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

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

NOTICE INVITING e-tender

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED BHANDUP URBAN ZONE

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.

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

TENDER FOR SUPPLY OF HAND BOOK

BALMER LAWRIE & CO. LTD.

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

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

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

MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, VASHI CIRCLE

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

BALMER LAWRIE & CO. LTD.

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

The last date for submission of the bids is at

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

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

Himalayan Forest Research Institute

COMMERCIAL TERMS AND CONDITIONS

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

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

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

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

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

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

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

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

REMOTE SENSING APPLICATIONS CENTRE, U.P.

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

र ष ट र य प र तर रव न स

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

2 nd Call. Comprehensive maintenance contract of air Cooler installed in Central Excise, Hqrs. Nagpur for the Summer Season 2017.

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

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

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax:

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

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

TENDER FOR LOCAL CHEMIST

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

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

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

GENERAL TERMS AND CONDITIONS OF TENDER

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

Biotech Park, Lucknow

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

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

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

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

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

Tender. for. Indian Institute of Technology Jodhpur

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

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

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH

PUNJAB TECHNICAL UNIVERSITY,

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

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

NOTICE INVITING TENDER ALLAHABAD UNIVERSITY ALLAHABAD

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

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

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

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

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

Tender Notice for re-filling of Fire Extinguishers at LIC of India, Central Office, Yogakshema, Jeevan Bima Marg, Mumbai

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

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E)- I MADHYA PRADESH, GWALIOR

LAKWA THERMAL POWER STATION

TENDER DOCUMENT. Sub: Tender for transportation of Paraffin wax - Opening on at 4:00 PM

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

NOTICE INVITING TENDER ALLAHABAD UNIVERSITY ALLAHABAD

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

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

Office of the Principal Accountant General (Audit), Telangana, Hyderabad. Prl.AG(Audit)TS/Estate/ Date:

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.

Transcription:

TENDER NOTICE Sealed Tenders are invited from the experience electrical contractors and suppliers in the filed for laying of 33KV 3 core XLPE 300 sq.mm cable Tender No. Description Estimated Cost in Rs T-08 SE/VC/TECH/T- 8/2008-2009 For Laying of 33 KV 3 core XLPE 300 sq.mm Additional Cable for feeding 33/11 kv NRI S/s (Kharghar Source) Tender No SE/VC/Tech/Tender No- 08/2008-09 Rs.24,00,000/- (EMD Rs. 24,000/-) 1. Blank tender for can be had from out web www.mahadiscom.in from 13 th Dec. 2008 to 15.00 Hrs. of 22 nd Dec. 2008. 2. the completed tenders accompanied by the earnest money deposit shall be submitted along with the true copies of the documents mentioned duly attested by the Gazagate officer or Class I officer of MSEDCL and properly sealed & super scribed tender no. due date. 3. The tenders duly sealed and super scribe to two separate envelopes 1 for documents 2 nd for price bid will be received in the office of the undersigned on or before 22 nd Dec. 2008 upto 15.00 Hrs. the tender will be opened if possible on 22nd Dec. 2008 at 16.00 Hrs. in presence of those contractors for their authorized representative who choose to remain the present. 4. The right to reject any or all the tenders without assigning any reasons whatsoever is reserved with undersigned. Sd /- SUPERINTENDING ENGINEER, Vashi circle Below this line no printing SE/VC/TECH/ date :

TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 ISSUED TO M/S COPY NO. MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD.VASHI CIRCLE For Laying of 33 KV 3 core XLPE 300 sqmm Additional Cable for feeding 33/11 kv NRI S/s (Kharghar Source) Tender No SE/VC/Tech/Tender No-08/2008-09 Area of operation : CBD-Nerul S/Dn.Under Nerul O & M Division. Returnable not later than 14.30 hrs on 22.12.2008. Tender will be opened at 15.30 hrs on 22.12. 2008. Estimated cost Rs 24.00 lacs Office of the Superintending Engineer Maharashtra State Electricity Distribution Co.Ltd. Circle Office, Vashi, Tel.No:27890174 Plot No 5, Nr Abhudaya Bank Bldg, 27896730 Sector-17, Vashi, Navi Mumbai. Price Rs 1,000.00 per Copy (Rs 1,050.00 by Post) 2

