Short Term Tender No. 12/EUDC (I)/LESA/2011-12

Total Page:16

File Type:pdf, Size:1020Kb

Short Term Tender No. 12/EUDC (I)/LESA/2011-12

Short Term Tender no. 12/EUDC (I)/LESA/2011-12

“For Shifting of 33 kV O/H line of Saharaganj Feeder emanating from 132 kV Martine Purwa Substation & 11 kV O/H Jiamau Feeder emanating from 33 kV Dalibagh Feeder”

Due on 11.07.2011 Cost of document : Rs. 550.00 Earnest money : Rs. 5000.00 e/;kWpy fo|qr forj.k fuxe fyfeVsM vYidkfyd fufonk la0 12@foufoea¼iz0½@ yslk@ 2011&12 v/kksgLrk{kjh }kjk “132 ekfVZuiqjok midsUnz ls fudyus okys mifjxkeh 33 dsoh lgkjkxat ,oa 33 dsoh midsUnz Mkyhckx ls fudyus okys mifjxkeh 11 dsoh ft;kem™ iks”kdksa dks foLFkkfir dj Hkwfexr~ djus gsrq” fo|qr lqj{kk funs’kky; }kjk tkjh “d” Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjsak ls nks Hkkxksa esa vyx&vyx eqgjcUn fufonk;sa fnukWd 11-07-2011 dks 14-00 cts rd vkeaf=r dh tkrh gSa] tks fd mlh fnu 15-00 cts fufonknkrkvksa vFkok muds vf/kd`r izfrfuf/k;ksa ds le{k v/kksgLrk{kjh vFkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;saxhA lkoZtfud vodk’k gksus dh n’kk esa fufonk vxys dk;Z fnol esa mijksDr le; ij izkIr@ [kksyh tk;saxhA fufofnr dk;Z dh ek=k 10%% ? kV&c<+ ldrh gSA fufonk ds izFke Hkkx esa ¼1½ /kjksgj jkf’k ¼2½ m0iz0’kklu ds vf/kd`r vf/kdkjh }kjk tkjh vkjf{kr tkfr laca/kh izek.k i= ¼3½ Lo;a }kjk izekf.kr v|ru~ “d” Js.kh ds ykblsUl dh Nk;kizfr ¼4½ QeZ dh lk[k dh iqf"V laca/kh vfHkys[kksa dh Nk;kizfr ¼5½ foxr rhu o”kksZa esa leku dk;Z laikfnr djus gsrq QeZ ds lkFk laikfnr vuqcU/kska dh lwph vFkok vuqcU/k dh Nk;kizfr fufonk ds f}rh; Hkkx esa enokj njsa o okf.kfT;d fu;e ,oa ’krsZa izLrqr djuh gksaxhA fufonk izi= dk ewY; :0 550- 00 ¼vizfrns;½ O;kikj dj lfEefyr djrs gq, LFkkuh; vfHk;Urk ¼for0&izFke½] yslk] y[kum™ ds i{k esa ns; cSad MzkQV@ cSadlZ psd vFkok bl dk;kZy; esa uxn Hkqxrku dj fufonk [kqyus dh frfFk ls ,d fnu iwoZ rd] bl dk;kZy; ls izkIr fd;k tk ldrk gSA fufonk izi= e/;kWpy fo|qr forj.k fuxe fyfeVsM dh DsclkbV www.mvvnl.in ls MkmuyksM rFkk eq[; vfHk;Urk ¼yslk½ ,oa izcU/k funs’kd]] e/;kWpy fo|qr forj.k fuxe fyfeVsM] 4, xks[kys ekxZ] y[kum™ ds dk;Zky; ls Hkh fufonk [kqyus dh frfFk ls rhu fnu iwoZ rd dz; fd;s tk ldrs gSa rFkk muds dk;kZy; esa rhu fnu iwoZ rd tek fd;s tk ldrs gSaA osclkbV ls MkmuyksM fd;s x;s] eq[; vfHk;Urk vFkok izcU/k funs’kd dk;Zky; esa tek fd;s x;s fufonk izi=ksa ds lkis{k fufonk izi= dk ewY; dk cSad MzkQ~V fufonk ds izFke Hkkx esa j[kuk vfuok;Z gksxkA fufonk dh /kjksgj jkf’k :0 5000-00 ek= f’kM~;wYM cSad }kjk tkjh cSad MzkQ~V@ ,QMhvkj@ lhMhvkj@VhMhvkj LFkkuh; vfHk;Urk ¼for0&izFke½] yslk] y[kum™ ds i{k esa ns; layXu djuk gksxkA fufonk ds izFke Hkkx dh ’krsZa iw.kZ gksus dh fLFkfr esa gh fufonk dk f}rh; Hkkx [kksyk tk;sxkA

v/kh{k.k vfHk;Urk fo|qr uxjh; forj.k e.My ¼izFke½ yslk Hkou] jsthMsUlh] y[kum™ "jk"Vz fgr esa fctyh cpk;sa"

