Vous êtes sur la page 1sur 20

Tender document against Short Term Tender No.

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

“Construction of 33/11 kV 2x5 MVA Sub station at Kumbhrawa”

Cost of document : Rs. 550.00 (Non refundable)


Earnest Money : Rs. 10000.00
Date of opening : 16.01.2013
e/;kWpy fo|qr forj.k fuxe fyfeVsM
fufonk lwpuk
v/kksgLrk{kjh }kjk fuEufyf[kr fufonkvksa ds le{k muds lEeq[k vafdr dk;ksZa dks laikfnr djkus gsrq fo|qr lqj{kk
funs'kky; }kjk tkjh “d” Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjksa ls nks Hkkxksa esa vyx&vyx eqgjcUn fufonk;sa
i`Fkd&i`Fkd fufonk ds lEeq[k vafdr fnukWd dks 14-00 cts rd vkeaf=r dh tkrh gSa] tks mlh fnu 15-00 cts fufonknkrkvksa
vFkok muds vf/kd`r izfrfuf/k;ksa ds le{k v/kksgLrk{kjh vFkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;saxhA fufonk [kqyus dh frfFk
dks vodk'k gksus dh fLFkfr esa fufonk;sa mijksDr fu/kkZfjr le; rd vxys dk;Z fnol esa izkIr@ [kksyh tk;saxhA fufonk ds izFke
Hkkx esa ¼1½ /kjksgj jkf'k] ¼2½ Lo;a }kjk izekf.kr v|ru~ “d” Js.kh dk ykblsUl ¼3½ QeZ dh lk[k dh iqf”V gsrq vfHkys[k ¼6½ vuqHko
ds laca/k esa foxr o”kksZa esa lkeku dk;Z dks laikfnr djus laca/kh vuqcU/k@vuqcU/kksa dh lwph izLrqr djuk gksaxkA fufonk ds f}rh;
Hkkx esa enokj njsa o okf.kfT;d ’krsZa nsuh gksaxhA fufofnr dk;Z dh ek=k 10% rd ?kV&c<+ ldrh gSA izR;sd fufonk izi= dk
ewY; fufonk ds lEeq[k ¼vizfrns;½ O;kikj dj lEefyr djrs gq,] vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½] yslk] y[kuÅ ds i{k
esa ns; cSad Mªk¶V@ cSadlZ psd vFkok udn Hkqxrku dj [kqyus dh frfFk ls ,d fnu iwoZ rd izkIr fd;s tk ldrs gSA fufonk izi=
e/;kWpy fo|qr forj.k fuxe fy0 dh osclkbV www.mvvnl.in ls Hkh izkIr@MkmuyksM fd;s tk ldrs gSaA osc lkbV ls izkIr fd;s
x;s fufonk izi= dk ewY; dk cSad Mªk¶V fufonk ds izFke Hkkx esa j[kuk vfuok;Z gksxkA izR;sd fufonk dh /kjksgj jkf'k fufonk ds
lEeq[k vafdr jk”Vªh;d`r cSad }kjk tkjh cSad Mªk¶V@ ,QMhvkj@ lhMhvkj@ VhMhvkj vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½]
yslk] y[kuÅ ds i{k es ns;] layXu djuk gksxkA fufonk ds izFke Hkkx esa okWfNr vgZdkjh ’krsZa iw.kZ djus okys fufonknkrkvksa dh gh
fufonk dk f}rh; Hkkx ;Fkk lEHko mlh fnu [kksyk tk;sxkA
1- fufonk la0 97@foufuea ¼ia0½@yslk@ 2012&13 % izLrkfor 33@11 dsoh fo|qr midsUnz dqEgjkWok dks iksf”kr djus gsrq 33
dsoh 3x300 oxZ feeh Mcy lfdZV mifjxkeh ,oa Hkwfexr ykbu dk fuekZ.k dk;ZA fufonk izi= dk ewY; 1100-00] /kjksgj
/kujkf’k :0 40000@& ,oa fufonk [kqyus dk fnukad 16-01-2013
2- fufonk la0 98@foufuea ¼ia0½@yslk@ 2012&13 % dqEgjkWok es 33@11 dsoh 2x5 MVA midsUnz dk fuekZ.k dk;ZA fufonk
izi= dk ewY; 550-00] /kjksgj /kujkf’k :0 10000@& ,oa fufonk [kqyus dk fnukad 16-01-2013

v/kh{k.k vfHk;Urk
fo|qr uxjh; fuekZ.k e.My ¼iape½
yslk Hkou] jsthMsUlh]
y[kuÅ
“jk”Vª fgr esa fctyh cpk;sa”
INSTRUCTIONS TO TENDERERS
1.00 GENERAL INSTRUCTIONS:

1.01 Tenderers are requested to go through the instructions carefully & furnish complete information
along with their tender bid offer, failing which their tender may not be considered at all. Tender
shall be received in two parts, each part shall be in separate covers as under:

a) Tender Bid part-I: Shall contain Earnest Money for Rs. 10000.00 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 credibility (iii) List of agreements or photocopy of agreements executed such type of
work in support of their past experience/performance and submitted satisfactory report of
completion of the work. 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. 98/EUCC (V)/ LESA/ 2012-13 due for opening on
16.01.2013 at 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. 98/ EUCC (V)/ LESA/ 2012-13 due for opening on 16.01.2013 at 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. 10000.00 (Rs.
Ten 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.
5.01 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:
6.01 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.
Cont'd ……… 3
:3:
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.
7.00 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS
TENDER SPECIFICATION NO.98/ 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, Gokhale Marg, 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. 98/EUCC(V) 2012-13

From:

To: The Superintending Engineer,


Electricity Urban Construction Circle (V), LESA,
Madhyanchal Vidyut Vitran Nigam Limited,
LESA Bhawan, Residency,
Lucknow.

