23
Page No.1 Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016 The Executive Engineer Vishwamitry East Division Office, under Baroda City Circle invites Tender from experience contractors for Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity. Tender Papers & Specifications etc. may be down loaded from Web site www.gseb.com & www.mgvcl.com (For view & down load only). “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA 390001, “NO COURIER SERVICE OR HAND DELIVERY” will be allowed. Sr. No. Description 1 Tender No.: VED/TECH/JE-II/2956 DATED:22.6.2016 2 ARC for Maintenance of HT, LT & TC at KARELIBAUG S.DN and other subdivisions under Vishwamitry (E) Division office. 3 Tender Fee in Rs. (non refundable) Rs. 500.00 4 Estimated cost in Rs. (in lakhs) Rs. 4,99,964.00 5 Earnest Money Deposit amount in Rs. Rs.5,000.00 6 Security Deposit 5% of Estimate Value Rs.24998.00 7 Start Date & Last Date of Downloading of Tender From Website. 23.06.2016 to 14.07.2016 up to 16:00 HRS 8 Last Date of Submission of Filled Tender by Speed Post / RPAD Only to this office. 16.07.2016 up to 15:00 HRS 9 Date of opening of EMD Cover” and “Technical Bid Documents” (If possible, and with the presence of bidders who remains presence) 16.07.2016 at 16:00 HRS (If possible) 11 Tentative Date of opening of Price bid, (If possible, and with the presence of bidders who remains presence) 18.07.2016 at 11:00 HRS (If Possible) 12 Time Limit of Contract 1 Year (Extendable for another one Year) AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER ADVERTISEMENT), THE TENDER CAN BE DOWNLOADED FROM THE WEBSITE OR BLANK TENDERS WILL BE AVAILABLE FROM THE OFFICE OF THE EXE. ENGINEER, MGVCL, VISH. EAST DIV, MOTIBAUG BARODA ON PAYMENT OF TENDER FEE IN CASH IN SCHEDULE TIME LIMIT MENTIONED ABOVE. FOLLOWING CONDITIONS ARE MANDATORY FOR BIDDRES OTHERWISE THE TENDER / OFFERE WILL BE OUTRIGHTLY REJECTED AND NO ANY FURTHER COMMUNICATION IN THE MATTER WILL BE ENTERTAINED.

Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Embed Size (px)

Citation preview

Page 1: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.1

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

The Executive Engineer Vishwamitry East Division Office, under Baroda City Circle invites Tender from experience contractors for Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity. Tender Papers & Specifications etc. may be down loaded from Web site www.gseb.com & www.mgvcl.com (For view & down load only). “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA 390001, “NO COURIER SERVICE OR HAND DELIVERY” will be allowed.

Sr. No.

Description

1 Tender No.: VED/TECH/JE-II/2956 DATED:22.6.2016

2 ARC for Maintenance of HT, LT & TC at KARELIBAUG S.DN and other subdivisions under Vishwamitry (E) Division office.

3 Tender Fee in Rs. (non refundable) Rs. 500.00

4 Estimated cost in Rs. (in lakhs) Rs. 4,99,964.00

5 Earnest Money Deposit amount in Rs. Rs.5,000.00

6 Security Deposit 5% of Estimate Value Rs.24998.00

7 Start Date & Last Date of Downloading of Tender From Website.

23.06.2016 to 14.07.2016 up to 16:00 HRS

8 Last Date of Submission of Filled Tender by Speed Post / RPAD Only to this office.

16.07.2016 up to 15:00 HRS

9 Date of opening of “EMD Cover” and “Technical Bid Documents” (If possible, and with the presence of bidders who remains presence)

16.07.2016 at 16:00 HRS (If possible)

11 Tentative Date of opening of Price bid, (If possible, and with the presence of bidders who remains presence)

18.07.2016 at 11:00 HRS (If Possible)

12 Time Limit of Contract 1 Year (Extendable for another one Year)

AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER ADVERTISEMENT), THE

TENDER CAN BE DOWNLOADED FROM THE WEBSITE OR BLANK TENDERS WILL BE AVAILABLE

FROM THE OFFICE OF THE EXE. ENGINEER, MGVCL, VISH. EAST DIV, MOTIBAUG BARODA ON

PAYMENT OF TENDER FEE IN CASH IN SCHEDULE TIME LIMIT MENTIONED ABOVE.

FOLLOWING CONDITIONS ARE MANDATORY FOR BIDDRES OTHERWISE THE TENDER / OFFERE

WILL BE OUTRIGHTLY REJECTED AND NO ANY FURTHER COMMUNICATION IN THE MATTER

WILL BE ENTERTAINED.

Page 2: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.2

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

[A] All the relevant documents as per tender are required to be submitted physically in “EMD

Cover” and “Technical Bid Documents” (Both covers then kept in Main cover and send duly

sealed as per tender requirement) on OR before due date and time. All such documents should

be strictly submitted by RPAD/Speed post only. Otherwise the offer will not be considered and

no any further communication in the matter will be entertained.

[B] Bidders are requested to submit price – bid (Schedule –B) in separate cove with heading

“Price Bid” on it. The cover should be kept in main cover along with the EMD and Technical Bid

Cover. First of all EMD cover will be opened if bidder has paid necessary Tender fee and EMD

amount then and then Technical Bid cover will be opened.

Tender Documents in (PDF Format) which consists of: (1) Tender Notice (2) Pre Qualification Criteria / Eligibility Criteria for Technical Qualification (3) Scope of Work and General Terms and conditions (4) Commercial Terms and Conditions (5) Schedule-B: Price Bid (6) Schedule -A

To view the PDF file please use “Acrobat Reader” soft ware which can be downloaded from “Adobe “website.

Any technical questions, information and clarifications that may be required pertaining to this

enquiry should be referred to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST

DIVISION OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA

390001.

MGVCL reserves the right to reject any OR all tenders without assigning any reasons thereof.

