MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE

Similar documents
MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, VASHI CIRCLE

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

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED O & M WAGLE ESTATE DIVISION

NOTICE INVITING e-tender

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

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

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

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

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

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

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

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

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

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

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

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

TENDER NOTICE. Tender No. Description Estimated Cost in Rs T-08

BHARAT HEAVY ELECTRICALS LIMITED,

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Tender. for. Indian Institute of Technology Jodhpur

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

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

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

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

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

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S)

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

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

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

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

BID DOCUMENT SECTION I

UV-Visible Spectrophotometer

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

ESI CORPORATION MODEL HOSPITAL

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

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

COMMERCIAL TERMS AND CONDITIONS

LOK SABHA SECRETARIAT General Procurement Branch

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

GOVT. OF NCT OF DELHI

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

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

The last date for submission of the bids is at

GENERAL TERMS AND CONDITIONS OF TENDER

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

Himalayan Forest Research Institute

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

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

NOTICE INVITING TENDER

Tender. for. Supply and Installation of. 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 FOR SUPPLY OF HAND BOOK

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

Last Date of submission of Tender: up to A.M.

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

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

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

TENDER FOR LOCAL CHEMIST

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

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

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES


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

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

MECON LIMITED A Government of India Enterprise

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED O& M PANVEL URBAN DIVISION. TENDER No.7

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

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

HOSTEL OFFICE. Web: Phone: : within 30 days from the date of purchase order

JAWAHAR NAVODAYA VIDYALAYA, VADNAGAR DIST : MEHSANA(GUJ) Common Terms & Conditions for TENDER 18-19

BHAGWAN MAHAVIR HOSPITAL H-4/5, GURU HARKISHAN MARG, PITAMPURA DELHI Phone: Fax:

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

PEC University of Technology, Chandigarh

Tender Specification No.: 17 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

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

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED WARORA DIVISION,WARORA TENDER No. T - / TENDER FORM

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

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

Transcription:

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE OFFICE OF THE CHIEF ENGINEER M. S. E. D. C. LIMITED VIDYUT, Ist FLOOR, L.B.S. MARG, BHANDUP MUMBAI - 400 078 TENDER No.658 OPERATION AND MAINTAINANCE OF STREET LIGHTING INSTALLATIONS WITH MATERIAL AND MANPOWER IN AREAS UNDER MULUND DIVISION SALE PERIOD : 13/07/09 TO 23/07/09. Returnable not later than 13:00 hrs on 27.07.2009 Tender will be opened at 15:00 hrs on 27.07.2009 Estimated Cost Rs.191 LACS E.M.D Rs.1,91,000/- Issued to:- M/S PRICE Rs. 2000.00 PER COPY IN PERSON Rs. 2100.00 PER COPY BY POST 1

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 Name of Work: Operation and Maintenance of street Lighting installations with material & manpower in areas under Mulund Divisions. I N D E X -------------------------------------------------------------------------------------- Sr. No Description Page No. -------------------------------------------------------------------------------------- 1. Tender Notice 3 2. Letter to the Tenderer 4 3. Instructions to the Tenderer 5-10 4. Special condition of contract 11 5. Letter to the Chief Engineer Bhandup 12 Urban Zone. 6. Detail Conditions of Annexure "I" & "II" 14-21 7. Safety Provisions 22-23 8. Particulars of the Tenderer 24 9. Schedule of Tenderers Experience 25 10. Annexure "I" 26 11. Annexure "II" 27 12. List of Approved Companies 28 2

TENDER NOTICE TENDER NO. CE/BNDUZ/TENDER NO.658 / 2009 10 Sealed and superscribed item rate tenders with estimated value of Rs. 1.91 Crores are invited from reputed and experienced manufacturers for Operation and Maintenance of street Lighting installations with material & manpower in areas under Mulund Divisions. under Bhandup urban Zone, Bhandup. The supply & installation schedule of new material for street lights will be prepared by Executive Engineer,Bhandup Division and tenderer will have to strictly follow the same. Earnest money deposit of the tender is Rs. 191000 /- and same should be deposited by the tenderer in cash at our office of Superintending Engineer, Thane Urban Circle,6 th Floor, Opp. to Passport Office, Wagle Estate, Thane-400 604 or by D.D. on any Nationalized /Scheduled Bank or in the form of Bank Guarantee of any Nationalized / Scheduled Bank in Mumbai city in favour of Maharashtra State Electricity Distribution Co. Ltd. along with the tender. The price of each tender form per copy is Rs. 2000 /- in person and Rs. 2100 /- by post ( non refundable ). This office takes no responsibility for delay, loss or non receipt of tender documents sent by post. 1) Sale of blank tender form : 13/07 /2009 to 23/07/2009 During office Hrs. 2) Due date of receipt of : 27/07/2009 up to 13.00 Hrs. Sealed tenders with E.M.D. 3)Date of opening of tenders: 27/07 /2009 at 15.00 Hrs. ( if possible ) The tender documents can be obtained from the office of Chief Engineer, M.S. Electricity Distribution Co. Ltd.,Bhandup Urban Zone, Vidyut, 1st Floor,L.B.S.Marg, Nr. Asian Paint,Bhandup(W), Mumbai-78,during working hours and days during above mentioned period on payment of tender fee. The tender documents can be viewed on the website www.mahadiscom.in,the tender should be submitted in the office of the Chief Engineer, M.S.E.D.C.L. Bhandup Urban Zone, Bhandup. The undersigned reserves the right to accept or reject any or all the offers without assigning any reason what-so-ever. CHIEF ENGINEER (BNDUZ), BHANDUP 3