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-4/2008-2009 For Laying of 33 KV 3 core XLPE 300 sqmm Additional Cable for feeding 33/11 kv NRI S/s (Kharghar Source) Tender No SE/VC/Tech/Tender No-08/2008-09. I N D E X ---------------------------------------------------------------------------- Sr.No. Description Page No ---------------------------------------------------------------------------- 1. Instructions to the tenderer 3-7 2. Letter to the tenderer 8 3. General conditions of contract 9-11 4. Safety Provision 12-13 5. Letter to the SUPERIENTENDING ENGINEER 14 6. Particulars of contractor 15-20 Annexure I to VI 7. Schedule "A", "B 21-24 3

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-08/2008-2009 INSTRUCTION TO TENDERER 1. Sealed and superscribed item rate tenders are invited from reputed licensed electrical contractors experienced in the work of excavation and laying of cables, cable jointing, loading and unloading of material etc. for the following work. 2. Name of work: For Laying of 33 KV 3 core XLPE 300 sqmm Additional Cable for feeding 33/11 kv NRI S/s (Kharghar Source) 3. Period of contract: Three months from date of issue of Work order Including monsoon 4. Brief scope of work: Laying of 33kV XLPE 3 Core 300 sqmm cable at intermittent location along the 33 kv Double Ckt. NBT line from 400 kv Kharghar S/s to 33/11 kv NRI S/s Sector -50 Nerul. In order to have second & reliable source to NRI S/s & also the evacuation of power capacity available at Kharghar S/s 5. Area of operation: Geographical area of CBD & Nerul S/ Dn., under O & M Division Nerul 6. The tender documents will be available on our website www.mahadiscom.in to the competent tenderers Tender document cost Rs. 1000/- per copy should paid separately along with EMD 7. An EMD of 1% of the Tendered value, subject to minimum of Rs. 24,000/- shall be paid along with the tender by Demand Draft in favour of Maharashtra State Electricity Distribution Co. Ltd. drawn on any Schedule Bank situated in Mumbai. Tenders submitted without Earnest money is liable to be rejected. 8. The tenders duly filled in shall be deposited in person in the office of the Superintending Engineer MSEDCL, Vashi Circle, Vashi. Tenders will be opened if possible on the due date at 15.30 hrs at the above office in the presence of such tenderers who choose to Remain present. 4

9. The successful Tenderer shall be required to pay security deposit Amounting to 5% 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. This is a work to be executed according to our every day equirement. 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. 12. The tenderers should be registered with the Government of Maharashtra as an Electrical contractor. Documentary evidence should be submitted along with tender. The licence number has to be clearly indicated in the tender. Preference will be given to the tenderer having experience in this job. 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 not withstanding 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,Workmen s Compensation Act 1923, Industrial Disputes Act 1947, Indian Factories Act 1948, Maternity Benefit Act 1961, E.P & M.P Act 1952 and Contract Labour (Regulation and abolition) Act 1970 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 Tenderer will have to furnish the documentary confirmation that facilities are made available to the employees engaged by him on the job. The contractor shall indemnify the MSEDCL 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. 14. The contractor shall be responsible for rectification of defects for a period of 12 months from the certified day of completion of work by the MSEDCL. his 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. 5

