per specification in existing trenches,
cable trays ducts, clamped includes anchor
2 fasteners to wall with suitable clamps, saddles
fixing bolts including connecting testing and -
commissioning. The below prices are including
supply and fixing of clipping cu lugs ,double
compression glands with earthing facility at both
ends of cable etc,.complete as required.

a 5cx 2.5 sq.mm armored cable RM 185


177 38 39,775
b 24cx 2.5 sq.mm armored cable RM 185
762 84 1,56,510
c 3Cx 4 sq.mm armored cable RM 185
167 31 36,630
d 4Cx 4 sq.mm armored cable RM 185
210 31 44,585
e 4Cx 2.5 sq.mm armored cable RM 185
149 31 33,300
f 3Cx 2.5 sq.mm armored cable RM 320
119 31 48,000
g 7Cx 2.5 sq.mm armored cable RM 413
238 54 1,20,596
h 2 pair shielded armoured cable RM 185
102 38 25,900
j 12Cx 2.5 sq.mm armored cable RM 20
419 84 10,060
k 8Cx 2.5 sq.mm armored cable RM 50
291 61 17,600

-
Supplying & laying of following 1100 volt grade
FRLS PVC insulated sheathed XLPE copper /
aluminium conductor armoured / un-armoured
cable as per specification in existing trenches,
3
cable trays ducts, trefoil clamped includes anchor -
fasteners to wall with suitable clamps, saddles
fixing bolts including connecting testing and
commissioning.

1C X 185 SQMM AL UN. AR XLPE CABLE RM 576


244 84 1,88,928
1C X 120 SQMM AL UN. AR XLPE CABLE RM 144
175 77 36,288
1C X 120 SQMM CU AR XLPE CABLE RM 156
1,654 100 2,73,624
Page 9 of 27
CTRLS/23-24/H/0258

1C X 50 SQMM CU AR XLPE CABLE RM 132


701 61 1,00,584
1C X 25 SQMM CU AR XLPE CABLE RM 132
370 38 53,856
1C X 16 SQMM CU AR XLPE CABLE RM 389
231 38 1,04,652

-
Cable end termination of the following PVC
insulated sheathed XLPE aluminum conductor
armoured cables of 1100 volt grade including
4
supplying and fixing of crimping aluminum lugs, -
double compression glands with earthing facility
at both ends of cables etc. Complete as required.

a 3.5C X 400 SQMM AL AR XLPE CABLE Nos 112


3,198 1,462 5,21,920
c 3.5C X 185 SQMM AL AR XLPE CABLE Nos 16
1,415 1,044 39,344
d 3.5C X 150 SQMM AL AR XLPE CABLE Nos 12
1,292 975 27,204
f 3.5C X 70 SQMM AL AR XLPE CABLE Nos 12
910 766 20,112
g 3.5C X 35 SQMM AL AR XLPE CABLE Nos 8
562 696 10,064
i 3C X 300 SQMM AL AR XLPE CABLE Nos 48
2,161 1,114 1,57,200
j 3C X 240 SQMM AL AR XLPE CABLE Nos 8
2,071 1,044 24,920
n 4C X 10 SQMM AL AR XLPE CABLE Nos 40
376 278 26,160
o 4C X 6 SQMM AL AR XLPE CABLE Nos 66
358 278 41,976
q 4C X 4 SQMM AL UN AR XLPE CABLE Nos 106
331 209 57,240
r 4C X 2.5 Sqmm Cu. Flexible FRLS Cable Nos 24
48 70 2,832

-
Cable end termination of the following PVC
insulated sheathed PVC/XLPE copper conductor
armoured cables of 1100 volt grade including
5
supplying and fixing of crimping copper lugs, -
double compression glands with earthing facility
at both ends of cables etc.complete as required.

a 1C X 185 SQMM UN.AL AR XLPE CABLE Nos 96


678 766 1,38,624
b 1C X 120 SQMM UN.AL AR XLPE CABLE Nos 32
478 626 35,328

Page 10 of 27
CTRLS/23-24/H/0258

c 1C X 120 SQMM CU AR XLPE CABLE Nos 24


708 626 32,016
d 1C X 50 SQMM CU AR XLPE CABLE Nos 24
383 487 20,880
e 1C X 25 SQMM CU AR XLPE CABLE Nos 24
266 278 13,056
f 1C X 16 SQMM CU AR XLPE CABLE Nos 48
258 209 22,416