For and on behalf of MGVCL,

Page 3: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.3

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

“GENERAL INSTRUCTION” Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity; under jurisdiction of KARELIBAUG S.DN or any other Sub Division under Vishwamitry East Division. The bidder has to submit the Main cover (super scribing of Tender no.: “______” & due date of opening along with the bidder name & address) duly sealed which consisting of “E.M.D. Cover” “Technical Bid Cover” and “Price Bid Cover”, on or before due date and time of submission of documents in PHYSICAL FORM. IT IS MANDATORY. NOTE: First the “E.M.D cover” will be opened & if the documents towards payment of Tender Fee and E.M.D [i.e. (a) & (b) here under] are found OK then only Technical Bid will be opened which may please be noted otherwise bid will not be opened / say rejected out rightly and no correspondence in this regard will be entertained. The price bid of the bidder/s who qualified technically will only be opened. (1) “E.M.D Cover”: EMD Cover shall consist of the following (a) and (b), (super scribing of

“EMD Cover” along with Tender no.: “______” & due date of opening, the bidder name & address). In case of non submission of E.M.D. documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly.

(a) Tender Fee:

No exemption from payment of tender fees shall be given to any bidder irrespective of

whether they are SSI, Cottage and Tiny works units. Tender fee (Non-refundable) as

notified in the tender notice should invariably be paid by way of Demand Draft;

otherwise offer will be ignored out rightly. Indian Postal Orders (IPO’s) & Cheques are

not acceptable. Demand Draft should be in the name of “Madhya Gujarat Vij Company

Ltd.”, Payable at Vadodara. Alternatively, the bidder can pay the tender fee in CASH at

the office of, THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION

OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA

390001. at Cash counter during working day between 11.00 A.M. to 02.00 P.M. and on

working Saturday between 11.00 A.M. to 12.30 P.M. before the due date and time for

submission of tender, and must enclose Money receipt in original / self certified copy in

the “EMD Cover”.

Page 4: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.4

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

(b) E.M.D.: Bidder / contractor have to pay E.M.D. as per tender notice. The E.M.D. is payable either in Cash or by Demand Draft in favour of the Madhya Gujarat Vij Company Ltd. on any Scheduled / Nationalized Banks in Vadodara. Cheques are not acceptable. No Interest will be allowed / paid against payment of E.M.D.

As per ACCOUNTS CIRCULAR No. 15 Dated: 02.02.2015 For Exemption in EMD bidders

shell meet below mention criterion.

No EMD exemptions as well as SD/PGB relaxation shall be given to Outside

Gujarat based contractor bidder irrespective of bidder is SSI or not.

The exemption in payment of EMD shall be given only to Gujarat based small,

Cottage and Tiny works units registered under Small Scale Industries of Govt.

of Gujarat (DIC) and also holding subsequent registration with NSIC

registration Certificate for the tender works/services.

No EMD exemption shall be given to the bidders having SSI/NSIC certificate

outside of Gujarat State.

The above required certificates should be authenticated notarized

certificates.

The name of works mentioned in SSI/NSIC certificates should be same as the

tender works/services. If the certificate is for the works/services other than

the tender’s works/services, these certificates will not be acceptable and

above relaxations shall not be given to such SSI works units.

NSIC certificate more than 03 years old will not be considered and the validity of the same should cover at least the validity period of the tender and thereafter it has to be renewed and submitted immediately.

All the “SSI” and “NSIC” registration certificates Documents furnished along with the tender submitted by the bidders having Small, Cottage & Tiny industrial units registered under small scale industries of Govt. of Gujarat should have clear validity as per the tender and should invariably be renewed as per the norms of “SSI” and “NSIC” registration certificates Otherwise they shall have to pay E.M.D. and no exemption will be granted.

Tenders submitted without Earnest Money Deposit by the firms, who are not eligible for any exemption, will be rejected without entering in to further correspondence in this regard and no reference will also be made.

The SSI & NSIC certificate should indicate the works / services of works / services offered under this tender. Provisional Registration Certificates are NOT allowed.

EMD will be released only on payment of security deposit in respect of successful bidder whereas the same will be refunded to others on finalization of the tender / placement of order to successful bidder.

Page 5: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.5

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

(2) Technical Bid Cover: (super scribing of “Technical Bid Cover” along with Tender no.: “______” & due date of opening, the bidder name & address). The following documents to be kept / submitted in Technical Bid Cover. In case of non submission of Technical Bid documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly. “Technical Bid Cover” consisting of the following: (1) General Instruction (2) Documents mentioned in Pre qualification / eligible criteria (List given under) (3) Scope of Work and General Terms and conditions (4) Commercial Terms and Conditions (5) Schedule -A

(3) Commercial Bid Cover: (super scribing of “Commercial Bid Cover” along with Tender

no.: “______” & due date of opening, the bidder name & address). The following documents to be kept / submitted in Commercial Bid Cover. In case of non submission of Commercial Bid documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly.

(1) Schedule-B (Duly Signed and Stamped by bidders, Percentage Rates Should be mentioned in Schedule –B, along with Service Tax Inclusive /Exclusive is required to mentioned)

Page 6: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.6

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION: The bidder must submit the following all details / all documents (as mentioned) in Technical Bid Cover, which are mandatory. Non Submission of any details / any document as per requirement, the bid shall be rejected out rightly.

(1) List of Work on Hand of Similar Work in MGVCL or any other DISCOM and last Work Order

copy for which work is completed, along with satisfactory work order completion

certificate issued by not below the rank of Executive Engineer.

(2) Valid Nationalized Bank solvency certificate of Rs.1.00 Lacs i.e. minimum 20% of

estimated cost.

(3) Copy of valid E. P. F. Registration along with last Three(03) paid challan copies

(4) Copy of PAN card issued by IT Department.

(5) Copy of valid Electrical Contractor’s License in the name of bidder.

(6) Copy of valid Service Tax Registration Certificate.

(7) Copy of valid Labor Insurance Policy.

(8) Details of tools and tackles, owned and available for use in this work.

(9) Copy of valid electrical supervisory certificate of contractor / authorized person.

(10) Copy of “Labour license” issued by the licensing authority under the provision of

Contract Labour (Regulation and Abolition) act, 1970.

Documents / Details / Proofs Submitted by the Contractor / bidder are Subject to Verification / Audit as and when required. All the submitted documents must be signed and sealed of bidder. MGVCL reserves the rights to accept or reject any tender without assigning any reason thereof.

Page 7: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.7

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

Scope of work & General Terms & Conditions

(To be submitted in Technical Bid Cover in physical form & it is mandatory) For every item in the Price Bid Schedule –B, sub-order will be issued as and when required for any sub division office under MGVCL vish. East Div. Office. Maintenance work of HT , LT & TC shall be executed as per MGVCL standard terms and conditions / REC Standards & as per Approved Drawing under the supervision of Dy./ Jr. Engineer of concerned Sub-Division / Division which also includes following:

1. Work shall be required to be executed under any Sub-Division of VISHVAMITRY East DIVISION Office under any scheme.

2. Any amount of sub-order for any Sub-Division will be issued which shall be acceptable to the contractor and accordingly work shall be done within the time frame for which no excuse will be acceptable by MGVCL.

