Sunteți pe pagina 1din 59

Section-4- Bidding forms 4-1

Section 4 - Bidding Forms


This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid
Table of Forms
Letter of Technical Bid…………………………………………………………….……………………………..2
Letter of Price Bid ....................................................................................................................................3
Bid Security..............................................................................................................................................5
Technical Proposal ..................................................................................................................................6
Site Organization ......................................................................................................................................7
Method Statement ....................................................................................................................................8
Mobilization Schedule ..............................................................................................................................9
CONSTRUCTION SCHEDULE .................................................................................................................9
Personnel................................................................................................................................................12
Form PER – 1: Proposed Personnel ......................................................................................................12
Form PER – 2: Resume of Proposed Personnel ..................................................................................13
Equipment ..............................................................................................................................................14
Proposed Subcontractors/Manufacturers for Major Items of Plant and Services Error! Bookmark not
defined.
Manufacturer's Authorization ..................................................................... Error! Bookmark not defined.
Time Schedule.............................................................................................. Error! Bookmark not defined.
Bidders Qualification ................................................................................... Error! Bookmark not defined.
Form ELI - 1: Bidder’s Information Sheet ..............................................................................................19
Form ELI - 2: JV Information Sheet........................................................................................................20
Form LIT - Pending Litigation ................................................................................................................21
Form FIN - 1: Financial Situation ...........................................................................................................22
Form FIN - 2: Average Annual Turnover................................................................................................23
Form FIN – 3: Financial Resources ......................................................................................................24
Form FIN- 4: Current Contract Commitments .....................................................................................25
Form EXP – 1: General Experience.......................................................................................................26
Form EXP – 2(a): Specific Experience ..................................................................................................27
Form EXP - 2(b): Specific Experience in Key Activities.......................................................................28
Price Schedule .......................................................................................................................................29

Schedule No. 1 - Plant Supplied from Abroad………………………………..…….…………………… .30


Schedule No. 2 - Plant Supplied from Within the Employer’s Country…….............................. ..32
Schedule No. 3 - Installation including survey & other services................................................ ..33
Schedule No. 4 - Grand Summary ........................ ………….………………………………….….……34
Quantum of Work/ Scope of work....................................................................................................35
Summary Price schedule A ( Material Part)……………………………..…………… ….…… ……....36

Summary Price schedule B ( Erection Part)……………………………………. …..………….......….37


Activity schedule – 1 A to 3 A & 1 B to 3 B…………………..…………….….…… … ……………....38-59

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-2

Letter of Technical Bid

Date: .................................................
ICB No.: .................................................
Invitation for Bid No.: .................................................

To: .........................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of . . . .
… days from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from eligible countries ( insert the nationality of the Bidder, including that
of all parties that comprise the Bidder if the Bidder is a consortium or association,
and the nationality of each Subcontractor and Supplier );

(f) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 4.3;

(g) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this
bidding process in accordance with ITB 4.3, other than alternative offers submitted in
accordance with ITB 13;
(h) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part
of the contract, has not been declared ineligible by ADB, under the Employer’s country laws
or official regulations or by an act of compliance with a decision of the United Nations
Security Council;
(i) We are not a government owned entity / We are a government owned entity but meet the
requirements of ITB4.5; *
(j) We agree to permit ADB or its representative to inspect our accounts and records and other
documents relating to the bid submission and to have them audited by auditors appointed
by the Bank.

Name ..............................................................................................................................................
In the capacity of ............................................................................................................................
Signed ............................................................................................................................................
........................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ........................................................................
Date ................................................................................................................................................
........................................................................................................................................................

* Use one of the two options as appropriate

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-3

Letter of Price Bid

Date: .................................................
ICB No.: .................................................
Invitation for Bid No.: .................................................

To: .........................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
(i) In Foreign Currency : US $ (ii) In Local Currency :Indian Rs.

_______________________ _______________________
(in figures) (in figures)

_______________________ _______________________
(in Words) (in Words)

(d) The discounts offered and the methodology for their application are:

(e) Our Bid shall be valid for a period of . . . . . days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
(f) If our Bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract: **

Name of Recipient Address Reason Amount


........................................ ....................................... .............................. .....................
........................................ ....................................... .............................. .................... .

(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed; and

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-4

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
(j) We agree to permit ADB or its representative to inspect our accounts and records and other
documents relating to the bid submission and to have them audited by auditors appointed
by the Bank.

Name ..............................................................................................................................................
In the capacity of ............................................................................................................................
Signed ............................................................................................................................................
........................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ........................................................................
Date ................................................................................................................................................
........................................................................................................................................................

** If none has been paid or is to be paid, indicate “none”

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-5

Bid Security
Bank Guarantee

..................................................... Bank’s Name, and Address of Issuing Branch or Office ......................................................

Beneficiary: .................................................. Name and Address of Employer .....................................................................

Date: ...............................................................................................................................................................................................

Bid Security No.: .....................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder") has
submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of . . . . . .
. . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . . .
(. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Bidder is in breach of its obligation(s) under the bid
conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of
Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”) or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the Performance Security, in accordance with the ITB.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of
the Contract Agreement signed by the Bidder and the performance security issued to you upon
the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of
(i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii)
twenty-eight days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final document

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-6

Technical Proposal

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Personnel

Equipment

Proposed Subcontractors for Major Items of Plant and Services

Time Schedule

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-7

Site Organization

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-8

Method Statement

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-9

Mobilization Schedule

CONSTRUCTION SCHEDULE

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-10

Period in Month wise completion schedule


S.

Unit
Description of work months from
No 1 2 3 4 5 6 7 8 9 10 11 & SO ON
effective date
1 Opening of site stores
2 Detailed survey feeder - wise No.
a) Commencement
b) Completion
3 Supply of important materials At Site
a 33 KV VCB No.
a) Commencement
b) Completion
b 11 KV VCB No.
a) Commencement
b) Completion
c 33 KV Control Relay Panel No.
a) Commencement
b) Completion
d 11 KV Control Relay Panel No.
a) Commencement
b) Completion
e 33 KV CT No.
a) Commencement
b) Completion
f 11 KV CT No.
a) Commencement
b) Completion
g 33 KV metering Equipments No.
a) Commencement
b) Completion
h 11 KV Metering Equipment No.
a) Commencement
b) Completion
i PCC supports (Bay Pole) No.
a) Commencement
b) Completion
RS Joist supports/structure (Double
j No.
welded)
a) Commencement
b) Completion
k AAA Dog Conductor Km
a) Commencement
b) Completion
l Pin Insulators with GI Pins No.
a) Commencement
b) Completion
m Disc Insulators with Hardware No.
a) Commencement
b) Completion

n Isolators No.

a) Commencement

b) Completion
o AB Switches No.
a) Commencement
b) Completion
p HT Trivector No.
a) Commencement

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-11

Period in Month wise completion schedule


S.

