OFFICE: - ELECTRICITY DISTRIBUTION DIVISION (TANDA)

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

The brief facts of the case, as set out in the contempt application follows:

Tender No. 179/EPD-III/ATPS/

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

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

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

Biotech Park, Lucknow

The last date for submission of the bids is at

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

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

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

PUNJAB TECHNICAL UNIVERSITY,

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

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

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

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

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

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

Please purchase PDFcamp Printer on to remove this watermark.

BALMER LAWRIE & CO. LTD.

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

THE SALARY AND ALLOWANCES OF THE CHIEF WHIP IN THE LEGISLATIVE ASSEMBLY OF THE NATIONAL CAPITAL TERRITORY OF DELHI (AMENDMENT) BILL, 2015 A BILL

BHARAT HEAVY ELECTRICALS LIMITED,

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

THE LEADER OF OPPOSITION IN THE LEGISLATIVE ASSEMBLY OF THE NATIONAL CAPITAL TERRITORY OF DELHI (SALARIES AND ALLOWANCES) (AMENDMENT) BILL, 2015 A

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

U. P. RAJYA VIDYUT UTPADAN NIGAM LTD.

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

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

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

PLEA BARGAINING. A new concept

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Tender Document GOVERNMENT MEDICAL COLLEGE, HALDWANI.

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

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

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

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

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

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

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

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

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

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

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

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

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

TENDER INVITATION FORM

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

No. HCA-II / 22/ 2016 DATED: 5th October TENDER DOCUMENT

IN THE HIGH COURT OF KARNATAKA AT BANGALORE ORIGINAL JURISDICTION IN THE MATTER OF COMPANIES ACT, 1956 AND

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER DOCUMENT FOR UNIVERSITY RATE CONTRACT FOR ONE YEAR ( )

REMOTE SENSING APPLICATIONS CENTRE, U.P.

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

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

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

e/;izns k ekuo vf/kdkj vk;ksx i;kzokl Hkou] [k.m&1] vjsjk fgyl] Hkksiky buvuzf ki ;kstuk

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

NOTICE INVITING TENDER

Tender Notice & Documents for Printing of Examinations Booklet/

LAKWA THERMAL POWER STATION

NOTICE INVITING TENDER

ANNEXURE I VERIFICATION

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

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

fgekpy izns k ljdkj iz kklfud lq/kkj laxbua vf/klwpuk

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

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

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

TENDER DOCUMENT FOR. Purchase Section

Annexure II. Terms and conditions

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

OFFICE OT THE PROJECT DIRECTOR, ATMA, GAJAPATI, PARALAKHEMUNDI

MAULANA AZAD NATIONAL URDU UNIVERSITY (A Central University established by an Act of Parliament in 1998)

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

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

JAWAHAR NAVODAYA VIDYALAYA, FATEHPUR RAJPUTAN, DISTRICT PATIALA (PB) TENDER NOTICE

(a) Bid Processing fee is mandatory to be paid through online mode i.e., internet payment gateway (Credit/Debit Card), Net Banking, NEFT/RTGS

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

TENDER DOCUMENT No.CSIR-NAL/PBMA-4/ /S-VI

Notice for inviting E-Tender for hiring of vehicles

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

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

No. 12-CE/Lucknow Zone/

rn~ fnukad %&

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

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

NLC TAMILNADU POWER LIMITED

Transcription:

OFFICE: - ELECTRICITY DISTRIBUTION DIVISION (TANDA) Tender Number No. 05/EDD(T)/2012-13 Name of Work Operation & maintenance of 33/11KV Kaleshar substation in 03 shifts (each shift is 08 hours) for 06 Months. Each shift comprising 01No.skilled (I.T.I in electrical Trade) & 01 No. unskilled labor Nature of tender Work Estimate cost Rs.1.89 Lacs Tender form cost Rs. 225.00(sales/trade tax included) Earnest money Rs 2000.00 Last Date of sale of tender form 10.09.2012 Time for Sale of tender form Working hours Submission Date of Form 11.09.2012 Submission Time of Form 03.00PM Opening Date Part-I- 11.09.2012 Part-II(price bid)-12.09.2012 Opening Time 04.00 PM

