Sunteți pe pagina 1din 15

TENDER

MADHYA GUJARAT VIJ COPMPANY LIMITED


OPP: 132KV SUBSTATION, DABHAN ROAD
NADIAD (O&M) DIVISION

Tender for Maintenance work and Erection work of HT, LT Line &
Transformers for Balasinor-2 sub division.
PR NO.83148
NIVIDA NO.12/15
(REINVITE-2ND ATTEMPT)
Shri / M/s ____________________________________
Address ______________________________________________________
_____________________________________________________________

Tender Fee: 500/- Paid vide Rec. No. : ____________Date: ___/___/2015

EMD Fee: 5000 /- Paid vide Rec. No. : ____________Date: ___/___/2015


MGVCL
MADHYA GUJARAT VIJ COMPANY LIMITED
DIVISION OFFICE, OPP. 132 KV S/S. P.O.DABHAN DIST.NADIAD
Ph. No-0268-2581836, 258139 Fax No-0268-2581976

Issue To,
____________________
PR NO.83148
__________________________ RFQ NO.20095
__________________________

Sub: Works Tender


Ref: Nivida No.12/15

1. Name of Work Maintenance work and Erection work of HT, LT Line &
Transformers for Balasinor-2 sub division.
2. Estimated Value of Tender `.500000/-
3. Tender Fee (Non Refundable) `. 500/-

4. E.M.D. `. 5000/-
5. Time Limit 1 YEAR
6. Last Date of Issue of Tender 10/08/2015 Up to 12-00 hrs.
7. Last Date of Acceptance of 21/08/2015 Up to 15-00 hrs.
Tender (By RPAD Only)

8. Date of Opening of Tender 21/08/2015 At 16-00 hrs. (If Possible)

TENDER FEE RS._________ PAID VIDE M.R.NO.______________ DATE _______________

E.M.D. FEE RS. ___________ PAID VIDE M.R.NO.______________ DATE _______________

Superintending Accounts (EXP)


