Page No.1 Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016 The Executive Engineer Vishwamitry East Division Office, under Baroda City Circle invites Tender from experience contractors for Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity. Tender Papers & Specifications etc. may be down loaded from Web site www.gseb.com & www.mgvcl.com (For view & down load only). “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA 390001, “NO COURIER SERVICE OR HAND DELIVERY” will be allowed. Sr. No. Description 1 Tender No.: VED/TECH/JE-II/2956 DATED:22.6.2016 2 ARC for Maintenance of HT, LT & TC at KARELIBAUG S.DN and other subdivisions under Vishwamitry (E) Division office. 3 Tender Fee in Rs. (non refundable) Rs. 500.00 4 Estimated cost in Rs. (in lakhs) Rs. 4,99,964.00 5 Earnest Money Deposit amount in Rs. Rs.5,000.00 6 Security Deposit 5% of Estimate Value Rs.24998.00 7 Start Date & Last Date of Downloading of Tender From Website. 23.06.2016 to 14.07.2016 up to 16:00 HRS 8 Last Date of Submission of Filled Tender by Speed Post / RPAD Only to this office. 16.07.2016 up to 15:00 HRS 9 Date of opening of “EMD Cover” and “Technical Bid Documents” (If possible, and with the presence of bidders who remains presence) 16.07.2016 at 16:00 HRS (If possible) 11 Tentative Date of opening of Price bid, (If possible, and with the presence of bidders who remains presence) 18.07.2016 at 11:00 HRS (If Possible) 12 Time Limit of Contract 1 Year (Extendable for another one Year) AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER ADVERTISEMENT), THE TENDER CAN BE DOWNLOADED FROM THE WEBSITE OR BLANK TENDERS WILL BE AVAILABLE FROM THE OFFICE OF THE EXE. ENGINEER, MGVCL, VISH. EAST DIV, MOTIBAUG BARODA ON PAYMENT OF TENDER FEE IN CASH IN SCHEDULE TIME LIMIT MENTIONED ABOVE. FOLLOWING CONDITIONS ARE MANDATORY FOR BIDDRES OTHERWISE THE TENDER / OFFERE WILL BE OUTRIGHTLY REJECTED AND NO ANY FURTHER COMMUNICATION IN THE MATTER WILL BE ENTERTAINED.
23
Embed
Maintenance of 11 KV Overhead HT Line , Overhead LT … No...Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
The Executive Engineer Vishwamitry East Division Office, under Baroda City Circle invites Tender from experience contractors for Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity. Tender Papers & Specifications etc. may be down loaded from Web site www.gseb.com & www.mgvcl.com (For view & down load only). “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA 390001, “NO COURIER SERVICE OR HAND DELIVERY” will be allowed.
Sr. No.
Description
1 Tender No.: VED/TECH/JE-II/2956 DATED:22.6.2016
2 ARC for Maintenance of HT, LT & TC at KARELIBAUG S.DN and other subdivisions under Vishwamitry (E) Division office.
3 Tender Fee in Rs. (non refundable) Rs. 500.00
4 Estimated cost in Rs. (in lakhs) Rs. 4,99,964.00
5 Earnest Money Deposit amount in Rs. Rs.5,000.00
6 Security Deposit 5% of Estimate Value Rs.24998.00
7 Start Date & Last Date of Downloading of Tender From Website.
23.06.2016 to 14.07.2016 up to 16:00 HRS
8 Last Date of Submission of Filled Tender by Speed Post / RPAD Only to this office.
16.07.2016 up to 15:00 HRS
9 Date of opening of “EMD Cover” and “Technical Bid Documents” (If possible, and with the presence of bidders who remains presence)
16.07.2016 at 16:00 HRS (If possible)
11 Tentative Date of opening of Price bid, (If possible, and with the presence of bidders who remains presence)
18.07.2016 at 11:00 HRS (If Possible)
12 Time Limit of Contract 1 Year (Extendable for another one Year)
AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER ADVERTISEMENT), THE
TENDER CAN BE DOWNLOADED FROM THE WEBSITE OR BLANK TENDERS WILL BE AVAILABLE
FROM THE OFFICE OF THE EXE. ENGINEER, MGVCL, VISH. EAST DIV, MOTIBAUG BARODA ON
PAYMENT OF TENDER FEE IN CASH IN SCHEDULE TIME LIMIT MENTIONED ABOVE.