-
TOTAL CARRIED TO SUMMARY
-
CABLE TRAYS , RACEWAY & JUNCTION
C.
BOXES -
The cable management system shall comprise of
following specification: -
1 MS Powder coated Ladder cable trays.
-
2 MS Powder coated perforated cable trays
-
3 Surface mounted wire ducts.
-
4 Floor mounted powder coated trunking:
-
It shall be as a system with floor also laid under
floor, junction boxes, bends, risers, access boxes
5
and tap off boxes with switch mounting -
arrangement.
Materials for all the items shall be galvanized
sheets except for junction boxes or fabricated
products where CRCA sheets of minimum 2.00
6
thickness or (more adequate to bear the load of -
cables) shall be used with zinc plated / painted
surface protection as specified.
All cuts / perforations / folded sections where
7 contact with wires/cables in expected shall be
burr free. -
Zinc coating shall be 120 gm / square meter or
more. The materials shall conform to relevant IS /
8
BS standards for the category / application -
specified.
The cable tray / raceways / ducts / trunking shall
9 be factory built. Only cutting to achieve assembly
system length shall be permitted at site. -
Accurate fabrication formed section with
10 tolerances of + 2 mm on width and + 5 mm on
length expected. -
Dimensional and general arrangement drawing
11 of the system are expected to be provided by
tenderer / cable tray / duct supplier. -
The system shall be designed for installation with
12
a temperature classification of + 60 deg.C. -
Page 11 of 27
CTRLS/23-24/H/0258

The cable tray/duct systems shall be suitable be


13
corated with anit corrosion treatment. -
Details of fixing supports etc. shall be submitted
14
for approval. -
All cable trays shall be provided with factory
made punched angle system of PROFAB or
15 equivalent make which includes fitmens like
angle holder, coupler, wall support angle/bracket -
etc, as per site requirement
From 150 mm to 500 mm wide cable tray
16 contractor to use paunch angle of 35 X 5mm and
welded base plate of 35 X 5mm -
From 600 mm to 1200 mm wide cable tray
contractor to use paunch angle of 50 X 6.0 mm
17 and welded plate of 50 X 6mm , if no of cable
trays increased vendor has to take the approval -
from PM on supports.
Supports to be consider at regular interval of 1.5
18
RM, -
50 X 50 X 6 mm MS / GI angle for single run of
cable tray supporting size above 600 mm and 40
X 40 X 6 mm for single run of cable tray. Even
19 though vendor has to take the approvals from
designs team prior to installing supports, with -
proper calculations. Cost should be including of
supports and accessories etc
Vendor should use factory finished cable tray
bends, tees, joints, and all the required
accessories. Also provide protection caps to
avoid sharp edges of cable tray sports, edges
20
(vendor should not use cutting welding jointing -
for making cable tray at site) all threaded and
dropper should be covered with protection as
required.
M 10 threaded rods along with 1 No 25 mm dia
21
slotted GI channels with anchor fasteners. -
M 12 threaded rods along with 1 No 25 mm dia
22
slotted GI channels with anchor fasteners. -
All cutouts and civil work finishing where ever
23
necessary to be by Vendor. -
Use Blue & Red colors powder coating for
24
different source cable trays -
The required wall openings / floor openings for
for the cable trays shall be in the scope of the
25 contractor. This shall include breaking / cutting
and making good for interioir contactor to do final -
finishes.

-
CABLE TRAYS, RACEWAY & JUNCTION
C.
BOXES -

Page 12 of 27
CTRLS/23-24/H/0258

Supply, unloading, shifting and fixing of MS


Powder coated cable trays (Blue & Red colors
Source bifurcation) of the following sizes and
as per specification including bend, tees,
reducers and all the supporting structure as per -
description. Vendor shall provide lip-locking
arrangement (tray base) for tray to tray
connectivity.
1000 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 3 mm
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing
1 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 339
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,720 430 7,28,850
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
750 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 2.5 mm
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing
2 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 95
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,505 404 1,81,355
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
600 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 2.5 mm
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing
3 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 38
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,452 415 70,946
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
450 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 2.5 mm
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing
4 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 456
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,183 353 7,00,723
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
300 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 2.5 mm
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing
5 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 581
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,006 275 7,44,133
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
150 mm wide ladder cable tray (MS Powder
coated)
Runners 20 x 100 x 20 x 2.5 mm
6 RM 910
Rungs 20 x 30 x 20 x 2.5 mm 250 mm C/C spacing 883 237 10,19,312
Suspenders - Cable tray supports 2 Nos. 50 x 50
x 6 mm GI slotted angle at 1500 mm C/C spacing
Page 13 of 27
CTRLS/23-24/H/0258

with base support of 50 x 50 x 6mm GI angle and


with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.