MGVCL, NADIAD

Remarks:
1. The earnest money deposited should be paid by cash or demand draft of any Schedule
Bank of Nadiad & drawn in favor of the “Executive Engineer Madhya Gujarat Vij Company
Limited Rural Division Nadiad”.
2. The security deposit will be 5% of the contract value of which 2.5% shall be paid before
commencing the work & balance will be deducted from R.A.Bills.
3. Each page of the specification schedule & the booklet ' Tender & Contract for works' shall
be initialed in taken of its acceptance & return to this office.
4. The time limit allowed is 1 YEAR from the date of issue of order to Commencing the work.
Separate time limit will be given per each work order.
SCHEDULE - B
SR.
E-URJA
NO ITEM DESCRIPTION UNIT RATE
ITEM CODE
.
PSC POLE & RSJ GIRDER ERECTION
ERECTION OF PSC POLES OF 8*200KG INCLUDING EXCAVATION OF
PIT AND REFILLING OF EARTH , FIXING OF CROSS ARMS.TOP FITTING
CLAMPS ANTI-CLIMBING DEVICES,INSULATORS ETC. COMPLETE AND
1 9902010001 PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND NO 687
NUMBERING IT WITH COST OF PAINT AS PER STANDARD
SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND
EARTHING.
ERECTION OF STEEL POLES OF 8 TO 9 AND 11 MTRS. INCLUDING
EXCAVATION OF PIT AND REFILLING OF EARTH , FIXING OF CROSS
ARMS.TOP FITTING CLAMPS ANTI-CLIMBING DEVICES,DANGER
2 9902010003 BOARD,INSULATORS ETC. COMPLETE AND PAINTING OF STEL POLES NO 1151
FABRICATED MATERIALS USED ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SET AND EARTHING.
ERECTION OF STEEL POLES OF 13 MTRS. FOR RAILWAY CROSSING ON
BG/MG/NG LINE FOR 0.400 / 11 KV OVERHEAD LINES i.e INCLUDING
EXCAVATION OF PIT AND REFILLING OF EARTH , FIXING OF CROSS
ARMS.TOP FITTING CLAMPS ANTI-CLIMBING DEVICES, DANGER
3 9902010004 NO 1319
BOARD INSULATORS ETC. COMPLETE AND PAINTING OF STEEL POLES
FABRICATED MATERIALS USED ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SET AND EARTHING.
ERECTION OF DOUBLE POLE STRUCTURE OF 8 METERS 200 KG PSC
POLES INCLUDING EXCAVATION OF PITS & REFFILING OF EARTH ,
FIXING OF CHANNELS, SUPPORTING ANGLES.CLAMPS,ANTI-CLIMBING
4 9902020001 DEVICES DANGER BOARD INSULATOR ETC. COMPLETE AND PAINTING NO 1562
OF FABRICATED MATERIAL USED ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDERD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SETS & EARTHING(WO AB SWITCH)
ERECTION OF DOUBLE POLE STRUCTURE OF 8 TO 9 METERS STEEL
POLES INCLUDING EXCAVATION OF PITS & REFFILING OF EARTH ,
FIXING OF CHANNELS, SUPPORTING ANGLES.CLAMPS,ANTI-CLIMBING
5 9902020001 DEVICES DANGER BOARD INSULATOR ETC. COMPLETE AND PAINTING NO 2256
OF FABRICATED MATERIAL ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDERD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SETS & EARTHING(WO AB SWITCH)
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH,HG FUSES OF 8 METERS 200 KG PSC POLES INCLUDING
EXCAVATION OF PITS & REFFILING OF EARTH , FIXING OF CHANNELS,
SUPPORTING ANGLES.CLAMPS,ANTI-CLIMBING DEVICES DANGER
6 9902020004 NO 1877
BOARD INSULATOR, DO FUSES ETC. COMPLETE AND PAINTING OF
FABRICATED MATERIAL USED ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDERD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SETS & EARTHING
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH,HG FUSES OF 9 &11 METERS STEEL POLES INCLUDING
7 9902020010 NO 2462
EXCAVATION OF PITS & REFFILING OF EARTH , FIXING OF CHANNELS,
SUPPORTING ANGLES.CLAMPS,ANTI-CLIMBING DEVICES DANGER
BOARD INSULATOR ETC. COMPLETE AND PAINTING OF FABRICATED
MATERIAL USED ON THE POLES AND NUMBERING IT WITH COST OF
PAINT AS PER STANDERD SPECIFICATION BUT EXCLUDING ERECTION
OF GUY SETS & EARTHING
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH, HG FUSES, 13 METER STEEL POLES INCLUDING EXCAVATION
OF PITS AND REFILLING OF EARTH , FIXING OF CHANNEL,
SUPPORTING ANGLES, CLAMPS, ANTI-CLIMBING DEVICES, DANGER
8 9902020022 NO 2796
BOARDS, INSULATORS, ETC. COMPLETE AND PAINTING OF POLES
FABRICATED MATERIALS USED ON THE POLES AND NUMBERING IT
WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT
EXCLUDING ERECTION OF GUY SET AND EARTHING
ERECTION OF SINGLE POLE STRUCTURES WITH MOUNTING OF HG
FUSES, TRANSFORMERS, LIGHTING ARRESTORS, DISTRIBUTION BOX
ETC. OF 8 METERS 200KG PSC POLES INCLUDING EXCAVATION OF PITS
AND REFILLING OF EARTH , CARTING OF TRANSFORMER FROM
STORES TO SITE, FIXING OF CHANNELS, SUPPORTING ANGLES,
9 9902020004 BRACINGS CROSS ARMS CLAMPS, ANTICLIMBING DEVICES DANGER NO 2678
BOARDS, CONDUCTOR AND CABLE WIRING ETC. COMPLETE AND
PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND
NUMBERING IT WITH COST OF PAINT AS PER STANDARD
SPECIFICATION BUR EXCLUDING ERECTION OF GUY SETS AND
EARTHING
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH,HG FUSES,TRANSFORMERS,LIGHTNING ARRESTERS,DIST.
BOXES ETC OF 8 METERS 200 KG PSC POLES INCLUDING EXCAVATION
OF PITS & REFFILING OF EARTH ,CARTING OF TRANSFORMERS FROM
STORES TO SITE, FIXING OF CHANNELS, SUPPORTING
10 9902020004 NO 5357
ANGLES,BRACINGS CROSS ARMS CLAMPS, ANTI-CLIMBING DEVICED
DANGER BOARD, CONDUCTOR & CABLE WIRING ETC.COMPLETE AND
PAINTING OF FABRICATED MATERIAL USED ON THE POLES AND
NUMBERING IT WITH COST OF PAINT AS PER STANDERD
SPECIFICATION BUT EXCLUDING ERECTION OF GUY SETS & EARTHING
11 9911000057 INSTALLATION OF ENERGY METER & MM/SMC BOX WITH ELECTRICAL NO 429
WIRING ON TRANSFORMER
ERECTION OF SINGLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH,HG FUSES,TRANSFORMERS,LIGHTNING ARRESTERS,DIST.
BOXES ETC OF 8 TO 9 & 11 METERS STEEL POLES INCLUDING
EXCAVATION OF PITS & REFFILING OF EARTH ,CARTING OF
TRANSFORMERS FROM STORES TO SITE, FIXING OF CHANNELS,
12 SUPPORTING ANGLES,BRACINGS CROSS ARMS CLAMPS, ANTI- NO 3132
CLIMBING DEVICED DANGER BOARD, CONDUCTOR & CABLE WIRING
ETC.COMPLETE AND PAINTING OF FABRICATED MATERIAL USED ON
THE POLES AND NUMBERING IT WITH COST OF PAINT AS PER
STANDERD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SETS &
EARTHING
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB
SWITCH,HG FUSES,TRANSFORMERS,LIGHTNING ARRESTERS,DIST.
BOXES ETC OF 8 TO 9 & 11 METERS STEEL POLES INCLUDING
EXCAVATION OF PITS & REFFILING OF EARTH ,CARTING OF
TRANSFORMERS FROM STORES TO SITE, FIXING OF CHANNELS,
13 9902020010 SUPPORTING ANGLES,BRACINGS CROSS ARMS CLAMPS, ANTI- NO 6263
CLIMBING DEVICED DANGER BOARD, CONDUCTOR & CABLE WIRING
ETC.COMPLETE AND PAINTING OF FABRICATED MATERIAL USED ON
THE POLES AND NUMBERING IT WITH COST OF PAINT AS PER
STANDERD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SETS &
EARTHING
STAY , CONCRETING & EARTHING
ERECTION OF GUY SET INCLUDING EXCAVATION OF PITS AND
REFFILING OF EARTH AS PER STANDARD SPECIFICATION WITH STAY
14 9902040001 CLAMPS, STAY WIRE, ANCHOR ROD, TURN BUCKLE, EYE BOLT, GUY SET 331
INSULATOR, CEMENT CONCRETE BLOCK ETC. BUT EXCLUDING
CONCRETING
CONCRETING OF POLES, GUYS ETC INCLUDING COST OF CEMENT
15 9905010001 AND METEL (1:2:4) AND WATER ETC. AS PER C.C.M-20 GRADE CMT 5960
STANDARD SPECIFICATION
ERECTION OF COIL TYPE EARTHING INCLUDING COST OF COAL,SOLT
16 9902040002 ETC. BUT WITHOUT COST OF G.I WIRE AS PER STANDARD NO 357
SPECIFICATION. 10 KG SALT + 10 KG COAL
ERECTION OF G.I PIPE / C.I PLATE TYPE EARTHING INCLUDING COST
17 9902040003 OF COAL, SALT ETC. BUT WITHOUT COST OF PIPE / GI PLATE ,GI WIRE NO 461
AS PER STANDARD SPECIFICATION. 20 KG SALT + 20 KG COAL

