Very Short Term Tender no. 123/EUDC (I)/LESA/

Similar documents
Tender document against Short Term Tender No. 134/EUCC (V)/LESA/ Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM.

Short Term Tender no.91/eudc (VIII)/LESA/

ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA

No. 12-CE/Lucknow Zone/

IV- TENDER DOCUMENT DULY FILLED ALONGWITH RATES AND OTHER DOCUMENTS MUST BE PLACED IN PART-II OF EACH TENDER OFFER.

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:-

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:-

Managing Director, Kanpur Electricity Supply Company Ltd. (KESCO) 14/71, Civil Lines, Kanpur Petitioner. ORDER (Hearing on

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

MADHYANCHAL VIDHYUT VITRAN NIGAM LTD LUCKNOW

dk;kzy; vf/k kklh vfhk;urk fo qr HkaMkj [k.m e/;kapy fo qr forj.k fuxe fy0 ch&15],p jksm] egkuxj folrkj y[kuåa fnukad %

KANPUR ELECTRICITY SUPPLY COMPANY LIMITED KANPUR

ICAR-Central Institute for Subtropical Horticulture Rehmankhera, P.O. Kakori, Lucknow (India) Phone: (O) , ; Fax:

The last date for submission of the bids is at

Total quantities of surveying work. Places at which to be delivered

Total quantities of surveying work. Places at which to be delivered

RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Hkkjr of India Hkkjrh; iqjkrro Survey of India Tkks/kiqj eamy] Circle.

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Hkkjr ljdkj Hkkjrh; iqjkrro losz{k.k Tkks/kiqj eamy] tks/kiqj. fufonk lwpuk

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender Document GOVERNMENT MEDICAL COLLEGE, HALDWANI.

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS)

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

Tender. for. Indian Institute of Technology Jodhpur

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

Tender No.3558/H/2012/Roots Dated:

ESI CORPORATION MODEL HOSPITAL

Biotech Park, Lucknow

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

MECON LIMITED A Government of India Enterprise

e/;kwpy fo qr forj.k fuxe fy0]

GENERAL TERMS AND CONDITIONS OF TENDER

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

REMOTE SENSING APPLICATIONS CENTRE, U.P.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

PEC University of Technology, Chandigarh

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Notice inviting e-bids for Printing and Supply of IEC Material

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Tender Notice & Documents for Printing of Examinations Booklet/

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Notice for inviting Tender for hiring of vehicle

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER

{ks=h; dk;kzy; REGIONAL OFFICE

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

BID DOCUMENT SECTION I

THANE MUNICIPAL CORPORATION, THANE. RAJIV GANDHI MEDICAL COLLEGE & CHHATRAPATI SHIVAJI MAHARAJ HOSPITAL, KALWA. E-TENDERING

TENDER DOCUMENT FOR PRINTING AND SUPPLY OF PRE-PRINTED STATIONERY

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

Sub: Invitation to Tender Enquiry for supply of Towel

IMPELLER FOR BHEL BOILER DESCRIPTION, QUANTITY & ARTICLE CODE

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

GOVERNMENT OF RAJASTHAN OFFICE OF THE EXECUTIVE ENGINEER PHED RURAL DIV-2 ALWAR NCR

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

COMMERCIAL TERMS AND CONDITIONS

Note: Offers received with any deviations with respect to Tender Terms, Conditions, Payment term, Delivery term, etc. will be liable for rejection.