Unit
Description of work months from
No 1 2 3 4 5 6 7 8 9 10 11 & SO ON
effective date
b) Completion
q Copper Control Cable Mtr
a) Commencement
b) Completion
r Galvanized Fabricated Items No.
a) Commencement
b) Completion
s DO Fuse Units No.
a) Commencement
b) Completion
t Lightening Arrestors No.
a) Commencement
b) Completion
u GS Flat/GI Stay Wire/GI Wire No.
a) Commencement
b) Completion
v GI Pipe/GI Rod No.
a) Commencement
b) Completion
4 Installation of 33 KV VCB with CT & CRP No.
a) Commencement
b) Completion
5 Installation of 11 KV VCB with CT & CRP No.
a) Commencement
b) Completion
Erection 0f 33 KV Bay with VCB &
No.
6 Metering Arrangement
a) Commencement
b) Completion
7 R&M of Sub-stations No.
a) Commencement
b) Completion
Commissioning of Bay, VCBs and
No.
8 Handing over of one substation
a) Commencement
b) Completion

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-12

Personnel
Bidders should provide the names of suitably qualified personnel to meet the requirements
specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience
should be supplied using the Form below for each candidate.

Form PER – 1: Proposed Personnel

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-13

Form PER – 2: Resume of Proposed Personnel

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical


and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management


experience

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-14

Equipment
1. The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and
Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or
for alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

† Owned † Rented † Leased † Specially manufactured

2. Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-15

Proposed Subcontractors/Manufacturers for Major Items of Plant and Services


The following Subcontractors and/or manufacturers are proposed for carrying out the item of
the facilities indicated. Bidders are free to propose more than one for each item

Major Items of Plant and Services Proposed Subcontractors/Manufacturers Nationality

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-16

Manufacturer's Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This
letter of authorization should be signed by a person with the proper authority to sign documents that are binding on
the Manufacturer. The Bidder shall include it in its bid, if so indicated in the BDS.]

Date: [insert date (as day, month and year) of Bid


Submission]

ICB No.: [insert number of bidding process]

To: [insert complete name of Employer]

WHEREAS

We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are official
manufacturers or agent authorized by the manufacturer of [insert type of goods manufactured], having
factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of
Bidder] to submit a bid the purpose of which is to provide the following goods, manufactured by us
[insert name and or brief description of the goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General
Conditions of Contract, with respect to the goods offered by the above firm.

Signed: [insert signature(s) of authorized


representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-17

Time Schedule
To be used by Bidder when alternative Time for Completion is invited in ITB 13.2.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-18

Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder. If the bidding was preceded by a prequalification process
then the forms included in this section and used earlier during the prequalification process need to be
completed only if the information submitted at the time of prequalification requires updating.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-19

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of


each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal address in


country of constitution

Bidder’s authorized
representative
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.

‰ 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB
4.1 and 4.2.

‰ 2. Authorization to represent the firm or JV named in above, in accordance with ITB 22.2.

‰ 3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

‰ 4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB
4.5.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-20

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV Information

Bidder’s legal name

JV Partner’s legal name

JV Partner’s country of
constitution

JV Partner’s year of
constitution

JV Partner’s legal address


in country of constitution

JV Partner’s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.


‰ 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.
‰ 2. Authorization to represent the firm named above, in accordance with ITB 22.2.
‰ 3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-21

Form LIT - Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

‰ No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

‰ Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Value of Value of
Pending Pending
Year Matter in Dispute Claim in Claim as a
equivalent Percentage of
Indian Rs. Net Worth

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-22

Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [ Indian Rs. Equivalent]

Year 1: Year 2: Year 3:

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Profits Before Taxes

6. Profits After Taxes

7. Net Worth
[= 1 – 3]

8. Working Capital
[= 2 - 4]

9. Return on Equity
[= 5 / 7 of prior year]

‰ Attached are copies of the audited balance sheets, including all related notes, and income statements for the last three
years, as indicated above, complying with the following conditions.
• All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.
• Historic financial statements must be audited by a certified accountant.
• Historic financial statements must be complete, including all notes to the financial statements.
• Historic financial statements must correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-23

Form FIN - 2: Average Annual Turnover

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years


Amount Exchange In
Year
Currency Rate Equivalent Indian Rs.

Average Annual Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in
terms of the amounts billed to clients for each year for contracts in progress or completed,
converted to Indian Rs. at the rate of exchange at the end of the period reported.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-24

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section 3
(Evaluation and Qualification Criteria)

Financial Resources
No. Source of financing Amount (equivalent Indian Rs.)

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-25

Form FIN- 4: Current Contract Commitments

Bidders and each partner to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full completion
certificate has yet to be issued.

Current Contract Commitments


Value of Average Monthly
Estimated
1. 2. Name of 3. Employer’s Outstanding Work
Completion
Invoicing Over Last Six
o. Contract Contact Address, Tel, Fax [Current Indian Rs. Months
Date
Equivalent] [Indian Rs/month)]

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-26

Form EXP – 1: General Experience

Each Bidder or member of a JV must fill in this form

General Experience
Starting Ending Contract Identification and Title
Month Month Years Name and Address of Employer Role of Bidder
Year Year Brief Description of the Works Executed by the Bidder

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-27

Form EXP – 2(a): Specific Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature


Contract No . . . . . . of . . . . .
Contract Identification
.

Award Date Completion Date

Role in Contract ‰ Contractor


‰ Management
‰ Subcontractor
Contractor

Total Contract Amount Indian Rs.

If partner in a JV or
subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employer’s Name
Address
Telephone/Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-28

Form EXP - 2(b): Specific Experience in Key Activities

Fill up one (1) form per contract

Contract with Similar Key Activities


Contract No . . . . . . of . . . . .
Contract Identification
.

Award Date Completion Date

Role in Contract ‰ Contractor


‰ Management
‰ Subcontractor
Contractor

Total Contract Amount Indian Rs.

If partner in a JV or
subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-29

Price Schedule
PREAMBLE
General
1. The Price Schedules are divided into separate Schedules as follows:
Schedule No. 1: Plant/ Material Supplied from Abroad
Schedule No. 2: Plant/Material Supplied from within the Employer’s Country
Schedule No. 3: Installation, Survey and Other Services (Erection charges)
Schedule No. 4: Grand Summary

2. The Schedules do not generally give a full description of the plant to be supplied and the
services to be performed under each item. Bidders shall be deemed to have read the
Employer’s Requirements and other sections of the Bidding Document and reviewed the
Drawings to ascertain the full scope of the requirements included in each item prior to filling in
the rates and prices. The entered rates and prices shall be deemed to cover the full scope as
aforesaid, including overheads and profit.

3. If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in
accordance with ITB 7 prior to submitting their bid.

Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be
initialed by the Bidder.
As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed
and firm for the duration of the Contract, or prices shall be subject to adjustment in
accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement.

5. Bid prices shall be quoted in the manner indicated and in the currencies specified in the
Instructions to Bidders in the Bidding Document.
The bidder should quote rates of each material / Item included in activity schedules (as
applicable)
The computed total cost/ rate of unit activity shall be indicated in the bid sheet .
The computed total rate shall be further filled in the schedule 1 to 3 against various heads,
accordingly.
The total amount for each schedule 1 to 3 shall be summarized in a Grand Summary
(Schedule-4) giving the total bid [Price(s)] shall be entered in the bid form.