Sub:- Offer for execution of works required for “Construction of 33/11 kV 2x5 MVA Sub station at
Kumhrawa and other associated work” against Tender Specifications No. 98/ EUCC (V)/ LESA/
2012-13 due for opening on 16.01.2013 at 15:00 hrs.
Sir,
With reference to your invitation to tender for the above I/We hereby offer to the
Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed
or such portion thereof as you determine in strict accordance with the annexed Special conditions of
contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and
in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions.
The rates quoted are firm and in full satisfaction of all claims.
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 re main valid upto six months from the date of opening of offer.

A sum of Rs.………………………………………….in the form of ………………………………………


as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the
Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions
of contract.

I/We hereby undertake and agree to execute a contract in the form annexed hereto in
accordance with the condition of contract.
Yours faithfully,

Signature of the Tenderer

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

Witness:
Address
ANNEXURE – II
TENDER PROFORMA
(To be filled & submitted by the Tenderer in Tender Bid Part –II)

IMPORTANT INSTRUCTIONS TO THE TENDERERS

Your tender shall not be considered, if you fail to submit this 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. 98/ EUCC (V)/ LESA/2012-13
DUE FOR OPENING ON 16.01.2013 AT 15.00 hrs.

I/We the undersigned have carefully examined the General Conditions of contract form A and
other terms & conditions of the tender specification and I/We hereby confirm that all the terms
& conditions contained in form A and other terms and conditions of tender specification under
reference are acceptable to me/us with the following deviations:

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 33/11 kV 2x5 Sub station
Kumhrawa and other associated work” against Tender Specifications No. 98/ EUCC (V)/ LESA/ 2012-
13 due for opening on 16.01.2013 at 15:00 hrs.
Sl. Description of Works Unit Qty.
No.
1 Carriage of all the concerning material from store center to JE's dump store& from dump
store to the site of work including loading, unloading and proper stacking at the site etc.
Distance Approx.35 Kms.
(A)33 KV VCB job 3
(B) 33KV CONAROL PANELFOR DOUBLE T/F No 1
(C) 33KV CONAROL PANELFOR SINGLE FEEDER Nos. 1
(D) 33 KV LIGHTENING ARRESTOR Nos. 9
(E) 33 kV Line isolator & Bus isolator Nos. 5
(F) 33 KV CT 200/100/1 AMP Nos. 9
(G) 11 KV VCB INCOMING , OUTGOING PANEL & Bus coupler Nos. 9
(H) ACSR Panther conductor Mtr. 400
(I) 11 KV 3X300 Sq mm XLPE CABLE Mtr 100
(J) 11 KV 3X185 & 3x70 Sq mm XLPE CABLE Mtr 350
(K) 11/0.4 KV 63 KVA T/F Nos. 1
(L) RAIL,STAY/GI WIRE,MS ANGLE&CHANNEL Qtl 90
(M) S.T POLE 9/11 m LONG No 14
(N) Single CKT ABC Mtr 150
(o) LT Cable 3.5X70 sq mm Mtr 90
2 Construction of Toe wall around the outdoor Swithyard of the S/s of size 0.75x0.75
Mt.At Base and 0.25 Mt. At top as per RESSPO Norms lst class bricks in the ratio 1:6.
Base concreting of the wall to be done in ratio 1:6:12 and plaster 12 mm thick in ratio
1:4. RMT 120
3 Fabrication of swichyard fencing with wiremesh10SWG(37mmx50mm) as per drawing
along with Fabrication of one number gate made of MS Angle, MS Channel, MS Flat
together with locking arrangement, its Installation including the cost of civil material,
angle 50x50x6mmchannel and MS flat. RMT 120
4 EARTH MAT Laying of earth mat in the switchyard by laying of M.S. Round of 32 mm
dia in 500 mm deep trenches with M.S. Round 32mm dia,3 Mtr. Long earth electrodes as
per drawing. The work includes welding of the M.S. Round, connecting all steel
structures in the switchyard with the earth mat by means of G.I. strips of size 50x6mm as
per item below.
a) Excavation of earth for laying mat RMT. 300
b) Driving of earth electrode. No. 56
c) Laying of earthmat (M.S.) Bar including cutting, shaping and binding etc) RMT. 300
d) Preparation of joints, proper making and welding; of main earthmat bar joints and
applying, bitumen, bitumen impregnated on joints I.e. End Joints. Cross Joints, Lap
Joints. No. 150
e) Welding of riser strip with earthmat and department structure body (One set means one
riser strip welding to main equipments). RMT 200
5 PLINTH OF 5 MVA.33/11 KV T/Fs Construction of plinth of size 3.46x3.46 Mtr. For 5
MVA T/F HAVING 0.4 Mtr. Above ground level . The work including excavation of
foundation .base concreting in CC 1:6:12 ratio (cement ,fine sand & brick ballast)first
class brick work in cement mortar of ratio 1:4 foundation CC in 1:4:8 ratio (cement ,fine
sand & brick blast) and RCC working ratio 1:2:4 (cement ,coarse sand and stone grit of
20mm gauge using MS Bars of 10mm dia (1 or ) in reiactercement including its cutting ,
bending &binding in required shape .The work also includes laying of 2 Nos . 3.46 Mts.
Long each rail places completer with cutting welding & proper fitting etc. The plinth will
be made as per drawing and shall be plastered/ finished on top and sides of the plinth . NO. 2
6 Fabrication, Erection ,Alignment ,grouting and Plinthing of Following structure as
per standard practice specification:-
a) Bus Bar gantry No. 3
b) Terminal gantry No. 1
c) Isolator structure No. 5
d) Current Transformer Structure No. 3
e) Lighting arrestor structures No. 3
f) Transformer Neutral 'L' Bracket Stand No. 2
g) Cable Stand Structure for 11 KV Cable No. 3
7- PLINTH FOR VCB
Construction of plinth of size 2.0 mtr x 1.5 mtr x 0.9 mtr suitable for erection of super
structure for 33KV VCB including grouting of anchor bolts in proper alignment and level.
Scope of work includes excavation of foundation base concreting in CC 1:6:12(cement,
fine sand & brick ballast ),1st class brick work in cement mortar of ratio 1:4 CC in ratio
1:4:8 and RCC work in ratio 1:2:4(cement coarse sand and stone grit of 20mm gauge
)as per drawing. NO. 3
8 PLINTH FOR 11/0.4 63 KVA T/F
Construction of plinth of size 2.0 mtr x 2.0 mtr x 1.0 mtr suitable for erection 11/0.4 63
KVA T/F in proper alignment and level. Scope of work includes excavation of
foundation base concreting in CC 1:6:12(cement, fine sand & brick ballast ),1st class
brick work in cement mortar of ratio 1:4 CC in ratio 1:4:8 and RCC work in ratio
1:2:4(cement coarse sand and stone grit of 20mm gauge )as per drawing. NO. 1
9 ERECTION & INSTALLATION OF 33/11KV,5MVA TRANSFORMERS
A)Erection and installation of 33/11kv,5mva transformers in a leveled
position on the plinth. The work include shifting of transformer to the
site of installation within the substation premises, assembling fixing and fitting of all
accessories and filling of transformer oil to the desired level and insuring that there is no
leakage. NO. 2
B) Earthing by way of boring and lowering of "B" class GI pipe 50mm
dia from ground upto the water level (minimum 40 meter deep) to the lower level with a
solid copper cone approx 9 inches long and 750 gram in weight provided screwed in
connecting and bringing out continuous copper wire 8 SWG from the cone to the ground
surface where it will be connected to the GS strip for transformer neutral connection. The
earth strip will be welded to the GI pipe the work also includes cap and clamp for pouring
water the cost of all material with all labour & T&P etc. complete in all respect. NO. 8
10 INSTALLATION OF ISOLATORS
Assembling and installation of line/bus isolator on the
isolator structure adjusting of opening mechanism in proper alignment
so as to ensure smooth operation of the same in case of line isolator
proper operation of earth links shall also be insured.
The work includes fabrication for proper flexing if required. NO. 5
11 INSTALLATION OF LIGHTENING ARRESTORS

Assembling and installation Mounting of 3Nos lightening arrestors on the L.A.Structure/