INSTRUCTIONS TO TENDERERS 1.00 GENERAL INSTRUCTIONS: 1.01 Tenderers are requested to go through the instructions carefully & furnish complete information along with their tender bid offer, failing which their tender may not be considered at all. Tender shall be received in two parts; each part shall be in separate covers as under: a. Tender Bid part-I: Shall contain Earnest Money for Rs. 5000.00 (Rs. Five thousand only) in the shape of FDR/CDR/TDR/ DD duly pledged in favour of RE (D:I), LESA, Lucknow. The part-I of the tender shall also contain (i) Earnest Money (ii) “A” Class Certificate issued by Driectorate Electrical Safety (iii) Proof of credibility of their firm (iv) List of agreements/ photo copies of agreements executed with them during last three years in support of their past experience/ performance. The sealed cover for this part of the bid shall be super-scribed "Tender bid part-I (Earnest Money) against Tender Specification No. 12/ EUDC-I/LESA/ 2011-12 due for opening on 11.07.2011 at 15:00 hrs. b. Tender Bid Part-II: Shall contain price schedule. Commercial & Technical terms & conditions. This part of the tender bid shall be superscripted "Tender Bid Part–II (Prices) against Short Tender Specification No. 12/ EUDC-I/LESA/ 2011-12 due for opening on 11.07.2011 at 15:00 hrs. Only such firms need tender who are having sufficient experience for carrying out such type of works during past or are authorized representative of such firms and can produce satisfactory evidence that they have necessary resources & organization to undertake the work tendered for the satisfaction of the tendering authority.

1.1 In case of any inconsistency of the provisions of Form 'A', the provisions under special conditions of the tender will supercede/prevail. 1.2 Tenderers are requested to submit the price schedule appendix duly filled in (item by item) as required & should strictly follow the instructions & notes supplementary there to facilitate the tendering authority to prepare Comparative Statements.

1.3 Tenderers should quote the earliest completion period of the Tendered work. 1.4 The portion of terms & conditions as laid down in the condition of the contract; Form 'A' enclosed along with nature of work etc. that is not clear to the tenderer should be got clarified before submission of the tender. Tenderers are requested to adhere to all clauses to the contract Form 'A' to facilitate finalization of the contract. In case, they are unable to do so, should state any particular clause of the conditions which may not be acceptable to them & should support alternative for consideration.

1.5 The tendering authority does not suggest pledge to accept the lowest of any tender & reserves to himself the right of rejecting the whole or any portion of the tender as he may think fit without assigning any reason for non acceptance or selection. 1.6 Tendering authority reserves the right to revise or amend the tender. Such revision & amendment, if any, will be communicated to all tenderers as amendment or addenda to this invitation of the tender.

Cont’d …….. 2

: 2 : 1.7 Any action on the part of the tenderer to revise the price/prices and/or the change the structure of price/prices at his own instance after opening of tenders may result in rejection of tender & also debarring him form submission of the tenderers to the MVVNL/ Corporation at least for one year. 1.8 Any approach etc., officially or otherwise on the part of the tender or his representative shall tender his offer liable to be summarily rejected. 1.9 Tenders of those tenderers, who have not purchased the tender specification shall not be read at the time of opening and shall be rejected outright. 1.10 The price of tender specification will not be refunded under any circumstance whatsoever. 1.11 In case of ambiguous or self contradictory terms/conditions mentioned in the tender specification, interpretations as advantageous to the MVVNL/Corporation shall be taken without any reference to accept the deviations or not. 1.12 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped 1.13 In no case payment will be made by the Letter of Credit. 1.14 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution of the tendered work. 1.15 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by nationalized/scheduled bank. 1.16 In no. case, MVVNL will be held responsible to arrange the T&P or other equipments. Tender Bid Part-I (Earnest Money) Should contain the following: 2.01 The part one of the tender bid shall contain the Earnest Money amount to Rs. 2000.00 (Rs. Two thousand only) & documents with respect to pre-qualification of tenderer. 2.2 In case part quantity offered, Earnest Money deposit shall be reduced proportionately. 2.3 Tenderers are required to furnish Earnest Money amount in the form of Bank Draft/FDR/CDR of any scheduled bank duly pledged in favor of Resident Engineer (D:I), LESA, Lucknow which should be submitted along with the tender bid Part-I. Tender will not be considered without Earnest Money. 2.4 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P. Kanpur, U. P. Small Scale Industries Corporation, Kanpur or any other Govt. Agency/Institutions shall not be exempted from deposition of Earnest Money. 2.05 The Earnest Money deposited by the tenderer will be refunded after finalization of tender, in the event of his tender being rejected/ not accepted. In the event of tender being accepted, the Earnest Money shall be retained by the tendering authority and adjusted against the security deposit specified under & the same shall be released only on satisfactory completion of work.It may be noted clearly that in case the offer is not with the valid Earnest Money, Part-II of the tender bid, will not be opened. 3.0 Only tender of those tenderers shall be considered who have sufficient experience for execution of such type of works during past and have necessary resources and organization to under take the work tendered for to the satisfaction of the tendering authority. 3.1 All the tenderers must furnish a list of agreements executed with them during last three years.

