Você está na página 1de 16

Tender document against Short Term Tender No.

146/EUCC
(V)/LESA/2012-13

“Construction of 33 kV Line from 220/33 kV sub


stationMalaseymau to 33/11 kV sub stationGosaiganj.”

Cost of document : Rs. 5500.00 (Non refundable)


Earnest Money : Rs. 70000.00
Date of opening :07.03.2013
e/;kWpyfo|qrforj.kfuxefyfeVsM
vfrvYidkyhufufonklwpuk
v/kksgLrk{kjh }kjkfuEufyf[krfufonkvksa ds le{k muds lEeq[k vafdrdk;ksZadkslaikfnrdjkusgsrqfo|qrlqj{kkfuns'kky;
}kjktkjh“d”Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjksalns ksHkkxksaesavyx&vyxeqgjcUnfufonk;sai`Fkd&i`Fkdfufonk ds lEeq[k
vafdrfnukWddks 14-00 ctsrdvkeaf=r dh tkrhgSa] tksmlhfnu 15-00 ctsfufonknkrkvksavFkok muds vf/kd`rizfrfuf/k;ksa ds le{k
v/kksgLrk{kjhvFkok muds ukferizfrfuf/k ds }kjk [kksyhtk;saxhAfufonk [kqyus dh frfFkdksvodk'kgksus dh
fLFkfresafufonk;samijksDrfu/kkZfjr le; rdvxysdk;ZfnolesaizkIr@ [kksyhtk;saxhAfufonk ds izFkeHkkxesa ¼1½ /kjksgjjkf'k] ¼2½ Lo;a }kjk
izekf.kr v|ru~ “d” Js.kh dkykblsUl ¼3½ QeZ dh lk[k dh iqf”VgsrqvfHkys[k ¼4½ vuqHko ds laca/k
esafoxro”kksZaesalkekudk;Zdkslaikfnrdjuslaca/khvuqcU/k@vuqcU/kksa dh lwphizLrqrdjukgksaxkAfufonk ds f}rh; Hkkxesaenokjnjsa o okf.kfT;d
’krsZansuhgksaxhAfufofnrdk;Z dh ek=k 10%rd ?kV&c<+ ldrhgSAizR;sdfufonkizi= dkewY; fufonk ds lEeq[k vafdr ¼vizfrns;½
O;kikjdjlEefyrdjrsgq,] vf/k’kklhvfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½] yslk] y[kuÅ ds i{k esa ns; cSadMªk¶V@
cSadlZpsdvFkokudnHkqxrkudj [kqyus dh frfFkls ,d fnuiwoZrdizkIrfd;stkldrsgSAfufonkizi= e/;kWpyfo|qrforj.kfuxe fy0
dhosclkbVwww.mvvnl.inlsHkhizkIr@MkmuyksMfd;stkldrsgSAa osclkbVlsizkIrfd;sx;sfufonkizi= dkewY; dkcSadMªk¶Vfufonk ds
izFkeHkkxesa j[kukvfuok;ZgksxkAizR;sdfufonk dh /kjksgjjkf'kfufonk ds lEeq[k vafdrjk”Vªh;d`rcSad }kjktkjhcSadMªk¶V@ ,QMhvkj@
lhMhvkj@ VhMhvkjvf/k’kklhvfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½] yslk] y[kuÅ ds i{k es ns;] layXudjukgksxkAfufonk ds
izFkeHkkxesaokWfNrvgZdkjh ’krsZaiw.kZdjusokysfufonknkrkvksadhghfufonkdk f}rh; Hkkx ;FkklEHkomlhfnu [kksyktk;sxkA