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 M/s LETTER TO TENDERER Dear Sirs, Please quote your lowest rate for the work Contract for operation and maintenance of Street Lighting installations etc, as per Annexure and return the tender document duly filled-in, signed on each page. It is also requested to note the "Instructions to the Tenderers" before submitting the offer. The area of operation shall be the geographical areas of Mulund and Mulund Division. Yours faithfully, CHIEF ENGINEER Bhandup, Mumbai-400078 Date: MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE 4

TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 INSTRUCTION TO TENDERER 1. Sealed and super-scribed item rate tenders are invited from reputed licensed electrical contractors experienced in the work of operation and maintenance of Street Lighting installations. 2. Name of work : Operation and maintenance of Street lighting Installations with material & manpower for the area of BMC under Mulund Division come under Bhandup Urban Zone, M.S.E.D.C. LTD, Bhandup. 3. Period of contract: One Year from date of order 4. Brief scope of work: As outlined in detail in Annexure and generally Covering erection and maintenance of Street light poles / wiring / fitting / lamps / Sealing End boxes, painting etc for street Lighting installation/lt cable, procurement & laying, new street light erection, replacement of faulty HPSV fixtures with LED fixtures etc. for the area of BMC under Mulund Division comes under Bhandup Urban Zone, M.S.E.D.C. LTD, Bhandup Area of operation: Mulund Division. 6. The tender documents shall be issued to the competent Tenderers on non-refundable cash payment of Rs. 2000/- per copy. 7. Tenderers should pay 1% of the Tender value i.e Rs.1,91,000/- towards the Earnest Money unless the firm is exempted on account of statutory directives. Earnest Money shall be paid in the office of the Superintending Engineer, Maharashtra State Electricity Distribution Company Ltd., Thane Urban Circle, New Administrative Building, 6 th floor, near Passport Office, Wagle Estate, Thane-400604 or by Demand Draft drawn on the Nationalized / Scheduled Bank in Mumbai in favour of Maharashtra State Electricity Distribution Company Ltd. A reference to the Tender number should be given in case the E.M.D. is paid in Cash before the due date of the Tender and the relevant deposit amount and receipt No. should be mentioned in the Tender. The D.D/Cash towards EMD should not enclosed in the qualifying bid. The receipt regarding payment of EMD amounting to Rs. 1,91,000/- should be enclosed in the qualifying bid, otherwise the offer may be rejected. Interest shall not be paid by us on this deposit. Earnest Money Deposit shall be forfeited or adjusted in the following cases. a) In case the Tenderer withdraws tender/offer during the validity period. 5

b) In case the Tenderer fails to pay the Security Deposit if the contract is awarded. 8. The tenders duly filled in shall be deposited in person in the office of the Chief Engineer, Bhandup Urban Zone, M.S.E.D.C. LTD Bhandup. Tenders will be opened if possible on the due date at 15.00 hrs at the above office in the presence of such Tenderers who choose to remain present. 9. The successful Tenderer shall be required to pay security deposit amounting to 10% of the value of the contract either by DD/Cheque /Pay Order etc. 10. Before submitting their offers the tenderer shall examine closely all documents which form part of the contract to be entered into. 11. Joint Venture: - In case of joint venture, the bidder should submit the registered agreement and other relevant documents regarding joint venture. The decision will be taken after scrutinising the documents case to case. The decision of Chief Engineer will be final and bind to all. 12. This is an work to be executed according to our every day requirement. The tenderer is requested to get inspected all the area particularly the roads and see for himself the site conditions regarding approaches, material, water supply labour etc. and all the other matter affecting the work before filling the tender. 13. The Contractor shall be required to pay the labourers engaged by him on the work not less than a Minimum wage( which expression shall mean whether for whole time or piece work the respective rates of wages as fixed under the law for the time being in force) The contractor shall, be required notwithstanding any provisions in the contract to the contrary, cause to be paid such Minimum Wages to labourers indirectly engaged on the work, including any labour engaged by his labour contractors in connection with the said work as if labourers had been immediately employed by him. The contractor shall comply with the provisions of payment of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability Act 1938,Workmens'Compensation Act 1923, Industrial Disputes Act 1947, Indian Factories Act 1948, I.E Act 2003, Maternity Benefit Act 1961, or any modification thereof or any other law relating thereto and rules made there under from time to time, and give effect to the provisions of any law for the time being in force and regulating the rights and privileges of the labourers employed by him directly or indirectly. The contractor shall indemnify the M.S.E.D.C. LTD against any payments to be made under and for the observance of the regulations, for the time being in force without prejudice to his right to claim indemnify from his subcontractor. 6