Notice for inviting E-Tender for hiring of vehicles

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

UV-Visible Spectrophotometer

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

PUNJAB TECHNICAL UNIVERSITY,

GOVT. OF NCT OF DELHI

TENDER DOCUMENT FOR UNIVERSITY RATE CONTRACT FOR ONE YEAR ( )

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

Subject: AMC of Fax Machine installed in the Department of Commerce - regarding. Sir,

Transcription:

Very Short Term Tender no. 123/EUDC (I)/LESA/2014-15 Reqirement work for 11 KV feeder wise combing (door to door checking of consumer premises) & other associated works in the area under EUDD(Rajbhawan) Due on 09.10.2014 Cost of document : Rs. 1100.00 Earnest money : Rs. 12000.00

e/;kwpy fo qr forj.k fuxe fyfevsm vfr vyidkfyd fufonk lwpuk v/kksglrk{kjh }kjk fueufyf[kr fufonkvksa ds lkis{k muds leeq[k bafxr dk;ksz a dks laikfnr djkus gsrq vuqhkoh,oa n{k Bsdsnkjsak ls nks Hkkxksa esa vyx&vyx eqgjcun fufonk;s a fnukwd 09-10-2014 dks 14-00 cts rd vkeaf=r dh tkrh gsa] tks fd mlh fnu 15-00 cts fufonknkrkvksa vfkok muds vf/kd`r izfrfuf/k;ksa ds le{k v/kksglrk{kjh vfkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;s axha lkoztfud vodk k gksus dh n kk esa fufonk vxys dk;z fnol esa mijksdr le; ij izkir@ [kksyh tk;s axha fufonk ds izfke Hkkx esa ¼1½ /kjksgj jkf k ¼2½ Lo;a }kjk izekf.kr v ru~ d Js.kh ds ykblsul dh Nk;kizfr ¼3½ QeZ dh lk[k dh iqf"v laca/kh vfhkys[kksa dh Nk;kizfr ¼4½ foxr rhu o kksz a esa leku dk;z laikfnr djus gsrq QeZ ds lkfk laikfnr vuqcu/kska dh lwph vfkok vuqcu/k dh Nk;kizfr fufonk ds f}rh; Hkkx esa enokj njsa o okf.kft;d fu;e,oa krsza izlrqr djuh gksaxha izr;sd fufonk izi= dk ewy; mlds leeq[k vafdr gs :0 1100@&¼vizfrns;½ O;kikj dj lfeefyr djrs gq, vf/k kklh vfhk;urk] fo qr uxjh; ijh{k.k [k.m¼izfke½ yslk] y[kum ds i{k esa ns; cs ad MzkQV@ cs adlz psd vfkok bl dk;kzy; esa uxn Hkqxrku dj fufonk [kqyus dh frffk ls,d fnu iwoz rd] izkir fd;k tk ldrk gsa fufonk izi= e/;kwpy fo qr forj.k fuxe fyfevsm dh DsclkbV www.mvvnl.in ls MkmuyksM rfkk eq[; vfhk;urk ¼yslk½,oa izcu/k funs kd] e/;kwpy fo qr forj.k fuxe fyfevsm] 4, xks[kys ekxz] y[kum ds dk;zky; ls Hkh fufonk [kqyus dh frffk ls,d fnu iwoz rd dz; fd;s tk ldrs gsa rfkk dk;kzy; esa [kqyus dh frffk dks 13-00 cts rd tek fd;s tk ldrs gsaa osclkbv ls MkmuyksM fd;s x;s] eq[; vfhk;urk vfkok izcu/k funs kd dk;zky; esa tek fd;s x;s fufonk izi=ksa ds lkis{k fufonk izi= dk ewy; dk csad MzkQ~V fufonk ds izfke Hkkx esa j[kuk vfuok;z gksxka izr;sd fufonk ds leeq[k vafdr /kjksgj /kujkf k f km~;wym csad }kjk tkjh cs ad MzkQ~V@,QMhvkj@ lhmhvkj@vhmhvkj vf/k kklh vfhk;urk] fo0u0i0[ka0 ¼izFke½] yslk] y[kum ds i{k esa ns; /kjksgj /kujkf k layxu djuk gksxka fufonk ds izfke Hkkx dh krsz a iw.kz gksus dh flfkfr esa gh fufonk dk f}rh; Hkkx ;Fkk lahko mlh fnu ;k vxyh lwfpr frffk dks [kksyk tk;sxka 1- fufonk la0 123@foufoea¼iz0½@yslk@2014&15% fo0u0forj.k [k.m ¼jktHkou½ ds dk;z {ks= ls fudyus okys 11 ds0oh0 iks kdksa okj Mksj Vw Mksj mihkksdrkvksa dh dkfecax,oa vu; dk;za /kjksgj jkf k :0 12000-00 ek= A 2- fufonk la0 124@foufoea¼iz0½@yslk@2014&15% fo0u0forj.k [k.m ¼gqlsuxat½ ds dk;z {ks= ls fudyus okys 11 ds0oh0 iks kdksa okj Mksj Vw Mksj mihkksdrkvksa dh dkfecax,oa vu; dk;za /kjksgj jkf k :0 12000-00 ek= A 3- fufonk la0 125@foufoea¼iz0½@yslk@2014&15% fo0u0forj.k [k.m ¼vehukckn½ ds dk;z {ks= ls fudyus okys 11 ds0oh0 iks kdksa okj Mksj Vw Mksj mihkksdrkvksa dh dkfecax,oa vu; dk;za /kjksgj jkf k :0 10000-00 ek= A "jk"vz fgr esa fctyh cpk;sa Vksy Qzh ua0& 1800&1800&440 v/kh{k.k vfhk;urk fo qr uxjh; forj.k e.my ¼izFke½ yslk Hkou] jsthmsulh] y[kum