complete with making earth connections (separate)and line connections the work
includes fabrication for proper fixing if required.
SET 3
12 INSTALLATION OF CTS
Installation of 3 Set. CTs, on CTs structure .The work includes fabrication for proper
fixing if required. SET 3
13 Installation of 33KV VCB complete work including commissioning. NO. 3
14 INSTALLATION OF SWITCHGEARS IN CONTROLROOM
A) Shifting carefully & safely 11KV switchgear from outside of the
switchgear room, incluing grouting the two No.100x50x6mm channels
pieces (each 800mm long including cutting to size) and foundation
bolts in 1;2:4 CC (including cutting of CC of the floor and
finishing of floor)as per direction of Engineer incharge, placing and fixing
of switchgear on foundation providing G.I. Nuts & Bolts of proper size in
proper position and alignment and checking, complete work with Mounting of P.T on
incoming S/G. NO. 9
B) Fixing and making bus bar connections in between all switchgears
after cleaning and tapping with H.T.Tape, empire tape and PVC tape
properly, providing and fixing of 6 mm thick bakelite separators and plugging of all
opening & holes with plastic compound complete work including cost of all material
(except copper Bus Bars)strictly to the satisfaction of site in- charge. job 1
c) Shifting carefully & installation of 33KV double transformer and single line control
panel in control room including grouting of above. NO. 2
15 EARTHING OF 11KV & 33KV SWITCHGEARS
A) Earthing of indoor equipments by means of M.S strip 50x6mm from switch yard
earthing. job 1
16 Supply and Installation of 24 Volt 15 AH Battery and Charger including its
commissioning. NO. 1
17 H.T.CABLE LAYING
A) Laying & dressing of 11KV,3X300sq.mm under ground cable from
5MVA T/F to 11KV incoming switchgear in the trench 450 mm wide,
900mm deep providing fine sand . The cable shall be duly protected
by Ist class bricks, two on either side and third on top of the cables,
.The work includes supplying of fine sand & bricks, refilling and ramming of the left out
soil ,closing the trench and leveling. Mtr 100
B) Laying & dressing of 11KV,3X185/70sq.mm under ground cable from outgoing
switchgear to double pole / 63 KVA T/F in the trench 450 mm wide,900mm deep
st
providing fine sand . The cable shall be duly protected by 1 class bricks, two on either
side and third on top of the cables,. The work includes supplying of fine sand & bricks,
refilling and ramming of the left out soil ,closing the trench and leveling.. Mtr 350
18 SUPPLY & FIXING OF 11KV CABLE ENDS
A) Supply & fixing of 11KV,3x300sq.mm XLPE Cable out door jointing
kits . NO. 2
B) Supply & fixing of 11KV,3x300sq.mm XLPE Cable In door jointing
kits . NO. 2
C)Supply & fixing of 11KV,3x185sq.mm XLPE Cable out door jointing kits NO. 5
D)Supply & fixing of 11KV,3x185 sq.mm XLPE Cable In door jointing kits NO. 5
E)Supply & fixing of 11KV,3x70sq.mm XLPE Cable out door jointing kits NO. 1
F)Supply & fixing of 11KV,3x70 sq.mm XLPE Cable In door jointing kits NO. 1
E)Hosting of 11kv cable with 100 mm Dia ,3.5 mtr. Long GI Pipe on the double pole. NO. 5
19 33kV SECTIONATAL BUS BAR AND STRINGING: Stringing of 33KV bus bar using
and laying of ACSR Panther Conductor including fixing of Disc insulators. Strings and
tension fitting complete with sagging of bus bar etc. and making vertical/Horizontal
jumper connection through PG Clamp and connecting all the equipments with each other
through connecting clamps. job 1
20 FABRICATION AND ERECTION OF DOUBLE POLE : A) Erection and grouting of 2
nos. ST POLE 11MTR. for making DP structure including fabrication fixing of M.S
channel, M.S.Angle. The work includes supply and fixing of necessary clamps with nuts,
bolts and washers. The work also includes grouting of double pole supports in CC 1:4:8
in block of size 0.45 Mtrx0.45 Mtr x2.0 Mtr earthing of double pole with M.S earthing rod
complete in all respect. NO. 5
B) Erection & installation of 11/0.4 KV 63 KVA T/F
including shifting of the same upto Plinth and making of 11KV
connections to the transformer. The work includes supply of material
required such as clamps, nuts & bolts etc for Commissioning of T/F. NO. 1
21 STATION/SWITCYARD LIGHTING
A) Erection of 9 Mt. STP after excavation of earth in any type of soil and grouting of CC
in ratio 1:4:8 (cement coarse sand & brick ballast) as per RESSPO Drg. With plinth. NO. 4
B)Fixing & supply opf 40 watt. Street Tube light fitting and of standard quality ISI mark
with water light fittings, elbow etc. complete in all respect and suitable for above STP
supports. NO. 4
C) Laying and spreading of 3.5 x 70 Sq.mm PVC LT cable from 11/.04 kv,63KVA T/F to
LT Distribution Board in switchgear room after digging the trench,laying cable and
refilling of trench including connection at both ends after providing and crimpling of lugs
of proper size, complete work. Mtr 70
D)Stringing and sagging of Single CKT ABC from S.G. room 2 street light supports
making connections at poles with street light fittings, complete in all respect. Mtr 150
22 Supply Laying and dressing of control cable
2
a) 2X2.5 mm M 350
2
b) 4X2.5 mm M 350
2
c) 6X2.5 mm M 200
23 Ferruling and termination of control cable Job 1
24 Construction of cable trench 200 mm wide 300 mm deep with MS strip at a distance of
1m with brick work 1:4:8 in foundation 12 mm thick plaster of 1:4 cement coarse sand for
finishing along with MS stip RMT 70
25 Construction of trench cover 600 mm long75 mm thick for cable trench including cost of
material, labour & T&P
NO. 140
26 Brick on edge soling in switch yard complete including cost of material, labour & T&P
sq. m 80
27 PAINTING OF STRUCTURE
Painting of the following structures with one coat of ready mixed primer
and two coats of aluminum paint of good quality including cost of
material, labour & T&P complete in all respect
A)Bus Gantry(Complete Set) NO. 3
B)Terminal Gantry NO. 1
C)Isolator structure NO. 5
D)L.A. ,CT . NO. 6
28 Supply and installation of Fire fighting extinguisher of Sub-Station as per ISI
Specification including mounting on wall with the help of clamp. NO 2
29 Supply and fixing of CT junction box NO 3
30 High pressure testing NO 2
31 Grouting binding of stay set NO 20