14. The manpower shall be properly dressed. It will be mandatory for employees of Successful bidder to display the Identity Card at all such times when they are on the field. The ID card will be jointly issued by respective Division of MSEDCL and the successful bidder. 15. Successful bidder shall bear the entire responsibility, liability and risk relating to coverage of work force under different statutory regulations including but not limited to Workmen Compensation Act, ESI Act, Factory Act, Contract Labour Act 1970, etc. and any other relevant regulations, as the case may be. 16. Successful bidder shall be fully responsible for payment of benefits including but not limited to Provident Fund, Bonus, Retrenchment Compensation, Leave Encashment, etc. to its employees as per statutory provisions. 17. Successful bidder shall bear the entire responsibility, liability and risk relating to coverage of work force under different statutory regulations including but not limited to Workmen Compensation Act, ESI Act, Factory Act, Contract Labour Act 1970, etc. and any other relevant regulations, as the case may be. 18. The contractor shall be responsible for rectification of defects for the material supplied and work carried out for period of 12months from the date of supply of material and work completion. This period of 12 months shall be known as Defects Liability period. Any defects or failures during this period shall be rectified within one week of intimation in writing. If the same is not carried out in the stipulated time, we shall have the right to get it repaired departmentally or through any other agency. The cost of the same shall be recovered from the contractor. The S. D. amount (10% of the contract value) paid by the agency either through bills OR in the form of Bank Guarantee will be released only after completion of this above said period subject to submission of certificate from Executive Engineer, Mulund Division. 19. All the material required (as per the Annexure enclosed) for this work should be procured by the tenderer. All this material will be inspected by Executive Engineer, Mulund or their representative before dispatch. The tenderer should extend all the facilities for carrying out testing of material procure by the agency. All the material procured by the agency should be delivered at Mulund Divisional stores, and from there the material will be issued to the agency or their Supervisor to carryout the work. The agency should arrange for the transport, loading, unloading, of the material at stores and site, at their cost. 20. All the works should be guaranteed for the period of 12 months from execution of work. 7

21. Any Taxes on material / works or on transfer of property in goods involved in the execution of work contract or any other material or on furnished any fabricated material or work shall not be separately paid as an addition to the Tender rates by the Company. The rates for several items of work indicated are deemed to include all local and general taxes, excise duty etc. Tenderer should attach a certified photocopy of VAT Tax Registration certificate. 22. A copy of work contract registration should be enclosed; if not the Work Contract tax as specified by the Government will be deducted directly from Contractor s bill. 23. Income Tax & other Taxes as applicable from time to time will be deducted from the bills of the agency. 24. The contractor on placement of the work order enumerating the period have to contract condition shall within the prescribed execute a written agreement on the prescribed standard form as per Company s Rules. The regular stamp fees etc necessary for completing the agreement shall have to be borne by the contractor. 25. (a) the firm / contractor must arrange for all transport of material and include all such cost in the rates quoted by them for work. (b) The schedule of quantities as indicated in this tender is approximate deletions or additions could be possible which finalizing the Tender. (c) The tenderer should furnish information regarding the works or similar natures carried out by him/them in any other department and submit copies of certificates in proof thereof. 26. In case of any dispute arising out of this contract, the decision of the Chief Engineer, MSEDCL, Bhandup Urban Zone, will be final.. 27. Further information required if any can be gather from the office of the Chief Engineer, MSEDCL, Bhandup Zone Office, Bhandup. 28. INSURANCE: In all cases Insurance shall be done by the supplier with Government Insurance Fund or with other Insurance authorities subject to our approval for all risks. 29. If the tenderer has any doubt about the meaning of any portion of the tender he should at once get clarification from Chief Engineer in writing sufficiently in advance and also personally meet him in this respect, before the due date. No additions or alterations in the tender form /conditions etc. should be made by the Tenderer. Tenderer should either quote his rate for the works described in the Annexure 30. The tenderer must return the form of Annexure duly filled in the rate in figure and in words and Annexure duly signed. Any Annexure not bearing the signature of the Tenderer, the tender is likely to be 8

rejected. Rate quoted for work should be reasonable. Only one rate should be quoted. Discount on any account such as quantitative discount payment discount etc., will not be considered for comparison of the rates, as such, rate should be on firm quotation basis only. 31. Special attention is invited to the requirements that all corrections must be initialled and dated by the tenderer and that all the pages should bear the full signature of the tenderer at the foot of each page and each Annexure should bear the seal of the tenderer. 32. Tenders which do not fulfil all or any of the above conditions or incomplete in any respect are liable to be rejected. 33. The submission of a tender by a tenderer implies that he has read these instructions the conditions of contract etc., After acceptance of the offer we shall not pay any extra charges for the lead or for any other reasons in case the Tenderer is found later on to have misjudged himself. 34. Tenders shall remain open for acceptance for a period of 120 days from the date of opening of the tender. During this period no tenderer shall be allowed to withdraw his offer. Any such withdrawal during the said period will entail forfeiture of the Earnest Money deposited with us. 35. The Tenderer should furnish details of his organisation, technical experience, equipment and financial capacity to carry out the works set out in the tender within the time stipulated for completion. He shall furnish details of value of works, authority under whom it was executed and period of completion. 36. The contractor on placement of the work order enumerating the contract condition shall within the prescribed period have to execute a written agreement on the prescribed standard form as per Company s Rules. The regular stamp fees etc necessary for completing the agreement shall have to be borne by the contractor 37. The Contractor shall not entrust the work on sub contract, transfer or assign the contract or any part thereof to any other party. In case if it is not followed it will be treated as breach of contract and will be terminated at contractor risk and cost. 38. General conditions of the Work Contract are as per Annexure "I & II" which shall form part of the contract. The contractor shall abide by the General condition of Company s rules for contract. 39. The right to reject any or all the offers is reserved by us and we will not be bound to accept any offer without assigning any reason thereof. 9