6. Payments will be made to the Contractor in the currency or currencies indicated under each
respective item.

7. When requested by the Employer for the purposes of making payments or partial payments,
valuing variations or evaluating claims, or for such other purposes as the Employer may
reasonably require, the Contractor shall provide the Employer with a breakdown of any
composite or lump sum items included in the Schedules.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-30

Schedules of Rates and Prices

Schedule No. 1 - Plant / Material Supplied from Abroad (Material Part)

Taxes and
Unit Price (US $) Total Price (US $)
Item Country of Duties
Description Quantity
(Sr. No.) Origin Foreign
CIF Foreign Currency Local Currency
Currency
1 2 3 4 5 6 7=4x6 8

Details of column 2 to 6 are already mentioned in activity schedule 1 A to 3 A,


hence need not be mentioned here. Please fill only column 7 and 8.

TOTAL Column 7 is to be carried forward to Schedule No. 4. Grand Summary

1. Fill the amount in Column 7 of this schedule as per the total of Column 6 of summary schedule A (Materials Part)

2. Fill the amount in Column 8 of this schedule as per the total of Column 9 of summary schedule A (Materials Part)

Name of Bidder_____________________

Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-31

Country of Origin Declaration Form

Item Description Country

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-32

Schedule No. 2 – Plant/ Material Supplied from within the Employer’s Country (Material Part)

Total Ex Works
Item Ex Works Unit Price Taxes & duties Total Price (Local
Description Quantity Price (Local
(Sr No) (Local Currency) (Local Currency) Currency)
currency)
1 2 3 4 5=3x4 6 7=5+6
Details of column 2 to 4 are already
mentioned in Activity Schedules 1 A to 3 A
hence need not be mentioned here. Please
only fill column 5, 6 and 7.

Total of Column 5 is to be carried forward to Schedule no 4.


Grand Summary

Note
1. Fill the amount in Column 5 of this schedule as per the total of Column 11 of summary schedule A (Materials Part)
2. Fill the amount in Column 6 of this schedule as per the total of Column 14 of summary schedule A (Materials Part)
Name of Bidder_____________________

Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-33

Schedule No. 3 - Installation including survey and other Services (Erection Part)

Unit Price Total Price


Sr Foreign Foreign
Item Description Quantity Local Local
No Currency Currency
currency currency
Portion (US $ Portion (US $
Portion Portion
only) only)
1 2 3 4 5 6 7

Inland freight- Details pertaining to column 2 to 5 are already mentioned in Activity


1 storage & insurance Schedules 1A to 3 A (Materials Part) hence need not be filled. Please
charges fill up column 6 only.

Survey, Installation
Details pertaining to column 2 to 5 are already mentioned in Activity
Testing &
2 Schedules 1B to 3 B (Erection Part)hence need not be filled. Please
commissioning &
fill up column 6 and 7 only.
other Services

3 Total of Column 6 and 7 is to be carried forward to Schedule no 4 Grand Summary.

Notes :
Fill the amount in Column 6 row 1 of this schedule as per the total of Column 15 of summary schedule A
1
(Material Part)
Fill the amount in Column 6 row 2 of this schedule as per the total of Column 10 of summary schedule B
2
(Erection Part)
Fill the amount in Column 7 row 2 of this schedule as per the total of Column 6 of summary schedule B
3
(Erection Part)

Name of Bidder :

Signature & seal of Bidder :

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-34

Schedule No. 4 - Grand Summary

Schedule Total 1
Title
No. Foreign Local

1 Plant Supplied from Abroad

Plant Supplied from Within the


2
Employer’s Country

Installation and Other Services


3
(Erection Part)
GRAND TOTAL
(to be carried forward to Letter of Price Bid)

1
Specify currency in accordance with ITB 19.

Name of Bidder_____________________

Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-35

QUANTITY ABSTRACT OF WORK / SCOPE OF WORK


33 KV Bay Renovation & Proposal for installation of Provision of
modernization substation equipments copper control
Sr. of existing cable and PVC
Name of Circle / District 33/11 kv sub- allu. Cable Nos. of
No 33 KV Bay with 33 KV Bay with
Nos. of No. of 33 KV No. of 11 S/s
R.S. Joist P.C.C. Pole station
S/s VCB KV VCB
(Nos. of S/s)
INDORE REGION

1
Barwani (O&M)/ Barwani 2 1 15 15 8 31 15
District
3 0
3 Dhar/ Dhar District 17 17 17 49 17

UJJAIN REGION

3 0
4 Dewas / Dewas district 4 5 4 6 5
1 2
5 Shajapur/Shajapur District 4 5 5 5 5

0 2
6 Ratlam/Ratlam District - 5 5 7 5
2 1
7 Mandsaur/Mandsaru District 5 5 5 9 5
2 0
7 Neemuch/Neemuch District 5 5 6 6 5
TOTAL 13 6 50 57 50 113 57

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-36

Summary Schedule - A (Materials Part)


Total amount of
Taxes on materials procured
Material supplied Freight-
Materials Supplied from from within employer's country
Taxes on imported materials from employer's storage
abroad (in local currency )

Quantity
(in local currency ) country including
Sr. (Foreign Currency US $) Please mention Total amount i.e.
Description Unit (Local Currency) insurance
No unit rate x quantity
charges
Unit Ex
Unit CIF price Total Price CST/ Entry Entry Total (Local
Total Taxes works Total Price CST/ VAT
in US $ (US $) VAT Tax Tax Taxes Currency)
price
14 = 12 +
1 2 3 4 5 6=4x5 7 8 9=7+8 10 11 = 4 x 10 12 13 15
13
NEW 33 KV BAYS ON RS
1. JOIST (AS PER ACTIVITY No. 13
SCHEDULE – 1 A)
NEW 33 KV BAYS ON PCC
2. Pole (AS PER ACTIVITY No. 6
SCHEDULE – 2 A)
Renovation & Modernization
Of Existing 33/11 Kv Sub-
3. No. ---- ------ ------
Station (As Per Activity
SCHEDULE – 3 A)
TOTAL
Notes :
1. The total of Column 6 of this schedule is to be carried forward to column 7 of Schedule 1 - Plant/ Materials Supplied from abroad (Material part)

2. The total of Column 9 of this schedule is to be carried forward to column 8 of Schedule 1 - Plant/ Materials Supplied from abroad (Material part)

3. The total of Column 11 of this schedule is to be carried forward to column 5 of Schedule 2 - Plant/ Materials Supplied from within employer's country (Material part).

4. The total of Column 14 of this schedule is to be carried forward to column 6 of Schedule 2 - Plant/ Materials Supplied from within employer's country (Material part).