FOLLOWING CONDITIONS ARE MANDATORY FOR BIDDRES OTHERWISE THE TENDER / OFFERE
WILL BE OUTRIGHTLY REJECTED AND NO ANY FURTHER COMMUNICATION IN THE MATTER
[A] All the relevant documents as per tender are required to be submitted physically in “EMD
Cover” and “Technical Bid Documents” (Both covers then kept in Main cover and send duly
sealed as per tender requirement) on OR before due date and time. All such documents should
be strictly submitted by RPAD/Speed post only. Otherwise the offer will not be considered and
no any further communication in the matter will be entertained.
[B] Bidders are requested to submit price – bid (Schedule –B) in separate cove with heading
“Price Bid” on it. The cover should be kept in main cover along with the EMD and Technical Bid
Cover. First of all EMD cover will be opened if bidder has paid necessary Tender fee and EMD
amount then and then Technical Bid cover will be opened.
Tender Documents in (PDF Format) which consists of: (1) Tender Notice (2) Pre Qualification Criteria / Eligibility Criteria for Technical Qualification (3) Scope of Work and General Terms and conditions (4) Commercial Terms and Conditions (5) Schedule-B: Price Bid (6) Schedule -A
To view the PDF file please use “Acrobat Reader” soft ware which can be downloaded from “Adobe “website.
Any technical questions, information and clarifications that may be required pertaining to this
enquiry should be referred to THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST
“GENERAL INSTRUCTION” Name of work: Maintenance of 11 KV Overhead HT Line , Overhead LT Line and Pole Mounted Transformer Centers of Various capacity; under jurisdiction of KARELIBAUG S.DN or any other Sub Division under Vishwamitry East Division. The bidder has to submit the Main cover (super scribing of Tender no.: “______” & due date of opening along with the bidder name & address) duly sealed which consisting of “E.M.D. Cover” “Technical Bid Cover” and “Price Bid Cover”, on or before due date and time of submission of documents in PHYSICAL FORM. IT IS MANDATORY. NOTE: First the “E.M.D cover” will be opened & if the documents towards payment of Tender Fee and E.M.D [i.e. (a) & (b) here under] are found OK then only Technical Bid will be opened which may please be noted otherwise bid will not be opened / say rejected out rightly and no correspondence in this regard will be entertained. The price bid of the bidder/s who qualified technically will only be opened. (1) “E.M.D Cover”: EMD Cover shall consist of the following (a) and (b), (super scribing of
“EMD Cover” along with Tender no.: “______” & due date of opening, the bidder name & address). In case of non submission of E.M.D. documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly.
(a) Tender Fee:
No exemption from payment of tender fees shall be given to any bidder irrespective of
whether they are SSI, Cottage and Tiny works units. Tender fee (Non-refundable) as
notified in the tender notice should invariably be paid by way of Demand Draft;
otherwise offer will be ignored out rightly. Indian Postal Orders (IPO’s) & Cheques are
not acceptable. Demand Draft should be in the name of “Madhya Gujarat Vij Company
Ltd.”, Payable at Vadodara. Alternatively, the bidder can pay the tender fee in CASH at
the office of, THE EXECUTIVE ENGINEER (O&M)- VISHWAMITRY EAST DIVISION
OFFICE, MADHYA GUJARAT VIJ COMPANY LTD., J.N. MARG MOTIBAUG, VADODARA
390001. at Cash counter during working day between 11.00 A.M. to 02.00 P.M. and on
working Saturday between 11.00 A.M. to 12.30 P.M. before the due date and time for
submission of tender, and must enclose Money receipt in original / self certified copy in
(b) E.M.D.: Bidder / contractor have to pay E.M.D. as per tender notice. The E.M.D. is payable either in Cash or by Demand Draft in favour of the Madhya Gujarat Vij Company Ltd. on any Scheduled / Nationalized Banks in Vadodara. Cheques are not acceptable. No Interest will be allowed / paid against payment of E.M.D.