1.00 GENERAL INSTRUCTIONS: INSTRUCTIONS TO TENDERERS 1.01 Tenderers are requested to go through the instructions carefully & furnish complete information along with their tender bid offer, failing which their tender may not be considered at all. Tender shall be received in two parts; each part shall be in separate covers as under: a. Tender Bid part-i: Shall contain Earnest Money for Rs. 12000.00 (Rs. Twelve thousand only) in the shape of FDR/CDR/TDR/ DD duly pledged in favour of Executive Engineer, EUTD (I), LESA, Lucknow. The part-i of the tender shall also contain (i) Earnest Money (ii) A Class Certificate issued by Directorate Electrical Safety (iii) Proof of credibility of their firm (iv) List of agreements/ photo copies of agreements executed with them during last three years in support of their past experience/ performance. The sealed cover for this part of the bid shall be super-scribed "Tender bid part-i (Earnest Money) against Tender Specification No. 123/ EUDC-I/LESA/ 2014-15 due for opening on 09.10.2014 at 15:00 hrs. b. Tender Bid Part-II: Shall contain price schedule. Commercial & Technical terms & conditions. This part of the tender bid shall be superscripted "Tender Bid Part II (Prices) against Short Tender Specification No. 123/ EUDC-I/LESA/ 2014-15 due for opening on 09.10.2014at 15:00 hrs. Only such firms need tender who are having sufficient experience for carrying out such type of works during past or are authorized representative of such firms and can produce satisfactory evidence that they have necessary resources & organization to undertake the work tendered for the satisfaction of the tendering authority. 1.02 In case of any inconsistency of the provisions of Form 'A', the provisions under special conditions of the tender will supersede/prevail. 1.03 Tenderers are requested to submit the price schedule appendix duly filled in (item by item) as required & should strictly follow the instructions & notes supplementary there to facilitate the tendering authority to prepare Comparative Statements. 1.04 Tenderers should quote the earliest completion period for the work proposed against this tender. 1.05 The portion of terms & conditions as laid down in the condition of the contract; Form 'A' enclosed along with nature of work etc. that is not clear to the tenderer should be got clarified before submission of the tender. Tenderers are requested to adhere to all clauses to the contract Form 'A' to facilitate finalization of the contract. In case, they are unable to do so, should state any particular clause of the conditions which may not be acceptable to them & should support alternative for consideration. 1.05 The tendering authority does not suggest pledge to accept the lowest of any tender & reserves to himself the right of rejecting the whole or any portion of the tender as he may think fit without assigning any reason for non acceptance or selection. 1.06 Tendering authority reserves the right to revise or amend the tender. Such revision & amendment, if any, will be communicated to all tenderers as amendment or addenda to this invitation of the tender. Cont d.. 2

