tender - idco.in · lighting of old military road from ravana square to dhanagadi with associated...

70
No of Corrections: Page No 1 Signature of the Tenderer TENDER FOR Design, supply, erection, testing and commissioning of STREET LIGHTING OF OLD MILITARY ROAD FROM RAVANA SQUARE TO DHANAGADI WITH ASSOCIATED WORKS AT DUBURI UNDER JCDL IN JAJPUR DISTRICT (ORISSA) Estimated Cost Rs 1,06,81,055.00 Time of Completion 4 months Cost of tender paper Rs. 10,000.00 EMD to be deposited with tender Rs. 1,07,000.00 Date of sale From dt.30.4.08 to dt.07.5.08 within 11 hours to 13 hours Date of Submission dt. 17.5.08 up to 17.00 hours Date of opening dt.19.5.08 at 15.30 hours MR. No. & Date Issued to ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION ISO 9001& 14001

Upload: vuongtu

Post on 10-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

No of Corrections:

Page No 1 Signature of the Tenderer

TENDER FOR

Design, supply, erection, testing and commissioning of STREET

LIGHTING OF OLD MILITARY ROAD FROM RAVANA SQUARE TO

DHANAGADI WITH ASSOCIATED WORKS AT DUBURI UNDER JCDL IN

JAJPUR DISTRICT (ORISSA)

Estimated Cost Rs 1,06,81,055.00 Time of Completion 4 months

Cost of tender paper Rs. 10,000.00

EMD to be deposited with tender

Rs. 1,07,000.00

Date of sale From dt.30.4.08 to dt.07.5.08 within 11 hours to 13 hours

Date of Submission dt. 17.5.08 up to 17.00 hours

Date of opening dt.19.5.08 at 15.30 hours

MR. No. & Date Issued to

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT

CORPORATION

ISO 9001& 14001

No of Corrections:

Page No 2 Signature of the Tenderer

Sir,

1. After careful examination of the above specification together with the general

conditions referred therein, we hereby offer to supply, erect, test and

commission the materials covered thereon complete in all respects as per

specification and general conditions at the rate quoted in attached schedule of

prices of the tender.

2. Our offer shall be valid up to 180 days from the date of opening of Price Bid of

the tender.

3. We hereby undertake to have the materials delivered/ work executed within

the time specified in the tender and to adhere to the quantity to be supplied at

destinations to be prescribed by the owner.

4. We hereby guarantee the technical particulars given in the tender, supported

with necessary test reports from concerned authorities.

5. We certify to have purchased a copy of the tender papers by remitting

Rs._________ (Rupees _______________________________________) only by cash

and this has been acknowledged by you in your money receipt No dated

.

6. We agree to furnish the security deposit in the manner to be decided by your

competent authority.

We remain.

Yours faithfully,

(Signature)

(With seal)

Note: This form should be duly filled in by the tenderer and returned to the General

Manager (Elect), IDCO Bhubaneswar - 751 022 along with the tender.

No of Corrections:

Page No 3 Signature of the Tenderer

ISO 9001& 14001 CORPORATION

Orissa Industrial Infrastructure Development Corporation

(A Government of Orissa Undertaking) IDCO Towers, Janpath, Bhubaneswar - 751022, Orissa, India

Phones: (0674) 2542784, 2540820, Fax: 2542956 Email: [email protected]

No.BBSR/HO/Elect/PPC/E-4570/01/00-01/Vol-III/12342 Date: 12.8.05

TENDER CALL NOTICE

1. Sealed tenders are invited from experienced and reputed HT contractors/having valid

license from the competent licensing authority for street light work with 10 mtr long

C.I. octagonal poles with 250W HPSV fitting from Ravana Square to Dhanagadi inside

KNIC under JCDL, Duburi.

2. The tender documents shall be issued to the firms on production of the following

documents regarding fulfillment of eligibility criteria.

a) Average annual turn over of Rs.1.00 crore or more during the last three years duly

certified by Chartered Accountant (excluding current year)

b) Photo copy of VATCC /PAN/TIN & EPF Registration certificates.

3. The bid documents with all details may be purchased from the office of the

undersigned from 30.4.08 to 7.5.08 (both days inclusive) between 11.00 hours to

13.00 hours on cash payment of non-refundable amount as indicated in the table

below.

4. The tender documents can also be downloaded from our Webside at www idcoindia

com. In that case the cost of the bid document shall be submitted along with the

tender in the form of demand draft drawn in favour of “Orissa Industrial Infrastructure

Development Corporation “ payable at Bhubaneswar in a separate cover. The offer

shall be considered only if the authority is satisfied about the fulfillment of eligibility

criteria.