Materials to be supplied by Department


1 33KVLine Isolator
2 33KV Bus Isolator
3 33KV Pin Insulator
4 33KV Lightening Arrestor Set
5 33KV Post Insulator
6 33/11KV 5MVA T/F
7 90 Los. Rail/RS Joist
8 11KV Incoming Switchgear 600/300/5 Amp with 460 MVA PT
9 33KV VCB with DOUBLE T/F/FDR Control Panel, CT & structure
10 11Kv outgoing Swithgear 200/100/5 Amp.
11 11 KV XLPE Cable 3x300 Sq. mm. as per availbilty and suitability.
12 11KV XLPE 3x185 Sq.mm Cable.
13 ST POLE 9/11 MTR.
14 ACSR Weasel Conductor
15 ACSR Deer Conductor/panther
16 63 KVA T/F 11/.4KV
17 11KV Disc Insulator 70 KN.
18 Disc.insulator 4500Kg.
19 11 KV Pin insultor
20 Stay wire
21 Earth Wire
22 G.I Wire 10/6 SWG
23 32 Sq.mm MS Rod
24 M.S.Angle/M.S.Channel/R.S.Joist.

Any other material, fitting, accessories, equipments, apparatus which might not have been mentioned
in the bid document but which are used and necessary for completion of the work as per RESSPO
Norms/ relevant ISS shall be arranged by the contractor.

(S.C. Bharati)
Superintending Engineer (V)
ANNEXURE-V
Price Schedule for execution of works required “Construction of 33/11 kV 2x5 Sub station Kumhrawa
and other associated work” against Tender Specifications No. 98/ EUCC (V)/ LESA/ 2012-13 due for
opening on 16.01.2013 at 15:00 hrs.

Sl. Description of Work Unit Unit Rate (Rs)