Cont’d.. 3 : 3 : 3.2 All the tenderers must submit past performance reports for execution of such type of works carried out by them during past. 3.3 The tendered quantity i.e. number of manpower & period of agreement may vary (+) 10% on the same rates, terms and conditions. 3.4 TENDER FORM: Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II. 4.0 VALIDITY OF TENDER: 180 days from the date of opening of the tender. Valid current income tax clearance certificate be also submitted. 4.1 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II at Sl. No. 15. 4.2 Any other information, which may be considered necessary by the tenderer but not covered in the specification, be also submitted. 5.0 PRICES: 5.1 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma enclosed) Annexure-V of tender document duly typed both in words as well as in figures. 5.2 The quoted prices shall be firm & firm in all respect through the currency of the contract/agreement. No variation in the prices shall be allowed in any circumstances. 5.3 Tenderer should note clearly that the tenders with variable prices shall not be considered at all. 5.4 Any other another charges/duties/taxes/levies etc. should be specifically mentioned separately in the price schedule. 6.0 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS TENDER SPECIFICATION NO. 12/EUDC-I/LESA/2011-12. The tenderers should clearly state whether all the provisions of tender specification application to this tender, are acceptable to them & incase of any deviations the same should be clearly mentioned and submitted along with their tender in the enclosed proforma. 7.0 PAYMENT: 90% Running payment will be made once during the month subject to the availability of the funds. 8.0 DISPUTE: For any dispute/ difference arises out of this tender in between the tendering authority and Contractor, Chief Engineer, LESA, 4A, Gokhale Marg, Lucknow will decide and his decision will be binding on both the parties.

Superintending Engineer (I)

ANNEXURE-I

Tender. No. 12/EUDC-I/LESA /2011-12 TENDER FORM From: To : The Superintending Engineer, Electricity Urban Distribution Circle-I, LESA, Madhyanchal Vidyut Vitran Nigam Limited, LESA Bhawan, Residency, Lucknow.

Sub: - Offer for execution of “Shifting of 33kV O/H line of Sahara Ganj feeder & 11 kV Jiamau feeder emanating from 132 kV Martine Purwa S/S & Dalibagh S/Stn” against Term Tender No. 12/EUDC (I)/LESA/2011-12 due for opening on 13.06.2011 at 15.00 hrs Sir, With reference to your invitation to tender for the above I/We hereby offer to the Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed or such portion thereof as you determine in strict accordance with the annexed Special conditions of contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions. The rates quoted are firm and in full satisfaction of all claims. I/We agree to abide by this tender for the period of 180 days from the date fixed for receiving the same. The offer shall remain valid upto six months from the date of opening of offer. A sum of Rs …………………………………. in the form of ……………………………………… as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions of contract. I/We hereby undertake and agree to execute a contract in the form annexed hereto in accordance with the condition of contract. Yours faithfully,

Signature of the Tenderer

Date ………………………………… day of……………………………………………

Witness:

Address ANNEXURE–II

TENDER PROFORMA

(To be filled & submitted by the Tenderer in Tender Bid Part –II)

IMPORTANT INSTRUCTIONS TO THE TENDERERS Your tender shall not be considered, if you fail to submit this Performa duly filled. Replies should be complete without ambiguity and should be clearly written against each item. Terms such as “Refer covering letter etc.” shall not be acceptable. You may, however, attach extra sheets, if the space is not sufficient.

Sl. Particulars No 1. Specification No. against which you have tendered. 2. Receipt No.& Date by which cost of tender specification was deposited by you. 3. Name & Address of the tenderer.