5. IDCO shall not be responsible for any delay /difficulties/inaccessibility of the down

loading facility for any reason whatsoever, in case of any discrepancy between the

tender documents down loaded from internet and the master copy available in the

office, the master copy will prevail. No claim on this account will be entertained.

6. Bids must be accompanied with Bid Security (EMD) of the amount specified in the

table below in manner prescribed in the tender documents.

No of Corrections:

Page No 4 Signature of the Tenderer

4. The sealed bid prescribed the name of the work as given in tender notice must be

delivered to the office of the undersigned on or before 5.00 P.M. hours on dated

17.5.2008 by either register post/speed post only and will be opened on 19.5.2008 at

15.30 hours in presence of the bidders or their authorized representative. If the office

happens to be closed on the specified date, the bids will be received and opened on

the next working day of office at the same time and venue. Non-judicial or delayed

receipt of tender on any account shall be at tenderers risk.

The authority reserves the right to accept or reject any or all offers without

assigning any reason thereof.

5. T A B L E

PkgNo.

Name of the work Approx. Value of Work

Bid Security (EMD)

Rs.

Cost of documents

Rs.

Period of completion

1. Street light work with 10 mtr long G.I. octagonal poles with 250W HPSV fitting from Ravana Square to Dhanagadi inside KNIC under JCDL at Duburi.

1,06,81,055.00 1% of the quoted value

1,07,000/-

10,000.00 4 months

DIVISIONAL HEAD (ELECT.)

Memo No. ………….. dtd. Copy t to CGM(P&C), IDCO/CEO (JCDL) for favour of kind information. The

tender document can also be down loaded IDCO Web site from dt.30.4.08 to dt.17.5.08 upto 1.00 P.M.

DIVISIONAL HEAD (ELECT.)

Memo No. dtd. Copy forwarded to G.M.(Elect.) HO, IDCO for favour of kind information.

DIVISIONAL HEAD (ELECT.)

No of Corrections:

Page No 5 Signature of the Tenderer

Memo No. dtd.

Copy forwarded to Jt. Manager (P&A), in charge of (PR) IDCO, Bhubaneswar with a request for publication of the Tender Call Notice in any one largest circulated Oriya daily and national level English daily for two consecutive publications and wide publicity. The copies of the paper publication may please be furnished to this office for record. It is also requested to please include this tender call notice in IDCO Website for wide circulation.

DIVISIONAL HEAD (ELECT.)

Memo No. dtd. Copy to Manager (MIS), IDCO for information and necessary action. The copy

of tender notice contained in the Pen Drive enclosed may be included on one web site of IDCO.

DIVISIONAL HEAD (ELECT.)

Memo No. dtd.

Copy to Notice Board of IDCO

DIVISIONAL HEAD (ELECT.)

No of Corrections:

Page No 6 Signature of the Tenderer

COMMERCIAL TERMS & CONDITIONS

The Bidder shall tabulate the commercial terms and conditions of the tender in

the following. Additional sheets may be attached, if required.

1.0 Bidder’s Complete Company Name :

2.0 Bidder’s Proposal Number :

3.0 Bidder’s Proposal Date :

4.0 Name and Designation of the Officer

of the Bidder to whom all references

shall be made for expeditious

technical co-ordination.

:

5.0 Bidder’s Proposal Validity :

a) Is the Bidder’s proposal validity as

per owner’s specification

acceptable?

: (Yes / No)

b) If not, specify the terms of Validity

of Bidder’s Proposal (in months)

from the date of opening of Price

Bid

6.0 Delivery and completion

a) Is the terms of Delivery /

Completion Period as per owner’s

specification acceptable?

: (Yes / No)

b) If not, specify the terms of Delivery

/ Completion Period (in months)

from the date of issue of Letter of

Intent

i) Supply of material (Delivery) :

ii) Installation, testing and

commissioning of works complete

:

No of Corrections:

Page No 7 Signature of the Tenderer

in all respect. (Completion)

c) Whether the Delivery / Completion

Period is guaranteed under Penalty

/ Liquidated Damage as per GCC?

: (Yes / No)

7.0 Terms of Payment:

a) Are Terms of payment as per

owner’s specification acceptable?

: (Yes / No)

b) If not, specify the terms of payment :

8.0 Whether EMD deposited? : (Yes / No)

If so, give reference. :

If not, give reasons. :

7.0 Whether registered with D.G.S. & D

/ E.P.M. / Any other such

Organisation?

: (Yes / No)

If so, Give details? (Enclose

Photostat copy of the reference

letter)

:

8.0 Whether Photocopy of following

currently valid documents

furnished?