TENDER NO.05/EDD(T)/2012-13 WORK : Operation&maintenance of 33/11KV Kaleshar sub station of EDD,Tanda CONTENTS : 1. Pre-qualifying conditions 2. Instruction to Tenderers 3. General condition of contract 4. Commercial terms & conditions 5. Special condition of contract 6. Form of Agreement 7. Scope of work 8. Rate schedule NAME OF PURCHASER M/S.... EXECUTIVE ENGINEER

PRE-QUALIFYING CONDITIONS OF TENDER TENDER NO-05/EDD(T)/2012-13 The offers of only those firms shall be considered who shall fulfill following prequalifying conditions. The tenderers are requested to submit the following documents in support of the same in Part-I of the tenders, failing which Part-II (Price-Bid) of the tender shall not be opened. However, mere issue of Tender document shall not entitle the tender for opening of Price-Bid (Part-II), if the tenderer does not fulfill prequalifying conditions at the time of opening of Part-I of the tender: - 1. Requisite Tender cost 2. Requisite Earnest Money. 3. Latest Income Tax clearance certificate and photocopy of PAN card. 4. A copy of valid Labor License. 5. Documents regarding valid 'Employees Provident Fund' code number of workers. 6. Proof regarding valid group insurance of workers. 7. A copy of Registration Certificate (Form ST -2) from the Office of the Commissioner/Superintendent of Central Excise Service Tax Cell. 8. A copy of Proprietorship deed or Partnership deed in case tenderer is a partnership firm. In case of limited company a copy of registration certificate issued by Registrar of Companies. 9. Power of Attorney in support of person/ representative to act as signatory on behalf of tenderer. 10. List of Safety equipment available with tenderer required for executing the specified work satisfactorily. 11. Copy of orders/agreements executed during past 03 years for similar type of works in UPPCL/Other Power corporation in proof of experience. 12. Information regarding 'no dues' of electricity bills etc in prescribed format enclosed. 13. Furnishing of permanent and temporary address for correspondence in prescribed format enclosed. 14. Furnishing of a certificate to the effect that tenderers do not have relatives / family members employed in regular service of UPPCL. 15. An agreement on a non-judicial stamp paper of Rs.100.00 or as applicable from time to time regarding validity of offer on prescribed format with the signature of two witnesses specifying name, profession and complete postal address of the tenderer as well as witnesses. EXECUTIVE ENGINEER

QeZ@Bsdsnkj }kjk ;g izi= fohkkx }kjk fuxzr izi= ls vyx dj Hkkx&izFke ds lkfk tek fd;k tkuk lqfuf pr fd;k tk;s A 1- v½ Bsdsnkj dk uke % c½ firk dk uke % 2- ekfyd@hkkxhnkj dk uke % 1-2- 3-3- LFkkbZ irk % edku ua0---------------------------------------------------------------------- xkwo@eksgyyk--------------------------------------------------------------- Mkd?kj ------------------------------------------------------------------------ Fkkuk--------------------------------------------------------------------------------- ftyk-------------------------------------------------------------------------------- fiu dksm la0---------------------------------------------------------------- nwjhkk k la0---------------------------------------------------------------------- 4- i=kpkj dk irk % 1-2- 3- fvii.kh % QeZ dh flfkfr ikvzujf ki@izksizkbvj MhM dh LolR;kfir izfr tek djuk vko ;d gs A glrk{kj vf/kd`r izfrfuf/k,oa eqgj

ANNEXURE (ON A NON-JUDICIAL STAMP PAPER OF Rs. 100.00+1.00 RUPEE OF REVENUE STAMP) Agreement TENDER INVITED BY : EXECUTIVE ENGINEER, EDD, Tanda,Distt.Ambedkar Nagar TENDER FOR : ------------------------------------------------------- ------------------------------------------------------- ------------------------------------------------------- TENDER NOTICE NO. : ------------------------------------------------------- NAME OF TENDERERS :--------------------------------------------------------- In consideration of the MADHYANCHAL VIDYUT VITRAN NIGAM LIMITED, treated as tenderer to be an eligible person whose tender may be considered. The tenderer hereby agrees to the conditions that the proposal in response to the above invitations shall not be withdrawn within 03(Three)months from the date of opening of tender and also to the condition that if the tenderer does withdraw his proposal within the said period the EARNEST MONEY deposited by him may be forfeited by the MADHYANCHAL VIDYUT VITRAN NIGAM LIMITED in discretion of the tender. Signed that day of Witnesses:-