CHIEF ENGINEER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 SPECIAL CONDITIONS OF CONTRACT SPECIAL INSTRUCTIONS TO THE TENDERER 1) All the material as given in the Annexure is to be provided by the agency. 10

2) Erection of poles, installation of control box, etc. and earthing is to be carried out by the agency as per the approved methods of MSEDCL. 3) Laying of LT Cables, erection of poles, jointing and termination of cables, fixing of accessories to poles, earthing etc. is to be carried out by the agency as per the approved methods of MSEDCL to the satisfaction of the area incharge of MSEDCL. 4) Muffing, earthing, painting of all the Street Light Poles should be carried by the agency as per the approved methods of MSEDCL. 5) The material to be procured by the agency should be strictly of the approved brand and as per the latest IS specifications. The testing/inspection of this material will be carried out by Executive Engineer ( Comm ), & Executive Engineer, Mulund Division OR by their representative. The agency should arrange for the testing/inspection of this material prior to despatch, in coordination with Executive Engineer, Mulund. The material like sealing end box, side entry bracket, and control box should be supplied by the agency, as per the sample shown and approved by Executive Engineer ( Comm ), & Executive Engineer, Mulund Division. 6) The agency is requested to visit/inspect the exact location where the work is to be carried out along with the representative of Executive Engineer, MSEDCL, Mulund before submitting the tender. 7) Painting of all poles along with brackets should be with one coat of red oxide and two coats of Silver paint. 8) The above rates are inclusive of Transportation with loading and unloading of material by contractor from Stores centre to Divisional stores/work site and vice versa. 9) The contractor, if necessary, for loading or unloading of material should make the arrangement of Cranes. The Company will pay no extra charge. 10) The contractor should provide his own security arrangement for the material stored / kept at site. SEAL AND SIGNATURE OF THE TENDERER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 LETTER TO THE CHIEF ENGINEER 11

The Chief Engineer Maharashtra State Electricity Distribution Company Limited Bhandup Urban Zone "Vidyut" 1st floor, Lal Bahadur Shastri Marg, Bhandup, MUMBAI-400078 Dear Sir, We agree to carry the works mentioned in the above tender at the rates herein tendered by us subject to the conditions of the tender which we have carefully read and thoroughly understood the same. We hereby agree to keep this offer open for 120 days after the returnable date of the tender and shall be bound by communication of acceptance dispatched within the pre- scribed time. Yours faithfully, Date: Name and address of the tenderer Seal and signature of the tenderer. MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE IMPORTANT The Bidder shall submit his offer in two envelopes Envelope No.1 Qualifying Bid No.2 Price Bid 12

Envelope No. 1: Qualifying bid shall have following documents with attested copies 1. Valid Electrical Contractor's Licence 2. Valid Sale Tax,VAT & Service Tax registration copy 3. Valid Work Contract registration 4. Experience certificate regarding completion of similar type of works amounting to Rs.100 lacs in any one of last 5 years. The certificate should attached not the work orders. 5. Copy of receipt regarding payment of E.M.D 6. Solvency certificate issued by Nationalised / Schedule Bank of amounting to @50 %(96 Lacs) of the tender value 7. Authorisation letter from Crompton, Phillips, L&T, Teknovision for LED Fixtures trading. 8. Particulars of the Tenderer as per prescribed format. 9. Schedule of Tenderers Experience ( In prescribed format) Envelope No.2:- 1) Price Bid shall have only Tender Document properly filled, quoting your rate. 2) If acceptable the Tenderer may give his consent to work at lowest parallel rate. Initially while opening the Tenders, the envelope No.1 i.e., qualifying Bid will be opened first. The price Bids of only those bidders who have qualified in the qualifying Bid will be opened. For qualification all the documents mentioned above are required. CHIEF ENGINEER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE TENDER NO CE/BNDUZ/WORKS/TENDER/658/2009-2010 1. Scope:- ANNEXURE "I & II" 13