1- fufonk la0 145@foufuea ¼ia0½@yslk@ 2012&13 % fuekZ.kZgsrqizLrkfor 33@11 dsohmidsUnzXokjhdYoVZ


y[kuÅdksiksf”krdjusgsrq 33 dsoh 3x300 oxZfeehMcylfdZVykbu ,oa 11 dsohQhMjdkfuekZ.krFkkrRlaca/khvU;
dk;ksZdkslaikfnrdjkusgsrq A fufonkizi= dkewY; 5500-00] /kjksgj /kujkf’k :0 60000@& ,oafufonk [kqyusdkfnukad 07-03-
2013
2- fufonk la0 146@foufuea ¼ia0½@yslk@ 2012&13 % 220@33 dsohmidsUnzeys’kheÅmidsUnzxkserhuxjls 33@11
dsohxkslkbZxatmidsUnzrd 33 dsoh 3x300 oxZfeehMcylfdZVykbudkfuekZ.k,oarRlaca/khvU; dk;ksZdkslaikfnrdjkusgsrq A
fufonkizi= dkewY; 5500-00] /kjksgj /kujkf’k :0 70000@& ,oafufonk [kqyusdkfnukad 07-03-2013
3- fufonk la0 147@foufuea ¼ia0½@yslk@ 2012&13 % 33 dsohjru [k.Miks”kdls 33@11 dsohvkf’k;kukmidsUnz ds e/; 33
dsohMcylfdZVykbudkfuekZ.kdk;ZAfufonkizi= dkewY; 550-00] /kjksgj /kujkf’k :0 20000@& ,oafufonk [kqyusdkfnukad 07-
03-2013
4- fufonk la0 148@foufuea ¼ia0½@yslk@ 2012&13 % 132 dsohmidsUnzjghekcknls 33@11 dsohekymidsUnzrd 33
dsohMcylfdZViks”kddkfuekZ.k,oarRlaca/khvU; dk;ksZdkslaikfnrdjkusgsrq A fufonkizi= dkewY; 5500-00] /kjksgj /kujkf’k :0
75000@& ,oafufonk [kqyusdkfnukad 07-03-2013
5- fufonk la0 149@foufuea ¼ia0½@yslk@ 2012&13 % 220 dsohmidsUnzeys’kheÅxkserhuxjls 33@11
dsohfo’okl[k.MmidsUnzrd 33 dsoh 3x300 oxZfeehMcylfdZVykbudkfuekZ.k,oarRlaca/khvU;
dk;ksZdkslaikfnrdjkusgsrqAfufonkizi= dkewY; 5500-00] /kjksgj /kujkf’k :0 65000@& ,oafufonk [kqyusdkfnukad 07-03-
2013

v/kh{k.kvfHk;Urk
fo|qruxjh; fuekZ.ke.My ¼iape½
yslkHkou] jsthMsUlh]
y[kuÅ
INSTRUCTIONS TO TENDERERS

1.00 GENERAL INSTRUCTIONS:


1.02 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. 70000.00 in the shape of
DD/FDR/CDR/TDR duly pledged in favour of EE, EUCD-III, LESA, Lucknow. Part-I of the
tender bid shall also contain (i) “A” Class License certificate issued by Directorate
Electrical Safety (ii) Proof the credibilityturnover (iii) List of agreements or photocopy of
agreements executed with them for such type of work in support of their past
experience/performance. The relevant records shall be self-attested with company seal.
The sealed cover of this part of the bid, shall be super-scribed "Tender bid part-I (Earnest
Money) against Short Term Tender Specifications No.146/EUCC (V)/ LESA/ 2012-13 due
for opening on 07.03.2013at 15:00 hrs.