The total of Column 15 of this schedule is to be carried forward to column 6 of Schedule 3 - Installation including survey and other services (Erection part) in the row showing transportation/
5.
storage/ insurance charges

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-37

Summary Schedule B (Erection Part)


Foreign Currency Part Local Currency Part
Labour charges for the services being provided Labour charges for the services being Total Amount of Total

Quantity
Sr. from abroad provided from within employer's country Service Tax Charges
Description Unit
No. Erection/ Testing & Erection/ Testing & including payable in
Total Cost (Foreign Education Cess Local
commissioning commissioning
Currency) Total Cost Local Currency currency
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6 7 8 9 10 = 8 + 9
NEW 33 KV BAYS ON RS
JOIST (AS PER ACTIVITY No. 13
1. SCHEDULE – 1 B)
NEW 33 KV BAYS ON
PCC
No.
Pole (AS PER ACTIVITY 6
2. SCHEDULE – 2 B)
Renovation &
Modernization of
Existing 33/11 Kv
1 NOS. ----- __ __
Sub-Station (As Per
Activity SCHEDULE –
3 B)
TOTAL

Notes :

1. The total of Column 6 of this schedule is to be carried forward to column 7 of Schedule 3 - Installation including Survey and other Services (Erection part) in the row 2 of the format.

2. The total of Column 10 of this schedule is to be carried forward to column 6 of Schedule 3 - Installation including Survey and other Services (Erection part) in the row 2 of the format.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-38

ACTIVITY SCHEDULE-1-A (MATERIAL PART)


1. CONSTRUCTION OF ADDL. 33 KV BAY ON RS JOIST 175 x 85 MM AT EXISTING 33/11 KV S/s WITH VCB AND
33 KV METERING EQUIPMENT
Taxes on materials procured Total Freight-
Material supplied
from within employer's country storage
Materials Supplied from abroad Taxes on imported materials from employer's
(in local currency ) including

Quantity
(Foreign Currency US $) (in local currency ) country
S. Please mention total amount i.e. insurance
Description Unit (Local Currency)
No unit rate x quantity charges
Unit CIF Unit Ex
Country of Total Price Total CST/ Entry (Local
price in US CST/ VAT Entry Tax works Total Price Total Taxes
origin (US $) Taxes VAT Tax Currency)
$ price
1 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16
1.1 33 KV BAY MATERIAL PER NO.
Bus Bar Structure using RS
Joist 175x85 mm (2 Nos. joist
1 welded together to form a No. 2
support) including provision of
base plate 0.2x0.5x0.5m size.
Metering equipment support
2 structure using RS Joist No. 1
175x85 mm
Hot Dip Galvanized MS DC
3 Cross arm (100x50mm),4.8 Set 6
Mtr centre for bus bar
Strain set with hardware
4 suitable for Dog conductor for No. 15
33 KV bus
33 KV Pin Insulator with GI
5 No. 6
Pin
6 33 KV Isolators (800A) No. 2
Terminal clamp for
7 No. 12
Isolators(Hydraulic clamp)
Concreting of structure 0.7
CMT concreting in foundation
& 0.2 CMT in muffing. Ratio
8 Cmt 1.8
1:3:6(1: cement3:sand 6: 40
mm dia aggregate stone) for
each structure.
AAA 100 sq mm Dog
9 Km 0.05
conductor
T-clamps for jumpering of 100
10 sq mm Dog No 6
conductor(Hydraulic clamp)
33 KV VCB with feeder
Control & Relay Panel and
200-100/5 Amps. CTs with
11 No 1
mounting structure and
junction box complete for
feeder protection.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-39

Taxes on materials procured Total Freight-


Material supplied
from within employer's country storage
Materials Supplied from abroad Taxes on imported materials from employer's
(in local currency ) including

Quantity
(Foreign Currency US $) (in local currency ) country
S. Please mention total amount i.e. insurance
Description Unit (Local Currency)
No unit rate x quantity charges
Unit CIF Unit Ex
Country of Total Price Total CST/ Entry (Local
price in US CST/ VAT Entry Tax works Total Price Total Taxes
origin (US $) Taxes VAT Tax Currency)
$ price
1 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16
Terminal Clamps for
12 No 6
VCB(Hydraulic clamp)
T-clamps for jumpering of
13 No 3
VCB(Hydraulic clamp)
Foundation of VCB. Ratio
14 1:3:6 (1: cement3:sand 6: 40 Cmt 7.0
mm dia aggregate stone)
15 Control cabling LS
16 Painting of structure LS
110V, 5 A Kwh meter for 33
17 No 1
KV metering. With meter box.
Hot Dip Galvanized MS Nuts
18 LS
& Bolts
19 Cable trench for VCB LS
33 KV/110 Volt oil immersed
20 No 1
CTPT unit 200/5 Amp (ME)
Pipe earthing using Medium
class GI earth pipe 3 mtr
longx40 mm dia including
accessories and providing
masonry enclosures, with
concrete cover plate -
21 Reinforced 3'' thick with No 1
handle, watering
arrangements and providing
Charcoal 65 Kgs & salt 5 Kgs
as required complete and as
per attached technical
Specification and drawing.
7/4 SWG GI Stranded wire for
22 LS
earthing
Labeling for name of feeder
yellow color base and back
color digits to indicate the title
23 No 1
using 50 mm of digits as per
technical specification of
tender.
Yard Metalling with 40mm BT/
24 LS
Basalt metal
TOTAL (1.1)
Notes :

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-40

Taxes on materials procured Total Freight-


Material supplied
from within employer's country storage
Materials Supplied from abroad Taxes on imported materials from employer's
(in local currency ) including

Quantity
(Foreign Currency US $) (in local currency ) country
S. Please mention total amount i.e. insurance
Description Unit (Local Currency)
No unit rate x quantity charges
Unit CIF Unit Ex
Country of Total Price Total CST/ Entry (Local
price in US CST/ VAT Entry Tax works Total Price Total Taxes
origin (US $) Taxes VAT Tax Currency)
$ price
1 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16
1. The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 5 & 10 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this
activity schedule.
2. The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the
appropriate row corresponding to this activity schedule.
3. All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders
account in all respects, which is binding.
4. All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bay, ,structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure.
Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-41

ACTIVITY SCHEDULE – 1-B (ERECTION PART)


CONSTRUCTION OF ADDL. 33 KV BAY ON RS JOIST 175 x 85 MM AT EXISTING 33/11 KV S/s WITH VCB AND
33 KV METERING EQUIPMENT
Local Currency Part
Foreign Currency Part
Labour charges for the services
Labour charges for the services being Total Amount of
being provided from within