3. Execution Permission from all local govt./pvt./concerned departments will be in the scope of contractor.

4. No damages shall be done to any existing utilities having already executed / laid underground equipments / pipes / cables etc. i.e. Water/ Telephone/ OFC/Gas/Drainage/TV Channel Cable of other departments otherwise necessary claim charges shall be borne and settled by contractor.

5. All required materials including Poles, Conductors Drums, Transformers & fabrication materials from MGVCL will be issued from any stores of MGVCL for which no extra payment towards transportation will be made to the contractor.

6. Necessary shutdown for connection/jumpering of Newly Erected lines with existing network will be provided as per availability or convenience of the MGVCL which shall be acceptable to the contractor & contractor shall try to complete the work in minimum time.

7. All erection shall be done properly in good alignment with details marked on it correctly.

8. Work may be required to be executed in any 66/132/220KV Sub-Stations also. 9. Utilization of material procured by contractor must of ISI mark / standard when no ISI /

BIS certification available & must be got examined from the Engineer In charge before utilization.

10. Length quantity and distance mentioned may vary site to site. The scope of work at site in all respects as per Schedule -B / Sub work order.

11. All safety precautions shall be taken while working by your personnel / supervisor/ any staff / labors, to avoid any accident at site.

13. Contractor shall deploy qualified Engineer and Supervisors at site during execution of work at site for day-today coordination with the MGVCL Engineer’s.

14. Only experience labors shall be deployed by contractor at site.

Page 8: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.8

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016 15. Required machinery shall be used for execution of work. 16. D.E. /J.E of MGVCL will inspect the work at site 17. Time limit extension for delay in work will be granted on the basis of genuine reason only. 18. Bill/Inventory sheet for work completed shall be submitted within 01 week from the

date of completion along with all required materials issued / used - Inventory, quantity, MR/CR details etc. as per procedure and requirement at the office of concerned sub-division.

19. All records of daily progress shall be maintained as per instructions. 20. No excess work shall be carried out without prior approval of the competent authority. 21. All materials shall be of good quality to be procured for execution of work at site.

22. Any delay on account of Contractor penalty will be imposed by MGVCL 23. Delay on account of getting permission from any department no extra charges will be

paid by MGVCL. 24. Any claim arising due to accident at site will be borne and settled by contractor. No

claim will be entertained by MGVCL. 25. For Live Electric line crossing & on the line work, work should be carried-out after

Power Cut-off and both side earthing of line & under supervision of local S/Dn staff only & follow all safety measures.

26. Madhya Gujarat Vij. Co. Ltd does not bind itself to accept first lowest offer from the Bidder. 27. In case of any ambiguity, discrepancy or dispute the decision of Supdt. Engineer (O

&M),MGVCL, Vadodara city circle, Vadodara will be final and shall be binding to the tenderer.

28. Any other items not specifically mentioned in the specifications but which are required for installation, testing, commissioning and satisfactory operation of the cable as per Indian standards / IE Rules / IE Act and local authority regulations are deemed to be included in the scope of the specification and no deviation in this regard shall be accepted.

29. The Contractor shall also be responsible for the overall co-ordination with internal / external agencies, project management, training of Company’s manpower, loading, unloading, handling, moving to final destination for successful erection, testing and commissioning of the 11 KV HT/LT Line & TC. 30.Contractor will have to provide complete technical supervision during installation of

Lines right from transport up to testing and commissioning. The contractor shall arrange for the services of fully qualified and competent supervisors / engineers for monitoring the whole job. Competent and well versed Semi skill laborers shall be deployed for execution.

31. (a) The work entrusted as per the contract should be speedily executed in accordance

with the best practice & should be present neat appearance when completed. All the

works have to be carried out according to the drawing and specifications and as per the

instructions of Engineer-in-charge. There should not be any damage to Co’s material or

Page 9: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page No.9

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

to other’s property during transport or erection otherwise damages will be at the cost of

contractor & decision of the Ex.Engr. will be final.

b) Before commencing erection of lines the contractor will provide with the pole

schedule and layout map of the area, which will give one of the location marked, in the

layout map. The pole, guy and earthing locations will be shown by Engineer-in-charge.

Other drawings referred to the pole schedule will be available for consultation with the

Co’s staff at the site or at the S/Dn, Office. Cutting of tree branches which come in the

way of the line will not be arranged by the Company.

c) Marshy or water logged locations must be avoided as far as possible. If it becomes

inevitable to locate poles at such point, special precautions about foundations will have

to be taken and work carried out as per instructions of the Engineer-in-charge by the

contractor at the tendered rate.

d) The spans shall be as specified in the pole schedule and the minimum spacing

between the power conductors and neutral shall be as shown in approved drawing.

32. SUPPLY OF MATERIAL:

(a) All material such as rails, RS joints, or other poles {except PSC} fabricated material,

copper aluminum, or ACSR conductor, VIR wire insulators guy wire, etc. required for

erections will be supplied at MGVCL’s store at Baroda. PSC poles for line supports will be

transported and stacked by the Co’s along road side for HT/LT line and at one place

near the site of work within a range of 2 kms.

(b) The line supports may be Rail, PSC or any other type and be 28 to 36 Feet in length

and weight 40 to 100 lbs/yds. The conductor will be either aluminum or ACSR and vary

in size from 13mm2 to 100mm2 area. The conductor will be supplied in coils or in drums

as per standard packing received from suppliers. The rolls should be returned to the

Store and stacked at the directed place. For damaged or lost empty crates/drums of

conductor recovery @ Rs.150/- for each will be effected. Anti-climbing device like GI

barbed wire & Danger Board should be supplied by the contractor. Lugs will be supplied

by the Co.