1) The contractor /Agency should be registered with the Government of Maharashtra as an Electrical Contractor. Documentary evidence should be submitted along with the Tender. The license number has to be clearly indicated in the Tender. 2) The contractor / Agency should be registered as A Class Contractor with the Electrical Department of PWD. 3) The Tenderer should attach a certified photo copy of Sales Tax / VAT Registration Certificate. The Sales Tax on material or on transferred of property in goods involved in the execution of work contract or any other material or on furnished fabricated material or work shall not be separately paid by the Company as an addition to the Tender Rate. The rate indicated is deemed to include all Local, General Taxes, Excise Duty, Octroi, Service Tax etc. 4) The tenderer should attached certified copies of P.F. registration, ESIC registration and labour licence with the tender. The order will be placed on qualify agency after receipt of these documents [Time limit is 15 days) 5) A copy of work contract registration should be enclosed. If not work contract Tax under MVAT as specified by the Government will be deducted directly from the Contractor / Agency s bill. 6) The Tender will have to submit solvency Certificate from Nationalised / Scheduled Bank to the extent of Rs. 96 Lakhs. 7) Preference will be given to the Tenderer having experience in executing similar contract (Nature of Volume) for each of the last 3 years. 8) The Contractor / Agency should have their site offices having telephone connection both the Mulund and Mulund Areas. The address of the Office, its telephone No., the name of the site Supervisor and his / her Mobile No. should be furnished along with the offer. The staff at the site office should be able to receive the complaints from Citizens in respect of Street Light and to resolve them. 9) The Contractor / Agency should arrange daily night patrolling of all Street Light installations and noting down the burning / Non burning status for this work. He should employ persons skilled and well versed with the kind of work. 10) The Contractor / Agency should arrange to collect daily the complaints in respect of non-burning of street lights received at the Local MSEDC Ltd. Offices in both the areas and arrange to rectify the faulty and bring the installations into functioning as immediately as possible. 14

11) A daily report about the burning / Non burning status of all the street light installation should be submitted by the Contractor / Agency to the concerned Street Light In charge designated by the concerned divisional head. This report should reflect the observation of previous night s patrolling. He should arrange the rectification of faults observed by employing skilled employees and bring the non burring street lights to burning state as immediately as possible. 12) The Contractor / Agency should arrange to keep all the fittings and their covers in clean condition. 13) The Contractor / Agency should arrange to check the earthing of all street light poles and keep them in active condition. A monthly report should be submitted by him to the concerned Divisional Heads. 14) The Contractor / Agency should arrange automatic ON and OFF of street light at designated times. In case of problem at a particular location, he should arrange manual ON and OFF till the problem is sorted out. If the existing photo switches are found to be faulty, they should be replaced by timers at his own cost. 15) The Contractor / Agency should not keep Live Components / Wires / Cables in uninsulated / exposed condition in view of safety to public. 16) The Contractor / Agency is responsible for keeping minimum 95% of street light installations in functioning condition i.e. minimum 95% of the street light lamps should in burning status during night hours. If this condition is breached the penalties are as follows. A] If 6 to 50% street lights lamps are not in burning status during night hours, the penalty @ Rs.50/- per lamp per day will be deducted from his bills. B] If more than 50% street lamps are not in burning status, No payment will be made towards for that months bill. 17) The Contractor / Agency should arrange to carry out painting and numbering of all poles once during the period of contract. Failure to do this will attract a penalty of Rs.300/- per pole. 18) The Contractor / Agency will be given one month time from date of receipt of this work contract order for bringing 95% of street light installation into functioning / burning status. During this 1 month period no penalties will be levied. 19) Prices: a) Tenderers should quote only single price /rate for the quantity offered by them. The offers with prices quoted on slab basis and or with any conditional discount on any account shall not be accepted. 15

b) Prices should be quoted on free delivery basis at our Mulund Division Stores and inclusive of packing forwarding, freight and transit insurance, Excise Duty, Sales Tax/VAT, Service Tax,Octroi etc. The price should be on firm quotation basis c) In case of divergence between the rates in figures and words, the rates mentioned in words will be considered as the valid rates. 20) Whenever material is described by name of the particular make being offered on re-sale basis, the Tenderer shall specifically disclose the name of the original supplier or the manufacturer. The Firm shall not be allowed to supply the material offered from any other manufacturer than the quoted make unless prior permission in writing is so obtained from this office. 21) Tenderer are requested to make a note that in case of ambiguous Terms in respect of free delivery at our stores, Excise Duty, Sales Tax / VAT or if the blanks are not filled in or answered, the offer shall be liable to be rejected. 22) Additions/Alterations prohibited: Tenderers shall not make any additions, alterations or the changes in the tender form and the conditions of Tender and supply & installation, including the description and specification of material mentioned. In the enclosed Annexure " I & II" they should quote rate for the material described. 23) Signing of Tender Documents : Offers must be submitted in the tender documents only and be clearly and legibly filled in with all Annexure and must be either in ink or typewritten. Offer and all documents comprising of tender details, tender form, conditions of Tender and supply & installation, Questionnaires, Drawing, Test Certificates and other documents should be duly signed in each page and corrections, if any, to the information filled in should be duly initialled. There should be no overwriting. The over writing should be avoided and new details given and duly initialled. Tenders not signed as above shall be liable to be rejected. 24] Timely Submission Offer: i). Telegraphic offers or offers received in the form of Telex Message shall not be entertained and considered under any circumstances. ii). Tender documents received after the due date and time of the submission will not be accepted. ii). Tender received in person or by post after the due date and time of submission shall not be opened and no correspondence will be entertained. The Company shall not be responsible for any cause arising out of such delay. iii). In case the date of opening happens to be Holiday, the Tender shall be opened on the next working day at the same time as far as possible. 16