b) Tender Bid Part-II: Shall contain price schedule. This part of the tender bid shall be
superscripted "Tender Bid Part–II (Technical, Commercial & prices) against Short Term
Tender Specifications No. 146/EUCC (V)/ LESA/ 2012-13 due for opening on 07.03.2013at
15:00 hrs.
Only such firms need tender who are having sufficient experience of the work 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.
1.02 In case of any inconsistency of the provisions of Form 'A', the provisions under special
conditions of the tender will super cede/prevail.
1.03 Tenderers are requested to submit the price schedule appendix duly filled in (item by
item) as required and should strictly follow the instructions & notes supplementary there
to facilitate the tendering authority to prepare Comparative Statements.
1.04 Tenderers should quote the earliest completion period of the Tendered work.
1.05 Any portion of terms & conditions as laid down in the condition of the contract, Form 'A'
enclosed along with nature of work etc. which 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.
1.06 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.
1.07 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.
1.08 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.
1.09 Any approach etc., officially or otherwise on the part of the tender or his representative
shall tender his offer liable to be summarily rejected.
1.10 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.
1.11 The price of tender specification will not be refunded under any circumstance whatsoever.
Cont'd ……… 2
:2:
1.12 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.
1.13 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped.
1.14 In no case payment will be made by the Letter of Credit.
1.15 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution
of the tendered work.
1.16 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by
nationalized/ scheduled bank.
1.17 In no. case, MVVNL will be held responsible to arrange the T&P or other equipments.
2.00 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. 70000.00
(Rs. Seventy thousand only) & documents with respect to pre-qualification of tenderer.
2.02 In case part quantity offered, Earnest Money deposit shall be reduced proportionately.
2.03 Tenderers are required to furnish Earnest Money amount in the form of Bank
Draft/FDR/CDR of any scheduled bank duly pledged in favour of Executive Engineer,
Electricity Urban Construction Division (III), LESA, Lucknow which should be submitted
along with the tender bid Part-I. Tender will not be considered without Earnest Money.
2.04 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P.
Kanpur, U.P. Small Scale Industries Corpn. Kanpur or any other Government
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 and shall be released only on satisfactory
completion of work.
2.06 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 & have necessary resources & organization to
under take the work tendered for to the satisfaction of the tendering authority.
3.01 All the tenderers must furnish a list of agreements executed with them during last three
years.
3.02 All the tenderers must submit past performance reports of any of such type of works
carried out by them.
3.03 The tendered quantity may vary ( + ) 10% .
4.00 TENDER FORM:
Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II.
5.00 VALIDITY OF TENDER: 180 days from the date of opening of the tender.
5.02 Valid current income tax clearance certificate be also submitted.
5.02 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II
Tender Proforoma at Sl. No. 16.
5.03 Any other information, which may be considered necessary by the tenderer but not
covered in the specification be also submitted.
6.00 PRICES:
6.02 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma
enclosed) duly typed both in words as well as in figures.
6.02 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.
6.03 Tenderer should note clearly that the tenders with variable prices shall not be considered
at all.
6.04 Any other Another charges/duties/taxes/levies etc. should be specifically mentioned
separately in the price schedule.
Cont'd ……… 3
:3:

7.00 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL
CONDITIONS TENDER SPECIFICATION NO.146/EUCC(V)/LESA/2012-13
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.
8.00 PAYMENT:
Running payment will be made once during the month subject to the availability of the
funds.
9.00 DISPUTE:
For any dispute arising out of this tender in between the tendering authority and the
Contractor. The Chief Engineer, LESA, 4-A, GokhaleMarg, Lucknow will decide the dispute
and his decision will be binding on both the parties.

Superintending Engineer (V)


ANNEXURE-I
TENDER FORM

Tender Specn. No. 146/EUCC(V)2012-13

From:

To: The Superintending Engineer,


Electricity Urban Construction Circle (V), LESA,
MadhyanchalVidyutVitran Nigam Limited,
LESA Bhawan, Residency,
Lucknow.

Sub:- Offer for execution of works required for “Construction of 33 kV Line from 220/33 kV sub
stationMalaseymau to 33/11 kV sub stationGosaiganj” against Tender Specifications No.
146/EUCC (V)/ LESA/ 2012-13 due for opening on 07.03.2013at 15:00 hrs.
Sir,
With reference to your invitation to tender for the above I/We hereby offer to the
MadhyanchalVidyutVitran 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.
If/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
MadhyanchalVidyutVitran 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 proforma 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. Weather 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 unites)
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
medications 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 reference should be schedule Bank of
India.
13. Do you confirm that 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, pl. 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. enclosed the certified copy of the latest income
tax clearance certificate.
22 Weather all the schedule & documents required
have been submitted or not ?
TECHNICAL SPACIFICATIONS / 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 indicating
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 ?

Signature of the tenderer with Co. seal.