300 mm wide Perforated cable tray (MS Powder


coated)
Runners 20 x 50 x 20 x 2 mm
Rungs 20 x 30 x 20 x 2 mm 250 mm C/C spacing
7 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 14
x 6 mm GI slotted angle at 1500 mm C/C spacing 909 313 16,619
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
300 mm wide ladder cable tray (Hot Dip GI)
Runners 20 x 50 x 20 x 2 mm
Rungs 20 x 30 x 20 x 2 mm 250 mm C/C spacing
Suspenders - Cable tray supports 2 Nos. 50 x 50
8 RM 90
x 6 mm GI slotted angle at 1500 mm C/C spacing 1,131 313 1,29,960
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.
150 mm wide Perforated cable tray (MS Powder
coated)
Runners 20 x 50 x 20 x 2 mm
Rungs 20 x 30 x 20 x 2 mm 250 mm C/C spacing
9 Suspenders - Cable tray supports 2 Nos. 50 x 50 RM 87
x 6 mm GI slotted angle at 1500 mm C/C spacing 623 225 73,572
with base support of 50 x 50 x 6mm GI angle and
with 2 nos. welded holder plate of size 100 X 100
X 6 mm with anchor bolts.

-
Supply and fixing of perforated type MS Powder
coated cable trays with top cover (Press & Lock
Type ) and should be laid in false floor of the
9
following sizes as per specification. Trays shall be -
provided with Red & Blue colors (Source
bifurcations) as per approvals.

a 300 mm x 100 mm x 2 mm for server hall RM 64


2,767 478 2,07,680
b 150 mm x 100 mm x 2 mm for server hall RM 110
1,795 310 2,31,550
TOTAL CARRIED TO SUMMARY
-
EARTHING INSTALLATION (FOR LT, MDB,
D.
DISTRIBUTION SYSTEMS) -
Rates shall also include the following :
-
All fixing accessories such as brass saddles,
1
brass screws rowal plugs etc. -
Jointing by riveting and after riveting, do brazing
2 in case of copper and do welding / bolting in case
of GI earthing. -
Page 14 of 27
CTRLS/23-24/H/0258

Cutting chases holes and making good the same


3
wherever required. -
4 Effecting adequate and proper interconnections.
-
5 Use of copper lugs/thimbles.
-
6 Earthing system shall comply to IS:3043-2018
-
7 All earthing pits shall be interconnected.
-
All equipment motors, DB’s, panels to be
8 connected on either ends (double earthing) with
suitable strip / wires. -
9 Chambers and civil work included
-
Chambers covers should be heavy gauge CI and
10
labeled / numbered -
11 Proper watering to be done for at least 3 days
-
Proper earthing clamps to be provided wherever
12
required -
Pit to pit distance to be maintained as per IS
13
standards ( Min. 3m ) -
GI tapes wielded part at joints to be painted with
14
zinc paint -

-
EARTHING INSTALLATION (FOR HT ,LT,
D.
MDB, DISTRIBUTION SYSTEMS) -
Supply, installation, Testing & Commissioning,
fixing of following bare GI & CU tapes / wires
including all necessary fixing accessories and
1
effecting connections as per specifications. The -
conductivity of GI and Cu shall be as per the
relevant IS codes.

a 25mm x 3mm CU STRIP RM 31


664 38 21,762
b 25mm x 3mm GI STRIP RM 181
66 38 18,824
c 25mm x 6mm CU STRIP RM 98
1,327 54 1,35,338
D. 25mm x 6mm GI STRIP RM 1048
125 54 1,87,592
e 50mm x 6mm CU STRIP RM 162
2,654 100 4,46,148
f 50mm x 6mm GI STRIP RM 92
250 100 32,200
g 75mm x 10mm GI STRIP RM 182
626 146 1,40,504
Page 15 of 27
CTRLS/23-24/H/0258

-
Providing, laying, testing and commissioning of
following 1100 volts grade XLPE insulated
5 sheathed copper conductor unarmoured cable
including copper thimbles or lugs and fixing -
hardware as required.

Single core 120 sq.mm Green colour cable RM 86


1,225 100 1,13,950
Single core 25 sq.mm Green colour cable RM 106
260 23 29,998
Single core 6 sq.mm Green colour cable - Flexible
RM 200
FRLS cable 59 15 14,800
TOTAL CARRIED TO SUMMARY
-
SUPPLY & INSTALLTION OF LIGHTING
E.
FIXTURES -
The rates shall include all components that
1 required to make the installation complete in all
respects such as : -
* Suitable length connecting wires where called
for. -
* Internal wiring between accessories.
-
* Bonding with earth wires.
-
2 Drilling holes in supports wherever require.
-
Lighting fixtures shall be hanged from celling with
3 2 No of GI chains/supports and required
accessories -
4 PVC adopter at fittings end shall be provided
-
5 Connections should be done with end ferrules
-
Submit & take approval on Lux level report from
6
client before supplying the light fixtures -