No In figures In words
1 Carriage of all the concerning material from store center to JE's dump
store& from dump store to the site of work including loading, unloading
and proper stacking at the site etc. Distance Approx.35 Kms.
(A)33 KV VCB job
(B) 33KV CONAROL PANELFOR DOUBLE T/F No
(C) 33KV CONAROL PANELFOR SINGLE FEEDER Nos.
(D) 33 KV LIGHTENING ARRESTOR Nos.
(E) 33 kV Line isolator & Bus isolator Nos.
(F) 33 KV CT 200/100/1 AMP Nos.
(G) 11 KV VCB INCOMING , OUTGOING PANEL & Bus coupler Nos.
(H) ACSR Panther conductor Mtr.
(I) 11 KV 3X300 Sq mm XLPE CABLE Mtr
(J) 11 KV 3X185 & 3x70 Sq mm XLPE CABLE Mtr
(K) 11/0.4 KV 63 KVA T/F Nos.
(L) RAIL,STAY/GI WIRE,MS ANGLE&CHANNEL Qtl
(M) S.T POLE 9/11 m LONG No
(N) Single CKT ABC Mtr
(o) LT Cable 3.5X70 sq mm Mtr
2 Construction of Toe wall around the outdoor Swithyard of the S/s
of size 0.75x0.75 Mt.At Base and 0.25 Mt. At top as per RESSPO
Norms lst class bricks in the ratio 1:6. Base concreting of the wall to
be done in ratio 1:6:12 and plaster 12 mm thick in ratio 1:4. RMT
3 Fabrication of swichyard fencing with
wiremesh10SWG(37mmx50mm) as per drawing along with Fabrication
of one number gate made of MS Angle, MS Channel, MS Flat together
with locking arrangement, its Installation including the cost of civil
material, angle 50x50x6mmchannel and MS flat. RMT
4 EARTH MAT Laying of earth mat in the switchyard by laying of M.S.
Round of 32 mm dia in 500 mm deep trenches with M.S. Round 32mm
dia,3 Mtr. Long earth electrodes as per drawing. The work includes
welding of the M.S. Round, connecting all steel structures in the
switchyard with the earth mat by means of G.I. strips of size 50x6mm
as per item below.
a) Excavation of earth for laying mat RMT.
b) Driving of earth electrode. No.
c) Laying of earthmat (M.S.) Bar including cutting, shaping and binding
etc) RMT.
d) Preparation of joints, proper making and welding; of main earthmat bar
joints and applying, bitumen, bitumen impregnated on joints I.e. End
Joints. Cross Joints, Lap Joints. No.
e) Welding of riser strip with earthmat and department structure body
(One set means one riser strip welding to main equipments). RMT
5 PLINTH OF 5 MVA.33/11 KV T/Fs Construction of plinth of size
3.46x3.46 Mtr. For 5 MVA T/F HAVING 0.4 Mtr. Above ground level .
The work including excavation of foundation .base concreting in CC
1:6:12 ratio (cement ,fine sand & brick ballast)first class brick work in
cement mortar of ratio 1:4 foundation CC in 1:4:8 ratio (cement ,fineNO.
sand & brick blast) and RCC working ratio 1:2:4 (cement ,coarse sand
and stone grit of 20mm gauge using MS Bars of 10mm dia (1or) in
reiactercement including its cutting , bending &binding in required
shape .The work also includes laying of 2 Nos . 3.46 Mts. Long each
rail places completer with cutting welding & proper fitting etc. The plinth
will be made as per drawing and shall be plastered/ finished on top and
sides of the plinth .
6 Fabrication, Erection ,Alignment ,grouting and Plinthing of
Following structure as per standard practice specification:-
a) Bus Bar gantry No.
b) Terminal gantry No.
c) Isolator structure No.
d) Current Transformer Structure No.
e) Lighting arrestor structures No.
f) Transformer Neutral 'L' Bracket Stand No.
g) Cable Stand Structure for 11 KV Cable No.
7- PLINTH FOR VCB
Construction of plinth of size 2.0 mtr x 1.5 mtr x 0.9 mtr suitable for
erection of super structure for 33KV VCB including grouting of anchor
bolts in proper alignment and level. Scope of work includes excavation
of foundation base concreting in CC 1:6:12(cement, fine sand & brick
ballast ),1st class brick work in cement mortar of ratio 1:4 CC in ratio
1:4:8 and RCC work in ratio 1:2:4(cement coarse sand and stone grit of
20mm gauge )as per drawing. NO.
8 PLINTH FOR 11/0.4 63 KVA T/F
Construction of plinth of size 2.0 mtr x 2.0 mtr x 1.0 mtr suitable for
erection 11/0.4 63 KVA T/F in proper alignment and level. Scope of
work includes excavation of foundation base concreting in CC
1:6:12(cement, fine sand & brick ballast ),1st class brick work in
cement mortar of ratio 1:4 CC in ratio 1:4:8 and RCC work in ratio
1:2:4(cement coarse sand and stone grit of 20mm gauge )as per
drawing. NO.
9 ERECTION & INSTALLATION OF 33/11KV,5MVA TRANSFORMERS
A)Erection and installation of 33/11kv,5mva transformers in a leveled
position on the plinth. The work include shifting of transformer to the
site of installation within the substation premises, assembling fixing
and fitting of all accessories and filling of transformer oil to the desired
level and insuring that there is no leakage. NO.
B) Earthing by way of boring and lowering of "B" class GI pipe 50mm
dia from ground upto the water level (minimum 40 meter deep) to the
lower level with a solid copper cone approx 9 inches long and 750
gram in weight provided screwed in connecting and bringing out
continuous copper wire 8 SWG from the cone to the ground surface
where it will be connected to the GS strip for transformer neutral
connection. The earth strip will be welded to the GI pipe the work also
includes cap and clamp for pouring water the cost of all material with
all labour & T&P etc. complete in all respect. NO.
10 INSTALLATION OF ISOLATORS
Assembling and installation of line/bus isolator on the isolator structure
adjusting of opening mechanism in proper alignment so as to ensure
smooth operation of the same in case of line isolator
proper operation of earth links shall also be insured.The work includes
fabrication for proper flexing if required. NO.
11 INSTALLATION OF LIGHTENING ARRESTORS Assembling and
installation Mounting of 3Nos lightening arrestors on the L.A.Structure/
complete with making earth connections (separate)and line
connections the work includes fabrication for proper fixing if required.
SET
12 INSTALLATION OF CTS
Installation of 3 Set. CTs, on CTs structure .The work includes SET