iv). The Company reserves right to reject any or all offers without assigning any reason thereof. 25) Disregard of Tender Conditions: The Company reserves the right to reject any tender which does not confirm to any of the conditions or instructions etc. in respect of the tender. The Tenderer should note that no correspondence shall be entertained or considered after the due date. To judge the capacity and capability of the Tenderer, the Tenderer shall furnish a list of orders executed by him or his Manufacturers for the last 5 years indicating the name of the Purchaser, material ordered, quantity ordered, value, the delivery quoted, the delivery executed and the deviation or slippage in delivery. Details of pending orders and quantities outstanding against orders of this office and others should be indicated separately. 26) Acceptance of Tender: The Company does not bind itself to accept the lowest offer or disclose any reason for rejection of any Tender or part of Tender. It is also not binding on the Company to disclose any analysis, report on Tender or samples. The Company shall reserve right to order out/procure any quantity in excess to the extent of 50% or any less quantity of the quantities offered by the Tenderers. The quantity specified would be for dispatch to destination at our Mulund Division Stores. 27) Delivery: Tenderer is requested to quote deliveries free at Mulund Division stores only. Offers with qualified delivery schedule which directly or indirectly affect conditions of Tender and supply & installation, shall be liable for rejection. In view of tender being accepted for supply & installation of the material, the Tenderer should strictly adhere to the delivery period as the time being essence of the supply & installation. 28) Liquidated Damages: Penalty for Late Delivery: In case the material is not delivered & erected in time, the supplier shall be liable to pay penalty, at our prescription, at half percent of the price per week subject to a maximum of 10% reckoned on the contract value of such incomplete supply & installation of material including the portion supplied & installation which could not be brought into commission due to any part thereof not having delivered in time subject to Force Major. Non availability of raw 17

material or its procurement will not be considered as a reason for late delivery as a Force Major. Risk Purchase: Failure to effect the supply & installation of material, we shall procure the material from market at the rate prevailing and in accordance with Indian Contract Act, the additional cost required to procure & installation of the material shall be recovered from he contractor, on failed whom the orders would be placed and who have to deliver the material & installation within stipulated period. 29) Condition of Supply: i) Quality of Supply Material offered should be strictly as per specification for material mentioned in Annexure " I & II " and strictly in accordance with it and as per the approved standards/samples. In case of material for which there are no standards the supplies shall be of the best workmanship and quality and subject to our approval. Bulk supplies will commence only after approval of the first sample. Supplier will keep this office informed of the progress of manufacture of the material. ii) Validity of the Tender: The Tender shall be open for acceptance by the Company for a period of 120 days from the date of opening of the Tender and the Tenderer shall be bound to supply & installation at the same rate on acceptance by the Company during validity period. v) Insurance: In all cases Insurance shall be done by the supplier with Government Insurance Fund or with other Insurance authorities subject to our approval for all risks. vi) Guarantee: Material should be guaranteed for workmanship and quality for a period of 18 months from the date of supply & installation or 12 months from the date of commissioning whichever is earlier. In case subsequently during usage of material or prior to that if any defect in the material is noticed by us the good quality material shall be supplied free of cost and earlier material shall be taken back by the supplier. 30] Bills: The contractor/ agency will have to submit the bills in triplicate accompanied by the work completion certificate along with the work 18

order copies should be submitted once in a month to the concerned Executive Engineers. 31] Payment: Payment will be made by Crossed Cheque in reasonable time period from concern division office i.e. concern Executive Engineer. The cheque will be issued on Account Payee on receipt of the bill and Measurement Book duly certified on Measurement Book and also on respective bills for satisfactory completion of the work in due time. The work measurements recorded in Measurement Book, accompanied by Work Completion Certificate and work orders as stated above is essential for releasing the payment. The concerned Executive Engineer will make the payment of work executed. 32] The Contractor / Agency should ensure that the complaints received from local MSEDCL offices about none burning of lamps should be attended within 2 days. Failure in this regard will attract a penalty @ Rs.50/- per pole per day and this amount will be deducted from those months bills of submitted by the Contractor / Agency. 34] The site supervisor of the Contract/ Agency and the street light once a in charge of the concerned division will inspect all street light installations week to ascertain whether 95% of the lamps are burning or not. 35] The Contractor / Agency should employ his own Supervisors, Electricians, Wiremen and helpers for this work. He should also engage his own vehicle with Hydraulic Air Lift, ladders and other T&P for this work. 36] The Contractor / Agency should also erect and commission the new poles / installation with his material and manpower, if MSEDC Ltd. directs as per the demand from BMC authorities. This also applies in case of erection and commissioning necessitated due to natural calamities and shifting for widening of roads etc. 37] This contact will be in force for one year period and at the end of six month review of the performance of the Contractor / Agency will be taken. If the performance is not satisfactory, the contract will be terminated any time. 38] Scrap material generated during operation and maintenance work will be kept by the Contractor / Agency and credit to MSEDCL division store in each month. After end of the contract, the contractor / Agency should hand over all poles / installation in 100% functioning mode to MSEDCL. 39] The contractor / Agency should arrange his own vehicle for night patrolling. 40] Daily report about operation and maintenance of street light installations should be submitted to concerned divisional heads / Street Light In charge once a day at his own cost. 19