15. All the works should be guaranteed for the period of 12 months From execution of work. 16. If the tenderer has any doubt about the meaning of any portion of the tender he should at once get clarification from SUPERIENTENDING 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 quote his percatange rates for the works described in the schedules B. 17. The tenderers must return the forms of schedules duly filled in with rates in figures and in words and each schedule duly signed. Any schedule not bearing the signature of the Tenderer, the tender is likely to be rejected. Rates quoted for work should be reasonable. Only one percentage in schedule B rate should be quoted. In case dual rates are quoted for the same, item the offer is likely to be rejected. Tenderers should not offer rates for items not covered in this schedules and also should not split any item of the schedule doing so, may disqualify the offer. 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. 18. Special attention is invited to the requirements that all corrections must be initiated 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 schedule should bear the seal of the tenderer. 19. Income Tax clearance certificate issued by the competent authority in favour of the tenderer for the previous year is necessary Tenders which do not fulfil all or any of the above conditions or incomplete in any respect are liable to be rejected. 20. 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. 21. Tenders shall remain open for acceptance for a period of 90 days from the date of opening of the tender. During this period no tenderer shall be allowed to withdraw his offer. Any such with-drawal during the said period will entail forfeiture of the Earnest Money deposited with us. 22. 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. 6

23. The contractor should have their office/contact person in area under O & M Division Nerul The address along with the name of contact person and Telephone number should be furnished along with the offer. 24. The Tenderer will have to submit solvency certificate from Nationalised/Scheduled Bank to the extent of Rs. 24 lacs.tender. 25. The Sale Tax on material 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 Distribution Co. Ltd.. The rate for several items of work indicated are deem to include all local and general taxes, excise duty etc. Tenderer should attach a certified photocopy of Sales Tax/VAT Registration certificate. 26. 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. 27. 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 Distribution Co. Ltd. s Rules. The regular stamp fees etc necessary for completing the agreement shall have to be borne by the contractor 28. 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. 29. General conditions of the Work Contract are as per Annexure "I" which shall form part of the contract. The contractor shall abide by the General condition of Distribution Co. Ltd. s rules for contract. 30. 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. SUPERIENTENDING ENGINEER 7

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO: SE/VC/TECH/TENDER- 08 /2008-09 IMPORTANT The Bidder shall submit his offer in two envelopes Envelope No.1 Qualifying Bid No.2 Price Bid Envelope No. 1: Qualifying bid shall have attested copies of following documents 1. Valid Labour Licence issued by Commissioner of Labour. 2. Valid Electrical Contractor's Licence. 3. Employees Provident Fund Establishment Code No. along with relevant documents. 4. Employees State Insurance Corporation (E.S.I.C), Employees Code No. along with relevant documents. 5. Valid Sale Tax/VAT registration. 6. Valid Work Contract registration. 7. Experience certificate regarding completion of similar type of work amounting to Rs.10 lacs in one calendar year. 8. Solvency certificate of Rs 24 lacs issued by Nationalised/Scheduled bank. 9. Receipt regarding payment of E.M.D. Envelope No.2: Price Bid shall have only Tender Document properly filled, quoting your PERCENTAGE rates in schedule B. 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 copies all the documents mentioned above are required.the tenderer /his authorized representative should be present at the time of opening of the Tender, along with all originals of the above mentioned documents for verification/ clarification. 8

SUPERIENTENDING ENGINEER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-08/2008-2009 LETTER TO TENDERER M/s Dear Sirs, Please quote your Lowest Percentage rates in Schedule B for the work of excavation laying, refilling loading and unload of material etc, as per rates Schedule "A" 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 Panvel-I., Under O & M Division Panvel(U) Please note that your tenders will not be considered if following conditions are not fulfilled. 1. Payment of EMD (Item No. 7 Pg. No. 2) 2. Submission of copy of Electrical contractors license (As per Item No. 12 Pg. No. 3) 3. Work experience of Rs 10 lacs in one calendar year for similar type of works (Item No. 7 Pg. No.7) 4. Submission of Income Tax clearance certificate (as per Item No.19 Pg. No.5) 5. Submission of solvency certificate for an amount of Rs. 24 lacs (as per Item No. 24 Pg. No. 6 ) Yours faithfully, 9