CONDUCTOR & CABLE STRINGING


ONE
STRINGING OF 30MM2 ACSR / 34 MM2 ,55MM2 AAA CONDUCTOR FOR COD
18 9903000001 1246
11/22 KV AND LT LINES INCLUDING FIXING OF INSULATORS BINDING E PER
JUMPERING ETC KM
ONE
COD
19 9903000002 2870
STRINGING OF 100MM2 ACSR / CONDUCTOR FOR 11/22 KV AND LT E PER
LINES INCLUDING FIXING OF INSULATORS BINDING JUMPERING ETC KM
LAYING OF OVER HEAD LT CABLE FOR ROAD CROSSING, HT LINE
20 9911000017 NO 155
CROSSING AND TELEPHONE LINE CROSSING ETC.. ( PER SPAN )
STRINGING OF 11KV ABC OF FOLLOWING SIZES IN RURAL AREA
INCLUDING FIXING OF CROSS ARM, SPECIAL DESIGN SUSPENSION /
TENSION CLAMP, BINDING TO PIN INSULATOR, PREPARING SHAKLE
21 9903000007 KM 28407
PIONT JUMPERS, ETC. AS REQUIRED AMD DIRECTED BY E I C
( I ) 3X95MM2 + 1X80MM2
( ii ) 3X70MM2 + 1X70MM2
STRINGING OF 11KV ABC OF FOLLOWING SIZES IN URBAN AREA
INCLUDING FIXING OF CROSS ARM, SPECIAL DESIGN SUSPENSION /
TENSION CLAMP, BINDING TO PIN INSULATOR, PREPARING SHAKLE
22 KM 26630
PIONT JUMPERS, ETC. AS REQUIRED AMD DIRECTED BY E I C
( I ) 3X95MM2 + 1X80MM2
( ii ) 3X70MM2 + 1X70MM2
STRINGING OF ABC OF FOLLOWING SIZES INCLUDING FITTING OF ALL
ACCESSORIES i.e. SPECIAL DESIGN SUSPENSION / TENSION CLAMP,
FIXING OF CROSS ARM LT SHACKLE INSULATOR ETC. FOR FIXING OF
23 9903000006 KM 14203
MESSENGER WIRE COMPLETE AS REQUIRED AND DIRECTED BY EIC
( i ) 3X50MM2+16MM2+1X35MM2 ( ii )
3X50MM2+16MM2+1X25MM2
STRINGING OF ABC OF FOLLOWING SIZES INCLUDING FITTING OF ALL
ACCESSORIES i.e. SPECIAL DESIGN SUSPENSION / TENSION CLAMP,
24 9903000005 FIXING OF CROSS ARM LT SHACKLE INSULATOR ETC. FOR FIXING OF KM 5682
MESSENGER WIRE COMPLETE AS REQUIRED AND DIRECTED BY EIC ( i )
1X35MM2+1X25MM2
PROVIDING SINGLE PHASE SERVICE CONNECTION WITH PVC 2.5/4.0
MM2 TWINCORE CABLE FROM TERMINAL POLE TO METERING POINT
25 INCLUDING FIXING OF METER WITH METER EARTHING COMPLETE NO 234
WORK AS PER STANDARD SPECIFICATION BUT EXCLUDING COST OF
MATERIAL
PROVIDING THREE PHASE 4 WIRE SERVICE CONNECTION WITH PVC 4
MM2 / 10 MM2 FOUR CORE CABLE FROM TERMINAL POLE TO
26 METERING POINT INCLUDING FIXING OF METER WITH METER NO 322
EARTHING COMPLETE WORK AS PER STANDARD SPECIFICATION BUT
EXCLUDING COST OF MATERIAL
ADDITIONAL COST FOR EXCAVATION OF PIT IN HARD ROCK AREA
FOR ERECTION OF POLE / GUY ETC. AS PER STANDARD SPECIFICATION
OVER & ABOVE NORMAL COST COVERED AGAINST EXCAVATION OF
27 9902040008 NO 213
PIT UNDER NORMAL SOIL FOR ERECTION OF POLE, GUY, DOUBLE
POLE STRUCTURE EARTHING WITH THE APPROVAL OF SUPDT.
ENGINEER
28 9906000002 PROVIDING GUARDING TO HT LINE ON ROAD / RAIL CROSSING RMT 42
29 9906000001 PROVIDING GUARDING TO LT LINE ON ROAD / RAIL CROSSING RMT 42
30 9901000001 TAPPING FROM EXISTING POLE SPN 284
31 LT LINE TAPPING - SINGLE PHASE NO 30
32 LT LINE TAPPING - THREE PHASE NO 55

DISMENTALING WORK
33 9907000002 LABOUR CHARGE FOR DISMENTALLING OF POLE NO 343.5
34 9907000009 LABOUR CHARGE FOR DISMENTALLING OF EXISTING LINE KM 623
35 9907000007 LABOUR CHARGE FOR DISMENTALLING OF TRANSFORMER CENTER NO 2678.5

Labour Charges for Various Conversions


36 9601000036 Conversion of 1PH 2 wire LT line to 11KV Line KM 8499.61
37 9601000038 Conversion of 3PH 4 wire LT line to 11KV Line KM 10418.22
38 9601000040 Conversion of 1PH 2 wire LT line to 3 PH 4 wire KM 3982.73
39 9601000041 Conversion of 1PH 3 wire LT line to 3 PH 4 wire KM 2647.72
LABOUR CHARGE FOR DE-AUG. OF TC (CARTING OF X'MER TO SITE
WHERE DE-AUG. OF TC IS REQUIRED & REPLECED X'MER IS TO BE
40 9908000019 NO 1600
CREDITED TO S/DN STORE / SS WITH COMPLETE WIRING OF CABLES
AT X'MER CENTER) X'MER CARTING STARTING FROM NEAR SS