As per ACCOUNTS CIRCULAR No. 15 Dated: 02.02.2015 For Exemption in EMD bidders
shell meet below mention criterion.
No EMD exemptions as well as SD/PGB relaxation shall be given to Outside
Gujarat based contractor bidder irrespective of bidder is SSI or not.
The exemption in payment of EMD shall be given only to Gujarat based small,
Cottage and Tiny works units registered under Small Scale Industries of Govt.
of Gujarat (DIC) and also holding subsequent registration with NSIC
registration Certificate for the tender works/services.
No EMD exemption shall be given to the bidders having SSI/NSIC certificate
outside of Gujarat State.
The above required certificates should be authenticated notarized
certificates.
The name of works mentioned in SSI/NSIC certificates should be same as the
tender works/services. If the certificate is for the works/services other than
the tender’s works/services, these certificates will not be acceptable and
above relaxations shall not be given to such SSI works units.
NSIC certificate more than 03 years old will not be considered and the validity of the same should cover at least the validity period of the tender and thereafter it has to be renewed and submitted immediately.
All the “SSI” and “NSIC” registration certificates Documents furnished along with the tender submitted by the bidders having Small, Cottage & Tiny industrial units registered under small scale industries of Govt. of Gujarat should have clear validity as per the tender and should invariably be renewed as per the norms of “SSI” and “NSIC” registration certificates Otherwise they shall have to pay E.M.D. and no exemption will be granted.
Tenders submitted without Earnest Money Deposit by the firms, who are not eligible for any exemption, will be rejected without entering in to further correspondence in this regard and no reference will also be made.
The SSI & NSIC certificate should indicate the works / services of works / services offered under this tender. Provisional Registration Certificates are NOT allowed.
EMD will be released only on payment of security deposit in respect of successful bidder whereas the same will be refunded to others on finalization of the tender / placement of order to successful bidder.
(2) Technical Bid Cover: (super scribing of “Technical Bid Cover” along with Tender no.: “______” & due date of opening, the bidder name & address). The following documents to be kept / submitted in Technical Bid Cover. In case of non submission of Technical Bid documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly. “Technical Bid Cover” consisting of the following: (1) General Instruction (2) Documents mentioned in Pre qualification / eligible criteria (List given under) (3) Scope of Work and General Terms and conditions (4) Commercial Terms and Conditions (5) Schedule -A
(3) Commercial Bid Cover: (super scribing of “Commercial Bid Cover” along with Tender
no.: “______” & due date of opening, the bidder name & address). The following documents to be kept / submitted in Commercial Bid Cover. In case of non submission of Commercial Bid documents in physical form, bid will not be opened and bid will be rejected / ignored out rightly.
(1) Schedule-B (Duly Signed and Stamped by bidders, Percentage Rates Should be mentioned in Schedule –B, along with Service Tax Inclusive /Exclusive is required to mentioned)
PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION: The bidder must submit the following all details / all documents (as mentioned) in Technical Bid Cover, which are mandatory. Non Submission of any details / any document as per requirement, the bid shall be rejected out rightly.
(1) List of Work on Hand of Similar Work in MGVCL or any other DISCOM and last Work Order
copy for which work is completed, along with satisfactory work order completion
certificate issued by not below the rank of Executive Engineer.
(2) Valid Nationalized Bank solvency certificate of Rs.1.00 Lacs i.e. minimum 20% of
estimated cost.
(3) Copy of valid E. P. F. Registration along with last Three(03) paid challan copies
(4) Copy of PAN card issued by IT Department.
(5) Copy of valid Electrical Contractor’s License in the name of bidder.