Page 10: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.10

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

33. POLE ERECTION:

The work includes shifting of supports particularly PSC poles from the stacking place as

mentioned in Clause No.2, to the site of actual work excavation of pit, fixing of top

insulator fitting, cross arms, clamps numbering etc. complete inclusive of painting,

fixing of danger board caution plates and fitting anti-climbing devices for double or four,

pole structures, Railway or River crossing or transformer structures etc. The work

further includes fixing cross arms packing cross bracing etc., mounting of AB switch DO

or HG type fuse units. Poles must not be erected along the edge of cutting or

embankments or where the soil is liable to be washed away, unless, special precautions

are taken to ensure durable foundation when setting the pole. The pit shall be of ample

size to allow easy entrance of the pole and base plate without any damage to it. After

pole is erected vertically the pit is to be refilled with the excavated earth and properly

rammed. The erection, cost, of single or double pole structures, stay sets and pipe or

plate type earthing is inclusive of excavation of pit refilling of excavated earth and cost

of coke & salt in earthing arrangement as specified. All the poles must be in plumb,

fabrication fitting on pole must be tight.

34. PAINTING AND NUMBERING:

RAIL Poles, RSJ, Steel tubular poles or all the, steel mounting shall be, given one

coat of approved red oxide paint and two coats of approved aluminum paint. There

should be sufficient interval between every coat, of paint. The bolts and nuts shall be

dipped in anti-corrosive liquid before insertion, and all over-lapping surface of steel

should be given a fine coat, of red oxide paint before bolting. For the rails and

RSJ/Steel tubular poles the lower portion up to three feet above ground level shall be

cleared of rust. Where concreting is not to be done, this ground surfaces should be given

a base coat of red oxide and additional coat of black bitumen paint which should extend

up to 3ft, above ground level of muffing before inserting in ground. The rest of the

surface of the rails of RSJ/Tubular pole shall be cleaned of all rust and painted with one

coat of red oxide and two finishing coats of approved aluminum paint. The paint which

should be ISI marked should be got approved by the Engineer-in-charge before using on

works and will have to be arranged by the tenderers, as painting is included in the offer.

Every pole after erections shall be numbered in bold black figures both in English and

Gujarati at a height of about 8ft. from the ground level as per instruction of Engineer-in-

charge. PSC poles need not be painted but they should be properly cleaned and

fabricated on PSC need be only painted as specified above.

Page 11: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.11

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

35. CONCRETING/MUFFING:

The proportion of concrete mixture and the quality of the sand metal should as under.

a)Cement concrete proportion for concreting of Rail/RSJ/Tubular steel poles should be

cement one part, sand three parts 1 ½% “ metal six parts{1:3:6}

b) The sand shall be clean, grippy and composed of hard, strong & durable grains , it

shall be free from-clay or organic matter. If there is any trace of earthy matter,the sand

must be washed, before using sand for concreting work it should be got approved from

the Engineer-in-charge.

c) Metal should be hard and durable stone, to pass through a mesh of 1 ½ as far as

possible. All metal must be perfectly clean, being washed, necessary and free from any

Sulphur. Size of metal must be got approved from the Engineer-in-charge.

d)Unless otherwise specified the concrete shall be mixed in the above proportions and

should be thoroughly mixed at least three times in a dry state before water is added,

and finally wet mixture be used. All concrete must be mixed on a water tight platform.

In vessel any case, finished work, must be absolutely true inline and level and finished-

off smooth. One finishing coat of cement paste should be applied on outer surface of the

muffing. The concrete block must be kept wet continuously for a period of seven days.

e) If the Engineer-in-charge of the works or the. Supervisors, finds that cement concrete

is not of the quality and as specified, the same will be rejected.

f)The contractor should procure metal, and sand himself as specified above .Only steel

poles are to be muffed and the size of muffing far steel poles should be 12” dia x

24” total height {12” below 12” above ground level}or as per instruction of Engineer-in-

charge.

36. STRINGING OF CONDUCTOR:

Stringing of standard ACSR/Aluminum/Al.Alloy conductor include, the erection of

necessary HT & LT strain and pin insulators, jumpering & binding wire, jointing etc. The

rate quoted, should be per conductor route kilometer inclusive of the above.

Appropriate, tools should be used and proper scientific methods are to be applied to

protect against cuts, scratches or kinks, He should particularly follow the instructions of

Engineer-in-charge while making jumper, joints and bindings. While executing this work

equipments & tools like turn table or draw vice etc, should be arranged by the

contractor. For stringing of aluminum or ACSR conductor, aluminum or wooden pulley

must be used for supporting contact on poles. Generally 30-40 meter span should

be kept on HT/LT line.

Page 12: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.12

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

37. ERECTION OF STAY SET

The erection of stay set may be completed with stay clamp, binding of GI stay wire at

either end turn buckle, anchor plate with rod. The binding of stay wire for guy insulator

at both the ends should be done properly. The stay shall be erected suitably for local

conditions. The rate-should be quoted for erection of complete set inclusive of

excavation of pit and refilling of earth and painting. Stay Rod pit must be as per

instruction.

38. EARTHING:

The earthing device shall be of the coil type or pipe type or plate type as indicated in

the pole schedule. The work of earthing must be carried out as per instructions of

Engineer-in-charge and at the places selected by the field Engineer. The coke or

charcoal powder and salt will have to be procured by the contractor should preferably

use earth augur excavation of earth pit. The contractor should satisfy himself as well as

to supervisor for satisfactory earthing by carrying out test using earth tester. All

earthing is to be covered up to 2.5 mtr{8feet}from ground-level by earthing sleeves

which will be provided by the Co., the earthing to be provided in a separate pit i.e.

other than that of pole. All conductors, earth wire and stay sets must be tight.

39. GUARDING:

Guard cradle will be provided below HT line/LT line. The guarding must also be provided

where railway trucks, telephone line, and licensees HT, LT lines are passing below Co’s

HT lines. The guarding for the above comprises of GI main bearer wire GI lacing wire and

GI binding wire, etc, complete. The work has to be carried out as per instruction of

Engineer-in-charge. The cradle guard consists of 2 Nos., of SWG No.8 GI wire for binding,

guarding for railway crossing is to be carried out as per instruction of the Engineer-in-

charge.

40. ERECTION OF TRANSFORMER SUBSTATION

Transformer sub-station will be of outdoor type & will consist of the following erection.

a) 05 to 200 KVA transformer complete with its accessories.

b) One set of HT distribution type lightning arrestors.

c) One distribution box with necessary wiring.

Page 13: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.13

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

d) The contractor should lay the cable as per instruction of Engineer-in-charge & use

crimping lugs for termination of cable as per requirement and the crimping tools to be

arranged by contractor.