Maintenance Work
PER
41 9911000190 58
RE-JUMPERING OF HT/LT LINE FOR SHACKLE POLE POLE
REPLACEMENT OF POLE MOUNTED 1PH SERVICE CONNECTION BOX
42 9911000221 NO 145
INCLUDING RECONNECTING ALL CONNECTIONS
PER
43 9911000229 29
PIN BINDING OF 11KV PIN INSULATOR POLE
PER
44 9911000230 29
PIN BINDING OF LT LINE PIN OR SHACKLE INSULATOR POLE
45 9908000003 REPLACEMENT OF 11 KV DISC INSULATOR NO 101
46 9908000166 REPLACEMENT OF LT PIN /SHACKLE INSULATOR NO 22
47 9908000001 REPLACEMENT OF V CROSS - ARMS NO 145
48 9908000051 REPLACEMENT OF TOP FITTING NO 36
REPLACEMENT OF LT CROSS – ARMS
49 9908000007 NO 72
PROVIDING DO FUSE OR AB SWITCH ON DO (FOR ONE SET) WITH
50 9908000169 FABRICATION & COLOUR CODE JUMPER,INCLUDING PROPER NO 506
ALIGNMENT OF AB SWITCH CONTACTS
NUMBERING THE POLE WITH PAINT BY PREPARING BACK GROUND
OF 1FT TO 1.5 FT HEIGHT SURFACE OF ONE COLOUR AND HAVE
51 9911000001 LETTERING ( 2" & 3" HT ) AS DIRECTED BY IN CHARGE ENGINEER .THE NO 36
TWO COLOUR SHOULD HAVE BEEN SLECTED AS TO HAVE CONTRAST
FOR PROPER READABILITY.(REQUIRED COLOUR TO BE PROVIDED BY
CONTRACTER)
FIXING OF SMC (1-Ph) AT CONSUMER INSTALLATION ( INCLUDING
52 9911000222 NO 58
COST OF FASTNERS)
FIXING OF SMC (3-Ph) AT CONSUMER INSTALLATION ( INCLUDING
53 9911000223 NO 87
COST OF FASTNERS)
54 9908000023 REPLACEMENT OF METER (1 PH) WITH WIRING - URBAN NO 36
55 9908000023 REPLACEMENT OF METER (1 PH) WITH WIRING - RURAL NO 51
PROVIDING (PAINTING/MARKAR ) CONSUMER No ON SMC/MMB -
56 9911000227 NO 14
Rural
PROVIDING (PAINTING/MARKAR ) CONSUMER No ON SMC/MMB -
57 9911000228 NO 8
URBAN
REPLACEMENT OF SINGLE PHASE OLD SERVICE BY NEW SERVICE INCL
58 9908000016 .SHORTFALL REEL INSULATORS, EGG INSULATORS, NAILS, FIXING NO 58
FASTNERS ETC.
59 9902040007 ERECTION/PROVIDING LIGHTENING ARRESTOR ON DP STRUCTURE NO 72
REPAIRING / ADJUSTING TENSION OF EXISTING GUY / STAY SET
60 9911000007 NO 108
INCLUDING PROVIDING/REPLACEMENT OF STAY INSULATOR
REPLACEMENT OF OLD DISTRIBUTION BOX 200 KVA & ABOVE WITH
61 9908000010 NO 1301
MAKING ALL CONNECTIONS CRIMPING OF LUGS,NEUTRAL ETC
REPLACEMENT OF OLD DISTRIBUTION BOX UP TO 100 KVA & ABOVE
62 9908000011 NO 723
WITH MAKING ALL CONNECTIONS CRIMPING OF LUGS,NEUTRAL ETC
PROVIDING LINE SPACER BETWEEN LT LINE CONDUCTOR WITH
63 9911000054 NO 22
BINDING
PER
64 REPLACEMENT OF OLD JUMPERS BY NEW JUMPER / BINDING / LUGS JUMP 36
ETC FROM L.A TO D.O. FUSE OF D.O. FUSE TO T/C. ER

EXECUTIVE ENGINEER
MGVCL, NADIAD(R) DIVISION

I / WE WILL AGREE TO WORK CARRIED OUT AS ____________________ % ABOVE /


BELOW / EQUAL THAN COMPANIES RATE

____________________________
STAMP & SIGNATURE OF CONTRACTOR
CONDITIONS:

1 BEFORE ERECTION OF FABRICATION MATERIAL ALL REQUIRED FABRICATION ARE TO BE


PAINTED WITH ONE COAT OF ISI MARKED RED OXIDE AND TWO COAT OF ISI MARKED SILVER
PAINT / BLACK PAINT AT GROUND LEVEL
2 RSJ GIRDERS WILL BE CARTED NEAR BY SITE BY COMPANY
3 SOFT COKE IS TO BE UTILIZED FOR EARTHING WORK
4 IF REQUIRE, CONTRACTOR HAS TO WORK ANYWHERE IN DIVISION AT QUATED RATE AND
NO EXTRA PAYMENT WILL BE MADE
5 THE ORDER MAY BE EXTENDED FOR ANOTHER ONE YEAR IF REQUIRE AT THE SAME RATES,
TERMS AND CONDITION
6 CONTRACTORS HAS TO CARRY ALL POLES WITH IN REDIUS OF 4KM FROM SITE BY THEM
OWN
7 NO CONDITIONAL OFFER WIL BE ACCEPTED IN ANY CIRCUMSTANCES.
8 IN CASE OF ANY AMBIGUITY, DISCREPANCY OR DISPUTE, THE DECISION OF THE EXECUTIVE
ENGINEER (O&M), MGVCL. WILL BE FINAL AND SHALL BE BONDING TO THE RENDERER

EXECUTIVE ENGINEER
Stamp & Signature of the Contractor. MGVCL, NADIAD R DIVN
MADHYA GUJARAT VIJ COMPANY LIMITED.
Specification and General Condition for
MAINTENANCE & ERECTION OF H.T. AND L.T. LINE.