Quantity
provided from abroad Service Tax Total Charges
S. employer's country
Description Unit including payable in
No Erection/ Testing & Total Cost Erection/ Testing & Education Cess Local currency
commissioning (Foreign commissioning Local Currency
Total Cost
Charges Currency) Charges
(Unit Rate) US $ (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
1.2 33 KV BAY ERECTION PER NO.
Bus Bar & ME Structure Pit digging
1 No. 2
including, erection of pole
Shifting of material (other than pole) to
2 No. 2
pole pits
Transportation of structure from road
3 No. 2
side to pole pits for a lead of 1.0 Km
DC Cross arm fixing complete for bus
4 Set 6
bar
Fixing of strain set with hardware
5 suitable for Dog conductor for 33 KV No. 15
bus
Fixing of 33 KV Pin Insulator with GI
6 No. 6
Pin
7 Erection of 33 KV Isolators (800A) No. 2
Fixing of terminal clamp for
8 No. 12
Isolators(Hydraulic clamp)
Concreting of structure 0.7 CMT
concreting in foundation & 0.2 CMT in
9 muffing. Ratio 1:3:6(1: cement3: sand CMT 1.8
6: 40 mm dia aggregate stone) for
each structure.
Stringing of AAA 100 sq mm Dog
10 Km 0.05
conductor
Fixing of T-clamps for jumpering of 100
11 sq mm Dog conductor(Hydraulic No. 6
clamp)
Fixing of 33 KV VCB with feeder
Control & Relay Panel and 200-100/5
12 Amps. CTs with mounting structure No. 1
and junction box complete for feeder
protection.
Fixing of terminal Clamps for
13 No. 6
VCB(Hydraulic clamp)

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-42

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being Total Amount of
being provided from within

Quantity
provided from abroad Service Tax Total Charges
S. employer's country
Description Unit including payable in
No Erection/ Testing & Total Cost Erection/ Testing & Education Cess Local currency
commissioning (Foreign commissioning Local Currency
Total Cost
Charges Currency) Charges
(Unit Rate) US $ (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
Fixing of T-clamps for jumpering of
14 No. 3
VCB(Hydraulic clamp)
Foundation of VCB. Ratio 1:3:6 (1:
15 cement3:sand 6: 40 mm dia aggregate CMT 7.0
stone)
16 Laying of control cabling LS
17 Painting of structure LS
Fixing of 110V, 5 A Kwh meter for 33
18 No. 1
KV metering. With meter box.
Fixing of Hot Dip Galvanized MS Nuts
19 LS
& Bolts
20 Construction of cable trench for VCB LS
Fixing of 33 KV/110 Volt oil immersed
21 No. 1
CTPT unit 200/5 Amp
Pipe earthing using Medium class GI
earth pipe 3 mtr longx40 mm dia
including accessories and providing
masonry enclosures, with concrete
cover plate -Reinforced 3'' thick with
22 No. 1
handle, watering arrangements and
providing Charcoal 65 Kgs & salt 5 Kgs
as required complete and as per
attached technical Specification and
drawing.
23 7/4 SWG GI Stranded wire for earthing LS
Labeling for name of feeder yellow
color base and back color digits to
24 No. 1
indicate the title using 50 mm of digits
as per technical specification of tender.
Yard Metalling with 40mm BT/ Basalt
25 LS
metal
TOTAL (1.2)
Notes :
The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 5,7 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row
1
corresponding to this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-43

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being Total Amount of
being provided from within

Quantity
provided from abroad Service Tax Total Charges
S. employer's country
Description Unit including payable in
No Erection/ Testing & Total Cost Erection/ Testing & Education Cess Local currency
commissioning (Foreign commissioning Local Currency
Total Cost
Charges Currency) Charges
(Unit Rate) US $ (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall
2
be to bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-44

ACTIVITY SCHEDULE -2-A (MATERIAL PART)


2. CONSTRUCTION OF ADDL. 33 KV BAY ON PCC POLE AT EXISTING 33/11 KV S/s WITH VCB AND
33 KV METERING EQUIPMENT
Taxes on materials procured Total Frieght-
Material supplied
from within employer's country storage
Materials Supplied from abroad Taxes on imported materials from employer's
(in local currency ) including

Quantity
(Foreign Currency US $) (in local currency ) country
S. Please mention total amount i.e. insurance
Description Unit (Local Currency)
No. unit rate x quantity charges
Unit CIF Unit Ex
Country of Total Price CST/ Entry Total CST/ (Local
price in US works Total Price Entry Tax Total Taxes
origin (US $) VAT Tax Taxes VAT Currency)
$ price
1 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16
2.1 33 KV BAY MATERIAL PER NO.
350 Kg 7 m long PCC Pole for Bus
Bar Structure for addl. bay on 33
1 No. 2
KV side 2 Nos. & 2 Nos. for
metering equipment
Hot Dip Galvanized MS DC Cross
2 arm (100x50mm),4.8 Mtr centre for Set 6
bus bar
Strain set with hardware suitable
3 No. 15
for Dog conductor for 33 KV bus
4 33 KV Pin Insulator with GI Pin No. 6
5 33 KV Isolators (800A) No. 2
Terminal clamp for
6 No. 12
Isolators(Hydraulic clamp)
Concreting of structure 0.7 CMT
concreting in foundation & 0.2
7 CMT in muffing. Ratio 1:3:6(1: CMT 1.8
cement3: sand 6: 40 mm dia
aggregate stone) for each Pole.
8 AAA 100 sq mm Dog conductor Km 0.05
T-clamps for jumpering of 100 sq
9 mm Dog conductor(Hydraulic No. 12
clamp)
33 KV VCB with feeder Control &
Relay Panel and 200-100/5 Amps.
10 CTs with mounting structure and No. 1
junction box complete for feeder
protection.
Terminal Clamps for
11 No. 6
VCB(Hydraulic clamp)
T-clamps for jumpering of
12 No. 3
VCB(Hydraulic clamp)
Foundation of VCB. Ratio 1:3:6 (1:
13 cement3:sand 6: 40 mm dia CMT 7.0
aggregate stone)
14 Control cabling LS

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-45

Taxes on materials procured Total Frieght-


Material supplied
from within employer's country storage
Materials Supplied from abroad Taxes on imported materials from employer's
(in local currency ) including

Quantity
(Foreign Currency US $) (in local currency ) country
S. Please mention total amount i.e. insurance
Description Unit (Local Currency)
No. unit rate x quantity charges
Unit CIF Unit Ex
Country of Total Price CST/ Entry Total CST/ (Local
price in US works Total Price Entry Tax Total Taxes
origin (US $) VAT Tax Taxes VAT Currency)
$ price
1 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16
15 Painting of structure LS
110V, 5 A Kwh meter for 33 KV
16 No. 1
metering. With meter box.
Hot Dip Galvanized MS Nuts &
17 LS
Bolts
18 Cable trench for VCB LS
33 KV/110 Volt oil immersed CTPT
19 No. 1
unit 200/5 Amp (ME)
Pipe earthing using Medium class
GI earth pipe 3 mtr longx40 mm
dia including accessories and
providing masonry enclosures, with
concrete cover plate -Reinforced
20 3'' thick with handle, watering No. 1
arrangements and providing
Charcoal 65 Kgs & salt 5 Kgs as
required complete and as per
attached technical Specification
and drawing.
7/4 SWG GI Stranded wire for
21 LS
earthing
22 Coil earthing No.s. 4
Labeling for name of feeder yellow
color base and back color digits to
23 indicate the title using 50 mm of No. 1
digits as per technical specification
of tender.
Metering Equipment support
24 No. 1
structure
Yard Metalling with 40mm BT/
25 LS
Basalt metal
TOTAL (2.1)
Notes :
1 The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 5 & 10 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this
activity schedule.
2 The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the appropriate
row corresponding to this activity schedule.
3 All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders account
in all respects, which is binding.
4 All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bays, structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-46