: 2 : 1.07 Any action on the part of the tenderer to revise the price/prices and/or the change the structure of price/prices at his own instance after opening of tenders may result in rejection of tender & also debarring him form submission of the tenderers to the MVVNL/ Corporation at least for one year. 1.08 Any approach etc., officially or otherwise on the part of the tender or his representative shall tender his offer liable to be summarily rejected. 1.09 Tenders of those tenderers, who have not purchased the tender specification shall not be read at the time of opening and shall be rejected outright. 1.10 The price of tender specification will not be refunded under any circumstance whatsoever. 1.11 In case of ambiguous or self contradictory terms/conditions mentioned in the tender specification, interpretations as advantageous to the MVVNL/Corporation shall be taken without any reference to accept the deviations or not. 1.12 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped 1.13 In no case payment will be made by the Letter of Credit. 1.14 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution of the tendered work. 1.15 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by nationalized/scheduled bank. 1.16 In no. case, MVVNL will be held responsible to arrange the T&P or other equipments. Tender Bid Part-I (Earnest Money) Should contain the following: 2.01 The part one of the tender bid shall contain the Earnest Money amount to Rs. 12000.00 (Rs. Twelve thousand only) & documents with respect to pre-qualification of tenderer. 2.02 In case part quantity offered, Earnest Money deposit shall be reduced proportionately. 2.03 Tenderers are required to furnish Earnest Money amount in the form of Bank Draft/FDR/CDR of any scheduled bank duly pledged in favor of Resident Engineer (D:I), LESA, Lucknow which should be submitted along with the tender bid Part-I. Tender will not be considered without Earnest Money. 2.04 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P. Kanpur, U. P. Small Scale Industries Corporation, Kanpur or any other Govt. Agency/Institutions shall not be exempted from deposition of Earnest Money. 2.05 The Earnest Money deposited by the tenderer will be refunded after finalization of tender, in the event of his tender being rejected/ not accepted. In the event of tender being accepted, the Earnest Money shall be retained by the tendering authority and adjusted against the security deposit specified under & the same shall be released only on satisfactory completion of work.it may be noted clearly that in case the offer is not with the valid Earnest Money, Part-II of the tender bid, will not be opened. 2.06 Only tender of those tenderers shall be considered who have sufficient experience for execution of such type of works during past and have necessary resources and organization to under take the work tendered for to the satisfaction of the tendering authority. 3.00 All the tenderers must furnish a list of agreements executed with them during last three years. Cont d.. 3

: 3 : 3.01 All the tenderers must submit past performance reports for execution of such type of works carried out by them during past. 3.02 The tendered quantity i.e. number of manpower & period of agreement may vary (+) 10% on the same rates, terms and conditions. 3.03 TENDER FORM: Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II. 4.0 VALIDITY OF TENDER: 180 days from the date of opening of the tender. Valid current income tax clearance certificate be also submitted. 4.1 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II at Sl. No. 19. 4.2 Any other information, which may be considered necessary by the tenderer but not covered in the specification, be also submitted. 5.0 PRICES: 5.1 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma enclosed) Annexure-V of tender document duly typed both in words as well as in figures. 5.2 The quoted prices shall be firm & firm in all respect through the currency of the contract/agreement. No variation in the prices shall be allowed in any circumstances. 5.3 Tenderer should note clearly that the tenders with variable prices shall not be considered at all. 5.4 Any other another charges/duties/taxes/levies etc. should be specifically mentioned separately in the price schedule. 6.0 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS TENDER SPECIFICATION NO. 123/EUDC-I/LESA/2014-15. The tenderers should clearly state whether all the provisions of tender specification application to this tender, are acceptable to them & incase of any deviations the same should be clearly mentioned and submitted along with their tender in the enclosed proforma. 7.0 PAYMENT: 90% Running payment will be made once during the month subject to the availability of the funds. 8.0 DISPUTE: For any dispute/ difference arises out of this tender in between the tendering authority and Contractor, Chief Engineer, LESA, 4A, Gokhale Marg, Lucknow will decide and his decision will be binding on both the parties. Superintending Engineer (I)