Place:
Address:

Date:
ANNEXURE-III

DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER
TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST TENDER NO. 146/EUCC (V)/ LESA/2012-13
DUE FOR OPENING ON 07.03.2013AT 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:

S.No. Description Clause Stipulated in UPPCL/ Deviation offered Remark, if any


No. etc. MVVNL
1 2 3 4 5

Signature of contractor with seal


Date

Place:

Address:
Annexure-IV
Bill of Quantity for execution of works required for “Construction of 33 kV Line from 220/33 kV sub
stationMalaseymau to 33/11 kV sub stationGosaiganj” against Tender Specifications No. 146/EUCC
(V)/ LESA/ 2012-13 due for opening on 07.03.2013at 15:00 hrs.
Sl. Particulars of Works
No. Unit Qty.
1 Safe Loading carriage including unloading & proper stacking of following store
materials from ESC Daliganj/JE Store to site of work.
a) 33KV 3x300 mm2 Cable XLPE M. 19100
b) Steel Tubular pole 11 M. long No. 309
c)Steel Section Qtl 110
d) ACSR dog conductor Km. 33.1
e) G I Wire 8 SWG Kg. 5981
f) 33 Kv pin insulator& disc insulator No. 1515
g) V type channel X arm No. 161
2 Fabrication, erection of Single pole for . 33 KV line on 11 M long ST Pole with fixing
of necessary clamps & other accessories like 1 no. Chanal Cross arm,1 no Guarding
Angle. Its grouting in ratio 1:4:8, plinthing 300 mm above ground level, painting of
pole with one coat of red oxide two coats of enamel paint ISI mark. No. 161
3 Fabrication, erection of double pole for end terminations. 33 KV line on 11 M long
ST Pole with fixing of necessary clamps & other accessories like 1 no. top channel
100X50 mm - 3.20 M. Its grouting in ratio 1:4:8, plinthing 300 mm above ground
level, painting of pole with one coat of red oxide two coats of enamel paint ISI
mark. No. 14
4 Fabrication & erection of double pole for 33 KV Cable exposure. With the provision
of bus bar on double pole. No. 9
5 Fabrication, erection of Try Pole. 33 KV line on 11 M long ST Pole with fixing of
necessary clamps & other accessories like 3 no. top channel 100X50 mm - 3.20 M.
Its grouting in ratio 1:4:8, plinthing 300 mm above ground level, painting of pole
with one coat of red oxide two coats of enamel paint ISI mark. No. 10
6 Fabrication, erection of Four Pole. 33 KV line on 11 M long ST Pole with fixing of
necessary clamps & other accessories like 4 no. top channel 100X50 mm - 3.20 M.
Its grouting in ratio 1:4:8, plinthing 300 mm above ground level, painting of pole
with one coat of red oxide two coats of enamel paint ISI mark. No. 8
7 Fabrication, erection of double pole for . 33 KV line on 11 M long ST Pole with
fixing of necessary clamps & other accessories like 1 no. top channel 100X50 mm -
3.20 M. Its grouting in ratio 1:4:8, plinthing 300 mm above ground level, painting
of pole with one coat of red oxide two coats of enamel paint ISI mark. No. 10
8 Erection of single stud pole support on ST pole 11 M long with fixing of
necessary clamps and other accessories required for erection. No. 20
9 Stringing & Sagging of three phase 33 KV line on ACSR Dog conductor as per
RESSPO Norms. ckt.km 10.5
10 Stringing & Sagging of three nos. Earth/GI wire with cardle guarding of above 33
KV line as per RESSPO Norms. ckt.km 10.5
11 Ordinary Earthing of pole by MS Earth Rod 20x2500 mm as per RESSPO Norms. No. 289
12 Nozeling& grouting of stay set .(All the civil material & stay set will be arranged
by the contractor) No. 365
13 Laying of Double circuit 33 KV 3X300 Sq. mm XLPE parallel Cable
(a) In normal soil by digging of trench 1050 mm deep, 750mm wide including supply
of required material, 1st class bricks, stone pad. The inter axial spacing between
two cable should be in between 0.25 M to 0.04 M. The two cable must be
separated by a partrtion to single brick. (All the material required for laying will be
supplied by the contractor except 33 KV XLPE cable) M. 6560
(b) In matalic Road by digging of trench 1050 mm deep, 750mm wide in RCC pipe .
(All the material required for laying will be supplied by the contractor except 33
KV XLPE cable) M. 200
© For cannel crossing in MS pipe (All the material required for laying will be
supplied by the contractor except 33 KV XLPE cable) M. 25
(d) Laying of Double circuit 33 KV 3X300 Sq. mm XLPE parallel Cable by drilling Mtr. 2200
method with drilling machine (Vermeer 50/100Rig ) . The cable be laid at the depth
of 2.5 M from thesurface of the railway track in ms pipe encasing The cable shall
be lais in such a manner that RESSPO Norms have been followed
14 Supply &Installation of Heat shrinkable cable jointing kits of following sizes/types
for 33 KV XLPE cable.
a) 33KV 3x300 mm2 Straight through Joints No. 44
b) 33KV 3x300mm2 Out door End terminations No. 64
15 Hoisting of 33 KV 3X300 Sq. mm. XLPE cable on double pole including MS pipe of
size 8" dia 3 M long including its jumpering complete with clamps, nuts and bolts. No. 64
16 High Pressure testing of 33 KV 3X300 Sq. mm. XLPE cable. Testing equipment will
be arranged by the contractor. No. 6
17 Supply fixing &grouting of Cable marker cable laying rout No. 50