(6) Copy of valid Service Tax Registration Certificate.
(7) Copy of valid Labor Insurance Policy.
(8) Details of tools and tackles, owned and available for use in this work.
(9) Copy of valid electrical supervisory certificate of contractor / authorized person.
(10) Copy of “Labour license” issued by the licensing authority under the provision of
Contract Labour (Regulation and Abolition) act, 1970.
Documents / Details / Proofs Submitted by the Contractor / bidder are Subject to Verification / Audit as and when required. All the submitted documents must be signed and sealed of bidder. MGVCL reserves the rights to accept or reject any tender without assigning any reason thereof.
(To be submitted in Technical Bid Cover in physical form & it is mandatory) For every item in the Price Bid Schedule –B, sub-order will be issued as and when required for any sub division office under MGVCL vish. East Div. Office. Maintenance work of HT , LT & TC shall be executed as per MGVCL standard terms and conditions / REC Standards & as per Approved Drawing under the supervision of Dy./ Jr. Engineer of concerned Sub-Division / Division which also includes following:
1. Work shall be required to be executed under any Sub-Division of VISHVAMITRY East DIVISION Office under any scheme.
2. Any amount of sub-order for any Sub-Division will be issued which shall be acceptable to the contractor and accordingly work shall be done within the time frame for which no excuse will be acceptable by MGVCL.
3. Execution Permission from all local govt./pvt./concerned departments will be in the scope of contractor.
4. No damages shall be done to any existing utilities having already executed / laid underground equipments / pipes / cables etc. i.e. Water/ Telephone/ OFC/Gas/Drainage/TV Channel Cable of other departments otherwise necessary claim charges shall be borne and settled by contractor.
5. All required materials including Poles, Conductors Drums, Transformers & fabrication materials from MGVCL will be issued from any stores of MGVCL for which no extra payment towards transportation will be made to the contractor.
6. Necessary shutdown for connection/jumpering of Newly Erected lines with existing network will be provided as per availability or convenience of the MGVCL which shall be acceptable to the contractor & contractor shall try to complete the work in minimum time.
7. All erection shall be done properly in good alignment with details marked on it correctly.
8. Work may be required to be executed in any 66/132/220KV Sub-Stations also. 9. Utilization of material procured by contractor must of ISI mark / standard when no ISI /
BIS certification available & must be got examined from the Engineer In charge before utilization.
10. Length quantity and distance mentioned may vary site to site. The scope of work at site in all respects as per Schedule -B / Sub work order.
11. All safety precautions shall be taken while working by your personnel / supervisor/ any staff / labors, to avoid any accident at site.
13. Contractor shall deploy qualified Engineer and Supervisors at site during execution of work at site for day-today coordination with the MGVCL Engineer’s.
14. Only experience labors shall be deployed by contractor at site.
Page No.8
Tender Notice No: VED/Tech/JE-II/2956 DATED:22.6.2016 15. Required machinery shall be used for execution of work. 16. D.E. /J.E of MGVCL will inspect the work at site 17. Time limit extension for delay in work will be granted on the basis of genuine reason only. 18. Bill/Inventory sheet for work completed shall be submitted within 01 week from the
date of completion along with all required materials issued / used - Inventory, quantity, MR/CR details etc. as per procedure and requirement at the office of concerned sub-division.
19. All records of daily progress shall be maintained as per instructions. 20. No excess work shall be carried out without prior approval of the competent authority. 21. All materials shall be of good quality to be procured for execution of work at site.
22. Any delay on account of Contractor penalty will be imposed by MGVCL 23. Delay on account of getting permission from any department no extra charges will be
paid by MGVCL. 24. Any claim arising due to accident at site will be borne and settled by contractor. No
claim will be entertained by MGVCL. 25. For Live Electric line crossing & on the line work, work should be carried-out after
Power Cut-off and both side earthing of line & under supervision of local S/Dn staff only & follow all safety measures.