fabrication for proper fixing if required.
13 Installation of 33KV VCB complete work including commissioning. NO.
14 INSTALLATION OF SWITCHGEARS IN CONTROLROOM
A) Shifting carefully & safely 11KV switchgear from outside of the
switchgear room, including grouting the two No.100x50x6mm channels
pieces (each 800mm long including cutting to size) and foundation
bolts in 1;2:4 CC (including cutting of CC of the floor and
finishing of floor)as per direction of Engineer in-charge, placing and
fixing of switchgear on foundation providing G.I. Nuts & Bolts of proper
size in proper position and alignment and checking, complete work with
Mounting of P.T on incoming S/G. NO.
B) Fixing and making bus bar connections in between all switchgears
after cleaning and tapping with H.T. Tape, empire tape and PVC tape
properly, providing and fixing of 6 mm thick bakelite separators and
plugging of all opening & holes with plastic compound complete work
including cost of all material (except copper Bus Bars)strictly to the
satisfaction of site in- charge. job
c) Shifting carefully & installation of 33KV double transformer and
single line control panel in control room including grouting of above. NO.
15 EARTHING OF 11KV & 33KV SWITCHGEARS
A) Earthing of indoor equipments by means of M.S strip 50x6mm from
switch yard earthing. job
16 Supply and Installation of 24 Volt 15 AH Battery and Charger including
its commissioning. NO.
17 H.T.CABLE LAYING
A) Laying & dressing of 11KV,3X300 sq. mm under ground cable from
5MVA T/F to 11KV incoming switchgear in the trench 450 mm wide,
900mm deep providing fine sand . The cable shall be duly protected
by Ist class bricks, two on either side and third on top of the cables.The
work includes supplying of fine sand & bricks, refilling and ramming of
the left out soil ,closing the trench and leveling. Mtr
B) Laying & dressing of 11KV,3X185/70sq.mm under ground cable
from outgoing switchgear to double pole / 63 KVA T/F in the trench
450 mm wide,900mm deep providing fine sand . The cable shall be
st
duly protected by 1 class bricks, two on either side and third on top of
the cables,. The work includes supplying of fine sand & bricks, refilling
and ramming of the left out soil ,closing the trench and leveling.. Mtr
18 SUPPLY & FIXING OF 11KV CABLE ENDS
A) Supply & fixing of 11KV,3x300sq.mm XLPE Cable O/D jointing
kits . NO.
B) Supply & fixing of 11KV 3x300sq.mm XLPE Cable I/D jointing
kits . NO.
C)Supply & fixing of 11KV,3x185sq.mm XLPE Cable out door jointing
kits NO.
D)Supply & fixing of 11KV,3x185 sq.mm XLPE Cable In door jointing
kits NO.
E)Supply & fixing of 11KV,3x70sq.mm XLPE Cable out door jointing
kits NO.
F)Supply & fixing of 11KV,3x70 sq.mm XLPE Cable In door jointing kits NO.
E) Hoisting of 11kv cable with 100 mm Dia ,3.5 mtr. Long GI Pipe on
the double pole. NO.
19 33kv SECTIONATAL BUS BAR AND STRINGING
Stringing of 33KV bus bar using and laying of ACSR Panther
Conductor including fixing of Disc insulators. Strings and tension fitting
complete with sagging of bus bar etc. and making vertical/Horizontal
jumper connection through PG Clamp and connecting all the
equipments with each other through connecting clamps. job
20 CONSTRUCTION OF 11/0.4KV Plinth /DOUBLE POLE
A) Erection and grouting of 2 nos. ST POLE 11MTR. for making DP
structure including fabrication fixing of M.S channel, M.S.Angle. The
work includes supply and fixing of necessary clamps with nuts, bolts NO.
and washers. The work also includes grouting of double pole supports
in CC 1:4:8 in block of size 0.45 Mtrx0.45 Mtr x2.0 Mtr earthing of
double pole with M.S earthing rod complete in all respect.
B) Erection & installation of 11/0.4 KV 63 KVA T/F
including shifting of the same upto Plinth and making of 11KV
connections to the transformer. The work includes supply of material
required such as clamps, nuts & bolts etc for Commissioning of T/F. NO.
21 STATION/SWITCYARD LIGHTING
A) Erection of 9 Mt. STP after excavation of earth in any type of soil
and grouting of CC in ratio 1:4:8 (cement coarse sand & brick ballast)
as per RESSPO Drg. With plinth. NO.
B)Fixing & supply opf 40 watt. Street Tube light fitting and of standard
quality ISI mark with water light fittings, elbow etc. complete in all
respect and suitable for above STP supports. NO.
C) Laying and spreading of 3.5 x 70 Sq.mm PVC LT cable from 11/.04
kv,63KVA T/F to LT Distribution Board in switchgear room after digging
the trench, laying cable and refilling of trench including connection at
both ends after providing and crimpling of lugs of proper size, complete
work. Mtr
D)Stringing and sagging of Single CKT ABC from S.G. room 2 street
light supports making connections at poles with street light fittings,
complete in all respect. Mtr
22 Supply Laying and dressing of control cable
2
a) 2X2.5 mm M
2
b) 4X2.5 mm M
2
c) 6X2.5 mm M
23 Ferruling and termination of control cable job
24 Construction of cable trench 200 mm wide 300 mm deep with MS strip
at a distance of 1m with brick work 1:4:8 in foundation 12 mm thick
plaster of 1:4 cement coarse sand for finishing along with MS stip RMT
25 Construction of trench cover 600 mm long75 mm thick for cable trench
including cost of material, labour & T&P NO.
26 Brick on edge soling in switch yard complete including cost of material,
labour & T&P Sq m
27 PAINTING OF STRUCTURE
Painting of the following structures with one coat of ready mixed primer
and two coats of aluminum paint of good quality including cost of
material, labour & T&P complete in all respect
A)Bus Gantry(Complete Set) NO.
B)Terminal Gantry NO.
C)Isolator structure NO.
D)L.A. ,CT . NO.
28 Supply and installation of Fire fighting extinguisher of Sub-Station as
per ISI Specification including mounting on wall with the help of clamp. NO
29 Supply and fixing of CT junction box NO
30 High pressure testing NO
31 Grouting binding of stay set NO
Date :