ii) (iii) INSTRUCTION TO TENDERERS TENDER SPECIFICATION NO- 05/EDD(T)/2012-13 Tender must be submitted in two separate parts to be known as PART-I and PART-II, Each part must be sent in separate sealed cover as follows. PART-I: Part-I bid shall contain: 1. (i) (a). Earnest Money in acceptable form along with information / documentation in sealed cover envelopes super scribed PART-I Earnest Money against tender specification No.05/ EDD(T) / 2012-13 Due to be opened on 11.09.2012 (b)earnest Money shall be deposited in the shape of Demand Draft/ Bankers Cheque /Fixed Deposits in favour of EXECUTIVE ENGINEER,ELECTRICITY DIVISION,TANDA or duly pledged to EXECUTIVE ENGINEER,ELECTRICITY DIVISION,TANDA (in case of fixed deposits) and payable at Ambedkar Nagar. In case the amount of Earnest money exceeds Rs. 5,000.00 (Rs. Five Thousand Only) then the Earnest Money in the shape of Bank Guarantee shall also be acceptable. The tenderer shall submit all documents/ attested photo copies thereof in support of the pre-qualifying conditions required for opening PART-I BID. Where a bidder has not furnished the requisite Earnest Money in the prescribed / acceptable form and/or the tenderer is not found suitable in consideration of the documents submitted by him in support of the pre-qualifying condition, PART-II BID submitted by such tenderer shall not be opened. Any deviation in respect of Technical/Commercial Terms & Conditions. PART -II: PART -II BID shall contain the price offer only. The sealed cover envelopes containing this part shall be super scribed PART-II against tender specification No.05/ EDD(T) / 2012-13 Due to be opened on 12.09.2012 2. The tender will be publically opened by the undersigned at 16.00 hours of the date of opening of tender. 3. The tender bid if submitted or received after 15.00 hours of the date of opening of tender, shall not be accepted. 4. The tender bids sent through FAX/TELEGRAM shall not be accepted. 5. The tender bid of those tenderers who have not purchased the tender documents, will not be accepted. Downloaded tender form along with requisite Tender cost is acceptable. 6. The cost of tender documents shall not be refundable in any circumstances what so ever. 7. The Engineer of contract is not bound to accept the tender standing lowest in the bid or any other tenderer's bid. The Engineer of contract has reserved the right to accept the whole or any portion of any tender OR reject the tender without assigning any reasons there of. The Engineer of contract has reserved the right to award the work to one tenderer only or distribute the entire work amongst two or more tenderers. 8. Any act on the part of the tenderer to revise the price bid or structure thereof at his own instance after opening of the tender, may result into rejection of his tender and consequently such tenderer/tenderers may be debarred from participation in any tender for the time period to be decided at Division level. 9. Successful bidders shall have to enter into an agreement within one month of the date of issue of letter of intent. 10. In case the tenderer revises prices or withdraws offer within stipulated period of validity/his quoted period of validity at his own, his earnest money will be forfeited as per undertaking made on agreement form of validity on non-judicial stamp paper of Rs.100.00. EXECUTIVE ENGINEER