Bidder’s Seal & Signature

ACTIVITY SCHEDULE – 2-B (ERECTION PART)


CONSTRUCTION OF ADDL. 33 KV BAY ON PCC POLE AT EXISTING 33/11 KV S/s WITH VCB AND
33 KV METERING EQUIPMENT
Local Currency Part
Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
2.2 33 KV BAY ERECTION PER No.
1 Pit digging for PCC pole No 2
Shifting of material (other than pole) too pole
2 No 2
pits
Transportation of structure from road side to
3 No 2
pole pits for a lead of 1.0 Km
DC Cross arm fixing complete with top clamp
4 Set 6
and pin insulators for bus bar
Fixing of strain set with hardware suitable for
5 No 15
Dog conductor for 33 KV bus
6 Fixing of 33 KV Pin Insulator with GI Pin No. 6
7 Erection of 33 KV Isolators No 2
8 Terminal clamp for Isolators(Hydraulic clamp) No 12
Concreting of structure 0.7 CMT concreting in
foundation & 0.2 CMT in muffing. Ratio
9 CMT 1.8
1:3:6(1: cement3: sand 6: 40 mm dia
aggregate stone) for each Pole.
10 Stringing of AAA 100 sq mm Dog conductor Km 0.05
Fixing of T-clamps for jumpering of 100 sq mm
11 No 12
Dog conductor(Hydraulic clamp)
Fixing of 33 KV VCB with feeder Control &
Relay Panel and 200-100/5 Amps. CTs with
12 No 1
mounting structure and junction box complete
for feeder protection.
13 Fixing of Terminal Clamps for VCB(Hydraulic No 6

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-47

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
clamp)
Fixing of T-clamps for jumpering of
14 No 3
VCB(Hydraulic clamp)
Foundation of VCB. Ratio 1:3:6 (1:
15 CMT 7.0
cement3:sand 6: 40 mm dia aggregate stone)
16 Laying of control cabling LS
17 Painting of structure LS
Fixing of 110V, 5 A Kwh meter for 33 KV
18 No 1
metering. With meter box.
19 Hot Dip Galvanized MS Nuts & Bolts LS
20 Construction of Cable trench for VCB LS
Fixing of 33 KV/110 Volt oil immersed CTPT
21 No 1
unit 200/5 Amp
Pipe earthing using Medium class GI earth
pipe 3 mtr longx40 mm dia including
accessories and providing masonry
enclosures, with concrete cover plate -
22 No 1
Reinforced 3'' thick with handle, watering
arrangements and providing Charcoal 65 Kgs
& salt 5 Kgs as required complete and as per
attached technical Specification and drawing.
23 7/4 SWG GI Stranded wire for earthing LS
24 Coil earthing Nos. 4
Labeling for name of feeder yellow color base
and back color digits to indicate the title using
25 No 1
50 mm of digits as per technical specification
of tender.
26 Yard Metalling with 40mm BT/ Basalt metal LS
TOTAL (2.2)

Notes :
The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 5,7 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row corresponding to
1
this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-48

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall be to
2
bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-49

ACTIVITY SCHEDULE -3-A (MATERIAL PART)


3. RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s
Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
(3.1) RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s
Vacuum Circuit Breaker &
I
Accessories
33 KV Outdoor Porcelain Clad
Vaccuum Circuit Breaker with Structure
1 No. 50
for VCB & CTs as per Technical
specification of Tender
11KV Outdoor Porcelain Clad Vaccuum
Circuit Breaker with Structure for VCB
2 No. 113
& CTs as per Technical specification of
Tender
Indoor Control Panel for Transformer
Protection 33 KV Vacuum Circuit
3 No. 46
Breaker as per Technical Specification
of Tender
Indoor Control Panel for Transformer
Protection 11 KV Vacuum Circuit
4 No. 10
Breaker as per Technical Specification
of Tender
Indoor Control Panel for Feeder
Protection 11 KV Vacuum Circuit
5 No. 87
Breaker as per Technical Specification
of Tender
Single Phase 33KV Outdoor Type Oil
6 Immersed Current Transformer as per
Technical Specification of Tender
i Current Ratio 300-150/5-5 Amp No. 93
ii Current Ratio 200-100/5-5 Amp No. 42
Single Phase 11KV Outdoor Type
Epoxy Moulded Dry Type Current
7
Transformer as per Technical
Specification of Tender
i Current Ratio 300-150/5-5 Amp No. 144
ii Current Ratio 200-100/5-5 Amp No. 132
II DC System
8 30 Volt 100 AH storage Type Lead Acid No. 37

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-50

Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
Battery with Mounting Rack as per
Technical Specification of Tender
30 Volt 10 Ampere Battery Charger as
9 No. 37
per Technical Specification of Tender
III AIR BREAK SWITCH
New AB Switch 11 KV as per Technical
10 Specification of tender Set 106

New AB Switch 33 KV as per Technical


11 Set 57
Specification of tender
IV AIR BREAK ISOLATOR
New AB Isolator 11 KV (600A)as per
12 Set 28
Technical Specification of tender.
New AB Isolator 33 KV (800A) as per
13 Set 21
Technical Specification of tender.
V 33 KV DO FUSE UNIT Set
33KV, 3 Phase New DO fuse Assembly
complete with Operating Mechanism,
14 Base Channel etc. as per Technical No. 41
Specification of tender for each phase
separately.
STRANDED 1100V, PVC INSULATED
& SHEATHED COPPER CABLE
VI (UNARMOURED) AS PER
TECHNICAL SPECIFICATION OF
TENDER
15 12 Core X 2.5 Sq. mm. Metre 1927
16 10 Core X 2.5 Sq. mm. Metre 2141
17 8 Core X 2.5 Sq. mm. Metre 4215
18 4 Core X 2.5 Sq. mm. Metre 1609
19 2 Core X 2.5 Sq. mm. Metre 5423
STRANDED, 1100V, PVC INSULATED
& SHEATHED ALUMINIUM CABLE
VII (UNARMOURED) AS PER
TECHNICAL SPECIFICATION OF
TENDER
24 2 Core X 6 Sq. mm. Metre 3133
25 4 Core X 16 Sq. mm. Metre 8784
VIII INSULATOR

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-51

Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
11 KV Pin Insulator With G.I. Pin as per
26 Set. 150
Technical Specification of tender
33 KV Pin Insulator with G.I. Pin as per
27 Set. 139
Technical Specification of tender
T&C Type Disc Insulator as per
28 Set. 920
Technical Specification of tender
IX AREA LIGHTING
250 Watts Sodium Vapour Lamp
Fitting, with Control Gear, Junction Box
29 and bulb No. 162