Pipe earthing should be provided on either side of the transformer center, providing

earth wire for lightning arrestor, transformer tank and Dist. Box and two separate wires

of distinct earthing for neutral with T/C SWG-8 copper or GI Wires. The rate should be

quoted inclusive of painting of structure & transportation from the Company’s Store to

the site of erection.

41. For stringing of aluminum or ACSR conductor, aluminum or wooden pulley must be

used for supporting contact on poles.

43. All conductors, earth wire & stay sets must be tight.

44. All the poles must be in plumb,

45. Fabrication fillings on poles must be light.

46. Stay Rod pit must be as per instruction.

47. Generally 30-40mtr span should be kept on HT/LT line.

48. All road crossings must be provided with guarding arrangement and minimum 22 feet

clearance must be kept between conductor and road level.

49. Contractor must get the requisition, three days well in advance before they

require the material on site, from Engineer-in-charge.

Page 14: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.14

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016 COMMERCIAL TERMS AND CONDITIONS

(To be submitted in Technical Bid Cover in physical form & it is mandatory)

1. SECURITY DEPOSIT: (SD):

The successful bidder will be required to pay an amount equivalent to 5% of the value of the Order as a

Security Deposit for satisfactory performance of the execution of Contract. If the full Security Deposit

amount is not paid within 07 (Seven) days after the receipt of the order, then the order will be out

rightly cancelled at the risk & cost of the Bidder (at the discretion of MGVCL) and EMD amount paid will

be forfeited without entering into any correspondences and this will be binding on the Bidder and

MGVCL will take action against bidder as per tender condition stated here under. Such Security Deposit

will be payable either by/ D.D. / Bank Guarantees. Security Deposit if paid will be returned on

successful execution of contract.

2. PENALTY FOR DELAY IN COMPLETION OF CONTRACT:

In case of delay, penalty shall be levied at 0.5(Zero Point Five) % of contract value per week with

maximum 10(TEN) % selling of contract value per week. This will be deducted from your bill payable

either from this contract or from any other contract with the Company or from EMD or Security deposit

amount.

3. CONTRACT AGREEMENT:

Successful bidder shall have to execute the contract agreement on non judicial stamp paper of Rs.

100.00 & the cost of the same will be borne by the bidder.

4. TAX:

The prices should be inclusive of all applicable taxes excluding prevailing service-tax.

5. INSURANCE:

It will be the responsibility of bidder / contractor to cover sufficient amount of insurance of their

personnel involved in the erection work of tender item/s during execution of works. MGVCL shall in no

way be responsible for any injury, damages, accident etc. to their personnel execution / erection work,

supervision etc. under the contract.

6. OTHER CONDITIONS OF SUPPLY:

The MGVCL General Conditions of Contract will apply to all Supplies and Contracts and you will deemed

to be fully aware of the this General Conditions of Contract for the supply of Materials particularly in

respect of Security Deposit, Terms of Payment, Penalty for late delivery etc. and any ignorance of these

Conditions will not exempt you from liability to abide by the same.

7. FAILURE TO EXCEUTE THE CONTRACT: On failure to execute the order placed on successful bidder,

under the terms & conditions set forth therein, to the satisfaction of MGVCL, the contractor will be

liable to make good the loss sustained by MGVCL. Under such circumstances, MGVCL shall cancel the

order and forfeit the SD. MGVCL may also go for fresh order on other party at the risk & cost of

successful tendered or may carry out departmentally, debiting the cost to the successful bidder /

contractor.

8. TERMINATION OF CONTRACT: The MGVCL, upon written notice of default to the contractor, shall

terminate in the circumstances detailed as under:

Page 15: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.15

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

If, in the opinion of the MGVCL, the contractor fails to complete the work specified in the scope of

works given in Schedule-B within the time specified for the same in the contract or within the period

for extension has been granted by MGVCL to the contractor.

If, in the opinion of the MGVCL, the contractor fails to comply with any of the other provision of the

contract The MGVCL shall also be empowered to cancel the contract, if any deficiency in erection work

and or bad performance is noticed. the work specified in the scope of works given in Schedule -B within

the time specified for the same in the contract or within the period for extension has been granted by

MGVCL to the contractor.

9. CHANGE AND QUANTITIES: The MGVCL shall have the rights to make any changes /addition /

deletions or modification in any terms / conditions of the tender and / or specifications as may

be deemed necessary by MGVCL at its sole discretion at any time before the due date of

opening of the tender. The quantities mentioned in the accompanying Schedule are only

approximate. Actual quantities may increase or decrease according to the requirements. The

Company reserves the right of revising or deleting any of the quantities to be executed against the

contract and final quantities actually executed by the contractor will be calculated and paid at the

rate given in contract schedule of rates.

10. The erection work shall be carried out strictly as mentioned in Schedule-B and as per standard

specification relevant IS & approved by MGVCL authority & Concern authority i.e. PWD, NHAI, Western-

Railway, BSNL, Local Gram Nagar Panchayat Municipality, etc.

11. MGVCL reserves the right to cancel any or all the offer / bids or to accept any offer without

assigning any reasons. MGVCL reserves the right to place the order by splitting the tender items /

quantity by awarding to more than one contractor.

12. JURISDICTION: All questions, disputes or differences arising under out of or in connection with the

Tender / Contract if concluded shall be subject to the exclusive jurisdiction of the court under whose

jurisdiction the place from which the tender / Acceptance of tender is issued, is situated .

13. MGVCL as well as supplier / contractor will be bound by rules and regulation of Indian Contract act.

14. Income Tax (TDS) whenever applicable will be deducted / recovered as per Govt. rules and

regulation

15. Contractors must have valid solvency as per Company’s rules. Bank Solvency, Registration of line /

cable laying work & Experience certificate to be attached as per requirement of tender.

16. Contractors will have to submit full documents set of all the legal papers required for the purpose

with rates quoted by them.

17. Bidder shall mention Registered Service Tax No., E.P.F. & I.T. Dept Pan-Card, VAT, CST etc in his

offer and submit the photocopy of certificate of each, otherwise Tender shall not be considered in

competition.

Page 16: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.16

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

18. No tools will be supplied by the department. The work if found inferior and not up to standard of

the Company’s is liable to be rejected at the risk and cost of the contractor. Any expenditure incurred

for rectification work carried out departmentally or by employing hangami labor will be recovered from

his R.A bills, if the contractor fails to rectify the inferior work done by him in spite of the instructions

to rectify the same. So long as the line is not handed over to the company, the responsibility of its safe

custody and of all fixture and materials etc. lying with that of the contractor.