GENERAL CONDITIONS OF CONTRACT TENDER SPECIFICATION NO- 05./EDD(T)/2012-13 1. The contractor shall strictly abide by rules of factory Act as well as labour act and rules and regulations of UPPCL/MVVNL, as applicable from time to time. i) The contractor shall arrange group insurance for his laborers, workers/staff required for job. ii) The contractor will pay minimum wages as applicable from time to time to his staff/workers/laborers. The contractor shall make the payment of labors through cheque. iii) The contractor shall be responsible for the conduct and character of his staff/workers/laborers engaged for the job. iv) The contractor will take adequate measures and precautions for safety of workers/staff/laborers at work site in case of any accident if happened at site, the contractor shall be responsible for the payment of compensation to his labour/worker/staff as per rules. 2. The contractor shall arrange experienced skilled/unskilled labour as per requirement of the operation All the insurance medical/welfare facilities and also any other facility as may require to be provided to the labour as per FACTORY ACT/LABOUR ACT shall be arranged by the contractor at his own cost. 3. The contractor shall also have to put a responsible representative on the work site to seek instruction from Engineer and also to supervise control of the labour provided by the contractor. 4. The operation shall be carried out as per tender specifications. 5. It is not intent of this specification to specify every details of the operation work shall be completed in all respect. The contractor shall not be entitled for any extra claim on the ground of the specification being incomplete or any inconsistency with the actual work required to be executed. 6. The work shall be carried out in such a way that no plant/equipment is damaged. If any equipment and/or plant are damaged, then the repairing/replacement cost shall be recovered from any of the pending bills/securities of the contractor lying in this Division or anywhere in UPPCL. 7. Contractor will arrange site registration at own cost. 8. Contractor will arrange labour registration at own cost. 9. The jurisdiction of court of judicature shall be Ambedkar Nagar. 10. SUB-LETTING OF THE CONTRACT: - The contractor shall not, without the consent in writing of the Engineer of contract, which shall not be unreasonable with-held, assign or sub-let his contract, or any substantial part thereof.. 11. LABOUR/FACTORY WAGES TO LABOUR (a). As per the Factory Act/Labour Act contractor has to register his labour, in labour office and is required to do the insurance of the labour as per act. The contractor has to follow all the terms and conditions of labour rules and factory rules. (b). Contractor has to pay the wages to his labour as per Labour Act and Minimum Wages to the worker employed by him for each wage period. The Nigam may fully indemnify against any claims or demands arising out of any short of payment disputes reference or award. There will be no relation between the payments of running bills of the work with the payment of contractor's labour. The contractor shall submit a copy of the wage sheet as per Labour (Regulation and Abolition) Act, 1970 duly signed and certified to the Nigam for inspection to the Labour Enforcement Authority wherever required. c) Adherence labour inaction to state/central Govt. or any basis Govt. judicial authority of MVVNL/Divisin does not bind itself for any liability as principal employer regarding absorption of any labour arising out of continuous employment of labour by the contractor. The contractor shall engage his employee, labour in such a way that no such liability arises on account of his award of this agreement or any other agreement entered in the division as it is only job contract. In case of violation of this contract the recovery from the contractor shall be made not only from this contract but also from other assets of the contractor/firm(s) Associate Firm. The contractor shall follow all the labour laws under labour Factory Act. 12 MEDICAL CARE: The contractor shall be fully responsible for first aid and emergency medical treatment to his employee, necessary arrangement for this purpose shall be made by the contractor at site. 13 ACCOMODATION/CAMP: Normally department will not provide any type of accommodation to the contractor or his labour at site or in colony, contractor has to make his own arrangement without any extra charge. 14 COMPENSATION: For any accident of the contractor's labour, contractor has to pay compensation to the labour as per Factory Act/Labour Act. Department/Nigam will not be responsible for that. 15 All other terms and conditions shall be as per General conditions of UPSEB/UPPCL/MVVNL, Form 'A'. EXECUTIVE ENGINEER