-
SUPPLY & INSTALLTION OF LIGHTING
E.
FIXTURES -
Supply of the following lighting fixtures with all
1
fixing accessories etc. as required. -
Supply & Installation of 40watt LED IP40 light
fixtures Vendor to Submit the technical catalogue
along with the sample and obtain the approval
1 before supply of the lights to site. Selected vendor Nos 687
to submit the Lux level calculations. Wipro Model 1,282 253 10,54,545
Light- LL24-541-XXX-57-XX Imperia LED /
Equivalent

Page 16 of 27
CTRLS/23-24/H/0258

Supply & Installation of 150 watt high bay light


fixtures / equivalent. Vendor to Submi the
technical catalogue along with the sample and
obtain the approval before supply of the lights to
2 Nos 24
site. Selected vendor to submit the Lux level 16,500 460 4,07,040
calculations. Wipro Model No. LH21-182-060-
57-X2 - 150W Highbay , 1,00,000 burning hrs
life
Supply & Installation of 120 watt high bay light
fixtures / equivalent. Vendor to Submi the
technical catalogue along with the sample and
obtain the approval before supply of the lights to
3 Nos 10
site. Selected vendor to submit the Lux level 13,500 460 1,39,600
calculations. Wipro Model No. LH21-152-060-
57-X2 - 120W Highbay . 1,00,000 burning hrs
life
Supply & Installation of 36 watt Square light
fixtures / equivalent. Vendor to Submi the
technical catalogue along with the sample and
obtain the approval before supply of the lights to
4 Nos 16
site. Selected vendor to submit the Lux level 3,000 383 54,128
calculations. Wipro Model No.
CRCO10R036HP57G3 - Immaculate 2*2
recess

-
E. TOTAL CARRIED TO SUMMARY
-

-
F. LIGHTING CONTROLS
-
Supply, Unloading, Shifting, Installation, Testing
and Commissioning of wall mounted PIR sensor -
7 meter radius. This sensor shall work on ELV
and send status info to relay controllers for
1 Nos 42
switching the lights. Motion detection (PIR), Infra- 2,635 285 1,22,652
red remote control reception (IR) shall be inbuilt in
the one device. Vendor scope includes looping
control wiring from Sensor to Sensor.

-
F. TOTAL CARRIED TO SUMMARY
-

-
G. CONDUITING FOR VOICE / DATA SYSTEM
-
Installation, testing and commissioning of all
1 conduiting and cabling for telephone system
including providing and fixing of the following: -
All necessary specials and fittings, brass bushes
2
etc. -

Page 17 of 27
CTRLS/23-24/H/0258

Approved cover plates for inspection, junction


3
and outlet boxes. -
4 2 mm thick outlet boxes and junction boxes.
-
All fixing accessories such as clips, nails, screws
5
etc. -
Fixing approved saddles, hooks and grouting the
6 same as required, in the case of all exposed
conduit work. -
Embedding conduits and accessories in wall,
floors etc. during construction and / or cutting
7
chases and making good as necessary in the -
case of all concealed conduit work.
Providing 14 SWG GI pull wire in all conduit
8
work. -

-
G. DATA SYSTEM
-
Supply and fixing of wire mesh type steel-
electrolytic zinc-coated cable tray of the following
size including fixing hardware supports etc.
Vendor to provide cable droppers / water falls
along with cable tray supply 1 cable dropper per
1
every 600mm running length, vendor to provide -
protection covers / thread caps for all sharp
edges, supports of cable tray VENDOR TO
PROVIDE ONLY FACTORY MADE JOINTS AND
BENDS. (Legrand/OBO/panduit)
600mm x 105 mm as per site condition &
RM 284
standard. 2,285 472 7,82,602
Supply, prefabrication, installation powder coated
2mm thick *500*150 mm GI metal duct including
of all accessories of “Factory made L bends 45
2 Deg, suitable junction boxes, fish plates, RM 79
tampered proof screws, thread rods, nut & bolts, 4,011 534 3,59,964
end grommets, required harware and 2 mm thick
top cover. Colours as per PM directions .

G. TOTAL CARRIED TO SUMMARY


-
H Fire seal
-
Supplying and applying of 2 hours fire rated
foamed fire seal to all the openings made in
partitions and walls to pass cables, pipes, cable
1 trays etc, by cleaning the area and making it dust
and grease free, and filling the entire gaps with -
the foam, wiping off the excess foam and making
it in level and allow it to harden.

1.1 Sealing of opening from 0.08sq.m to 0.24sq.m No 17


3,600 368 67,456
1.2 Sealing of opening from 0.24sq.m to 0.48sq.m No 5
6,982 736 38,590

Page 18 of 27
CTRLS/23-24/H/0258

1.3 Sealing of opening from 0.48sq.m to 0.8sq.m No 8


11,294 1,226 1,00,160
1.4 Sealing of opening from 0.8sq.m to 1.2sq.m No 2
16,941 1,840 37,562
1.5 Sealing of opening from 1.2sq.m to 1.68sq.m No
29,400 2,575 -

-
H TOTAL CARRIED TO SUMMARY
-
I. FINAL DISTRIBUTION BOARDS
-
Supply, installation, testing and commissioning of
the following cubicle type 1.6 mm thick CRCA
sheet steel enclosed and partitions to segregate
phases recessed in wall or surface mounted final
1
distribution boards of the following description. -
Distribution board shall be powder coated and
double door construction and in four tier
configuration..