26. Madhya Gujarat Vij. Co. Ltd does not bind itself to accept first lowest offer from the Bidder. 27. In case of any ambiguity, discrepancy or dispute the decision of Supdt. Engineer (O
&M),MGVCL, Vadodara city circle, Vadodara will be final and shall be binding to the tenderer.
28. Any other items not specifically mentioned in the specifications but which are required for installation, testing, commissioning and satisfactory operation of the cable as per Indian standards / IE Rules / IE Act and local authority regulations are deemed to be included in the scope of the specification and no deviation in this regard shall be accepted.
29. The Contractor shall also be responsible for the overall co-ordination with internal / external agencies, project management, training of Company’s manpower, loading, unloading, handling, moving to final destination for successful erection, testing and commissioning of the 11 KV HT/LT Line & TC. 30.Contractor will have to provide complete technical supervision during installation of
Lines right from transport up to testing and commissioning. The contractor shall arrange for the services of fully qualified and competent supervisors / engineers for monitoring the whole job. Competent and well versed Semi skill laborers shall be deployed for execution.
31. (a) The work entrusted as per the contract should be speedily executed in accordance
with the best practice & should be present neat appearance when completed. All the
works have to be carried out according to the drawing and specifications and as per the
instructions of Engineer-in-charge. There should not be any damage to Co’s material or
“Schedule – B” (To be submitted in Commercial Bid Cover in physical form & it is mandatory)
SR. No. ITEM CODE DESCRIPTION
UNIT OF MEASUREMENT
RATE IN RS.
1 9908000049 AUGMENTATION OF DIST. XMER WITH DISTIBUTION BOX (ANY CAPACITY) WITH INCLUDING TRANSPORTATION & CREDIT OF OLD XMER AND DIST.BOX AT DIV STORE.
No. 2629.00
2 9909000001 Carting of PSC poles at Destination No 222.00
3 9909000006 Carting of RSJ poles at Destination No. 315.00
4 9905010001 Concreting and muffing of poles, Guys etc. including cost of cement, sand, metal(1:2:4) and water etc. as per standard specification.
Cmt. 5960.00
5 9911000009 Cutting Trimming of Tree Branches No.(Per Tree) 36.00
6 9907000001 DISMANTLING OF GUY SET COMPLETE WITH CREDITING IN STORE.
No. 165.50
7 9907000009 Dismantling of conductor of 34-55mm² AAAC/ copper conductor from 11kV/LT lines and crediting the same to Labaug store or as directed by Engineer in charge.
Km. 623.00
8 9907000002 Removal of erected PSC pole/Dismantling of deteriorated pole & crediting to Lalbaug store or as directed by Engineer in charge.
No. 343.50
9 9907000011 Removal of erected RSJ pole/Dismantling of deteriorated pole & crediting to Lalbaug store or as directed by Engineer in charge.
No. 575.50
10 9907000025 Restringing of 11KV Arial Bunch Cable Per Span ( Span=30MTER) Per Span 195.00
11 9902020013
ERECTION OF DOUBLE POLE STRUCTURE OF 8 TO 9 METERS STEEL POLE INCLUDING EXCAVATION OF PITS & REFILLING OFEARTH, FIXING OF CHANNELS, SUPPORTING ANGLES, CLAMPS,ANTI-CLIMBING DEVICES DANGER BOARDS, INSULATORS ETC. COMPLETE & PAINTING OF POLES,FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINTS AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING. (W/O AB SWITCH)
No 2462.00
12 9902020010 ERECTION OF DP STRUCTURE USING 9 TO 11 MTR RSJ POLE WITH HG FUSE & AB SWITCH(ONE POLE EXISTING) (2462-1151)
No. 1311.00
13 9902020004
ERECTION OF DOUBLE POLE STRUCTURE WITH MOUNTING OF AB SWITCH,DO FUSES OF 8 MTRS 200 KG PSC POLES INCLUDING EXCAVATION OF PITS AND REFILLING OF EARTH,FIXING OF CHANNELS SUPPORTING ANGLES, CLAMPS, ANTI-CLIMBING DEVICES, DANGER BOARDS, INSULATORS,DOFUSES ETC. COMPLETE AND PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING.