19. PERIOD OF CONTRACT: The contract will be remained in force for period of 12 Month. The

contractor shall call / indent the required material from S/dn / Dn Store in advance & on completion

of the work, prepare and render the final detailed material account of the received by him from the

SDn./ Dns store within one month from the date of completion of work. If however, the contractor does

not render the material account, notice will be issued to the contractor to render the material

account within 10 days from the date of notice, failing which the material account, will be

finalized and recoveries will be made as per the MGVCL’s procedure which shall have to be

accepted by the contractor and dispute if any raised shall not be entertained.

20. GUARANTEE: If during 12 Calendar months from the date of handing over

charge after completion of work, the works are found defective in any

way the same should be rectified by the contractor free of cost. If any joints / cable box supplied by the

contractor, fails within guarantee period of 12 months due to substandard quality, the same will have to be

replaced free of cost by the contractor.

21. INDEMITY BOND: The contractor will have to executed an indemnity bond on stamp paper of

Rs.100/- at his cost before commencement of work stating the matter conversing that for any

accident to the contractor’s staff/equipment or any person, either fatal or non fatal, due to non

observing of safety measures, MGVCL, shall not be responsible.

22. CONTRACTOR LIABILITY: For any accident either fatal or non-fatal to the workers / any

third party due to non observances of the safety measures as per rules or due to lack of proper

care by the contractor’s labor, MGVCL shall not be responsible.

23. VALIDITY: All offers should be kept valid for acceptance for a period 120 (One Hundred

Twenty) days from the date of opening of tender. Offers with short validity will be liable for

rejection without any correspondence.

24. Contractor shall submit the bill of work at regular period of time i.e. 1 Month Interval.

25. STATUTORY VARIATION:

Any statutory increase or decrease in the taxes subsequent to contractor / bidder offer if it takes place

within the original contractual delivery date will be to MGVCL account subject to the claim being

supported by documentary evidence. However, if any decrease takes place after the contractual

delivery date, the advantage will have to be passed on to MGVCL.

26. PAYEMET TERMS: Payment of works shall be made in 30 Days after scrutinizing of Bill submitted by

contractor if found in order.

Page 17: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.17

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

27. PERFORMANCE GUARANTEE: The security deposit will be converted into performance Guarantee

on completion of execution of order of 12 Months. However performance Guarantee/Warranty of the

work shall be for 12 months on completion/execution of last date of work completed & accordingly the

performance Guarantee will be valid up to 12 Months on completion of work.

28. REPEAT ORDER / ADDITIONAL ORDER:

MGVCL reserves the right to place repeat orders / additional orders on the successful contractor up to

25% of the original quantity of the A/T at the same prices terms and conditions stipulated in the original

contract during contractual period. In special circumstances MGVCL will reserve the right to place

repeat order / additional order up to 100% quantity mutually agreed upon.

29. The contractor has to store all the allotted materials in safe custody on their end. The allotted

materials by MGVCL should be insured at their cost towards theft, loss, damaged etc. The contractor is

fully responsible for storing of all the materials allotted by MGVCL for the works under contract.

30. MGVCL shall issue the required materials under the contract from any store of MGVCL and the

contractor has to carry out all the transportation at their cost up to the site/s.

31. MGVCL reserves the right to cancel any or all the offer/bids or to accept any offer without

assigning any reasons.

32. The Tender documents where signed, must be affixed with Rubber-Stamp of

Firm/Company/Individual with address.

33. Priority of works would be decided by the Executive Engineer(O&M) and the contractor shall carry

out the work within stipulated time for order issued by Executive Engineer.

34. Contractor shall pay minimum wages to each laborer as per the minimum wages act 1948 and rules

therein, as applicable from time to time in pursuance to the Govt. Notification and compensation Act

applicable Workmen Compensation Act.

36. Executive Engineer Vish. East Division can discontinue contract at any time-without assigning any

reasons/can take, further actions as per Company’s rules against the contractor.

37. The Contractor has to pay the wages / payments to his labour through bank only, and same

must be ensured by the contractors to MGVCL. In exceptional case if wages / payment is

required to pay in cash the prior approval of Superintending Engineer / Chef Engineer will be

required.

Page 18: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.18

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

“Schedule – B” (To be submitted in Commercial Bid Cover in physical form & it is mandatory)

SR. No. ITEM CODE DESCRIPTION

UNIT OF MEASUREMENT

RATE IN RS.

1 9908000049 AUGMENTATION OF DIST. XMER WITH DISTIBUTION BOX (ANY CAPACITY) WITH INCLUDING TRANSPORTATION & CREDIT OF OLD XMER AND DIST.BOX AT DIV STORE.

No. 2629.00

2 9909000001 Carting of PSC poles at Destination No 222.00

3 9909000006 Carting of RSJ poles at Destination No. 315.00

4 9905010001 Concreting and muffing of poles, Guys etc. including cost of cement, sand, metal(1:2:4) and water etc. as per standard specification.

Cmt. 5960.00

5 9911000009 Cutting Trimming of Tree Branches No.(Per Tree) 36.00

6 9907000001 DISMANTLING OF GUY SET COMPLETE WITH CREDITING IN STORE.

No. 165.50

7 9907000009 Dismantling of conductor of 34-55mm² AAAC/ copper conductor from 11kV/LT lines and crediting the same to Labaug store or as directed by Engineer in charge.

Km. 623.00

8 9907000002 Removal of erected PSC pole/Dismantling of deteriorated pole & crediting to Lalbaug store or as directed by Engineer in charge.

No. 343.50

9 9907000011 Removal of erected RSJ pole/Dismantling of deteriorated pole & crediting to Lalbaug store or as directed by Engineer in charge.