( S.C. Bharati )
Superintending Engineer (V)
ANNEXURE-V

Price Schedule forexecution of works required “Construction of 33 kV Line from 220/33 kV sub
stationMalasemau to 33/11 kV sub stationGosaiganj” against Tender Specifications No. 146/EUCC
(V)/ LESA/ 2012-13 due for opening on 07.03.2013at 15:00 hrs.
S. Description of Work Unit Unit Rate (Rs)
No In figures In words
1 Safe Loading carriage including unloading & proper stacking of
following store materials from ESC Daliganj/JE Store to site of work.
a) 33KV 3x300 mm2 Cable XLPE M.
b) Steel Tubular pole 11 M. long No.
c)Steel Section Qtl
d) ACSR dog conductor Km.
e) G I Wire 8 SWG Kg.
f) 33 Kv pin insulator& disc insulator No.
g) V type channel X arm No.
2 Fabrication, erection of Single pole for . 33 KV line on 11 M long ST
Pole with fixing of necessary clamps & other accessories like 1 no.
Chanal Cross arm,1 no Guarding Angle. Its grouting in ratio 1:4:8,
plinthing 300 mm above ground level, painting of pole with one coat of
red oxide two coats of enamel paint ISI mark. No.
3 Fabrication, erection of double pole for end terminations. 33 KV line on
11 M long ST Pole with fixing of necessary clamps & other accessories
like 1 no. top channel 100X50 mm - 3.20 M. Its grouting in ratio 1:4:8,
plinthing 300 mm above ground level, painting of pole with one coat of
red oxide two coats of enamel paint ISI mark. No.
4 Fabrication & erection of double pole for 33 KV Cable exposure. With
the provision of bus bar on double pole. No.
5 Fabrication, erection of Try Pole. 33 KV line on 11 M long ST Pole with
fixing of necessary clamps & other accessories like 3 no. top channel
100X50 mm - 3.20 M. Its grouting in ratio 1:4:8, plinthing 300 mm
above ground level, painting of pole with one coat of red oxide two
coats of enamel paint ISI mark. No.
6 Fabrication, erection of Four Pole. 33 KV line on 11 M long ST Pole with
fixing of necessary clamps & other accessories like 4 no. top channel
100X50 mm - 3.20 M. Its grouting in ratio 1:4:8, plinthing 300 mm
above ground level, painting of pole with one coat of red oxide two
coats of enamel paint ISI mark. No.
7 Fabrication, erection of double pole for . 33 KV line on 11 M long ST
Pole with fixing of necessary clamps & other accessories like 1 no. top
channel 100X50 mm - 3.20 M. Its grouting in ratio 1:4:8, plinthing 300
mm above ground level, painting of pole with one coat of red oxide
two coats of enamel paint ISI mark. No.
8 Erection of single stud pole support on ST pole 11 M long with fixing
of necessary clamps and other accessories required for erection. No.
9 Stringing & Sagging of three phase 33 KV line on ACSR Dog conductor
as per RESSPO Norms. ckt.km
10 Stringing & Sagging of three nos. Earth/GI wire with cardle guarding
of above 33 KV line as per RESSPO Norms. ckt.km
11 Ordinary Earthing of pole by MS Earth Rod 20x2500 mm as per
RESSPO Norms. No.
12 Nozeling& grouting of stay set .(All the civil material & stay set will be
arranged by the contractor) No.
13 Laying of Double circuit 33 KV 3X300 Sq. mm XLPE parallel Cable
(a) In normal soil by digging of trench 1050 mm deep, 750mm wide
including supply of required material, 1st class bricks, stone pad. The
inter axial spacing between two cable should be in between 0.25 M to
0.04 M. The two cable must be separated by a partrtion to single brick. M.
(All the material required for laying will be supplied by the contractor
except 33 KV XLPE cable)
(b) In matalic Road by digging of trench 1050 mm deep, 750mm wide in
RCC pipe . (All the material required for laying will be supplied by the
contractor except 33 KV XLPE cable) M.
© For cannel crossing in MS pipe (All the material required for laying
will be supplied by the contractor except 33 KV XLPE cable) M.
(d) Laying of Double circuit 33 KV 3X300 Sq. mm XLPE parallel Cable by
drilling method with drilling machine (Vermeer 50/100Rig ) . The cable
be laid at the depth of 2.5 M from thesurface of the railway track in ms
pipe encasing The cable shall be lais in such a manner that RESSPO
Norms have been followed Mtr.
14 Supply &Installation of Heat shrinkable cable jointing kits of following
sizes/types for 33 KV XLPE cable.
a) 33KV 3x300 mm2 Straight through Joints No.
b) 33KV 3x300mm2 Out door End terminations No.
15 Hoisting of 33 KV 3X300 Sq. mm. XLPE cable on double pole including
MS pipe of size 8" dia 3 M long including its jumpering complete with
clamps, nuts and bolts. No.
16 High Pressure testing of 33 KV 3X300 Sq. mm. XLPE cable. Testing
equipment will be arranged by the contractor. No.
17 Supply fixing & grouting of Cable marker cable laying rout No.