From: TENDER FORM ANNEXURE-I Tender. No. 123/EUDC-I/LESA /2014-15 To : The Superintending Engineer, Electricity Urban Distribution Circle-I, LESA, Madhyanchal Vidyut Vitran Nigam Limited, LESA Bhawan, Residency, Lucknow. Sub: - Offer for execution Reqirement work for 11 KV feeder wise combing (door to door checking of consumer premises) & other associated works in the area under EUDD(Rajbhawan) against Term Tender No. 123/EUDC (I)/LESA/2014-15 due for opening on 09.10.2014 at 15.00 hrs Sir, With reference to your invitation to tender for the above I/We hereby offer to the Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed or such portion thereof as you determine in strict accordance with the annexed Special conditions of contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions. The rates quoted are firm and in full satisfaction of all claims. I/We agree to abide by this tender for the period of 180 days from the date fixed for receiving the same. The offer shall remain valid upto six months from the date of opening of offer. A sum of Rs. in the form of as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions of contract. I/We hereby undertake and agree to execute a contract in the form annexed hereto in accordance with the condition of contract. Yours faithfully, Signature of the Tenderer Date day of Witness: Address

TENDER PROFORMA ANNEXURE II (To be filled & submitted by the Tenderer in Tender Bid Part II) IMPORTANT INSTRUCTIONS TO THE TENDERERS Your tender shall not be considered, if you fail to submit this Performa duly filled. Replies should be complete without ambiguity and should be clearly written against each item. Terms such as Refer covering letter etc. shall not be acceptable. You may, however, attach extra sheets, if the space is not sufficient. Sl. Particulars No 1. Specification No. against which you have tendered. 2. Receipt No.& Date by which cost of tender specification was deposited by you. 3. Name & Address of the tenderer. 4. Address of contractor 5. Whether tenderer is Contractor or Petty Contractor with power of attorney of agents of manufacturer (authentic proof regarding agents of manufacturer to be enclosed) 6. Amount of earnest money deposited with full details be submitted here. 7. Quantity offered (If there are two or more items, state quantities separately with units) 8. Do you agree to all conditions of Form- A & tender specification, if not, state the modifications clearly in the schedule enclosed which you would desire in Form A & other terms & conditions (It may please be noted the it shall be entirely at the discretion of the competent authority to accept or reject the modifications proposed.) 9. Pl. state clearly (answer Yes / No.), if you would agree to undertake the works in case the modifications as suggested under Sl. No. 8 is not acceptable to the corporation without imposing any further condition / conditions from the site. 10. Name & Detailed address of your Authorised representative against this order / agreement. 11. Name & detailed address of tenderer/ proprietor / partners / Directors be given. 12. Give two references who can certify your financial status & capability to undertake such supply order one of the references should be schedule Bank of India. 13. Do you confirm that there are no typographical errors/omissions in your tender & all other documents, forming part of the tender (answer Yes / No) 14. What is the validity period of your Tender? 19. What is the completion / delivery period, please state if the completion is guaranteed under penalty?

16. What is your Completion period? 17. What is your Terms of Payment? 18. Are you agreeable to the completion period being reckoned from the date of receipt of letter of acceptance by you? 19 Do you agree to furnish security deposit, if order is placed with you (Answer Yes / No)? 20 Give Details of License issued by Electricity Safety Directorate 21. Pl. encloses the certified copy of the latest income tax clearance certificate. 22 Whether all the schedule & documents required have been submitted or not? TECHNICAL SPCIFICATIONS / PRICES: 23 Is the work/item offered is according to the specifications of the tendering authority. 24 Pl. indicate clearly if the quoted prices are Firm & Firm in all respect through out the currency of the contract / agreement. 25 If the quoted rate are inclusive of any taxes / duties / other charges, give details of such taxes / duties / other charges, included & at that rate(s) 26 Pl state, if you would claim any other charges over & above the prices as extra, which are not covered above. If Yes, Pl. state each separately indicates the amount in Rs. Against each per unit basis. 27 Do you offer any discount and if so, then what is the rebate / discount in Rs. Per unit? Place: Address: Signature of the tenderer with Co. seal. Date:

ANNEXURE-III DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST SHORT TERM TENDER 123/ EUDC-I/LESA/ 2014-15 DUE FOR OPENING ON 09.10.2014 at 15:00 hrs. I/We the undersigned have carefully examined the General Conditions of contract form A and other terms & conditions of the tender specification and I/We hereby confirm that all the terms & conditions contained in form A and other terms and conditions of tender specification under reference are acceptable to me/us with the following deviations: Sl. Description Clause Stipulated in Deviation offered Remark, if any No. No. etc. UPPCL/ MVVNL 1 2 3 4 5 Date Signature of contractor with seal Place: Address:

ANNEXURE-IV Revised Bill of quantity for Reqirement work for 11 KV feeder wise combing (door to door checking of consumer premises) & other associated works in the area under EUDD(Rajbhawan) against Term Tender No. 123/EUDC(I)/ LESA/2014-15 due for opening on 09.10.2014at 15.00 hrs Sl. No Particulars of works Unit Qty. a a 1 e.my izfke varxzr vkus okys ¼jktHkou½ forj.k [k.mks ds v/khu fudyus okys 11 ds0oh0 iks"kdks ds izr;sd ifjorzd] iksy,oa mlls lacaf/kr mihkksdrkvksa dh dkfecax ¼Mksj Vw Mksj psfdax½ dk dk;z] jftlvj cukuk rfkk vku ykbu MkVk dk feyku djds,e0,l0,dly 'khv esa fjiks ZV izlrqr djuk bl dk;z ds lkfk&lkfk ehvj dh psfdax¼jhfmax] ehvj dh flfkfr]ehvj esd uksv djuk rfkk mihkksdrk dk eksckby ua0 ysuka dsfcy dh psfdax ;fn dksbz TokbaV gs ;k Hkwfexr gsa psfdax fjiks ZV dk,e0,l0,dly 'khv ij MkVk Hkj dj dk;kzy; esa izlrqr djk;k tkuka mijksdr dk;z ds le; fueu dk;z Hkh fohkkx dh en~n ls fd;s tk;saxsa% 2 cdk;snkjks dk,oa vfu;fer la;kstuksa dk fopnsnu A Job 20000 Nos 5000 3 [kjkc,oa esdsfudy@pkbuk esd ehvjksa dks cnyuk] ;fn?kj ds vunj dejs esa ehvj LFkkfir g]s rks ml ehvj dks ckgj@cjkensa esa f'kq~v djuk A Nos 3000 (S.K. Verma) Superintending Engineer (D:I)

ANNEXURE-V Revised Price Schedule for Feeder wise combing (Checking of consumer premises) other associated works in the area under EUDC (I) against Term Tender No. 123/EUDC(I)/ LESA/2014-15 due for opening on 09.10.2014at 15.00 hrs Sl. No Particulars of works 1 e.my izfke varxzr vkus okys ¼jktHkou½ forj.k [k.m ds v/khu fudyus okys 11 ds0oh0 iks"kdks ds izr;sd ifjorzd] iksy,oa mlls lacaf/kr mihkksdrkvksa dh dkfecax ¼Mksj Vw Mksj psfdax½ dk dk;z] jftlvj cukuk rfkk vku ykbu MkVk dk feyku djds,e0,l0,dly 'khv esa fjiks ZV izlrqr djuk bl dk;z ds lkfk&lkfk ehvj dh psfdax¼jhfmax] ehvj dh flfkfr]ehvj esd uksv djuk rfkk mihkksdrk dk eksckby ua0 ysuka dsfcy dh psfdax ;fn dksbz TokbaV gs ;k Hkwfexr gsa psfdax fjikszv dk,e0,l0,dly 'khv ij MkVk Hkj dj dk;kzy; esa izlrqr djk;k tkuka mijksdr dk;z ds le; fueu dk;z Hkh fohkkx dh en~n ls fd;s tk;saxsa% 2 cdk;snkjks a dk,oa vfu;fer la;kstuksa dk fopnsnu A 3 [kjkc,oa esdsfudy@pkbuk esd ehvjks a dks cnyuk] ;fn?kj ds vunj dejs esa ehvj LFkkfir gs rks ml ehvj dks ckgj@cjkensa esa f'kq~v djuk A Unit Job Nos Nos Rates In figure In words Date: Place: Signature of contractor with seal Address:

SPECIAL CONDITIONS AGAINST TENDER NO. 123/EUDC (I)/ LESA/2014-15 These special conditions shall be read as construed along with annexed "Conditions of Contract Form-A as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail. SCOPE OF WORK: ;g izlrkfor gs fd] e.my izfke varxzr vkus okys ¼jktHkou½ forj.k [k.m] ds v/khu fudyus okys 11 ds0oh0 iks"kdks ds izr;sd ifjorzd] iksy,oa mlls lacaf/kr mihkksdrkvksa dh dkfecax ¼Mksj Vw Mksj psfdax½ dk dk;z] jftlvj cukuk rfkk vku ykbu MkVk dk feyku djds,e0,l0,dly 'khv esa fjiks ZV izlrqr djuk bl dk;z ds lkfk&lkfk ehvj dh psfdax¼jhfmax] ehvj dh flfkfr]ehvj esd uksv djuk rfkk mihkksdrk dk eksckby ua0 ysuka dsfcy dh psfdax ;fn dksbz TokbaV gs ;k Hkwfexr gsa psfdax fjiks ZV dk,e0,l0,dly 'khv ij MkVk Hkj dj dk;kzy; esa izlrqr djk;k tkuka mijksdr dk;z ds le; fueu dk;z Hkh fohkkx dh en~n ls fd;s tk;s axsa% 1- cdk;snkj fo qr fopnsnu fohkkxh; LVkQ ls dvokuka 2- [kjkc,oa esdsfudy@pkbuk esd ehvjks a dks cnyuk ;fn ehvj 3-?kj ds vunj dejs ls ehvj ckgj@cjkensa esa f'kq~v djuk CONDITIONS FOR WORKS AND CONTRACTOR'S RESPONSIBILITY: 1 The contractor should see the route of line before quoting rates/ starting construction work and satisfy him or herself to ensure that Indian Electricity Rules should be followed strictly. 2. The work shall be carried out strictly in accordance with the MVVNL Practices RESSPO Drawings, directions of the MVVNL /UPPCL representative and prevailing Indian Electricity Rules/Acts. 3. Approval for crossing of railway track and telecommunication circuits shall be arranged by the MVVNL/UPPCL from the railway authorities and PTCC respectively and all cost on this account shall be born by the Corporation. 4. The crossing of houses shall not be permitted and minimum clearance as per Indian Electricity Rules shall have to be strictly followed by the contractor. 5. The contactor shall be given store material by the Corporation representative for each job which will be acknowledged & arrange to submit detail utilization of material used on the work & balance return to store immediately after completion of each work. 6. The contractor shall be entirely responsible for safe upkeep of the materials given to him till completion of work to the satisfaction of the MVVNL/UPPCL representative for final accounting. The material shall be kept at dumpsite safely decided by the supervising authority. 7. The contractor shall exercise all possible care to avoid damage to public utility services i.e. water/ sewage pipe line, telephone, telecommunication and power cable already laid under the ground. If any accidental damage occurs to these during