SUPERIENTENDING ENGINEER Vashi Navi-Mumbai- 400705 Date: MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-08/2008-2009 1. Scope: This Specification covers the excavation, lying of cables refilling Of trenches, cable jointing work, supply of cable joints, earthing & other petty labour, loading and unloading of material etc. 2. The Contractor shall be required to excavate any part of land either in kutchcha or pakka soils, tar road, asphalt or pavement within specified time and as per approved method. Surplus sub - soil shall be removed from the sites. The unwinding and rewinding of cable from and on drums shall be required to be done as per approved methods. The work includes excavation, laying cables through pipes at road crossings and nullhas etc. and refilling of trenches. 3. General requirements: (a) The rate shall include loading, unloading transport, storage, handling unwinding the cable from cable drums and laying in the cable trenches. (b) Loading and unloading shall be done with material handling Equipment, precisely use crane wherever necessary while unloading from a lorry. (c) When cable drums are handed over for laying of the cable, the drums shall stand on battens placed directly under the flanges. (d) While laying the cables the drums shall be rotated only in the direction marked on the drum. (e) The cables shall be laid by skilled and experienced labourer. (f) Laying of cables shall be on the basis of the actual site measurements. (g) The cable loops shall be kept at the places decided and at 10

both ends of the cable length as directed by the Site Engineer (h) Where the cable route intersects roads, streets, or pathways RCC Hume pipes shall be laid in the trenches to serve as cable ducts. The pipes shall be joined by RCC spun collars. The RCC pipes shall project at least 300 mm on either side of road crossings. As a specific, Job involves laying of 33 kv XLPE Cables across the road crossings RCC pipes are to be laid across the road by the use of latest Technique without disturbing Routine Road Traffic to the satisfaction of supervising officer & observance of safety as per I E rules. 4. The work shall be carried out normally during the day time between 9.00 A.M. to 6.00 P.M. inclusive of recess in between of 1 hr. During emergency or exigencies of work and in case when there is a permission to excavate road during night time only the work shall be required to be carried during such time only. In case of breakdown in power supply the work shall be carried out continuously till it is completed. 5. All the tools and tackles such as crow bars ghamellas, pavdaas for carrying the work of excavation, laying of cables refilling of trenches for H.T cables etc and as also for winding and rewinding of the cables on the drums when required shall be arranged by the contractors. 6. Lighting arrangement during night time shall be made by the Contractor at his own cost. 7. In case contractor fails to carry out work in stipulated time penalty at the rate of 1/2 % per delayed week or part thereof subject to maximum 10% of the contract value of work done will be recovered from the bill. 8. 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. 10. The material to be supplied by the Distribution Co. Ltd. & The Contractor are specified in Schedule A, Annexure V,VI respectively attached to the Tender documents. The rest of the material shall be arranged by the contractor and it should be as per IS standard and should be approved by the Distribution Co. Ltd. s representative i.e., Executive Engineer of concerned Division. 10. The Transportation of Cable jointing material, pipes, half Round pipes or any other material to site shall be arranged by 11

the contractor. Loading of the material at the stores of issue and Unloading of material at site will be done by the contractor i.e., from Divisional stores to Work site and vice versa. 11. Labour engaged should be available for full time and they should not leave place of work during working hours. 12. The work carried out should be to the entire satisfaction of the Engineer-in-Charge and payments will be made at circle office after submission of bills in Triplicate to the SDO concerned, duely certified, MB recorded & issue of Certificate to that effect by the concerned Executive Engineer. 13. The Contractor shall be responsible during the course of his work for any damage caused to other installations either of the Department or the Public. 14. 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 Distribution Co. Ltd. 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. 15. The cable jointing of various sizes of H T. cables with Heat shrinkable cable jointing kits could be required to be done.the jointing kits, and other material essentially required for Jointing will be made available by You. The tools and tackles required for jointing shall be arranged by the contractor. 16. The H T. cable jointing work shall be done by only authorised persons. 17. 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 dep- -osite paid in such case shall be forfeited. 18. Our Engineer-in-charge will issue a work order indicating nature and location etc. of the work to be carried out during the normal prescribed working hours except in case of break-downs and faults. 19. In case of any damage or loss to the Distribution Co. Ltd.'s material, receipts and appropriate cost of the same will be recovered from the contractor's bill or S.D. 20. The work should be strictly carried out as per the M.S.E.D.C.L.'s 12