Steel Tubular Pole as per IS-2713


designation 410-SP-60, 12m long with
Brackets & Clamps for Area Lighting
Fitting duly painted with two coats of
Red Oxide Paint as per ISS-2074 and
30 No. 100
two or more coats of Aluminium Oxide
Paint as per ISS-2339 of reputed make
till smooth finish. 1/6th portion of Pole
to be painted with two coats of Anti -
Corrosive Bitumen Paint.
X FIRE SAFETY APPLIANCES
Carbon-dye-Oxide Type Fire
Extinguisher, Operation up right, of
31 capacity 2 Kgs with ISI marking No. 47
(IS:2878) and as per Technical
Specification of tender.
Dry Chemical Powder type Fire
Extinguisher Capacity 5 Kg complex In
32 all repect conforming to IS :2171/1976 No. 47
with latest amendments as per
technical specification of tender.
Fire Bucket in Post Office Red Colour
33 No. 282
duly filled with Fine quality sand.
Fire Bucket Stand made of MS Angle &
34 Pipe with hooks in Post Office Red No. 47
Colour.
XI EARTHING

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-52

Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
Earthing with GI Earth Pipe 3 m long x
40 mm dia, including accessories and
providing masonry enclosures, with
Concrete Cover Plate- Reinforced 3"
35 thick with handle, Watering Set 184
Arrangement and providing Charcoal
65 Kgs & Salt 5 Kgs . As required
complete and as per attached technical
Specification and as per drawing.
Earthing with 3 Mtr. Spike of GI solid
bar 25 mm dia inserted in the ground
36 No. 872
for mesh earthing in the substation
yard.
Providing and laying 50 X 6 mm steel
flat including jointing / bolting as
37 required and laying 500 mm below Metre 11970
ground level and as per attached
technical Specification.
GI wire 4 SWG diameter as per
38 kg 584
attached Technical Specification
7/4 mm diameter Stay wire Stranded as
39 kg 416
per attached Technical Specification
XII PAINTING
De - Rusting, Surface Cleanliness and
applying 1 coat of approved brand of
Red Oxide zink Chromate Primer Paint
40 Ltr. 1840
using Brush on all structure &
equipment of Iron & Steel. The paint
should be as per ISS:2074
Painting with one coat of Synthetic
Enamel paint by Brush of approved
41 brand and make to give an even shade Ltr. 1150
on equipments surface. The paint
should be as per ISS:2932
Painting one coat of Aluminium Paint of
approved brand and make to give an
42 even shade by Brush on Steel Ltr. 1840
Structure. The paint should be as per
ISS:2339

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-53

Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
XIII AAA Conductor and Connector
Dog AAAC (65sq.mm.Cu.Eq.) -100
Sq.mm. Aluminium equivalent
43 Meter 9748
Conductor for Bus-bar as per attached
Technical Specification
T- Clamps for DOG Conductor made of
44 No. 683
Aluminium Grade T- IF as per IS:8309
Bi- metallic clamp made of Aluminium
45 No. 502
Grade T- IF as per IS:8309
XIV LIGHTNING ARRESTORS
33KV Station type Lightening Arrestor
46 No. 73
as per attached Technical Specification
11KV Gapless type Lightening Arrestor
47 No. 277
as per attached Technical Specification
11KV single phase AB Switch suitable
48 for single phasing operation as per Set 82
attached drawing
XV Metering Equipments
33KV/110 Volts; 300-150/5 Amps. Oil
49 immersed 3 phase 4 wire CT/PT No. 37
(Metering) Unit
11KV/110 Volts; 300-150/5 Amps. Oil
50 immersed 3 phase 4 wire CT/PT No. 103
(Metering) Unit
Labeling on substation equipments and No. of
51 46
feeders S/s
Providing underground cable trench in
Per
52 existing control room & to install control 1609
Mtr
panel over it as per scope of work.
TOTAL (3.1)
Note: - 1. The aforesaid cost involving Renovation & Modernization work at the existing 33/11 KV S/S is irrespective of the fact whether mentioned in above schedule or not is complete in all respect. Any additional
material such as nuts & bolts, washers, cement, sands, metals etc. or unseen expenses such as minor repairs of foundation, control room, cable trench etc. and for works required towards erection
/ testing / commissioning and for satisfactory performance shall be to the bidders account in all respect and are non billable, which is binding.
2. Apart from VCBs, other materials which are replaced shall also be dismantled and after proper stacking/packing will have to be returned to concern Area Store.
Notes :
The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 6 & 11 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity
1
schedule.
The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the appropriate row
2
corresponding to this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-54

Total
Taxes on materials procured
Freight-
Taxes on imported Material supplied from from within employer's country
Materials Supplied from abroad storage
materials employer's country (in local currency )

Quantity
(Foreign Currency US $) including
S. (in local currency ) (Local Currency) Please mention total amount i.e.
Description Unit insurance
No. unit rate x quantity
charges
Unit CIF
Country of Total Price CST/ Entry Total Unit Ex CST/ Total (Local
price in US Total Price Entry Tax
origin (US $) VAT Tax Taxes works price VAT Taxes Currency)
$
10 =
1 2 3 4 5 6 7=4x6 8 9 11 12 = 4 x 11 13 14 15 = 13+14 16
8+9
All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders account in
3
all respects, which is binding.
4 All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bay, ,structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-55

ACTIVITY SCHEDULE – 3-B (ERECTION PART)


RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
(3.2) RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s
I Vacuum Circuit Breaker & Accessories
Erection of 33 KV Outdoor Porcelain Clad
1 Vacuum Circuit Breaker with Structure for VCB No. 50
& CTs as per Technical specification of Tender
Safe dismantling of existing defective 33 KV
2 breaker and associated materials and return Set 2
to concerned area stores of MPPKVVCL
Erection of 11 KV Outdoor Porcelain Clad
3 Vacuum Circuit Breaker with Structure for VCB No. 113
& CTs as per Technical specification of Tender
Safe dismantling of existing defective 11 KV
4 breaker and associated materials and return Set 12
to concerned area stores of MPPKVVCL
Erection of Indoor Control Panel for
Transformer Protection 33 KV Vacuum Circuit
5 No. 46
Breaker as per Technical Specification of
Tender
Erection of Indoor Control Panel for Feeder
6 Protection 33 KV Vacuum Circuit Breaker as No. 0
per Technical Specification of Tender
Erection of Indoor Control Panel for
Transformer Protection 11 KV Vacuum Circuit
7 No. 10
Breaker as per Technical Specification of
Tender
Erection of Indoor Control Panel for Feeder
8 Protection 11 KV Vacuum Circuit Breaker as No. 87
per Technical Specification of Tender
Erection of Single Phase 33KV Outdoor Type
Epoxy Moulded Oil Immersed Current
9
Transformer as per Technical Specification of
Tender
i Current Ratio 300-150/5-5 Amp No. 93
ii Current Ratio 200-100/5-5 Amp No. 42
10 Erection of Single Phase 11KV Outdoor Type