-
4 ROW 14 MODULE FLEXI DB -
32A 4P MCB - 1 No. as incomer
32A DP RCCB, 30mA, type AC - 3 No. as Sub
incomer, one per phase
10A SP MCB, 10 kA - 36 nos as outgoings MCB
are of 'C' Curve

The incomer of DB shall be along with 32A ATS


1.1 4
(ATS shall be housed in a seperate enclosure 2,50,412
and this enclosure shall be mounted adjacent to No
the DB. 56,471 6,132
The DB shall have be provided with separate
neutral and
earthing link for each phase.
Front door of DB shall be acrylic type (For
visibility of incoming and outgoing MCBs)
4 ROW 10 MODULE FLEXI DB -
32A 4P MCB - 1 No. as incomer
32A DP RCCB, 30mA, type AC - 3 No. as Sub
incomer, one per phase
10A SP MCB, 10 kA - 30 nos as outgoings MCB
are of 'C' Curve

The incomer of DB shall be along with 32A ATS


1.2 8
(ATS shall be housed in a seperate enclosure 4,83,408
and this enclosure shall be mounted adjacent to No
the DB. 54,294 6,132
The DB shall have be provided with separate
neutral and
earthing link for each phase.
Front door of DB shall be acrylic type (For
visibility of incoming and outgoing MCBs)

Page 19 of 27
CTRLS/23-24/H/0258

4 ROW 8 MODULE FLEXI DB -


32A 4P MCB - 1 No. as incomer
32A DP RCCB, 30mA, type AC - 3 No. as Sub
incomer, one per phase
10A SP MCB, 10 kA - 24 as outgoings MCB are
of 'C' Curve

The incomer of DB shall be along with 32A ATS


1.3 17
(ATS shall be housed in a seperate enclosure 10,12,248
and this enclosure shall be mounted adjacent to No
the DB. 53,412 6,132
The DB shall have be provided with separate
neutral and
earthing link for each phase.
Front door of DB shall be acrylic type (For
visibility of incoming and outgoing MCBs)

-
I. TOTAL CARRIED TO SUMMARY
-
L HT CABLES
-
Supplying and laying following size 33 kV grade
XLPE (E) aluminum conductor round armoured
cables laid underground and over MS supports in
1
existing trenches / wall. The cable shall be -
provided with suitable clamp that shall prevent
movement of cable during short circuit condition.

1.1 3 C x 240 sq.mm 33 kV XLPE (E) cable RM 243


3,048 169 7,81,731
1.2 3 C x 185 sq.mm 33 kV XLPE (E) cable RM 172
2,624 146 4,76,440
Supplying and making cable end terminations for
the following size of 33 kV grade, XLPE (E)
2 aluminum conductor round armoured cable
including termination kit complete heat shrinkable -
sleeve Indoor type
3 C x 240 sq.mm 33 kV XLPE (E) cable (Indoor
2.1 Nos 4
Type - Heat shrinakble type) 11,003 3,832 59,340
3 C x 185 sq.mm 33 kV XLPE (E) cable (Indoor
2.2 Nos 2
Type - Heat shrinkable type) 11,003 3,832 29,670
3 C x 185 sq.mm 33 kV XLPE (E) cable (Indoor
2.3 Nos 4
Type - Touch proof type)-Install - 5,365 21,460

I. TOTAL CARRIED TO SUMMARY


M GRAND TOTAL
2,40,45,166

Page 20 of 27
CTRLS/23-24/H/0258

Total
S. No. Description Unit Qty.
SUPPLY Installation Amount
B. CABLES, MAINS AND SUB MAINS
The rate shall also include the following :
Providing and fixing junction boxes with covers
1
including painting.
Effecting adequate and proper connections at
2
terminations.
Providing all fixing accessories such as
3
clamping devices nuts, bolts and screws.
Wherever the cables are of aluminum and bus
4
bars of copper bimetallic lugs shall be used.
5 All cable shall be laid with one diameter gap
6 All cables shall be IS approved.
Fire retardant paint one meter on both side of
7 wall penetration and at termination as per
specifications.
Buried LT cables to be laid at least 900 mm
below ground, the laying of cable shall be with
8 pipes or if burried directly then relevant IS shall
be followed for covering while burring the
cable.
All cutouts / Sleeves shall be sealed with fire
retardant sealant as per specification. Rate
9
shall be quoted separately as requested
separate line item.
All cutouts shall be created where ever cables
10
penetrating into walls, floors etd.
Aluminum cable tags with embosed marking
11
shall be provided at end termination.
Glands earthing shall be provided to all end
12
termination.
GI cables binder shall be used for all LT cable
13
dressing where ever required.
The cable shall be tied with proper holder so
14 that it should not cause the movement of
cables during short circuit condition.