Date :
Place: Signature of contractor with seal
Address:
SPECIAL CONDITIONS OF CONTRACT AGREEMENT AGAINST TENDER NO. 146/EUCC (V)/
LESA/ 2012-13
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 “Construction of 33 kV Line from 220/33 kV sub stationMalasemau to 33/11
kV sub stationGosaiganjand its associated works”.Scope of the proposed work against this
tender also includes fabrication erection of single pole , double pole for end termination, cable
exposure, try pole , four pole, erection of single stud pole , stringing and sagging of three phase
33 kV line on ACSR Dog conductor, stringing and sagging of three nos. earth/GI wire with
cardle guarding , ordinary earthing of pole by MS earth Rod 20x2500 mm , nozeling and
grouting of stay set. Laying of double circuit 33 kV parallel cable in normal soil by digging of
trench 1050 mm deep, 750 mm wide including supply of required material, In metallic road by
digging of trench, in MS pipe, by drilling method with drilling machine. Supply and fixing of
heat shrinkable type cable straight through and outdoor end termination for 3x300 sq. mm
XLPE cable, High pressure testing of 33 kV cable with D.C. test voltage to which cable with
stand 60 KV for a duration of 5 minutes, Hoisting of 33 kV 3x300 sq. mm XLPE cable on both
side. Supply fixing and grouting of cable marker cable laying rout. The materials mentioned at
Sl. 1(a to g) of the price schedule, will be provided by the department to the contractor while
the remaining material required for completion of work will be arranged by the contractor at his
own cost. The work also includes loading-carriage-unloading of store materials from ESC
Daliganjupto JE Dump Store/ site of work & material received after dismantling of existing line
from site to JE Dump store/ ESC Daliganj. The proposed work shall be carried out under the
supervision of Executive Engineer, Electricity Urban Construction Division (III), LESA, Lucknow
or his authorized representative.