General Conditions :
a) The work entrusted as per the contract should be soundly constructed in accordance with the best practice
and should presents neat appearance when completed. All the works have to be carried out according to the
drawing specifications. There should not be any damage or injury to material or other’s property during
transport or erection.
b) The contractor should fulfill the conditions of contract of Labour regulations and Abolition Act 1970 & will
have to furnish records failing which payment will not be made. The contractor should specify Licence no.,
Contractor should process the sales Tax Registration No. & should also intimate PF code No. & contractor are
also bound to fulfill all the conditions as per the provision of EPF and MP Act 1952 & schemes framed there
under. Contractor will have to submit full documents ser of all legal papers required.
c) Any liabilities arising in connection with Sales Tax will be of contractor.
d) Order will be issued to the contractors who have carried out such type of ARC work successfully in any
Discom of GUVNL in addition to general tender documentation as per company rules.
e) General documentation for ARC Works are as under.
a. Copy of PAN No. from Income Tax Department.
b. Copy of PF No. from Provident Fund Department.
c. Insurance for the labours for valid time period.
f) Contractor not having separates P.F. Code number should not be considered for Acceptance of tender.
g) Contractor having separate P.F. Code Number has to produce the certified Xerox copy of Challan remitted to
R.P.F.C., Ahmadabad or Recovery of Provident fund and other charges along with the list of Laborers of the
Contractor for every month.
h) Contractor shall pay minimum wages to each laborer as per the minimum wages act 1948 and rules therein,
as applicable from time to time in pursuance to the Govt. Notification and compensation Act applicable
Workmen Compensation Act.
i) Contractor will have to carry out works in any area of Nadiad(R) Division if need be as per the instruction of
Executive Engineer, Nadiad(R) Division Office.
j) Lowest Tendered have to execute the Final accident bond on the Court Stamped Paper of Rs. 100/- in all
respects at his own cost.
k) Contractor has to finish the contract documents i.e. agreement on court stamp paper and contract Booklet
etc. on demand of this office.
l) 5% Security Deposit amount should be paid within 7 days from the date of issue of acceptance order of the
Tender. This amount will be payable either in cash or through Demand draft on any schedule bank drawn in
favour of “MGVCL”. This amount will refundable after completion of work and upon submission of NOC of
the Engineer-in-Charge.
m) 20% Solvency of revenue Authority Banker’s Solvency certificate will have to be produced by the Contractor
on Demand of this office (i.e. 20% value of order amount).
n) Income Tax will be recovered from the bill of the Contractor as per rules.
o) The rate is inclusive of any transporting to site from the above work “Execution and Getting Work”.
p) Contractor is bound if any condition in Tender and condition of the contract is changed from time to time.
q) For any damage to the equipments or persons, working for the job, MGVCL will not be responsible.
r) The contractor shall be responsible for breakage, loss or theft of materials during transit or erection, issued to
him from stores, till the time, the work is handed over and taken over by the company.
s) The contractor must have adequate resources and gang of unskilled & skilled personnel to undertake the
work at the different places.
Special Terms and Conditions:-
a) Contractor should produce evidence of having experience in executing similar nature of jobs of not less than
60 % of tender amount and or quantity in a single contract along with the documentary evidence, preferably
photo copy of orders secured from MGVCL and satisfactory completion certificate from respective
department.
b) The rates are asked for only on percentage basis against estimated amount i.e. item wise rates stated in the
Schedule „B_. The tender offer must be specify the percentage either above or, below to the estimated
amount. And it should be clearly specified both in figures and words.
c) No conditional offer will be accepted in any circumstances.
d) The contractor should sign all the tender documents wherever necessary & also produce experience certificate
failing which the offer is liable to be ignored.
e) In case of any mistake in writing the percentage offer between the figures and words, the Company will
consider the most beneficial at its discretion and that will be binding to the Tenderer.
f) In case of any mistake, in writing the derived net amount of the offer, the actual calculation as per percentage
offer of the tenderer will be taken in to consideration of comparison and shall be binding to the contractor.
g) The rates so accepted will be applicable, during the validity period of contract and no price variation will be
considered during contract period.
h) The percentage rate offer must be offered in our tender documents only. There should not be any
overwriting. If any correction, it must be made with initial signature of the tenderer.
i) The tenderer should not change the estimated rate.
j) The Tender documents where signed, must be affixed with Rubber-Stamp of Firm/Company/Individual with
address.
k) In case of any ambiguity, discrepancy or dispute the decision of Executive Engineer Nadiad® Division,
MGVCL, will be final and shall be binding to the tenderer.
l) Wherever, there is an excess work carried out by the, contractor beyond the Technically sanctioned amount
against the work order, approval for the excess quantity of work done should-be obtained from- the
competent authority as per Company's rules.
m) Madhya Gujarat Vij. Co. Ltd does not bind itself to accept first lowest or any tender.

EMD:-
Each tender must be accompanied by Earnest Money Equivalent to 1 % of the estimated value or Rs.500/-
whichever is more of the contract. This amount will be payable either in cash or through Demand Draft in favour
of MGVCL. Tenders without EMD will be liable to be considered void for awarding contract. The receipt of
EMD/ DD should be posted in separate cover before opening of tender. Earnest Money Deposit paid shall be
liable, to be forfeited in the event of failure accept the contract by successful tenderer's, EMD will be refundable
to all unsuccessful tenderer's on demand and upon submission of the original money-receipt and after finalization
of contract. The successful tenderer's will be eligible for refund EMD upon payment of Security Deposit.