41] The Contractor / Agency should submit along with this Tender a list of technical employees, Vehicles, T&P etc. to be employed for this work. 42] The list of approved makes of the material to be utilised for the contract is attached herewith. 43] The Contractor shall be solely responsible for the safety of the labours and their employees including payment of compensation in case of accidents or any mishaps etc and also safety of the public during the course of work. 44) The work carried out should be to the entire satisfaction of the Engineer-in-Charge and payments will be made after issue of Certificate to that effect by the concerned Engineer. 45) The Contractor shall be responsible during the course of this work for any damage caused to other installations either of the Department or the Public. 46) All the Rules pertaining to the traffic for safety of public should be taken care of by the contractor which may include fencing and providing caution notice board red lamps etc., wherever and whenever required. In case the procedure of the traffic is violated and in case the Authority clamps penalty to us, such penalty would be recovered from the Contractor. Such imposition of penalty shall mark a performance factor of the Contractor during the tenure of the contract. The permission from R.T.O for the transportation of heavy and lengthy material if required will have to be arranged by the contractor. 47) The L.T. cable jointing work shall be done by only authorised persons. 48) The L.T. cables, Chokes, Ignetors, AC contactors & other relevant electric /electronics component should be of standard, MSEDCL approved company/make. List of approved make is attached herewith. The LT cables should be checked & tested from RST Division under Mulund Zone & test certificate/report should be procured prior to the supply. 49] The LED Fixtures should be of standard ISI make from Crompton, L&T, Phillips, Teknovision companies only. The contractor / Agency should submit the authorisation letter for supply of LED Fixtures from above mentioned company. The warranty for LED fixtures should be not less than 5 years from date of supply. 50) If it is found that quality of work as well as performance is found unsatisfactory the contract is liable for termination without giving any notice and at the entire risk of Contractor. The Security deposit paid in such case shall be forfeited. 20

51] The manpower shall be properly dressed. It will be mandatory for employees of Successful bidder to display the Identity Card at all such times when they are on the field. The ID card will be jointly issued by respective Division of MSEDCL and the successful bidder. 52) The work should be strictly carried out as per the M.S.E.D.C. LTD's method of construction. 53) If work is delayed beyond the reasonable time or if the work quality is found to be unsatisfactory the Chief Engineer will have full powers to cancel the order. SEAL AND SIGNATURE OF CONTRACTOR: SAFETY PROVISIONS 1. Adequate precautions shall be taken to prevent danger from electrical HT/LT line. No material on any of the sites shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide necessary fencing and lights to protect public from accidents and shall be bound to bear expenses of defence of every suit, action, other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit, action or proceedings to any such person or which may with the consent of the contractor be paid to compromise any claim by any such person. 2. All necessary personal safety equipment as considered adequate by the Engineer shall be available for use of persons employed on the site and maintained in a condition suitable for immediate use, and the contractor shall take adequate measures to ensure proper use of equipment by those concerned. 21

3. When work is done near any place where there is risk of drowning, all necessary equipment shall be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision made for prompt first-aid, treatment of all injuries likely to be sustained during the course of the work. Use of hoisting machines and tackle including its attachments, anchorage and supports shall conform to the following:- (a) (i) These shall be of good mechanical construction, sound material and adequate strength and free from patent defects and shall be kept in good and in working order. (ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be durable quality and adequate strength, and free from patent defects. (b) In case of every hoisting machine and of every chain ring hook, hackle, swivel and pulley block used in hoisting or lowering or as means of suspension, safe working load shall be ascertained by adequate means. 4. These safety provisions shall be brought to the notice of all concerned by display on a notice board at a prominent place at the work spot. Persons responsible for ensuing compliance with the safety provisions shall be named therein by the contractor. 5. To ensure effective reinforcement of the rules and regulations relating to safety precautions, arrangements made by the Contractor shall be open to inspection by the Engineer or his representative and the Inspecting Officers. 6. Should any accidents, fatal or otherwise occur, a detailed report about the same shall be made promptly by the contractor to the Engineer-in- Charge. The contractor should at all time during operation of contract keep the M.S.E.D.C. LTD. fully indemnified against all risks, claims, litigations and financial burdens arising out of all incidental operations on work and accidents. 7. Notwithstanding the above provision 1 to 6, the Contractor is not exempted from provisions of other Act or Rule in force. 22

SEAL AND SIGNATURE OF CONTRACTOR: PARTICULARS OF THE TENDERER 1. Name and address of the Tenderer. 2. Particulars of registration and class in which registered 3. Reference may be made to a) b) c) 4. Previous experience of similar works and other 23

works and other works in CIDCO/PWD/BEST/TATAS/ RAILWAY / M.S.E.D.C. LTD / BSES/ MTNL/TELEPHONE DEPT. Sr.No. Name of work executed Department Value of work 5. Any other information the Tenderer may desire to give. Note: True copies of testimonials may be attached by the Tenderer which will not be returned. Place: (Signature & Address of the Tenderer) Date: SCHEDULE OF TENDERERS EXPERIENCE The tenderer shall furnish a list of similar orders executed under execution by him and name of persons to whom reference may be made by the purchaser in case such a reference is considered necessary. ---------------------------------------------------------------------------------------------- -------------- Sr. Name and Description Month and Client Name of No. of work executed year of person Commissioning ---------------------------------------------------------------------------------------------- -------------- 24