4. Address of contractor 5. Whether tenderer is Contractor or Petty Contractor with power of attorney of agents of manufacturer (authentic proof regarding agents of manufacturer to be enclosed) 6. Amount of earnest money deposited with full details be submitted here. 7. Quantity offered (If there are two or more items, state quantities separately with units) 8. Do you agree to all conditions of Form- A & tender specification, if not, state the modifications clearly in the schedule enclosed which you would desire in Form–A & other terms & conditions (It may please be noted the it shall be entirely at the discretion of the competent authority to accept or reject the modifications proposed.) 9. Pl. state clearly (answer Yes / No.), if you would agree to undertake the works in case the modifications as suggested under Sl. No. 8 is not acceptable to the corporation without imposing any further condition / conditions from the site. 10. Name & Detailed address of your Authorised representative against this order / agreement. 11. Name & detailed address of tenderer/ proprietor / partners / Directors be given. 12. Give two references who can certify your financial status & capability to undertake such supply order one of the references should be schedule Bank of India. 13. Do you confirm that there are no typographical errors/omissions in your tender & all other documents, forming part of the tender (answer Yes / No) 14. What is the validity period of your Tender? 15. What is the completion / delivery period, please state if the completion is guaranteed under penalty? 16. What is your Completion period?

17. What is your Terms of Payment? 18. Are you agreeable to the completion period being reckoned from the date of receipt of letter of acceptance by you? 19 Do you agree to furnish security deposit, if order is placed with you (Answer Yes / No) ? 20 Give Details of License issued by Electricity Safety Directorate 21. Pl. encloses the certified copy of the latest income tax clearance certificate. 22 Whether all the schedule & documents required have been submitted or not? TECHNICAL SPCIFICATIONS / PRICES:

23 Is the work/item offered is according to the specifications of the tendering authority. 24 Pl. indicate clearly if the quoted prices are Firm & Firm in all respect through out the currency of the contract / agreement. 25 If the quoted rate are inclusive of any taxes / duties / other charges, give details of such taxes / duties / other charges, included & at that rate(s) 26 Pl state, if you would claim any other charges over & above the prices as extra, which are not covered above. If Yes, Pl. state each separately indicates the amount in Rs. Against each per unit basis. 27 Do you offer any discount and if so, then what is the rebate / discount in Rs. Per unit?

Place:

Signature of the tenderer with Co. seal. Address:

Date:

ANNEXURE-III DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST SHORT TERM TENDER 12/ EUDC-I/LESA/ 2011-12 DUE FOR OPENING ON 11.07.2011 at 15:00 hrs. I/We the undersigned have carefully examined the General Conditions of contract form “A” and other terms & conditions of the tender specification and I/We hereby confirm that all the terms & conditions contained in form A and other terms and conditions of tender specification under reference are acceptable to me/us with the following deviations:

Sl. Description Clause Stipulated in UPPCL/ Deviation offered Remark, if any No. No. etc. MVVNL 1 2 3 4 5

Signature of contractor with seal Date

Place:

Address:

ANNEXURE-IV

Bill of quantity for “Shifting of 33kV O/H line of Sahara Ganj feeder & 11 kV Jiamau feeder emanating from 132 kV Martine Purwa S/S & Dalibagh S/Stn” against Term Tender No. 12/EUDC (I)/LESA/2011-12 due for opening on 11.07.2011 at 15.00 hrs