B. CABLES, MAINS AND SUB MAINS


Supply & laying of following 1100 volt grade
FRLS PVC insulated sheathed XLPE aluminum
/ Copper conductor armoured / Unarmoured
cables as per specification in existing trenches,
1
cable trays, clamped includes anchor fasteners
wall with suitable clamps, saddles fixing bolts
including connecting testing and
commissioning.

a 3.5C X 240 SQMM AL AR XLPE CABLE RM 219 109


1,123 2,70,054
b 3.5C X 25 SQMM AL AR XLPE CABLE RM 256 67
171 60,928
c 4C X 16 SQMM AL AR XLPE CABLE RM 45 46
149 8,775

Page 21 of 27
CTRLS/23-24/H/0258

4C X 2.5 Sqmm Cu. Flexible FRLS Cable -


d (For TF, CSUs of S1 Rm, S2 Rm & Battery RM 134 31
Rm) 109.2 18,787

-
Supplying & laying of following 1100 volt grade
FRLS PVC insulated sheathed XLPE copper /
aluminium conductor armoured / un-armoured
cable as per specification in existing trenches,
3
cable trays ducts, trefoil clamped includes -
anchor fasteners to wall with suitable clamps,
saddles fixing bolts including connecting testing
and commissioning.

a 1C X 25 SQMM AL UN. AR XLPE CABLE RM 118 38


54 10,856

-
Cable end termination of the following PVC
insulated sheathed XLPE aluminum conductor
armoured cables of 1100 volt grade including
4 supplying and fixing of crimping aluminum lugs,
double compression glands with earthing facility -
at both ends of cables etc. Complete as
required.

a 3.5C X 240 SQMM AL AR XLPE CABLE Nos 12 1,208


2,348 42,672
c 3.5C X 25 SQMM AL AR XLPE CABLE Nos 8 322
482 6,432
c 4C X 16 SQMM AL AR XLPE CABLE Nos 2 345
480 1,650

-
Cable end termination of the following PVC
insulated sheathed PVC/XLPE copper
conductor armoured cables of 1100 volt grade
5 including supplying and fixing of crimping
copper lugs, double compression glands with -
earthing facility at both ends of cables
etc.complete as required.

a 1C X 25 SQMM AL UN. AR XLPE CABLE Nos 16 278


190 7,488

TOTAL CARRIED TO SUMMARY


4,27,642

Page 22 of 27
CTRLS/23-24/H/0258

EHS CODE OF PRACTICES FOR CONTRACTOR

We give highest importance towards EHS requirements in CtrlS and providing a safe workplace is the prime
responsibility of everyone in CtrlS. In that line safety at site is of prime importance and the contractor should be
responsible for the safety of the workmen and machineries deployed by them. Following are code of practices for
contractors which they should follow while working at our site.
1. All contractors shall work towards the goal of Zero Accidents.

2. The Contractor shall follow the requirements defined in the Site EHS Plan and all EHS procedures.

3. All CtrlS policies (EHS Policy, Drug & Alcohol Policy, Smoke-free Policy, Waste management plan etc.)
shall be strictly adhered to.

4. No workmen below 18 years and above 58 years of age shall be engaged for job. For working at height
the upper and lower age limit may be restricted judiciously.

5. All workmen / supervisors shall be screened before engaging them on job. The contractor, from his side
shall ensure the physical fitness of all people before mobilization by a MBBS doctor.
6. All employees have to undergo EHS induction and EHS Training is mandatory as directed before starting
the work.
7. Contractor shall deploy one designated EHS person for every 25 workmen at site.
8. Contractor shall ensure adequate supervision at workplaces. No workplace activities will be carried out
without availability of supervisor.
9. Horseplay is completely prohibited at workplace. Running at site is completely prohibited except in case of
emergency.
10. Adequate illumination at workplace shall be ensured by contractor before starting the job.