14 9902040002 Erection of coil type earthing including cost of coal salt etc. but without cost of GI wire as per standard specification. (10 kg COAL & 10 kg Salt)
No. 357.00
15 9902040003
Erection of C.I.Strip earthing including cost of coal, salt etc. but without cost of GI strip. Pit Size : 8Ft x 2Ftx2Ft. Qty of Coal = 20 Kgs. Qty of Salt = 20 Kgs. to be provided in each earthing.
No. 461.00
16 9902040001
Erection of guy set including excavation of pits and refilling of earth as per standard specification with stay clamps, stay wire, anchor rod, turn buckle, eye bolt, guy insulators, cement concrete block etc. but excluding concreting.
No. 331.00
17 9902010001
ERECTION OF PSC POLES OF 8 *200 KG INCLUDING EXCAVATION OF PIT AND REFILLING OF EARTH, FIXING OF CROSS ARMS, TOP FITTING CLAMPS ANTI-CLIMBING DEVICES, INSULATORS ETC. COMPLETE AND PAINTING OF FABRICATED MATERIALS USED ON THE POLES AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF STANDARD SPECIFICATION BUT EXCLUDING ERECTION OF GUY SET AND EARTHING.
No 687.00
18 9902010004 .-----------do--------------for 8-11 MTR RSJ Poles No 1151.00
19 9902010003
ERECTION OF STEEL POLES OF 13 METERS INCLUDING EXCAVATION OF PIT AND REFILLING OF EARTH, FIXING OF CROSS ARMS, TOP FITTING CLAMPS ANTI-CLIMBING DEVICES, DANGER BOARD, INSULATORS ETC. COMPLETE AND NUMBERING WITH COST OF PAINT AS PER STANDARD SPECIFICATION BUTPAINTING OF STEEL POLE, FABRICATED MATERIALS USED ON THE POLE AND EXCLUDING ERECTION OF GUY SET AND EARTHING.
No 1319.00
20 9902010006 Erection of support pole PSC/Steel No. 434.00
21 9902030007 ERECTION OF XMER CENTRE COMPLETELY EXCLUDING GUY & EARTHING FOR TRANSFORMERS USING RSJ 8 TO 9 & 11 MTR POLES
No. 6263.00
22 9902030009 ERECTION OF XMER CENTRE COMPLETELY EXCLUDING GUY & EARTHING FOR 10 TO 250 KVA XMER USING RSJ 9 TO 11 MTR POLES (ONE POLE EXISTING) (5696-1047)
No. 5112.00
23 9902040007 Providing lighting arrestor on D P Structure. Set 72.00
24 9911000222 Fixing of SMC (1-Ph.) at consumer installation(Including cost of fastners) No. 58.00
25 9911000223 Fixing of SMC (3-Ph.) at consumer installation(Including cost of fastners) No. 87.00
26 9911000017 LAYING OF OVER HEAD LT CABLE FOR ROAD CROSSING, HT LINE CROSSING AND TELEPHONE LINE CROSSING ETC.(PER SPAN)
SPAN 155.00
27 9911000001
Numbering the pole with paint by preparing back ground, at required height, of one colour and letters (3"HT)of other colour, as directed by Engineer in charge.( the two colors should be selected so as to have contrast for proper readability.
No. 36.00
28 9911000071 Patrolling of HT LT line per POLE Per Pole 3.00
29 9911000228 Providing (Painting/Marker) consumers No. on SMC/MMB for Urban area No. 8.00
30 9911000054 Providing LT line spacer between LT line conductor with conductor binding etc.
No. 22.00
31 9906000003 Providing guarding under HT/LT line--guarding should be provided at distance of one meter.