No. 575.50

10 9907000025 Restringing of 11KV Arial Bunch Cable Per Span ( Span=30MTER) Per Span 195.00

11 9902020013

ERECTION OF DOUBLE POLE STRUCTURE OF 8 TO 9 METERS STEEL POLE INCLUDING EXCAVATION OF PITS & REFILLING OFEARTH, FIXING OF CHANNELS, SUPPORTING ANGLES, CLAMPS,ANTI-CLIMBING DEVICES DANGER BOARDS, INSULATORS ETC. COMPLETE & PAINTING OF POLES,FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINTS AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING. (W/O AB SWITCH)

No 2462.00

12 9902020010 ERECTION OF DP STRUCTURE USING 9 TO 11 MTR RSJ POLE WITH HG FUSE & AB SWITCH(ONE POLE EXISTING) (2462-1151)

No. 1311.00

13 9902020004

ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB SWITCH,DO FUSES OF 8 MTRS 200 KG PSC POLES INCLUDING EXCAVATION OF PITS AND REFILLING OF EARTH,FIXING OF CHANNELS SUPPORTING ANGLES, CLAMPS, ANTI-CLIMBING DEVICES, DANGER BOARDS, INSULATORS,DOFUSES ETC. COMPLETE AND PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING.

No 1877.00

Page 19: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.19

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

SR. No. ITEM CODE DESCRIPTION

UNIT OF MEASUREMENT

RATE IN RS.

14 9902040002 Erection of coil type earthing including cost of coal salt etc. but without cost of GI wire as per standard specification. (10 kg COAL & 10 kg Salt)

No. 357.00

15 9902040003

Erection of C.I.Strip earthing including cost of coal, salt etc. but without cost of GI strip. Pit Size : 8Ft x 2Ftx2Ft. Qty of Coal = 20 Kgs. Qty of Salt = 20 Kgs. to be provided in each earthing.

No. 461.00

16 9902040001

Erection of guy set including excavation of pits and refilling of earth as per standard specification with stay clamps, stay wire, anchor rod, turn buckle, eye bolt, guy insulators, cement concrete block etc. but excluding concreting.

No. 331.00

17 9902010001

ERECTION OF PSC POLES OF 8 *200 KG INCLUDING EXCAVATION OF PIT AND REFILLING OF EARTH, FIXING OF CROSS ARMS, TOP FITTING CLAMPS ANTI-CLIMBING DEVICES, INSULATORS ETC. COMPLETE AND PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING.

No 687.00

18 9902010004 .-----------do--------------for 8-11 MTR RSJ Poles No 1151.00

19 9902010003

ERECTION OF STEEL POLES OF 13 METERS INCLUDING EXCAVATION OF PIT AND REFILLING OF EARTH, FIXING OF CROSS ARMS, TOP FITTING CLAMPS ANTI-CLIMBING DEVICES, DANGER BOARD, INSULATORS ETC. COMPLETE AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUTPAINTING OF STEEL POLE, FABRICATED MATERIALS USED ON THE POLE AND EXCLUDING ERECTION OF GUY SET AND EARTHING.

No 1319.00

20 9902010006 Erection of support pole PSC/Steel No. 434.00

21 9902030007 ERECTION OF XMER CENTRE COMPLETELY EXCLUDING GUY & EARTHING FOR TRANSFORMERS USING RSJ 8 TO 9 & 11 MTR POLES

No. 6263.00

22 9902030009 ERECTION OF XMER CENTRE COMPLETELY EXCLUDING GUY & EARTHING FOR 10 TO 250 KVA XMER USING RSJ 9 TO 11 MTR POLES (ONE POLE EXISTING) (5696-1047)

No. 5112.00

23 9902040007 Providing lighting arrestor on D P Structure. Set 72.00

24 9911000222 Fixing of SMC (1-Ph.) at consumer installation(Including cost of fastners) No. 58.00

25 9911000223 Fixing of SMC (3-Ph.) at consumer installation(Including cost of fastners) No. 87.00

26 9911000017 LAYING OF OVER HEAD LT CABLE FOR ROAD CROSSING, HT LINE CROSSING AND TELEPHONE LINE CROSSING ETC.(PER SPAN)

SPAN 155.00

27 9911000001

Numbering the pole with paint by preparing back ground, at required height, of one colour and letters (3"HT)of other colour, as directed by Engineer in charge.( the two colors should be selected so as to have contrast for proper readability.

No. 36.00

28 9911000071 Patrolling of HT LT line per POLE Per Pole 3.00

Page 20: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.20

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

SR. No. ITEM CODE DESCRIPTION

UNIT OF MEASUREMENT

RATE IN RS.

29 9911000228 Providing (Painting/Marker) consumers No. on SMC/MMB for Urban area No. 8.00

30 9911000054 Providing LT line spacer between LT line conductor with conductor binding etc.

No. 22.00

31 9906000003 Providing guarding under HT/LT line--guarding should be provided at distance of one meter.

RMtr. 42.00

32 9904010003 PROVIDING JUNCTION BOX ON POLE AND CONNECTING EXISTING SERVICE LINE WITH ABC

No. 145.00

33 9902040013 Providing RCC Kundi with Cover for Earthing No. 500.00

34 9904010002

PROVIDING SINGLE PHASE SERVICE CONNECTION WITH PVC 2.5/4.0 MM2 TWIN CORE CABLE FROM TERMINAL POLE TO METERING POINT INCLUDING FIXING OF METER WITH METER EARTHING COMPLETE WORK AS PER STANDARD SPECIFICATION BUT EXCLUDING COST OF MATERIALS

No. 234.00

35 9904010001

PROVIDING THREE PHASE 4 WIRE SERVICE CONNECTION WITH PVC 4MM2/10MM2 FOUR CORE CABLE FROM TERMINAL POLE TO METERING POINT INCLUDING FIXING OF METER WITH METER EARTHING COMPLETE WORK AS PER STANDARD SPECIFICATION BUT EXCLUDING COST OF MATERIALS.

No. 322.00

36 9911000004 Rebinding and cleaning of 11KV /LT PIN/DISC insulator, Pin binding of conductor as per specifications given by Engineer-in-charge.

Per Pole 29.00

37 9908000050 Refitting /Replacement of Lightening Arrestors No. 22.00

38 9911000010

REFIXING AND CHANGING HEIGHT OF TOP FITTING X ARM IN PROPER POSITION WITH SHORT FALL BOLTS AND NUTS TO BE PROVIDING BY CONTRACTOR AND DRILLING OF ADDITIONAL HOLES.

No. 39.00

39 9911000059 Rejumpering work of HT line No. 58.00

40 9911000007 Repairing / Adjusting tension of existing Guy/Stay set including providing /Replacement of stay insulator

No. 108.00

41 9908000168 Replacement of Meter (1-Ph.) at consumer installation with wiring (Including cost of fasteners)

No. 36.00

42 9908000011 Replacement of 100 KVA( or less than 100KVA) distribution box complete including transportation as per specification.