11. All cranes shall be operated by a trained and experienced operator.

12. Signal man, trained rigger shall be deployed and separate identification is to be given for the signaler.

13. Lift Plan needs to be submitted to CtrlS EHS Department for approval for all Heavy Lifting operation.

14. For all excavated pits contractors shall provide “hard” barricading with double pipe. Safe approach is to be
ensured into every excavation.
15. All dangerous moving parts of the portable / fixed machinery being used shall be adequately guarded.
16. Ladder being used at site shall be adequately secured. Ladders shall not be used as work platforms.
Standard Scaffolding to be used for working at height as required. All scaffold shall be build, modified,
dismantled by a competent scaffolder only.
17. Bamboo / wooden scaffold is not permitted at site for any activities.
18. Other than certified (by govt.) and competent electricians (with red helmet) no one is allowed to carry out
the repair, rectification jobs related to electricity.
19. Inserting of bare wires for tapping power from electrical sockets is completely prohibited.
20. All lifting tools, tackles & lifting equipment shall be inspected before use. Defects to be reported
immediately. No lifting tackles to be used unless the Third party competent authority certifies it.
21. Good housekeeping to be maintained. Debris, scrap and other materials to be cleared from time to time
from the workplace and at the time of closing of work every day.

Page 23 of 27
CTRLS/23-24/H/0258

22. Material or scrap shall not be thrown from height; they have to be lowered manually or by winch.
23. Keeping the work place neat & tidy is the responsibility of the contractor for their work place. If not complied
the same shall be carried out by CtrlS and charges equivalent to three times of actual expenditure will be
recovered from the next Running Bills.
24. Adequate firefighting equipment shall be made available at workplace and persons are to be trained in
firefighting techniques with the coordination of site safety team.
25. All gas cutting set shall be attached with Flash back arrester & NRV to avoid fire incident, All the gas
hoses to be with standard colour.
26. No asbestos is allowed inside the project for any purpose. Only fibre glass blankets shall be used as fire
blankets.
27. Nobody is allowed to work without PPE such as safety helmet, safety shoes, reflective jackets etc. and
other job specific PPEs at site.

28. No one is allowed to work at or more than two meter height without wearing full body harness with double
lanyard and anchoring the lanyard of it to firm support preferably at or above shoulder height.

29. Contractors shall arrange only approved PPE’s like helmet, shoes, reflective jacket, safety Harness, hand
gloves, goggles etc. before starting the job.

30. If contractors fail to provide PPEs, CtrlS will provide the same and will charge three times the prevailing
market cost which will be deducted from next running bill.
31. The representative of contractor along with their safety person shall participate in EHS walk down, EHS
committee meeting along with the Project Manager. Monthly EHS Committee Meeting points discussed
shall be shared within their team & complied.
32. Necessary work permit, EHS instructions to be followed at site as advised by CtrlS site team.
33. All the unsafe conditions, unsafe act identified by contractors, reported by site supervisors and / or safety
personnel to be corrected on priority basis.
34. All major, minor incidents and near misses to be reported to CtrlS EHS site In-charge to enable the
management to take necessary steps to avoid the recurrence.
35. Adequate measures to be taken by the contractor to promote health and hygiene at work place and labour
colony. Contractors need to provide basic amenities such as water, rest shelter, canteen, sanitary facilities,
recreation facilities etc.
36. All statutory and other requirements as applicable to the activity (as per the law and main contract, Govt.
guidelines, national standards etc.) to be complied by the contractor & their workmen.
37. Penalty:
Following Penalty system will be strictly practiced.

• For any deviation from standard EHS practices:


o A warning letter will be issued for the first instance.
o From second instance onwards a penalty of INR 5000 will be levied for every deviation.
• In case of any accident, below mentioned penalty, in addition to the compensation payable to the
workmen under the relevant provisions of Workmen’s Compensation Act, will be levied. The contractor

Page 24 of 27
CTRLS/23-24/H/0258

should bear the cost of all medical and statutory cost related to the incident in addition to the following
penalty.
o Fatal accident: 10 % of contract value or INR 3, 00,000 per person whichever is less.
o Major injuries or accidents causing Lost Time Incident: 5 % of contract value or INR 1, 00,000
per person whichever is less.
o Non usage of PPE : INR 200 per person per day (Charged to contractor) & suspension
of that employee for the same day

Annexure-B

ANNEXURE-C – SLA

SLA for the AMC of Infrastructure Equipments:


The SLA of the equipment or system AMC will be based on mainly severity levels, response and resolution time, uptime
maintained and penalty as below:
A. Severity Level:
There will be three levels of severities as defined below:
1. Level-1: Services are not affected. This includes situations where components which are not impacting
normal operations are developed some problem.
2. Level-2: Services affected but not completely down. This includes situations where critical service
components are down and services gets partially affected. (If redundant System fails, this Severity Level
is applicable)
3. Level-3: Equipment/system is complete down and associated services are affected. This means that one
of the component/system of a redundant set up is down impacting all the services.
B. Response and Resolution Time:
Response and resolution time definitions are as below:
The services will be provided for 24 Hrs x 7 days a week during the contract period.
Response Time: Time shall be calculated from the time CtrlS reported fault to VENDOR over phone or via email or
Page 25 of 27
CTRLS/23-24/H/0258