method of construction. 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. (a) Workers employed in mixing cement and lime mortars/concrets shall be provided with protective footwear, handgloves and goggles, (b) Those engaged in handling and material, which is injurious to eyes shall be provided with protective goggles. (c) Those engaged in welding works shall be provided with welder's protective eye shields. 3. When work is done near any place where there is risk of drowning, all necessary equipment shall be provided and kept 13

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, shackle, 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 Distribution Co. Ltd. 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 excavation of work keep the M.S.E.D.C.L. 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 7, the Contractor is not exempted from provisions of other Act or Rule in force. SEAL AND SIGNATURE OF CONTRACTOR: 14

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 LETTER TO THE SUPERIENTENDING ENGINEER The SUPERIENTENDING ENGINEER Maharashtra State Electricity Distribution Co. Ltd. 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 90 days after the returnable date of the tender and shall be bound by communication of acceptance dispatched within the prescribed time. 15

Yours faithfully, Date: Name and address of the tenderer Seal and signature of the tenderer. MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 PARTICULARS OF THE TENDERER Annexure I Sr.No. Particular To be filled by the tenderer 1 Name of the bidder 2 Address of the bidder 3 Telephone- Office 4 Fax- office 5 E-mail 6 Contact person 7 Constitution of firm 8 Labour Licence No. and date 9 PAN No. 10 Provident Fund A/C No. and date 11 ESIC No. and date 12 MST No. /VAT No.and date 13 CST No. and date 16

14 Service Tax No. and date 15 Work contract Tax No. and date 16 Banker's Name and Address 17 Income Tax clearance certificate 18 No. of years of experience 19 Reference may be made to 20 Particular of registration and class in which registered 21 Any other information the tenderer may desire to give. NOTE: PLEASE ATTACH CERTIFIED TRUE COPIES OF ALL REGISTRATION/APPROVAL SEAL AND SIGNATURE OF TENDERER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 DETAILS OF WORK EXPERIENCE (Last 5 years) Annexure II Sr. No. Name of Work Name of Company Amount of work order (Rs. in lacs) Date of award Date of completio n 17

SEAL AND SIGNATURE OF TENDERER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 LIST OF EQUIPMENTS, TOOLS AND TRANSPORT EQUIPMENTS Annexure III Sr. No. Particulars of Equipments Nos./ Specification 18

SEAL AND SIGNATURE OF TENDERER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 MANPOWER DETAILS Annexure IV Sr.No. Particular Permanent Casual Total 1 Manager 2 Engineer 3 Supervisor 4 Cable jointer 5 Electrician 6 Skilled labour 7 Semi Skilled labour 8 Unskilled 19

9 Drivers 10 Total SEAL AND SIGNATURE OF TENDERER MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 MATERIALTO BE SUPPLIED BY MSEDCL Annexure V Sr No Particulars 1. 33 kv 3 Core 300 sqmm XLPE cable Date: Name and address of the tenderer Seal and signature of the tenderer 20

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. TENDER NO.SE/VC/TECH/TENDER-8/2008-2009 MATERIALTO BE SUPPLIED BY CONTRACTOR Annexure VI Sr No Particulars 1. Heat Shrinkable Termination & straight through Joints for 33 kv 3 Core 300 sqmm XLPE cable 2. RCC Full Round Pipes (Special for Road Crossing) 3. All Types of Fabrication Material Hot Dip Galvanized. 4. HT Earting Set & HDG Earthing Strip 5. RCC Half Round Pipes along cable length 6. Sand 7. Cable Markers 8. HDG Nut bolts 9. 22 kv Danger Boards 21