Period of contract :-
The contract will remain in force for the period of one year from commencement of the first work till
completion of work whichever is later.
The work should be commenced within seven days from the date specified in the offer to commence work,
issued by the Deputy Engineer(O&M) of sub-division and should be completed within the prescribed period for
each work.
For annual contracts, the contractor will be given spate order for each work on the basis of the rate contract
order. The date of commencement & completion of work will be stipulated in order which the contractor has to
agree otherwise the penalty will be levy-able for late completion of work as per company’s standard conditions.
Priority of Work:-
Priority of work would be decided by the Deputy Engineer(O&M) and the contractor shall carry out the work
within stipulated time for order issued by the under signed.

Penalty:-
For delay in work, occurring on account of reasons other than Force majeure as accepted by DGS & D, the
contractor will be liable to of penalty at a rate of ½% per week subject to maximum 10% of value of
uncompleted work. For condition delay, proof of existence of force majeure conditions will have to be given.

Quantities:-
The quantities mentioned in the accompanying schedule are only conditions. The company reserves the right of
revising of delighting any of the quantities to be erected during the execution of the contract and the final
quantities actually erected to the contractor will be calculated and paid the rate given in the contractor schedule
of rates.

Jurisdiction:-
All disputes will be subject to town/village of respective S/dn office jurisdiction.

Contractor’s Liability:-
For any accident either fatal or non-fatal to the workers due to non-observances of the safety measures and line
clearance procedure, MGVCL shall not be responsible.

Minimum period guarantee: -


If during 12 calendar months from the date of handing over charge after completion of earthing work, any of the
earthing are found defective in any way the same should be rectified by the contractor free of cost.

R.A.Bills & Final Bills Payment:-


Bills should be prepared once a month looking to the progress of the work and payment will be made as under.
(a) Running bill may be paid on the progress of work carried out and measurement recorded up to 70% on
submission of material account.
(b) Final bills for contractor will be paid after completion of works and recording measurements submitting
material account. If contractor fails to be present for the purpose within reasonable time, MGVCL is free to
proceed further and finalize the bill.
No material of the company should be left on the line without supervision.

The payment to the contractor through R.A.Bill will be made to extent of 100% of the value of the work done
provided. The contractor furnishes the material account in respect of the previous R.A.Bills before the next
R.A.Bill is paid. If this is not complied with by the contractor, the payment through R.A.Bill shall be made only to
extent of 70% of the total value of the work done. The amount so with held will be released on furnishing the
material account statement of the relative R.A.Bill by the contractor

The contractor shall on completion of the work prepare R.A Bill and render the final detailed material account of
the material received by him from the company’s Store within one month from the date of completion of
work. If, however the contractor does not render the material account, a Regd. A.D. Notice shall be issued to the
contractor to render the material account within 10 days from the date of notice, failing which the material
Account will be finalized and recoveries made as per the company’s account which shall have to be accepted by
the contractor and disputes if any raised shall not be Entertained.
The Contractor is governed by the following clauses signed by him:
a) Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and provisions of
tender and contract for work as applicable and in default thereof to forfeit and pay the company the sums of
money as may become due.
b) The full value of the “Earnest Money Deposit” paid herewith shall be absolutely forfeited to the Co., should I/We not
deposit the full amount of specified Security Deposit in time.
c) The competent authority win delete any item in Schedule ’B’ in the Tender.
d) The contractor will have to produce solvency certificate before commencement of work.
e) For any accident either fatal or non fatal to the workers due to non observance of safety measures & line
clearance MGVCL shall not be responsible.
f) Any loss, sustained due to this will have to be borne by the contractor.
g) Contractor has to provide separate PF code No. from thr RPFO for their employee.
h) Contractor will have to carry out works in any area under the jurisdiction of MGVCL,Nadiad(R) Divn.
i) Executive Engineer, MGVCL, Nadiad(R) can discontinue contract any time – without assigning any reason /
can take further actions as per Company’s rules against the contractor.
j) The above conditions are applicable to this tender in addition, to the specifications mentioned in the Tender
and Contract booklet of MGVCL.

Termination of Contract:-
The MGVCL upon written notice of default to the contractor, shall terminate in the circumstances detailed as
under:
If, in the opinion of the MGVCL, the contractor fails to complete the work specified in the scope of works given
in Schedule-B within the time specified for the same in the contract or within the period for extension has been
granted by MGVCL to the contractor.
If, in the opinion of the MGVCL, the contractor fails to comply with any of the other provision of the contract.
The MGVCL shall also be empowered to cancel the contract, if any deficiency in erection work and or bad
performance is notice.
The work specified in the scope of works given in schedule-B within the time specified for the same in the
contract or within the period for extension has been granted by MGVCL to the contractor.