NAME OF FIRM NAME & SIGNATURE OF TENDERER DESIGNATION DATE MAHARSHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE CE/BNDUZ/TS/TENDER/T-658/2009-2010 OPERATION AND MAINTENANCE OF STREET LIGHTING INSTALLATIONS WITH MATERIAL AND MAN POWER IN AREA UNDER MULUND DIVISION ANNEXTURE: I S.N Description of works Appx. No. of street light fixtures 1 Operation and maintenance of street lighting installations having 70W/150W/250W HPSV fixtures and lamps fitted on tubular poles with the Contractor/agency s material and manpower. The day to day works include the replacement of HPSV/LED fixtures/fittings, bulbs, chokes, ignitors accessories related to HPSV fixtures/fittings, contactors, timers(faulty photo switches should be replaced by timers), Procurement & laying of 3.5C * 50sqmm & 4C* 16 sqmm LT armoured cable to replace overhead hanging wire & where cable fault is not detectable. Maintenance of Street light accessories related to control gear, replacement of faulty AC Contactor, Timer, fuses, wires, and Unit 4200 Per fixtures Per year Rate in Rs. 25

PVC cables, brackets clamps, sealing end boxes, control boxes and location and rectification of cable faults by using LT jointing kits or replacing entire faulty sections. The work also include daily checking of installations for their functionality and immediate repairing of non functioning installations, ON and OFF of street lights at designated times will be the responsibility of Agency. Vehicle for daily inspection should be provided by Agency. The works also include painting and numbering of all poles once during the period of contract and periodical checking of earthling and reactivation if necessary. The Contractor/Agency should be responsible for keeping at least 95% of the installations in functioning mode by using their material, manpower, T&P including ladders and hydraulic air lifts mounted on vehicle should be provided by Agency. NOTE : STREET LIGHT CONTROL BOX SHOULD BE MADE OF 14 SWG G.I. SHEET. SEAL AND SIGNATURE OF TENDERER Dy.Exe.Engineer Exe.Engineer(Adm) D.A(Audit) MAHARSHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE CE/BNDUZ/TS/TENDER/T-658/2009-2010 OPERATION AND MAINTENANCE OF STREET LIGHTING INSTALLATIONS WITH MATERIAL AND MAN POWER IN AREA UNDER MULUND DIVISION ANNEXTURE: II Sr. No. 1 Particulars Cable 3.5C* 120sqmm XLPE LT Armoured Cable Appox. Quantity Unit Rates MTR 2 3 Cable 3.5C* 50sqmm XLPE LT Armoured Cable 20700MTR MTR Cable 4C* 16 sqmm XLPE LT Armoured Cable 22360MTR MTR 4 Tubular Poles 9 MTRS 174 NO. 26

5 Fixures 70Watts 220 NO. 150watts 184 NO. 250watts 184 NO. 6 Sealing End Boxes 727 NO. 7 Top Entry Bracket, Single Arm 100 NO. 8 Top Entry Bracket, Double Arm 30 NO. 9 LED fixtures of suitable wattage 240 NO. 10 AC Contactor with Timer 80 NO. 11 EARTHING TO STREET LIGHT 174 NO. BOLTS, SALT & COAL ETC.) 12 Erection Material (SAND, CEMENT & METAL ETC) 174 NO. SEAL AND SIGNATURE OF TENDERER Dy.Exe.Engineer Exe.Engineer(Adm) D.A(Audit) MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD BHANDUP URBAN ZONE LIST OF APPROVED MAKES OF MATERIAL TO BE UTILISED FOR OPERATION & MAINTENANCE OF STREET LIGHT INSTALLATION 1 a) HPSV FITTING / FIXTURES CROMPTON, BAJAJ, GE b) LED FITTING / FIXTURES CROMPTON,PHILLIPS,L&T,TEKNOVISION 2 HPSV LAMPS PHILIPS, CROMPTON, BAJAJ 3 TUBULAR POLES 1) RIDDHI 2) K.L. 3) Standard Fabricators.4 LT ARMOURED CABLES 1) SARASVATI 2) MAHALAXMI 3) PARAGON 4) VARDHMAN 5) MARUTI 6) SOMEX (INDIA) 7) POLYCAP 8) ASIAN 5 W.P. WIRES 1) MARCO 27

2) SARASVATI 3) DECO 4) VARDHMAN 5) DASHMESH 6 TIMERS L & T / SIEMENS OR ANY STANDARD ISI MARKED MAKE 7) LT JOINTING KITS 1) M-SEAL 2) CABSEAL 3) UCIL 4) DENSONS 5) SUPER SEAL 8) LUGS DOWELLS / SHANCO RELIANCE / BOMBAY POWER EXCHANGE 9) FRP/SMP SEALING END 1) MADHURI BOXES 2) SINTEX 10) PVC/GI PIPE ANY ISI MARKED MAKE 11) CEMENT ACC / L & T/AMBHUJA/JK 12) PAINT ASIAN/NEROLAC 13) AC CONTRACTORS L & T / SIEMENS 14) MAIN SWITCH / FUSES ANY ISI MARKED MAKE 28