RMtr. 42.00
32 9904010003 PROVIDING JUNCTION BOX ON POLE AND CONNECTING EXISTING SERVICE LINE WITH ABC
No. 145.00
33 9902040013 Providing RCC Kundi with Cover for Earthing No. 500.00
34 9904010002
PROVIDING SINGLE PHASE SERVICE CONNECTION WITH PVC 2.5/4.0 MM2 TWIN CORE CABLE FROM TERMINAL POLE TO METERING POINT INCLUDING FIXING OF METER WITH METER EARTHING COMPLETE WORK AS PER STANDARD SPECIFICATION BUT EXCLUDING COST OF MATERIALS
No. 234.00
35 9904010001
PROVIDING THREE PHASE 4 WIRE SERVICE CONNECTION WITH PVC 4MM2/10MM2 FOUR CORE CABLE FROM TERMINAL POLE TO METERING POINT INCLUDING FIXING OF METER WITH METER EARTHING COMPLETE WORK AS PER STANDARD SPECIFICATION BUT EXCLUDING COST OF MATERIALS.
No. 322.00
36 9911000004 Rebinding and cleaning of 11KV /LT PIN/DISC insulator, Pin binding of conductor as per specifications given by Engineer-in-charge.
Per Pole 29.00
37 9908000050 Refitting /Replacement of Lightening Arrestors No. 22.00
38 9911000010
REFIXING AND CHANGING HEIGHT OF TOP FITTING X ARM IN PROPER POSITION WITH SHORT FALL BOLTS AND NUTS TO BE PROVIDING BY CONTRACTOR AND DRILLING OF ADDITIONAL HOLES.
No. 39.00
39 9911000059 Rejumpering work of HT line No. 58.00
40 9911000007 Repairing / Adjusting tension of existing Guy/Stay set including providing /Replacement of stay insulator
No. 108.00
41 9908000168 Replacement of Meter (1-Ph.) at consumer installation with wiring (Including cost of fasteners)
No. 36.00
42 9908000011 Replacement of 100 KVA( or less than 100KVA) distribution box complete including transportation as per specification.
No. 723.00
43 9908000003 Replacement of 11KV Disc Insulator with Hardware as per specification. No. 101.00
44 9908000010 Replacement of 200 KVA(and above 200KVA) distribution box complete including transportation as per specification.
No. 1301.00
45 9908000009 Providing/Replacement of DO Fuse/ AB Switch on DP complete including fabrication and colour code, jumpering and proper Alignment of AB Switch and transportation.
46 9908000008 Replacement of LT shackle Insulator and Binding No. 29.00
47 9908000007 Replacement of LT Cross Arm Including Transportation No. 72.00
48 9911000221 Replacement of pole mounted 1- Ph./3-ph Service Connection Box including reconnecting all connections
No. 145.00
49 9908000016 Replacement of single phase Old service by new service including shortfall reel insulators, Egg insulators, nails, Fixing fastners etc.
No. 58.00
50 9908000051 Replacement of Top Fitting No. 36.00
51 9908000001 Replacement of V cross arm including painting and transportation No. 145.00
52 9903000004 Restringing of ACSR/AAAC cond size(34/55 sqmm)Bare/Coated conductor( considering 30 meter span length)
Per Span 65.00
53 9903000001 STRINGING OF 30MM2 ACSR/34MM2,55MM2 AAA CONDUCTOR FOR 11/22KV & LT LINES INCLUDING FIXING OF INSULATORS,BINDING JUMPERING ETC
Km. 1246.00
54 9903000007
STRINGING OF 11KV ABC OF FOLLOWING SIZES IN URBAN AREA INCLUDING FIXING OF CROSS ARM, SSPECIAL DESIGN SUSPENSION/TENSION CLAMP, BINDING TO PIN INSULATOR, PREPARING SHCKLE POINT JUMPERS ETC. AS REQUIRED AND DIRECTED BY ENGINEER-IN-CHARGE (I) 3X95MM2+1X80MM2 (II)3X70MM2 + 1X70MM2
Km. 26630.00
55 9903000005 Stringing of LT 2W Arial Bunch cable ( All Size) Km. 5682.00
56 9903000006 stringing of LT 4W Arial Bunch cable ( All Size) Km. 14203.00
57 9901000001 Tapping from Existing HT pole No. 284.00