10. Any other petty material required as per site conditions. Date: Name and address of the tenderer Seal and signature of the tenderer MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO.LTD. For Laying of 33 KV 3 core XLPE 300 sqmm additional cable for feeding 33/11 kv NRI S/s (Kharghar Source) Tender No SE/VC/Tech/Tender No-08/2008-09 Sr.No Name of work Unit Qty Rate Amount Approx 1 Excavation of Cable trench 0.6m wide and 1m deep for laying of 33 kv cables and refilling the trenches upto ground level for all type of Soil a) In ordinary soil Rmt 6000 30 180000 b) In Hard rock with Blasting Rmt 2000 54 108000 2 Stretching, handling and laying of H.T cable with 75mm sand bedding & reinstating the same by using sand. Refilling the trench upto ground level as per standard method of construction (Sand should be supplied by the contractor 33 kvcables of size 300 sqmm Rmt 8000 80 64000 22

3 Supply and laying full round RCC 150 mm dia 2 Mtr. Long with color/ Suitable size of as per IS 14930 II 4 Supply and laying Half round RCC 150 mm dia 1 Mtr. Long with Suitable size of as per IS 14930 II 5 Supply & Fixing of heat shrinkable for 33 KV outdoor end termination suitable for 300 sqmm XLPE cable confirming to IS 692 of 1973 andup to date amendment make Raychem/XICON/Denson s/cap seal or equivalent. 6 Supply & Fixing of heat shrinkable for 33 KV straight through joints with pits providing of RCC covers chamber for joints & providing the chamber with concrete & labor suitable for 300 sqmm XLPE cable confirming to IS 692 of 1973 andup to date amendment make Raychem/XICON/Denson s/cap seal or equivalent. Nos 280 436 122080 Nos 7000 78 546000 Nos 17 16320 277440 Nos 24 39300 943200 7 Ear thing of Cable End Termination with Supply All earthing material including 25 mm X3 mm GI Strip Nos 17 500 8500 8 Supply & Erection of G I Pipe with 150 Nos 17 1500 25500 mm Dia 3 Mtr. Length for cable protection above ground level 9 Supply & Fixing of Support channels for Nos 17 1200 20400 cables on existing tower with HDG Channel of 75 mm X 40 mm X 6 mm with all required clamps made from HDG flat of 50mm X 10 mm. connection of terminations to the overhead wires on Tower with supply & fixing of required nut bolts & Jumpers 10 Providing & fixing of cable Markers No 800 120 96000 2391120 Estimate cost of the tender (Rs 24 Lacs Approx.) Note 1. The above rates are inclusive of Transportation with loading and unloading of material by contractor from Divisional stores to Work site and vice versa. 2. Concreting material, earthing material, brick, sand, metal and RCC pipe / DWC pipes, lugs should be supplied by the contractor. 23

3. The arrangement of Cranes if necessary for unloading or loading of material, should be made by the contractor no extra charge will be paid by the Distribution Co. Ltd. 4. The contactor will have to obtain all statutory permission such as way leave & road Crossing permissions from the local authorities (NMMC/CIDCO) whereas commercial Terms such as charges for road reinstatement etc. will be dealt by The Executive Engineer MSEDCL. Nerul Dn. SUPERINTENDING ENGINEER VASHI CIRCLE TENDER NO.SE/VC/TECH/TENDER-08/2008-2009 SCHEDULE- B We hereby tender for execution for Maharashtra State Electricity Distribution Co.Ltd. For Laying of 33 KV 3 core XLPE 300 sqmm Additional Cable for feeding 33/11 kv NRI S/s (Kharghar Source) against Tender No-8 2008-09, for the Estimated Cost of Rs 24 Lakhs. 1. ( %)Percentage (in words ) BELOW the estimated rates as shown in Schedule A & B 2. AT PAR as per estimated rates as shown in Schedule A & B 24

3. ( % ) Percentage (in words ) ABOVE the estimated rates as shown in schedule A & B Note: The Tenderers should quote their rates for any one of above. SEAL AND SIGNATURE OF TENDERER SUPERINTENDING ENGINEER VASHI CIRCLE 25