COMMERICAL TERMS & CONDITIONS TENDER SPECIFICATION NO 05/EDD(T)/2012-13 1. VALIDITY OF OFFER: The offer should be valid preferably for more than 3(three) months from the date of opening of tender. 2. COMPLETION PERIOD: 06 months from the date of issue of LOI. 3. PAYMENT: Billing shall be done once in a month for the work/operation carried out against running contract. 4. INCOME TAX: Income tax at the rates prevailing at the time of billing, shall be deducted from each bill/running bill. Service tax prevailing at the time of placing order shall be paid. 5. CESS:-Contractor will arrange to deposit cess at the prevailing rates of total construction value. 6. SECURITY DEPOSIT: The successful contractor shall be required to deposit security/ deposit at the rates of 10% (Ten percent) of the value of the contract before starting the work in following manner: i. The earnest money deposited by the successful contractor against the tender shall be converted to security deposit towards initial security money. ii. The balance amount of security deposit left after adjustment of Earnest Money into security deposit shall be deducted from running bills at the rate of 10% of the value of work as per each progressive running bill till the entire balance amount of security is adjusted. iii. The Engineer of contract has right to asked the contractor to follow any of the above mode of security deposit for which the contractor can not asked the reason whatsoever it maybe. iv. The security deposit, so adjusted/deducted shall be refunded to the contractor after completion of the contract/agreement but if contractor fails to perform the work successfully or discontinues the work/operation before completion of the period or the department due to the poor performance discontinues the agreement work, the security money shall be forfeited in such cases. 7. PENALTY If any labour is not present in particular date for operation then an amount equal their wages will deducted from his running bill and contractor will also penalize@ ½ % of contract value per labor absent subject to maximum 10%. 8. The agreement executed with the contractor may be terminated at any time within the period of agreement by given one month's notice by either party. In case the agreement is terminated due to failure on the part of the contractor, then the security money would be forfeited. 9. ENGINEER OF CONTRACT: Executive Engineer, EDD,Tanda shall be the Engineer of contract. 10. PAYMENT AUTHORITY: Executive Engineer, EDD,Tanda shall be the payment authority All the cheques, Demand Drafts, Bankers Cheque etc if required to be submitted by the contractor, shall be in favour of Executive Engineer, EDD,Tanda and payable at Ambedkar Nagar. 11. PERIOD OF CONTRACT: The period of contract shall be for 06 months. but can be extended for a period of three month only to work on same rates. If the contractor fails to work up to the entire satisfaction of the Engineer of contract, the agreement can be terminated any time without giving any notice. 12. All other terms and conditions shall be as per General Terms and conditions of UPSEB/UPPCL/MVVNL Form A as per they are applicable. In case of any contradiction between any of the conditions mentioned in Form A and those mentioned in Special conditions, General conditions and commercial condition of this contract then the provisions made in the terms and conditions of latter shall override. EXECUTIVE ENGINEER