SCOPE OF WORK

1. General:
a. The work entrusted as per the contract should be soundly constructed in accordance with the best
practice and should presents neat appearance when completed. All the works have to be carried out
according to the drawing specifications. There should not be any damage or injury to material or other’s
property during transport or erection.
b. Before commencing erection of line, the contractor will be provided with the pole schedule and layout
map if ready of the area, which will give one of the locations marked in the layout map. The pole guy
and earthing locations will be shown by the Engineer in charge. Other drawing referred to the pole
schedule will be available for consultation with the Company’s staff at site or at the Subdivision Office.
Cutting of tree’s branches which come in the line will be arranged by the Company.
c. Marshy or water logged locations must be avoided as far as possible If it becomes invariable to locate at
such point special precautions about foundation will have to be taken and work carried out as per
instruction of the Engineer-in-charge.
d. The spans shall be specified in the pole schedule and the minimum spacing between the power
conductors and conductors and conductors and neutral shall be as shown in approved drawing.
2. Supply of materials:
All materials such as rail, RS joints, or other poles{except PSC} fabricated materials, copper, aluminum or
A.C.S.R. conductor, V.I.R. wire insulators guy wire, etc. required for erections will be supplied from the
Company’s Store at Nadiad. PSC poles for line supports will be transported and stacked by the Co's along
road side for HT/LT line and at one place near the site of work within a range of 2 kms.
The rates quoted should be inclusive of transportation and distribution to site from the above stores, erection
and sorting to work.
The line supports may be of rail P.S.C. wood or any other type and be 30 to 42 feet in length and weight 40
to 100 lbs/yds. The conductor will be copper, aluminum or A.C.S.R. and very in size from 075 Sq. in to -.-2
sq. in copper equivalent area. The conductors will supplied in coils or in drums as per standard packing
received from the crates should be returned to the Stores and slacked at the directed place.
The rolls should be returned to the Store and stacked at the directed place. For damaged or lost empty
crates/drums of conductor recovery @ Rs.200/- for each will be effected. Anti-climbing device like GI barbed
wire & Danger Company should be supplied by the contractor. Lugs will be supplied by the Co.
Contractor must get the requisition, three working days well in advance, before they require the
material on site, from Engineer-in-charge.

3. PoleErection:
The work includes shifting of supports particularly PSC poles from the stacking place as mentioned in Clause
No.2, to the site of actual work excavation of pit, fixing of top insulator fitting, cross arms, clamps numbering
etc. complete inclusive of painting, fixing of danger company caution plates and fitting anti-climbing devices
for double or four, pole structures, Railway or River crossing or transformer structures etc. The work further
includes fixing cross arms packing cross bracing etc., mounting of AB switch DO or HG type fuse units. The
pole are to be set in good hard earth, the depth of pit shall be one sixth the height of the pole and if the
ground is soft, depth of the pit shall be 6 inches more than the Pole. Poles must not be erected along the
edge of cutting or embankments or where the soil is liable to be washed away, unless, special precautions are
taken to ensure durable foundation when setting the pole. The pit shall be of ample size to allow easy
entrance of the pole and base plate without any damage to it. After pole is erected vertically the pit is to be
refilled with the excavated earth and properly rammed. The erection, cost, of single or double pole
structures, stay sets and pipe or plate type earthing is inclusive of excavation of pit refilling of excavated earth
and cost of coke & salt in earthing arrangement as specified. All the poles must be in plumb, fabrication fitting
on pole must be tight. Fabrication fitting on pole must be tight.
All single pole structure special structures and netting of cross arms Earthing etc. should be carried out
accordingly to standard drawing the reference of which will be given by the Company

4. Painting and Numbering:


Rail poles, RSJ, Steel Tubular Poles or all the steel mounting shall be given one cost of approved red oxide
paint and two coats of approved aluminum paint. There should be sufficient interval between every cost of
painting in order to allow for drying. The bolts and nuts shall be dipped in anticorrosive oil before insertion
and all over lapping surface of steel should be given a fine coat of red oxide paint before Bolting. For the rails
and R.S.J./ Steel tubular the lower portion up to three fit above ground level shall be cleared or rust. Where
concrete is not being done this surface should be given a base coat of red oxide and an additional coat of
black bitumistic paint, which should extend up to 3ft, above ground level of muffing before inserting in
ground. The rest of the surface of the rails of R.S.J. shall be cleaned of all rust and painted with one coat of
red oxide and two finishing coats of approved aluminium paint. The paint should be got approved by the
Engineer-in-charge of works before using on works and will have to be arranged by the tenders, as painting is
included in the offer. Every pole after erection shall be numbered in bold black figures both in English and
Gujarati at a height of about 8 ft from the ground level as per instruction of the Engineer in charge P.S.C.
Poles need not be painted but they should be properly cleaned and fabricated on PSC need be only painted
as specified above.

5. Concreting / muffing:
The proportion of concrete mixture and the quality of the sand and metal or brick bat should be as below.
a. Cement concrete proportion for concreting of Rail/RSJ/Steel Tubular or P.S.C. poles and stay rods when
ever Necessary should be cement one part, sand three parts 1.½” metal or well burnt brickbat six parts
(1:3:6)
b. The sand shall be clean, grippe and composed of hard, strong and durable grains. It shall be free from
clay or organic matter. If there is any trace of earthy matter the sand must be washed, before using sand
for concreting work it should be got approved from the engineer in-charge.
c. Metal should be hard and durable stone, to pass through a mesh of 1.½” as far as possible. All metal must
be perfectly clean, being washed necessary, and free from any sulphur. Size of metal must be got
approved from the engineer in-charge.
d. The brickbats should be made of well burnt bricks and should be of 1.½ ” size as far a possible Size of
Brick Bats must be got approved from the engineer in-charge.
e. Unless otherwise specified the concrete shall be mixed in the above proportions and should be
thoroughly mixed at least three times in a dry state, before water is added, and are far as possible finally
wet mixture must be used. All concrete must be mixed on a water tight platform. In vessel any case,
finished work, must be absolutely true inline and level finished off smooth. One finishing coat of cements
past should be applied on another surface of the muffing. (As soon as the surface cannot be rubbed off by
the figures watering of block must be commenced.) The concrete block must be kept wet continuously for
period of seven days.
f. If the Engineer in charge of the works or the Supervisor finds that cement concrete is no of the above
quality and as specified the same will be rejected.
g. The contractor should procure metal, and sand himself as specified above. All poles and stays along the rods
and in the village area are to be muffed, and size of the muffing for poles should be 12”above ground
level and 12” below ground level.) stay roads should be provided with cement concrete muffing of 12”
dia x 24” total high ( 12” below ground level and 12” above ground level) For muffing only metal is to
be used and not brickbats are gravel.