58 9901000002 Tapping from Existing LT pole Single phase No. 30.00
59 9901000003 Tapping from Existing LT pole Three phase No. 55.00
60 9911000072 Thread burning of HT/ LT lines including cost of oil bamboo etc. Per Span 43.00
61 9902030019 Dismantling of double pole Structure Completely Excluding Guy and Earthing for 25 to 200KVA X'mer on RSJ 9 & 11Mtr Poles and crediting of materials to the Store
No. 3131.5
62 9907000012 Dismantling of DP structure of PSC poles of 8Mtrs to 13Mtrs long and crediting of materials to the Store
No. 938.5
63 9907000013 Dismantling of DP structure of 8 to 13 MTR RSJ poles and crediting of materials to the Store
No. 1231
64 9902030020 Dismantling of double pole Structure Completely Excluding Guy and Earthing for 25KVAto 200KVA X'mer(including transformer) on 200KG PSC Poles and crediting of materials and transformer to the Store
No. 2778.5
65 9911000019 Installation of energy meter and MM/SMC box for DTR with electrical wiring on transformer center.
No. 429.00
66 9907000025 Dismantling of Aerial Bunch Cable 11 KV HT Any Capacity Km. 13315.00
67 9907000025 Dismantling of Aerial Bunch Cable LT 1 Phase 2W Any Capacity Km. 2841.00
68 9907000025 Dismantling of Aerial Bunch Cable LT 3 Phase 4 wire any Capacity Km. 7101.50
69 9902010002 ERECTION OF PSC POLE 10 MTR No. 1374.00
70 9911000062
PAINTING OF STEEL POLE INCLUDING FABRICATION Before painting, existing Paint /Rust should be scraping out & than apply ONE coat of Red-Oxide & TWO coats of approved ASIAN/BERGER Oil paint SILVER & BLACK colour (Black 1-mfrom G Level)
No. 400
71 9911000065 PAINTING OF DP STRUCTURE (STEEL POLE)/ TC STRUCTURE INCLUDING FABRICATION Other Conditions Same as Painting of Pole Mentioned Above
No. 900
Total :- 499964.00
To be filled by the Contractor / Bidder
__________ % ___________ (Please write % in Numeric figure and Above / Below / As per Estimate Rate). Service Tax ______________ (Please write Inclusive / Exclusive).
“Schedule – A” (To be submitted in Technical Bid Cover in physical form & it is mandatory) Schedule showing approximately the materials to be supplied from the Departmental Store for
work entrusted to any contractor for execution and the rate at which they are charged for.
Sr. No
Particular Rate at Which Material will be Supplied
Delivery Place
1 The materials such a fabricated items ACSR Conductors, guy wires, GI Wires, Transformers, Dist. Box all aluminum Conductor, Insulators steel poles Except PSC etc. earthing plate.
Free of Cost Divisional Store Pratapnagar / West Division or anywhere in Baroda
2 Tools & Tackles & Paints For Painting of Poles & Fabrication.
To be procured by Contractor Rates are inclusive.
3 Sand, Gravel, water etc required for concreting & muffing.
To be procured by Contractor Rates are inclusive.
4 MS Bolts and nuts with washers of required sizes
Free of Cost S.Dn Store
5 Salt and coal for earthing. To be procured by Contractor Rates are inclusive.
6 GI Wire SWG: 8 & rigid PVC pipe of 20mm dia meter.
Free of Cost Divisional Store Pratapnagar / West Division or anywhere in Baroda or S.Dn Store
Note: - 1. If Nut Bolts are not provided by MGVCL, same should be procured by Contractor the
Payment will be made as per approved rates (The Nut Bolts Procured by Contractors should be
Slandered & IS Marked and should be approved from Engineer In charge).
2. For non crediting empty drums by contractor Rs. 150/- per Drum will be recovered