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-56

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
Epoxy Moulded Dry Type Current Transformer
as per Technical Specification of Tender
i Current Ratio 300-150/5-5 Amp No. 144
ii Current Ratio 200-100/5-5 Amp No. 132
II DC System
Fixing of 30 Volt 100 AH storage Type Lead
11 Acid Battery with Mounting Rack as per No. 37
Technical Specification of Tender
Fixing of 30 Volt 10 Ampere Battery Charger
12 No. 37
as per Technical Specification of Tender
III AIR BREAK SWITCH
Erection of New AB Switch 11 KV as per
13 Set 106
Technical Specification of tender
Erection of New AB Switch 33 KV as per
14 Set 57
Technical Specification of tender
IV AIR BREAK ISOLATOR
Erection of New AB Isolator 11 KV (600A)as
15 Set 28
per Technical Specification of tender.
Erection of New AB Isolator 33 KV (800A) as
16 Set 21
per Technical Specification of tender.
V 11KV DO FUSE UNIT Set
Fixing of 11KV, 3 Phase New DO fuse
Assembly complete with Operating
17 Mechanism, Base Channel etc. as per Set 0
Technical Specification of tender for each
phase separately
Fixing of 33KV, 3 Phase New DO fuse
Assembly complete with Operating
18 Mechanism, Base Channel etc. as per Set. 41
Technical Specification of tender for each
phase separately.
Laying of STRANDED 1100V, PVC
INSULATED & SHEATHED COPPER CABLE
VI
(UNARMOURED) AS PER TECHNICAL
SPECIFICATION OF TENDER
21 12 Core X 2.5 Sq. mm. Metre 1927
22 10 Core X 2.5 Sq. mm. Metre 2141
23 8 Core X 2.5 Sq. mm. Metre 4215
24 4 Core X 2.5 Sq. mm. Metre 1609
25 2 Core X 2.5 Sq. mm. Metre 5423

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-57

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
Laying of STRANDED, 1100V, PVC
INSULATED & SHEATHED ALUMINIUM
VII
CABLE (UNARMOURED) AS PER
TECHNICAL SPECIFICATION OF TENDER
26 2 Core X 6 Sq. mm. Metre 3133
4 Core X 16 Sq. mm.
27 Metre 8784

VIII FIXING OF INSULATOR


11 KV Pin Insulator With G.I. Pin as per
28 No. 150
Technical Specification of tender
33 KV Pin Insulator with G.I. Pin as per
29 No. 139
Technical Specification of tender
T&C Type Disc Insulator as per Technical
30 No. 920
Specification of tender
IX FIXING OF AREA LIGHTING
250 Watts Sodium Vapour Lamp Fitting, with
31 No. 162
Control Gear, Junction Box and bulb
Steel Tubular Pole as per IS-2713 designation
410-SP-60, 12m long with Brackets & Clamps
for Area Lighting Fitting duly painted with two
coats of Red Oxide Paint as per ISS-2074 and
32 No. 100
two or more coats of Aluminium Oxide Paint
as per ISS-2339 of reputed make till smooth
finish. 1/6th portion of Pole to be painted with
two coats of Anti -Corrosive Bitumen Paint.
X FIXING OF FIRE SAFETY APPLIANCES
Carbon-dye-Oxide Type Fire Extinguisher,
Operation up right, of capacity 2 Kgs with ISI
33 No. 47
marking (IS:2878) and as per Technical
Specification of tender.
Dry Chemical Powder type Fire Extinguisher
Capacity 5 Kg complex In all repect
34 conforming to IS :2171/1976 with latest No. 47
amendments as per technical specification of
tender.
Fire Bucket in Post Office Red Colour duly
35 No. 282
filled with Fine quality sand.
Fire Bucket Stand made of MS Angle & Pipe
36 No. 47
with hooks in Post Office Red Colour.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-58

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
XI ERECTION OF EARTHING
Earthing with GI Earth Pipe 3 m long x 40 mm
dia, including accessories and providing
masonry enclosures, with Concrete Cover
Plate- Reinforced 3" thick with handle,
37 Set 184
Watering Arrangement and providing Charcoal
65 Kgs & Salt 5 Kgs . As required complete
and as per attached technical Specification
and as per drawing.
Earthing with 3 Mtr. Spike of GI solid bar 25
38 mm dia inserted in the ground for mesh No. 872
earthing in the substation yard.
Providing and laying 50 X 6 mm steel flat
including jointing / bolting as required and 1197
39 Metre
laying 500 mm below ground level and as per 0
attached technical Specification.
GI wire 4 SWG diameter as per attached
40 kg 584
Technical Specification
7/4 mm diameter Stay wire Stranded as per
41 kg 416
attached Technical Specification
XII PAINTING
De - Rusting, Surface Cleanliness and
applying 1 coat of approved brand of Red
42 Oxide zink Chromate Primer Paint using Brush Ltr. 1840
on all structure & equipment of Iron & Steel.
The paint should be as per ISS:2074
Painting with one coat of Synthetic Enamel
paint by Brush of approved brand and make to
43 Ltr. 1150
give an even shade on equipments surface.
The paint should be as per ISS:2932
Painting one coat of Aluminium Paint of
approved brand and make to give an even
44 Ltr. 1840
shade by Brush on Steel Structure. The paint
should be as per ISS:2339
STRINGING OF AAA Conductor and
XIII
Connector
Dog AAAC (65sq.mm.Cu.Eq.) -100 Sq.mm.
45 Aluminium equivalent Conductor for Bus-bar Metre 9748
as per attached Technical Specification
46 T- Clamps for DOG Conductor made of No. 683

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22
Section-4- Bidding forms 4-59

Local Currency Part


Foreign Currency Part
Labour charges for the services
Labour charges for the services being
being provided from within Total Amount of Total
provided from abroad

Quantity
employer's country Service Tax Charges
S.
Description Unit Erection/ Testing Erection/ Testing including payable in
No. Total Cost
& & Education Cess Local
(Foreign
commissioning commissioning Total Cost Local Currency currency
Currency)
Charges Charges
US $
(Unit Rate) (Unit Rate)
1 2 3 4 5 6=4x5 7 8=4x7 9 10 = 8 + 9
Aluminium Grade T- IF as per IS:8309
Bi- metallic clamp made of Aluminium Grade
47 No. 502
T- IF as per IS:8309
XIV FIXING OF LIGHTNING ARRESTORS
33KV Station type Lightening Arrestor as per
48 No. 73
attached Technical Specification
11KV Gapless type Lightening Arrestor as per
49 No. 277
attached Technical Specification
11KV single phase AB Switch suitable for
50 single phasing operation as per attached Set 82
drawing
XV Erection of Metering Equipments
33KV/110 Volts; 300-150/5 Amps. Oil
51 immersed 3 phase 4 wire CT/PT (Metering) No. 37
Unit
11KV/110 Volts; 300-150/5 Amps. Oil
52 immersed 3 phase 4 wire CT/PT (Metering) No. 103
Unit
Labeling on substation equipments and
53 No. 46
feeders
Providing underground cable trench in existing
Per
54 control room & to install control panel over it 1609
mtr
as per scope of work.
TOTAL (3.2)
Note:
The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 6, 8 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row corresponding to
1.
this activity schedule.
All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall be to
2.
bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

S-ar putea să vă placă și