6. Stringing of Conductor:
Stringing of standard ACSR/Aluminum/All. Alloy conductor include, the erection of necessary HT & LT strain
and pin insulators, jumpering & binding wire jointing etc. complete inclusive of providing guard loops in L.T
Lines. The rate quoted, should be per conductor route kilometer inclusive of the above. Appropriate, tools
should be used and proper scientific methods are to be applied to protect against cuts, scratches or kinks, He
should particularly follow the instructions of Engineer-in-charge while making jumper, joints and bindings.
While executing this work equipments & tools like turn table or draw vice etc, should be arranged by the
contractor. For stringing of aluminum or ACSR conductor, aluminum or wooden pulley must be used for
supporting contact on poles. Generally 30-40 meter span should be kept on HT/LT line. All conductor earth
wire and stay wire must be tight.
Stringing of V.I.R. wires Stringing of V.I.R. wires of different sizes varies from 3/20 to 19/16 should be
complete worth G.I. bearer wire and reel insulators interspaced 3 ft. as supports.
All road crossing must be provided guarding arrangement and minimum 22 ft. clearance must be kept
betwean conductor and road level.

7. Erection of Stay Set.


The erection of stay set may be A or b type complete with stay clamp, binding of G.I. stay wire at either
end, turn buckle, anchor plate with road, binding of Guy Insulator. The binding of stay wire for guy insulator
at both the ends should be done properly. The stay shall be erected suitable for local condition. The rate
should be quoted for erection of complete, inclusive of excavation of pit and refilling of earth and painting.
Stay Rod pit must be as per instruction.

8. Earthing.
The earthing device shall be of the coil type or pipe type or plate type as indicated in the pole schedule. The
work of earthing must be carried out as per instructions of Engineer-in-charge and at the places selected by
the field Engineer. The coke or charcoal powder and salt will have to be procured by the contractor should
preferably use earth augur excavation of earth pit. The contractor should satisfy himself as well as to
supervisor for satisfactory earthing by carrying out test using earth tester. All earthing is to be covered up to
2.5 mtr {8feet} from ground-level by earthing sleeves which will be provided by the Co., the earthing to be
provided in a separate pit i.e. other than that of pole. All conductors, earth wire and stay sets must be tight.
9. Guarding.
Guard cradle will be provided below HT line/LT line. The guarding must also be provided where railway
trucks, telephone line, and licensees HT, LT lines are passing below Co’s HT lines. The guarding for the above
comprises of fixing of guard cross arm eye bolts. and guard cable consisting of GI main bearer wire GI lacing
wire and GI binding wire, etc, complete. The work has to be carried out as per instruction of Engineer-in-
charge. The cradle guard consists of 2 Nos., of SWG No.8 GI wire for binding, guarding for railway crossing is
to be carried out as per instruction of the Engineer-incharge.

10. Erection of Distribution Sub Station.


Transformer sub station will be of the outdoor type and will consist of the following erection.
1. One 25 to 200 KVA Transformer complete with is accessories. The transformer is to be repainted with
one coat of battleship gray paint of approved make
2. One set of L.T. Switches with fuse.
3. One set of H.T. Switches with fuse.
4. One set of L.T. Distribution type lightening arrestors.
5. One distribution Box of M.S. Sheet and suitable iron clad three. Nos. L.T. takes off. One No incoming
ironclad triple pole switch with fuse and neutral link, fuse carriage and necessary wising inclusive of 2” to
3” dia. G.I. pipe for coming leads from transformer side to Distribution Box and 1” top 3” dia. G.I. Pipes
for L.T. take offs with suitable V .R. cables.
6. Pipe earthing to be provided on either side of the substation providing earth wire for lightening arrestors
transformer tank and Distribution Box and two separate wire if distinct earthng for neutral with 8 S.W.G.
copper or G.I wire. The rate should be quoted inclusive of painting (Where require) transportation and
distribution to site from the Company’s Stores to the site of erection.

11. Fixing of St. Light fixture.


The St.Light fixture of ‘A’ or ‘A’ type consists ¾” G.I. pipe. This should be properly fitted with clamps on the
poles. The brass holder, Brass-nipple, reflectors are also to be fitted properly on one end of fixture. T W bush
should be provided. The V.I.R. wire should be kept in sufficient length to provide jumper etc. the height of
the fixture from the ground level should be kept as per the instructions of Engineer in-charge. The actual fuse
one kit kate fuse should be fixed on the wooden board which is to be fixed on the pole by clamp and bolt.
This would be supplied by the Company.

12. Laying of one phase service lines and three phase lines.
This will consists of laying overheads V.I.R. Line with G.I. Bearer wire, pipe wiring, or batten wiring, fixing of
I, Cut-outs or switch, one phase meter, meter Board etc. The twin or single phase wire available in existing
stock should have to be utilized. The G.I. Wire No. 8 to 10. Would be provided at equal intervals of Suitable
size as per drawing. The aril or kit kate fuses should be provided on wooden Board. Which is to be fixed on
the pole by clamps and bolts and same would be supplied by department, Sufficient V .I.R. wire should be
kept at terminal pole and for jumpering. The G.I. bearer wire should be connected with main earth to get the
continues earthing.
i. There should not be joint in the service line.
ii. Conduit pipe should be fixed in decent way in the premises of the consumer any damaged occurred to
the premises due to fixation of pipe or taking the service line into premises should borne by the
contractor.
iii. Meter, cut-outs pipe should be earthed properly, Earthing clip for earth wire end T.W. Bush should be
inserted in either end of pipe.
iv. The measurement would be taken not as per actual length of line but it will be taken on the projector of
the line and accordingly the payment would be made.
v. In case of three phase S.C. the service line would have to be laid up to metering point only and meter
will be installed by department. The steel meter Box Should be fixed up as per directive of Engineer in-
charge.

Signature of the Contractor. EXECUTIVE ENGINEER


With stamp MGVCL, NADIAD R DIVN

S-ar putea să vă placă și