Place: Signature of contractor with seal

Address:
SPECIAL CONDITIONS AGAINST TENDER NO. 98/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 to “Construction of 33/11 kV 2x5 Sub station at Kumhrawa and other
associated work.” Scope of the proposed work against this tender also includes construction
of Toe wall around the outdoor switchyard, fabrication of switchyard fencing, earth mat laying
in the switchyard by laying of M.S. Round of 32 mm dia in 500 mm deep trenches , excavation
of earth for laying mat, driving of earth electrode, earthmat bar , preparation of joints, proper
making and welding, plinth of 5 MVA T/Fs, VCB, 11/0.4 KVA T/F, fabrication, erection
alignment grouting and plinthing of equipment structure, erectopm amd omsta;;atopm pf
33/11 , 5 MVA T/S, earthing by way of boring and lowering of B class GI pipe 50 mm dia from
ground upto the water level, Installation of Isolators , Lightening Arrestors, CTS and
Switchgears in control room, earthing of 11 kV & 33 kV switchgears, laying and dressing of 11
kV 3x300 sq. mm underground cable from 5 MVA T/F to 11 kV incoming switchgear in the
trench 450 mm wide, 900 mm deep , laying and dressing of 11 kV 3x185/70 sq. mm
underground cable from outgoing switchgear to double pole, supply and fixing of 11 kV cable
end termination Outdoor/Indoor jointing, hoisting of 11 kV cable, 33 kV sectional bus bar and
stringing using and laying of ACSR Panther conductor , construction of 11/0.4 KV plinth/Double
pole making DP structure including fabrication fixing of MS channel, MS Angle, erection and
installation of 11/0.4 KV 63 KVA T/F including shifting of the same upto plinth , erection of 9
Mtr STP after excavation of earth , fixing and supply of 40 watt street tubelight fitting and of
standard quality ISI mark, laying and spreading of 3.5 x 70 sq. mm PVC LT cable stringing
and sagging of single CKT ABC from S.G. room, supply laying and dressing of different size of
control cable, ferruling and termination of control cable, construction of cable trench 200 mm
wide 300 mm deep with MS strip , construction of trench cover 600 mm long 75 mm thick for
cable trench, brick on edge soling in switch yard, painting of structure. The materials
mentioned at Sl. 1 (a to o), 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 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 WORKS AND CONTRACTOR'S RESPONSIBILITY:

1. The contractor should see the route of line before quoting rates/ starting construction
work & satisfy him or herself to ensure that Indian Electricity Rules should be followed
strictly.
2. The work shall be carried out strictly in accordance with the MVVNL Practices RESSPO
Drawings, directions of the MVVNL /UPPCL representative and prevailing Indian
Electricity Rules/Acts.
3. The 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 ........ 2

:2:

4. The contractor shall be entirely responsible for safe upkeep of the materials given to
him till completion of work to the satisfaction of the MVVNL/UPPCL representative for
final accounting. The material shall be kept at dumpsite safely decided by the
supervising authority.
5. The contractor shall arrange at his own end all the proper tools & equipment and
testing facilities etc. necessary for the work. The contractor shall make adequate
arrangement (particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC
pole & conductor drums & ensure that no kinks etc. are made in the conductor and
conductor are not damage in any what so ever.
6. The contractor shall be solely responsible for any losses/theft/damages/ accident to the
persons working with/under him and shall have to pay due compensation in accordance
with the prevailing rules/regulation of Govt. Contractor shall arrange to have group
insurance for labours engaged by him 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.
7. 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.
8. While construction work is in progress, the contractor shall have to provide lightening
arrangement, sign Boards etc or necessary precautionary materials/ arrangements
sothat accidents/ losses to the public manpower of contractor/corporation etc. are
avoided.
9. 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.
10. Execution authority will ensure that the material supplied by the contractor, is strictly as
per technical specifications.
11. 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.
12. After completion of work, Executive Engineer, Electricity Urban Construction Division
(III), Lucknow, will ensure that "As executed" estimate has been prepared & got
sanctioned from the Competent authority.
13. SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of
the contractor by the payment authority and the same will be released after expiry of
guarantee period i.e. six month from the date of completion of work. The contractor
may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favor
of Work execution authority. In case the amount of Security deposit exceeds Rs.
5000.00 the same may also be deposited in the form of Bank Guarantee from a
scheduled bank of India duly executed on a non-judicial stamp paper of entire work.
The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 18
months.
14. PRICES: The above prices are "FIRM & FIRM" during the currency of contract &
exclusive of Service tax and the same will be paid extra if legally applicable. No
variation in the cost will be allowed at any cost.
Cont’d ........ 3
:3:

15. PAYMENT: Payment shall be made against running bills duly pre-receipted to be
submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban
Construction Division (III) after deduction of Income tax/ Security if legally applicable.
In no, case payment will be made by letter of credit.
16. COMPLETION PERIOD: The work will be completed within 60 days 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.
17. Penalty: Penalty for delay in completion of works shall be levied @ ½% per week
subject to maximum of 10% value of in-completed portion of work.
18. Any damage or loss of, public property/ Board's material shall have to be borne by the
contractor.
19. The quantities of work may vary + 10% (Ten percent) on either side on same rates,
terms & conditions for which no claim of the contractor will be entertained.
20. 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.
21. 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)

Vous aimerez peut-être aussi