Sl. Particulars of works Unit Qty. No 1 Safe loading at Store Centre, carriage upto JE Dump store/site of work and unloading of following materials a) 33 kV XLPE cable 3x300 Sq. mm Mtr 950 b) 11 kV XLPE cable of size 3x70 Sq. mm Mtr 425 c) 11 kV XLPE cable of size 3x185 Sq. mm Mtr 1150 d) S.T. Pole 11 M long Nos. 04 e) 11 kV Pilfer Resistance Metering cubicle Nos. 01 f) Other associated materials like angle channel insulator etc. Job 01 2 Temperory laying of 33 kV 3x300 Sq. mm XLPE cable. The cable will be laid 300 mm below the ground level by digging of trench. The trench will be filled up with mud after laying of cable. Mtr 450 3 Temperory laying of 11 kV 3x70 Sq. mm XLPE cable. The cable will be laid 300 mm below the ground level by digging of trench. The trench will be filled up with mud after laying of cable. Mtr 330 4 Temporary laying of 11 kV 3x70 Sq. mm in MS pipe of size 4” dia at road crossing at the depth of 0.5 M from the ground level. Mtr 20 5 Removal of temporarily laid 33 kV 3x300 Sq. mm and rolling of the same. Mtr 200 6 Laying of 33 kV 3x300 Sq. mm XLPE cable in metallic road. Cable will be laid by digging of trench of size 1050 mm deep 500 mm wide after spreading of local sand 3” on the surface of trench in between two nos. consecutive rows of first class bricks and covered with stone slab of size 450x600x50 mm filling of sand in hollow space and filling of trench with mud & its proper ramming (All the materail except cable will be arranged by the contractor). Mtr 395 6 Laying of 11 kV 3x185 Sq. mm XLPE cable in metallic road. Cable will be laid by digging of trench of size 1050 mm deep 500 mm wide after spreading of local sand 3” on the surface of trench in between two nos. consecutive rows of first class bricks and covered with stone slab of size 450x600x50 mm filling of sand in hollow space and filling of trench with mud & its proper ramming (All the materail except cable will be arranged by the contractor). Mtr. 920 7 Laying of 11 kV 3x70 Sq. mm XLPE cable in metallic road. Cable will be laid by digging of trench of size 900 mm deep 500 mm wide after spreading of local sand 3” on the surface of trench in between two nos. consecutive rows of first class bricks and covered with bricks filling of sand in hollow space and filling of trench with mud & its proper ramming (All the materail except cable will be arranged by the contractor). Mtr. 50 8 Laying of 11 kV 3x185 Sq. mm XLPE cable by drilling method in VVIP Area. The cable will be laid at the depth of 1.5 M from the ground level. Mtr. 200 9 Laying of 11 kV 3x185 Sq. mm XLPE cable in Hume pipe at road crossing. The cable will be laid at the depth of 1.0 M from the ground level. Nos. 30 10 Laying of 33 kV 3x300 Sq. mm XLPE cable at footpath. Mtr 75 11 Fabrication of caging MS angle of size 50x50x6 mm and welding of MS flat of size 40x6 mm around the caging at the interval of 150 mm throughout the caging. The cage will be clamped with railing of bridge. (All the material will be arranged by the contractor) RMT 75 12 Fabrication, erection, grouting plinthing and painting of double pole exposure 11 M Steel Tubular pole for 11kV & 33kV line including mounting of Top Channel, T-Off Channel, cable and pipe supporting channel of size 100x50x6 mm 2.2 M with clamps and nuts and bolts. (All the material will be arranged by the contractor except STP) Nos. 02 13 Supply & fixing of 33kV & 11 kV H.S. type Outdoor End Termination of size 3x70 Sq. mm conforming to IS-13573 of 1992 , VDE-0278, ESI 09-13, IS- 7098 (Part-II) or latest amendment thereof. a) 33 kV 3x300 Sq. mm Straight Through Joints Nos. 05 b) 33 kV 3x300 Sq. mm Outdoor End Terminations Nos. 03 c) 11 kV 3x70 Sq. mm Straight Through Joints Nos 01 d) 11 kV 3x70 Sq. mm Outdoor/Indoor End Terminations Nos 06 c) 11 kV 3x185 Sq. mm Straight Through Joints Nos 04 d) 11 kV 3x185 Sq. mm Outdoor End Terminations Nos 06 14 High pressure testing of 33 kV 3x300 Sq. mm XLPE cable upto 60 KV for the duration of 05 minutes after completion of laying, joints and terminations (Testing Equipment will be arranged by the contractor) Nos. 02 15 High pressure testing of 11 kV 3x70/185 Sq. mm XLPE cable upto 18 KV for the duration of 05 minutes after completion of laying, joints and terminations (Testing Equipment will be arranged by the contractor) Nos. 03 16 Hoisting of 33 kV 3x300 Sq. mm XLPE cable on cable stand with proper clamping & jumpering. The cable will be passed through MS pipe of size 150 mm dia (All the materail except cable will be arranged by the cotnractor) Nos 03 17 Hoisting of 11 kV 3x70/185 Sq. mm XLPE cable on cable stand with proper clamping & jumpering. The cable will be passed through MS pipe of size 100 mm dia (All the materail except cable will be arranged by the cotnractor) Nos 05 18 Boring type earthing of transformer body, distribution pillar box by boring & lowering of GI Pipe of size 1.5” dia ISI mark 20 M deep connection in between Pipe, transformer body, neutral with GI Strip of size 50x6 mm (All the material will be arranged by the contractor) Nos. 01 19 Construction of plinth of size 1000x1000x600 mm grouting of nut and bolts, installation of 11kV Pilfer Resistance Metering Cubicle. Nos. 01 20 Dismantling of 33 kV and 11 kV Overhead electrical system, its loading, carriage upto JE Dump Store/ESC Daliganj and unloading at ESC and proper stacking a) S.T. Pole 11 M long Nos. 12 b) ACSR conductor Kg 192