works, the contractor shall inform Corporation representative about the damages. The contractor will have to repair/replace free of cost all the damages occurred during execution of works in the shortest possible time. 8. The contractor shall arrange at his own end all the proper tools & equipment and testing facilities etc. necessary for the work. The contractor shall make adequate arrangement (particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC pole & conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any what so ever. 9. The contractor shall reserve the bricks, stone, slab etc. taken out of pavement due to digging out of pits and will handover the same to the representative of Corporation after backfilling the pit. However the contractor shall do the reinstatement work. 10. The contractor shall make adequate arrangement (particularly sufficient man power) for proper handling of rails/ ST pole/ PCC pole, conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any case what so ever. 11. The contractor will keep the conductor empty drums secured and in good condition and return the same to Corporation representative after sagging of conductor. 12. The contractor shall be solely responsible for any losses/theft/damages/ accident to the persons working with/under him and shall have to pay due compensation in accordance with the prevailing rules/regulation of Govt. Contractor shall arrange to have group insurance for labours engaged by him and shall have to pay due compensation in accordance with the same. The Corporation will bear no responsibility for the compensation to his labor in case of any accident. He will also be required to produce License for engagement of the labors from the Labors Department, U.P. Government. 13. No compensation for idle labors shall be admissible to the contractor on account of stopping of due to non-availability of any material/ fund/ shutdown/ permission from PTCC/ Railway/ Govt. Deptt. or any other force majure conditions beyond the control of the Corporation. However, the contractor shall be given necessary extension in completion period accordingly. 14. While construction work is in progress, the contractor shall have to provide lightening arrangement, sign Boards etc or necessary precautionary materials/ arrangements so that accidents/damages/losses to the public manpower of contractor/corporation etc. are avoided. 15. All charges on account of damages/ losses/ claims/ theft etc. involved under the conditions laid down above shall be borne by the contractor, if paid by the Corporation shall be recovered from the contractor's bills/ security deposit. 16. Execution authority will ensure that the material supplied by the contractor, is strictly as per technical specifications. 17. The contractor is required to abide by the provisions of the labors / industrial loss such payment of minimum wages to labors engaged by them for execution of work. 18. After completion of work, Executive Engineer, Electricity Urban Distribution Division (Rajbhawan), Lucknow, will ensure that "As executed" estimate has been prepared & got sanctioned from the Competent authority. 19. The cable will be laid by digging of trench of size 900 mm deep, 500 wide. The cable will be laid in between two nos. consecutive rows of first class bricks after making pad of local sand 3 on the surface of the trench. Filling of local sand in the hollow space for packing of cable from each side and covered with first class brick. Back filling of sand

in the trench and ramming of the same. The cable by drilling method will be laid at the depth of 1.5 M from the ground level. 20. In case of roads, railway tracks and water pipeline crossing, the cable shall be laid in cast iron/ hume pipe etc. as prescribed in clause no. 6.3.4 of IS: 1255/1983 or any latest version thereof. The Department will provide only cable. 21. SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after completion of entire work. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favor of Work execution authority. In case the amount of Security deposit exceeds Rs. 12000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 6 months. 22. PRICES: The above prices are "FIRM & FIRM" in all respect during the the currency of the contract/ agreement. No variation in the cost will be allowed at any cost. 23. PAYMENT: Payment shall be made against running bills duly pre-receipted to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban Distribution Division (Rajbhawan) after deduction of Income tax/ Security if legally applicable. In no, case payment will be made by letter of credit. 24. COMPLETION PERIOD: The work will be completed within 90 (Ninety) days from the date of start of work which will be decided by the execution authority subject to availability of the Store material. However, the work may be completed prior to completion period. 25. PENALTY: Penalty for delay in completion of works shall be levied @ ½% per day up to maximum of 10% value of in-completed portion of work. 26. Any damage or loss of, public property/ Board's material shall have to be borne by the contractor. 27. The quantities of work may vary + 10% (Ten percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained. 28. ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute/ difference of opinion in between the contractor and the engineer of contract, the decision of Chief Engineer, LESA, will be final and binding on both. 29. TERMINATION OF AGREEMENT: The Engineer of the contract can terminate the agreement at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement. (S.K.Verma) Superintending Engineer (D:I)