a Lis ky VElZ,.M d.mh kul 1- ckà;,tsalh ds ek/;e ls j[ks tkus okys dq ky Jfed vkbz0vh0vkbz0 lecfu/kr VsªM ls gskuk pkfg,a v)zdq ky,oa vdq ky Jfedksa dks okfnr vuqhko gksuk pkfg,a 2- Jfedksa ls vko ;drkqulkj midsunz ds ifjpkyu,oa vuqj{k.k lecu/kh dk;z iw.kz djkus gksxsa 3- mijksdr Jfed voj vfhk;urk@mi[k.m vf/kdkjh@vf/k kk kh vfhk;urk ds funsz ku es a dk;z djsxsa 4- ckà;,tsalh dk Je fohkkx es a iathdj.k djkuk vfuok;z gs] ftles a muds }kjk j[ks x;s Jfedksa dks uke o irk bafxr fd;k tkuk pkfg,a 5- lozizfke iathdj.k fu;kstd }kjk djk;k tk;sxk rnksijkur lecfu/kr ckà;,tsalh@bsdsnkj dks mijek;qdr dk;kzy; ls dk;z djkus gsrq ykblsal fuxzr fd;k tk;sxkka 6- iathdj.k lecfu/kr dk;z gsrq mi Jek;qDr ds dk;kzy; esa Contractor Labour (Regulation and abolition) Act 1970 dh /kkjk&07 es a fufgr izkfo/kkuksa ds rgr lecfu/kr v/kh{k.k vfhk;urk }kjk djk;k tk;sxka v/kh{k.k vfhk;urk }kjk djk;s tkus okys iathdj.k gsrq vf/k kk kh vfhk;urk] fo qr forj.k [k.m&vdcjiqj] tuin vecsmdjuxj vf/kd`r gksxsa 7- ckà;,tsalh dks vius Jfedksa dh bz0ih0,q0 dvksrh dj] bz0ih0,q0 vk;qdr ds ;gka dkvh x;h /kujkf k dks tek djuk gksxk] ftldh Nk;kizfr dks Hkh miyc/k djk;sxka 8- dk;z ds nksjku fdlh izdkj dh nq?kzvuk vkfn dh {kfriwfrz dk mrrjnkf;ro lecfu/kr Bsdsnkj ¼ckà;,tsalh½ dks gksxka blds fy, okafnr chek djkuk vfuok;z gksxka 9- ckà;,tsalh ;g Hkh izek.k i= miyc/k djk;sxh fd os Hkfo ;esa lsok;kstu lecu/kh fdlh Hkh izdkj dk okn e/;kapy fo qr forj.k fuxe fy0] ds fo:) nk;j ugh djsxs ftlds ifjis{; es a muds }kjk j[ks x;s Jfedksa }kjk fyf[kr :i ls izek.k&i= izkir dj fohkkx dks miyc/k djkuk gksxka 10- ckà;,tsalh dks m0iz0 kklu] Je fohkkx }kjk dq ky,oa vdq ky Jfedksa dks Ulwure etnwjh vf/kfu;e&1948 ds rgr Hkqxrku djuk vko ;d gsa 11- mdr Jfedks adh vk;q lhek 18 o kz ls 55 o kz ds chp gksuk pkfg,a 12- ckà;,tsalh }kjk Jfedksa ds pfj= izek.k&i= miyc/k djkus gksxsa lhkh Jfedksa dks igpku i= miyc/k djkuk gksxka 13- ckà;,tsalh }kjk mu Jfedksa ds LokLFk lecu/kh izek.k i= miyc/k djkus gksxsa 14- yscj,dv ds vurxzr okafnr /kkjkvksa dk vuqikyu djuk lecfu/kr Bsdsnkj dh fteesnkjh gksxka 15- U;wure etnwjh vf/kfule ds vuqikyu gsrq lecfu/kr mi[k.m vf/kdkjh ds le{k Jfedksa dk Hkqxrku psd ds ek/;e ls fd;k tk;sa ;g Hkh lqfuf pr fd;k tk;s fd Jfedksa dk Hkqxrku csda es a Jfedksa dk [kkrk [kqyok dj fd;k tk;sa ftlls fd mudh /kujkf k muds [kkrs es a vkgfjr gks lds rkfd oklrfod :Ik esa dk;z djus okys Jfedksa dk Hkqxrku lqfuf pr fd;k tk ldsa 16- lecfu/kr vf/kdkjh dks fdlh Hkh izdkj dk vuqhko izek.k i= lecfu/kr ckà;,tsalh vfkok muds }kjk j[ks x;s Jfedksa@vuqcfU/kr Jfedksa dks fuxzr djus dk vf/kdkj ugh gksxka 17- ckà;,tsalh dks fu;ekuqlkj ns; dj br;kfn dk Hkqxrku fd;k tk;sxka 18- iathdj.k ds lecu/k es a izi= easa vfure :i ls Qkbuy fd;s x;s lhkh Bsdsnkj dk uke o irk Bsdsnkjksa dh la[;k dk;z dh izd`fr,oa vuqcu/k fd;s x;s dqy Jfedksa dh la[;k bafxr dh tkuh vko ;d gsa mdr lwpuk mi&jek;qdr dh ¼vf/k kk kh vfhk;urk] fo qr forj.k [k.m] Vk.Mk ds ek/;e ls vf/k kk kh vfhk;urk] fo qr forj.k [k.m vdcjiqj] vecsmdjuxj }kjk½ nks izfr;ksa es miyc/k djkuh gksxha 19- mijksdrr fcunq&18 es a dk;zokgh ds Ik pkr lecfu/kr mi&jek;qdr }kjk iathdj.k izek.k i=,dv dh /kkjk&18 ¼1½ ds vurkxzr QkeZ la0&2 es a fuxzr fd;k tk;sxka 20- iathdj.k izek.k i= fohkkx ¼fo qr forj.k [k.m Vk.Mk@vdcjiqj½ dks izkir gksus ij fohkkx dks ;g vf/kdkj gksxk fd og lecfu/kr ckà;,tsalh dks fu;e 21¼2½ QkeZ&5 ds vurxzr izek.k i= fuxzr djsa 21- lalfkk }kjk tkjh QkeZ&5 ds vurxzr izek.k&i= ds vk/kkj ij izr;sd ckà;,tsalh mi&jek;qdr ds dk;kzy; ls ykblsulk izkir dj ldrh gs] tksfd vfuok;z gsa ;fn os fu/kkzfjr vof/k ds vunj viuk ykblsal izkir ugh djrs gs rks muds lkfk fd;k x;k vuqcu/k lkeir dj fn;k tk;sxka bls lecfu/kr ckà;,tsalh dks ¼vf/k kk kh vfhk;urk] fo qr forj.k [k.m] vdcjiqj tuin vecsmdjuxj }kjk½ voxr djkuk vko ;d gsa 22- ykblsal izkir djus gsrq ckà;,tsalh dks :0 300-00@fu;ekuqlkj ns; izfr Jfed mijek;qdr ds dk;kzy; esa /kujkf k tek djkuh gksxha