(Shakti Singh) Superintending Engineer (D:I)

ANNEXURE-V Price Schedule for “Shifting of 33kV O/H line of Sahara Ganj feeder & 11 kV Jiamau feeder emanating from 132 kV Martine Purwa S/S & Dalibagh S/Stn” against Term Tender No. 12/EUDC (I)/LESA/2011-12 due for opening on 11.07.2011 at 15.00 hrs Sl. Particulars of works Unit Unit Rates (Rs.) per Unit No In figures In words 1 Safe loading at Store Centre, carriage upto JE Dump store/site of work and unloading of following materials a) 33 kV XLPE cable 3x300 Sq. mm Mtr b) 11 kV XLPE cable of size 3x70 Sq. mm Mtr c) 11 kV XLPE cable of size 3x185 Sq. mm Mtr d) S.T. Pole 11 M long Nos. d) Other associated materials like angle channel insulator etc. Job 2 Temperory laying of 33 kV 3x300 Sq. mm XLPE cable. The cable will be laid 300 mm below the ground level by digging of trench. The trench will be filled up with mud after laying of cable. Mtr 3 Temperory laying of 11 kV 3x70 Sq. mm XLPE cable. The cable will be laid 300 mm below the ground level by digging of trench. The trench will be filled up with mud after laying of cable. Mtr 4 Temporary laying of 11 kV 3x70 Sq. mm in MS pipe of size 4” dia at road crossing at the depth of 0.5 M from the ground level. Mtr 5 Removal of temporarily laid 33 kV 3x300 Sq. mm and rolling of the same. Mtr 6 Laying of 33 kV 3x300 Sq. mm XLPE cable in metallic road. Cable will be laid by digging of trench of size 1050 mm deep 500 mm wide after spreading of local sand 3” on the surface of trench in between two nos. consecutive rows of first class bricks and covered with stone slab of size 450x600x50 mm filling of sand in hollow space and filling of trench with mud & its proper ramming (All the materail except cable will be arranged by the contractor). Mtr 6 Laying of 11 kV 3x185 Sq. mm XLPE cable in metallic road. Cable will be laid by digging of trench of size 1050 mm deep 500 mm wide after spreading of local sand 3” on the surface of trench in between two nos. consecutive rows of first class bricks and covered with stone slab of size 450x600x50 mm filling of sand in hollow space and filling of trench with mud & its proper ramming (All the materail except cable will be arranged by the contractor). Mtr. 7 Laying of 11 kV 3x185 Sq. mm XLPE cable by drilling method in VVIP Area. The cable will be laid at the depth of 1.5 M from the ground level. Mtr. 8 Laying of 11 kV 3x185 Sq. mm XLPE cable in Hume pipe at road crossing. The cable will be laid at the depth of 1.0 M from the ground level. Nos. 9 Laying of 33 kV 3x300 Sq. mm XLPE cable at footpath. Mtr 10 Fabrication of caging MS angle of size 50x50x6 mm and welding of MS flat of size 40x6 mm around the caging at the interval of 150 mm throughout the caging. The cage will be clamped with railing of bridge. (All the material will be arranged by the contractor) RMT 11 Fabrication, erection, grouting plinthing and painting of double pole exposure 11 M Steel Tubular pole for 11kV & 33kV line including mounting of Top Channel, T-Off Channel, cable & pipe supporting channel of size 100x 50x6 mm 2.2 M with clamps and nuts and bolts. (All the material will be arranged by the contractor except STP) Nos. 12 Supply & fixing of 33kV & 11 kV H.S. type Outdoor End Termination of size 3x70 Sq. mm conforming to IS-13573 of 1992 , VDE-0278, ESI 09-13, IS-7098 (Part-II) or latest amendment thereof. a) 33 kV 3x300 Sq. mm Straight Through Joints Nos. b) 33 kV 3x300 Sq. mm Outdoor End Terminations Nos. c) 11 kV 3x185 Sq. mm Straight Through Joints Nos d) 11 kV 3x185 Sq. mm Outdoor End Terminations Nos c) 11 kV 3x70 Sq. mm Straight Through Joints Nos d) 11 kV 3x70 Sq. mm Outdoor End Terminations Nos 13 High pressure testing of 33 kV 3x300 Sq. mm XLPE cable upto 60 KV for the duration of 05 minutes after completion of laying, joints and terminations (Testing Equipment will be arranged by the contractor) Nos. 14 High pressure testing of 11 kV 3x70/185 Sq. mm XLPE cable upto 18 KV for the duration of 05 minutes after completion of laying, joints and terminations (Testing Equipment will be arranged by the contractor) Nos. 15 Hoisting of 33 kV 3x300 Sq. mm XLPE cable on cable stand with proper clamping & jumpering. The cable will be passed through MS pipe of size 150 mm dia (All the materail except cable will be arranged by the cotnractor) Nos 16 Hoisting of 11 kV 3x70/185 Sq. mm XLPE cable on cable stand with proper clamping & jumpering. The cable will be passed through MS pipe of size 100 mm dia (All the materail except cable will be arranged by the cotnractor) Nos 17 Dismantling of 33 kV and 11 kV Overhead electrical system, its loading, carriage upto JE Dump Store/ESC Daliganj and unloading at ESC and proper stacking a) S.T. Pole 11 M long Nos. b) ACSR conductor Kg