CONDITIONS FOR EXECUTION WORKS AND CONTRACTOR'S RESPONSIBILITY


1. The contractor should see the route of line before starting construction work and 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. Approval for crossing of railway track, road crossing and telecommunication circuits shall
be arranged by the MVVNL/UPPCL from the railway authorities, concerned department of
U.P. Government and PTCC respectively and all cost on this account shall be born by the
Corporation.
6. The crossing of houses shall not be permitted and minimum clearance as per Indian
Electricity Rules shall have to be strictly followed by the contractor.
7. The contactor shall be given store material by the Corporation representative for each job
which will be acknowledged and arrange to submit detail utilization of material used on the
work and balance return to store immediately after completion of each work.
Cont’d......3
:3:

8. 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 and balance after
completion of work will be returned to the representative of the Corporation for final
accounting. The material shall be kept at dumpsite safely decided by the supervising
authority.
9. 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.
10. The contractor shall arrange at his own end all the proper tools & equipment and
testingfacilitiesetc. necessary for the work. The contractor shall make adequatearrangement
(particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC pole and
conductor drums & ensure that no kinks etc. are made in the conductor and conductor are
not damage in any what so ever.
11. 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.
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 GovernmentContractor shall arrange to have group
insurancefor labours engaged by him and 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/Corpn. 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. The work carried out by the contractor shall be guaranteed for the period of six months. In
case of defects arises in the work executed / material supplied by the firm during guarantee
period, the same will be attended / defective material replaced by the firm free of cost
immediately on the intimation from representative of the Corporation. The guarantee period
will be counted from the date of completion of work.
19. Trench of size 1050 mm deep, 750 mm wide will be dug for laying of 33 kV 3x300 Sq mm
XLPE cable and 900 mm deep and 600 mm wide will be dug for laying of 11 kV 3x 185 sq.
Cont’d......4
:4:
mm XLPE cable. The double circuit cable shall be laid in between two continuousrows of 1st
class bricks and separated with one row of brick after making 3” pad of local sand on the
surface of trench and filling of local sand in hollow space.Distance in between both the
cables 0.25 M to 0.40 M throughout the cable length will be maintained.The cable will
becovered with stone slab of size 450x600x50 mm. Thelaying rates are including the cost
ofriver sand,bricks, Stone slab, hume pipe& MS pipe. Necessary inspection pits at every 30
M of straight run & on corner will have to be constructed by the contractor at his own cost
so that actual cable / trench root may be decided easily.
20. Tendered quantity in agreement may approx. vary + 10% either side as per site
conditions/as per deptt. instruction but total variation permissible would be + 10% of
agreement amount with the permission of S.E., EUCC(V), LESA, Lucknow.
21. After completion of work, Executive Engineer, EUCD (III), Lucknow, will ensure that "As
executed" estimate has been prepared & got sanctioned from the Competent authority.
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
satisfactorycompletion guarantee period. Thecontractor mayalso depositthe 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 but exclusive of Government Taxes/ duties and the same will be paid
extra on submission of proof of its payment. No variation in the rates 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, EUCD (III), LESA, Lucknow after
deduction of Statutory taxes as legally applicable at the time of payment and Security
amount. In no, case payment will be made by letter of credit.
25. COMPLETION PERIOD: The work will be completed within 06 months from the date of
start of work which will be decided by the Execution authority & will counted from the last
receipt of Store material and site clearance from the concerned department of U.P./ Central
Government.
26. PENALTY: Penalty for delay in completion of works shall be levied @ ½% per weeks
subject to maximum of 10% value of in-completed portion of work.
27. Any damage or loss of, public property/ Board's material shall have to be borne by the
contractor.
28. ARBITRATION/SETTLEMENT OF DISPUTE:
In case of any dispute arises in between the contractor and the engineer of contract, the
decision of Chief Engineer, LESA, will be final and binding on both the parties.
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.

(S.C. Bharati)
Superintending Engineer (V)

Você também pode gostar