DETAILS OF RECORDS TO BE MAINTAINED AT SUBSTAION The following Registers/Records shall be maintained at each of Sub-station :- 1. The daily, Monthly, Six Monthly, Yearly register. 2. Daily Log sheets for voltage, current and poer factor etc. on prescribed proforma No.1 3. Maintenance of stoppage report register showing shutdowns and break downs daily on Proforma 2-(A) Monthly on proforma 2-(B). 4. Abstract of Monthly stoppage of each of state tube well on proforma 2-(C). 5. Plant register of equipment containing history of maintenance of equipment in the following sequence:- i) Switchgears ii) Isolators iii) P.T. iv) C.T. v) Lightening Arrestor vi) Capacitors 6. Testing Register. 7. Battery Register-Specific Gravity, Voltage of each cell (Proforma No. 3) 8. Minimum and Maximum load Register i) Daily on Proforma No. 4(A) ii) Monthly on Proforma No. 4(B) iii) Relevant Graphs. 9. Loss Register Proforma No. 6, Register for feeder wise energy sold-proforma No. 6(A). 10. Register of Meter reading of sample Meter of PTW & STW-Proforma No. 6(B) 11. Register of authorization- Proforma No. 7 12. Statistics of feeder- Proforma No. 8 13. Movement Register of Staff- Proforma No. 9 14. Complaint Registers:- i) For State Tube well on Proforma No. 10. ii) For PTW & Rural consumers on Proforma No. 11 15. Meter reading of Substation. 16. Register of over hauling of feeders on Proforma No. 6 Proforma No. 12, Patrolling Register on Proforma No. 14 17. Inspection Register-Proforma No. 14 18. Message Register. 19. Theft register- Proforma No. 20 20. Accident Register- Proforma No. 21 21. History card register for Distribution Transformers.

TECHNICAL SPECIFICATION FOR OPERATION OF 33/11 KV Kaleshar SUBSTATION 1. Operation of 33/11 KV substation shall be executed by skilled labour having minimum qualification of ITI (Electricity/wireman Trade) with the help of one unskilled for operation of 11 KV switchgears, 33/11 transformers, 33/11 KV switchgears, Battery & Battery charger and other associated equipments, operation of switchgears, T.P.M.O.s, replacement of fuse, issue of shutdowns, marinating of log sheet & other records pertaining to the operation of the substation as detailed in schedule I of these specifications. 2. The work also includes attending telephone calls. Recording consumer complaints at the substation, recording and sending messages, monitoring complaint register and deputing the maintenance gangs for attending the same at the same at the consumer s premises. 3. The workmen deployed to perform the above duties should be able to perform the same efficiently and are to inform immediately about any break down or shutdowns to the concerned in charge of the substation or to the person nominated by him. Power cut will be enforced as per instructions issued by the competent authority. 4. The workmen will be responsible to keep all the keys of substation, T&P etc. properly in safe custody at the substation along with other associated equipment.

Rate schedule for operation & maintenance of 33/11KV Kaleshar Substation against Tender No.05/EDD(T)/2012-13 Sl.No. Description Of Work Period Rate Per Month Amount 1 Operation & maintenance of 33/11KV Kaleshar sub station in 03 shifts(each shift is 08 hours) for 06 Months. Each shift comprising 01No.skilled(I.T.I in electrical Trade) & 01 No. unskilled labour 06 months