Date: Signature of contractor with seal Place:

Address:

SPECIAL CONDITIONS AGAINST SHORT TERM TENDER NO. 12/EUDC(I) 2011-12

These special conditions shall be read as construed along with annexed "Conditions of Contract Form-A as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail.

SCOPE OF WORK: It is proposed to “Shift of 33kV O/H line of Sahara Ganj feeder emanating from 132 kV Substation Martine Purwa & 11 kV Jiamau feeder emanating from 33/11 kV Dalibagh Substation and dismantling of existing overhead line by laying of 33 kV and 11 kV XLPE cable”. Scope of work against this tender includes temporary and permanent Laying of 33 kV 3x300 Sq. mm & 11 kV 3x70/185 Sq. mm XLPE cable, Removal of temporarily laid cable, Fabrication of MS caging with MS Angle for laying of cable, Fabrication, erection, grouting, plinthing and painting of double pole exposure on 11 M STP for 11 kV & 33 kV cable, Supply and installation of 33 kV & 11 kV cable jointing kits/ Outdoor End Terminations, High Pressure testing of 33 KV and 11 kV cable, Hoisting of 33 kV 3x300 Sq. mm and 11 kV 3x185 Sq. mm & 3x70 Sq. mm XLPE cable on cable stand Construction of plinth for Metering cubicle of size 1000x1000x600 mm with brick, cement, coarse sand, sand & brick ballast including installation of 11 kV Pilfer Metering Cubicle on plinth and dismantling of existing overhead line. The material mentioned at Sl. No. 1 (a to f) of bill of quantity Annexure-II will be provided by the department while the other materials will be arranged by the contactor at his own cost. The work also includes, loading –unloading– carriage from ESC Daliganj to JE Dump Store and upto site of work, the material received back by dismantling of existing System from site to JE Dump Store/ ESC Daliganj and proper stacking of the same. The work shall be carried out under the supervision of Executive Engineer, Electricity Urban Distribution Division (Raj Bhawan), LESA, Lucknow or his authorized representative.

CONDITIONS FOR WORKS AND CONTRACTOR'S RESPONSIBILITY:

1. The contractor should see the site of work before starting Construction work & satisfy him or herself to ensure that Indian Electricity Rules should be followed strictly. 2. The work shall be carried out strictly in accordance with the MVVNL Practices RESSPO Drawings, directions of the MVVNL /UPPCL representative and prevailing Indian Electricity Rules/Acts. 3. The railway crossing shall be carried out as per rules /regulations /procedure issued by the railway authorities from time to time. 4. No jointing in conductor or guard wire shall be permitted before & after one span of crossing span of road, railway track, communication circuits and power line. 5. The contactor shall be given store material by the Corporation representative for each job which will be acknowledged & arrange to submit detail utilization of material used on the work and balance return to store immediately after completion of each work. 6. The contractor shall be entirely responsible for safe upkeep of the materials given to him till completion of work to the satisfaction of the MVVNL/UPPCL representative for final accounting. The material shall be kept at dumpsite safely decided by the supervising authority. Cont’d …… 2 : 2 : 7. The contractor shall exercise all possible care to avoid damage to public utility services i.e. water/ sewage pipe line, telephone, telecommunication and power cable already laid under the ground. If any accidental damage occurs to these during works, the contractor shall inform Corporation representative about the damages. The contractor will have to repair/replace free of cost all the damages occurred during execution of works in the shortest possible time. 8. The contractor shall arrange at his own end all the proper tools & equipment and testing facilities etc. necessary for the work. The contractor shall make adequate arrangement (particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC pole & conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any what so ever. 9. The contractor shall reserve the bricks, stone, slab etc. taken out of pavement due to digging out of pits and will handover the same to the representative of Corporation after backfilling the pit. However the contractor shall do the reinstatement work. 10. The contractor shall make adequate arrangement (particularly sufficient man power) for proper handling of rails/ST pole/PCC pole, conductor drums & ensure that no kinks etc. are made in the conductor & conductor are not damage in any case what so ever. 11. The contractor will keep the conductor empty drums secured and in good condition and return the same to Corporation representative after sagging of conductor. 12. The contractor shall be solely responsible for any losses/theft/damages/ accident to the persons working with/under him and shall have to pay due compensation in accordance with the prevailing rules/regulation of Govt. Contractor shall arrange to have group insurance for labours engaged by him & shall have to pay due compensation in accordance with the same. The Corporation will bear no responsibility for the compensation to his labor in case of any accident. He will also be required to produce License for engagement of the labors from the Labors Department, U.P. Government. 13. No compensation for idle labors shall be admissible to the contractor on account of stopping of due to non-availability of any material/ fund/ shutdown/ permission from PTCC/ Railway/ Govt. Deptt. or any other force majure conditions beyond the control of the Corporation. However, the contractor shall be given necessary extension in completion period accordingly. 14. While construction work is in progress, the contractor shall have to provide lightening arrangement, sign Boards etc or necessary precautionary materials/ arrangements so that accidents/damages/ losses to the public manpower of contractor/corporation etc. are avoided. 15. All charges on account of damages/ losses/ claims/ theft etc. involved under the conditions laid down above shall be borne by the contractor, if paid by the Corporation shall be recovered from the contractor's bills/ security deposit. 16. Execution authority will ensure that the material supplied by the contractor, is strictly as per technical specifications. 17. The contractor is required to abide by the provisions of the labors / industrial loss such payment of minimum wages to labors engaged by them for execution of work. 18. On getting instructions from the Corporation or his authorized representative the work shall have to be completed within 30 days from the date of receipt of Centralized material to be provided by the Department store materials. The work shall be

Cont’d …… 2 : 2 : completed under the supervision of Executive Engineer,Electricity Urban Distribution Division (Raj Bhawan), LESA, Lucknow or his authorized representatives. 19. After completion of work, Executive Engineer, Electricity Urban Distribution Division (Raj Bhawan), LESA, Lucknow, will ensure that "As executed" estimate has been prepared & got sanctioned from the Competent authority. 20. Trench of size 1050 mm deep, 750 mm wide will be dug for laying of 33 kV 3x300 Sq. mm XLPE cable while 900 mm deep, 500 mm wide for laying of 11kV cable of different sizes. The cable shall be laid after making pad of 3” pad of local sand on the surface of cable trench in between two continuous rows of 1st class bricks. Packing of cable from each side, shall be done with local sand. The 11 kV cable will be covered with first class bricks while 33 kV cable with stone slab of size 600x450x50 mm. The laying rates are inclusive of cost of sand, bricks, hume pipe. Necessary inspection pits at every 30 Meter of straight run and on corner will have to be dug by the contactor at his own cost so that actual cable/ trench root may be decided easily. 21. In case of roads, railway tracks and water pipeline crossing, the cable shall be laid in cast iron/ hume pipe etc. as prescribed in clause no. 6.3.4 of IS: 1255/1983 or any latest version thereof. The Department will provide only cable. 22. SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after expiry of guaranteed period i.e. six months. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favor of Work execution authority. In case the amount of Security deposit exceeds Rs. 5000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 6 months. 23. PRICES: The above prices are "FIRM & FIRM" in all respect through out the currency of the contract/ agreement. No variation in the cost will be allowed at any cost. 24. PAYMENT: Payment shall be made against running bills duly pre-receipted to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban Distribution Division (Raj Bhawan) after deduction of Income tax/ Security if legally applicable. In no, case payment will be made by letter of credit. 25. PENALTY: Penalty for delay in completion of works shall be levied @ ½% per day up to maximum of 10% value of in-completed portion of work. 26. Any damage or loss of, public property/ Board's material shall have to be borne by the contractor. 27. The quantities of work may vary + 20% (Twenty percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained. 28. ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute arises in between the contractor and the engineer, the decision of Chief Engineer, LESA, will be final and binding on both. 29. TERMINATION OF AGREEMENT: The Engineer of the contract can terminate the agreement at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement.

(Shakti Singh) Superintending Engineer (I)

Recommended publications