through VENDOR call logging system whichever is earlier, till the VENDOR reached at site.
Resolution Time: Time shall be calculated from the VENDOR reached at site till the complaint/fault is resolved.
As per the severity levels, the time slots will be as follows:
Severity Level Response Time Resolution Time Remarks
1 4 Hrs 12 Hrs
2 4 Hrs 6 Hrs VENDOR should keep critical spares at site
3 4 Hrs 4 Hrs VENDOR should keep critical spares at site
All equipment or spare parts found to be defective during the period should be replaced with the same type or genuine
equivalent by VENDOR promptly; at free of charge to CtrlS. Labors required will be sole responsibility of VENDOR.
Critical spares needs to be kept at site for emergency purposes at Vendor costs.
C. Uptime:
Uptime will be calculated on monthly basis and the uptime availability report will be made available to CtrlS by 5 th day
of every month. Following formula will be used to calculate uptime:
% Uptime = [(System availability measured in minutes/month) / (Total minutes / month) x 100]

Downtime shall be considered from the fault/complaint reporting time to fault resolution time or equipment/system
services restoration time to normal state of operation.

Monthly Uptime applicable to different severity levels shall be as follows:


➢ Severity Level-1: 99.995%
➢ Severity Level-2: 99.8%
➢ Severity Level-3: 99.0%
D. Penalty:
In case of any breach in the SLA commitments by VENDOR the penalty applicable will be as follows:

➢ Severity Level-1: Min one week contract period will be extended with the same
➢ Severity Level-2: Min two weeks contract period will be extended with the same SLA
➢ Severity Level-3: SLA Min three weeks contract period will be extended with the same SLA
The penalty will be extended from the existing contract period.
If there are any two breaches in the SLA per quarter, payments will not be released for the quarter. If there are more
than three breaches in SLA in a year, Contract will be terminated without any prior notice to VENDOR and all rights will
be reserved by CtrlS in such cases.
E. Compliance of Labor Regulation:
Vendor shall observe and comply with all the labor laws/acts, man and material movement rules and regulations by the
competent authorities/departments, supplied by VENDOR. In the event of any default by way of non observance or non
compliance of the rules and regulations, VENDOR shall indemnify CtrlS against any liabilities, actions and cost/expense
arising out of or in connection therewith.
F. Settlement of disputes/Arbitration
All disputes and differences of any kind whatsoever arising out of or in connection with this Purchase Order as also with
regard to the implementation, meaning, interpretation or implications of the various clauses of the Purchase Order or in
respect of any other matter or thing arising out of or relating to the development and construction of the Project whether
during the progress of the Supply or after their completion shall be communicated by the Purchase Order or in writing to
the Project Manager and all possible efforts would be made by the Parties to sort out and resolve all such matters of
controversy, disputes and differences, amicably with due dispatch and effective priority. In case, the Purchase Order or
and the Project Manager were unable to resolve such issues amicably latest within 10 Supplying days from the date of
receipt of such communication by the Project Manager. In such eventuality the Owner / Project Manager shall take their
decision thereon without any undue delay and preferably within next 10 Supplying days and there upon they shall notify in
writing such decision to the Purchase Order or within next 5 Supplying days. Unresolved disputes, if any shall be subject
to resolution by arbitration by a sole arbitrator duly appointed by the employer. If the parties fail to decide upon a sole
arbitrator, such a dispute shall be referred to a panel of three arbitrators wherein each party shall appoint one arbitrator and
the two arbitrators shall appoint the third member. Arbitration and Conciliation Act, 1996 shall be the governing law for
arbitration proceedings.
The Purchase Order or shall not, except with the consent in writing of the Owner and Project Manager, in any way delay
the carrying out of the Supply by reason of such matter, question or dispute being referred to arbitration. On the contrary
the Purchase Order shall proceed with the Supply with all due diligence and shall, until the decision of the arbitrator is
given, abide by the decision of the Project Manager. The award of the arbitrator shall not relieve the Purchase Order or of
his obligations to adhere strictly to the Owner’s / Project Manager’s instructions with regard to the actual carrying of the

Page 26 of 27
CTRLS/23-24/H/0258

Supply save and except as the Award may specifically affect such instructions.
Please signify your acceptance of the additional terms and conditions by signing the original copy of this Purchase
Order and returning it to the Employer immediately. The duplicate copy is for your retention.

S No. Unit Rate Amount (Rs.)


Description UOM Quantity
(Rs.)
1 Amendment Work Order for Supply, Installation, Testing and Commissioning of Electrical Low Side
2,44,72,808 /-
Works@Hyderabad DC-3.( As Per Annexure-A)

for CTRLS DATACENTERS LIMITED

Authorised Signatory
Order Accepted by
For M/S. Tricolite Energy Solutions LLP.

Signature with Official seal

Page 27 of 27

You might also like