No. 723.00

43 9908000003 Replacement of 11KV Disc Insulator with Hardware as per specification. No. 101.00

44 9908000010 Replacement of 200 KVA(and above 200KVA) distribution box complete including transportation as per specification.

No. 1301.00

45 9908000009 Providing/Replacement of DO Fuse/ AB Switch on DP complete including fabrication and colour code, jumpering and proper Alignment of AB Switch and transportation.

No. 506.00

Page 21: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.21

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

SR. No. ITEM CODE DESCRIPTION

UNIT OF MEASUREMENT

RATE IN RS.

46 9908000008 Replacement of LT shackle Insulator and Binding No. 29.00

47 9908000007 Replacement of LT Cross Arm Including Transportation No. 72.00

48 9911000221 Replacement of pole mounted 1- Ph./3-ph Service Connection Box including reconnecting all connections

No. 145.00

49 9908000016 Replacement of single phase Old service by new service including shortfall reel insulators, Egg insulators, nails, Fixing fastners etc.

No. 58.00

50 9908000051 Replacement of Top Fitting No. 36.00

51 9908000001 Replacement of V cross arm including painting and transportation No. 145.00

52 9903000004 Restringing of ACSR/AAAC cond size(34/55 sqmm)Bare/Coated conductor( considering 30 meter span length)

Per Span 65.00

53 9903000001 STRINGING OF 30MM2 ACSR/34MM2,55MM2 AAA CONDUCTOR FOR 11/22KV & LT LINES INCLUDING FIXING OF INSULATORS,BINDING JUMPERING ETC

Km. 1246.00

54 9903000007

STRINGING OF 11KV ABC OF FOLLOWING SIZES IN URBAN AREA INCLUDING FIXING OF CROSS ARM, SSPECIAL DESIGN SUSPENSION/TENSION CLAMP, BINDING TO PIN INSULATOR, PREPARING SHCKLE POINT JUMPERS ETC. AS REQUIRED AND DIRECTED BY ENGINEER-IN-CHARGE (I) 3X95MM2+1X80MM2 (II)3X70MM2 + 1X70MM2

Km. 26630.00

55 9903000005 Stringing of LT 2W Arial Bunch cable ( All Size) Km. 5682.00

56 9903000006 stringing of LT 4W Arial Bunch cable ( All Size) Km. 14203.00

57 9901000001 Tapping from Existing HT pole No. 284.00

58 9901000002 Tapping from Existing LT pole Single phase No. 30.00

59 9901000003 Tapping from Existing LT pole Three phase No. 55.00

60 9911000072 Thread burning of HT/ LT lines including cost of oil bamboo etc. Per Span 43.00

61 9902030019 Dismantling of double pole Structure Completely Excluding Guy and Earthing for 25 to 200KVA X'mer on RSJ 9 & 11Mtr Poles and crediting of materials to the Store

No. 3131.5

62 9907000012 Dismantling of DP structure of PSC poles of 8Mtrs to 13Mtrs long and crediting of materials to the Store

No. 938.5

63 9907000013 Dismantling of DP structure of 8 to 13 MTR RSJ poles and crediting of materials to the Store

No. 1231

64 9902030020 Dismantling of double pole Structure Completely Excluding Guy and Earthing for 25KVAto 200KVA X'mer(including transformer) on 200KG PSC Poles and crediting of materials and transformer to the Store

No. 2778.5

65 9911000019 Installation of energy meter and MM/SMC box for DTR with electrical wiring on transformer center.

No. 429.00

66 9907000025 Dismantling of Aerial Bunch Cable 11 KV HT Any Capacity Km. 13315.00

Page 22: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.22

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

SR. No. ITEM CODE DESCRIPTION

UNIT OF MEASUREMENT

RATE IN RS.

67 9907000025 Dismantling of Aerial Bunch Cable LT 1 Phase 2W Any Capacity Km. 2841.00

68 9907000025 Dismantling of Aerial Bunch Cable LT 3 Phase 4 wire any Capacity Km. 7101.50

69 9902010002 ERECTION OF PSC POLE 10 MTR No. 1374.00

70 9911000062

PAINTING OF STEEL POLE INCLUDING FABRICATION Before painting, existing Paint /Rust should be scraping out & than apply ONE coat of Red-Oxide & TWO coats of approved ASIAN/BERGER Oil paint SILVER & BLACK colour (Black 1-mfrom G Level)

No. 400

71 9911000065 PAINTING OF DP STRUCTURE (STEEL POLE)/ TC STRUCTURE INCLUDING FABRICATION Other Conditions Same as Painting of Pole Mentioned Above

No. 900

Total :- 499964.00

To be filled by the Contractor / Bidder

__________ % ___________ (Please write % in Numeric figure and Above / Below / As per Estimate Rate). Service Tax ______________ (Please write Inclusive / Exclusive).

Page 23: Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various

Page

No.23

Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016

“Schedule – A” (To be submitted in Technical Bid Cover in physical form & it is mandatory) Schedule showing approximately the materials to be supplied from the Departmental Store for

work entrusted to any contractor for execution and the rate at which they are charged for.

Sr. No

Particular Rate at Which Material will be Supplied

Delivery Place

1 The materials such a fabricated items ACSR Conductors, guy wires, GI Wires, Transformers, Dist. Box all aluminum Conductor, Insulators steel poles Except PSC etc. earthing plate.

Free of Cost Divisional Store Pratapnagar / West Division or anywhere in Baroda

2 Tools & Tackles & Paints For Painting of Poles & Fabrication.

To be procured by Contractor Rates are inclusive.

3 Sand, Gravel, water etc required for concreting & muffing.

To be procured by Contractor Rates are inclusive.

4 MS Bolts and nuts with washers of required sizes

Free of Cost S.Dn Store

5 Salt and coal for earthing. To be procured by Contractor Rates are inclusive.

6 GI Wire SWG: 8 & rigid PVC pipe of 20mm dia meter.

Free of Cost Divisional Store Pratapnagar / West Division or anywhere in Baroda or S.Dn Store

Note: - 1. If Nut Bolts are not provided by MGVCL, same should be procured by Contractor the

Payment will be made as per approved rates (The Nut Bolts Procured by Contractors should be

Slandered & IS Marked and should be approved from Engineer In charge).

2. For non crediting empty drums by contractor Rs. 150/- per Drum will be recovered

from the Bill.