(a) Orissa Sales Tax Registration

Certificate

: (Yes / No)

(b) Orissa Sales Tax Clearance

Certificate

: (Yes / No)

(c) Income Tax Clearance Certificate : (Yes / No)

(d) Provident Fund Registration

Certificate

: (Yes / No)

9.0 Conformance:

No of Corrections:

Page No 8 Signature of the Tenderer

a) Whether the materials offered are

strictly in accordance with owner’s

specification?

: (Yes / No)

b) If not, have deviation sheets been

duly filled up?

: (Yes / No)

10.0 Is the Performance Guarantee

period specified in GCC accepted?

: (Yes / No)

If not, specify the Performance

Guarantee period (in months)

a) From the date of commissioning at

site

:

b) From the date of despatch :

11. Whether after sales service facilities

are available at Bhubaneswar.

: (Yes / No)

a) If Yes, give address & details

b) If No, location nearest service centre

12. Whether tenderer is a manufacturer

of approved make of materials?

: (Yes / No)

No of Corrections:

Page No 9 Signature of the Tenderer

GUIDELINES ON BANK GUARANTEE

The following points are required to be noted by the party while submitting any

Bank Guarantee.

1. Non-judicial stamp papers on which Bank Guarantee is typed must be

purchased in the name of the issuing Bank.

2. The Bank Guarantee must be executed on non-judicial stamp paper of the

value applicable in the State, where the Bank Guarantee has been executed.

3. The Bank Guarantee must be furnished in the given proforma by any

Nationalised Bank and made operable at Bhubaneswar only.

4. The Bank Guarantee must be executed within six months from the date of

purchase of non-judicial stamp papers.

5. The Bank Guarantee should never be typed on both sides of the non-judicial

stamp papers.

6. The Bank Officer executing the Bank Guarantee must furnish the number and

date of power of Attorney / Delegation of Authority by which, he has been

authorised to issue the Bank Guarantee.

7. The person executing the Bank Guarantee must write his full name and

designation.

8. The person, executing the Bank Guarantee, must sign in all pages of Bank

Guarantee.

9. All cuttings / additions / over writings in inks must be authenticated by the

person executing the Bank Guarantee by his signature and seal of the Bank.

10. Execution of Bank Guarantee must be witnessed by two persons.

11. Witnesses must mention their full name and address.

12. Three months time must be given to file claim or suit from the date of expiry of

the Bank Guarantee.

13. The Act, under which issuing Bank is constituted, should be correctly given.

14. If EMD is deposited in shape of Bank Guarantee, it should be valid, operative

and irrecoverable till 60 (sixty days) after the validity of offer.

15. All dates should be carefully and correctly put in the Bank Guarantee.

No of Corrections:

Page No 10 Signature of the Tenderer

SECTION - 1

(Formats & Deviations)

FORMAT FOR BANK GUARANTEE AS EMD

Dated

Bank Guarantee No.

Ref. No.

To

M/s. Orissa Industrial Infrastructure Development Corporation,

IDCO, IDCO Towers, Janpath,

Bhubaneswar - 7,

Dist. Khurda (Orissa)

Dear Sirs,

In consideration of Orissa Industrial Infrastructure Development Corporation,

having its Registered Office at IDCO Towers, Janpath, Bhubaneswar (hereinafter

called the ‘Owner’ which expression shall unless repugnant to the subject or context

include its successors and assigns) having issued Notice Inviting Tender for “Design,

supply, erection, testing & commissioning of 2 nos 125 KVA D.G. Set for Shri

Jagannath Temple, Puri and M/s. having its

Registered Head Office at (hereinafter called the ‘Tenderer’) who wished to

participate in the said tender for ““Design, supply, erection, testing &

commissioning of 2 nos 125 KVA D.G. Set for Shri Jagannath Temple, Puri” and

the owner, as a special favour, have agreed to accept an irrevocable and

unconditional Bank Bid Guarantee executed by any Nationalised Bank operable at its

Bhubaneswar Branch only for an amount of Rs. valid up to

on behalf of the tenderer in lieu of Cash Deposit required to be made by

the Tenderer, as a condition precedent for participation in the said tender.

We the (Bank & Address) incorporated under law and

having our Registered Head Office at and one of our branches at

(Bhubaneswar Branch Address) do hereby unconditionally and irrevocably

guarantee and undertake to pay to the ‘Owner’ immediately on demand at our

Bhubaneswar Branch without any demur reservation, protest, contest and recourse

No of Corrections:

Page No 11 Signature of the Tenderer

No of Corrections:

Page No 12 Signature of the Tenderer

to the extent of the said sum of Rs. (Rupees ) only. Any

such claim/ demand made by the said ‘Owner’ on us shall be conclusive and binding

on us irrespective of any dispute or differences raised by the tenderer. This guarantee

shall be irrevocable and shall remain valid up to . If any further extension

of this guarantee is required, the same shall be extended to such required period on

receiving instruction from the Tenderer on whose behalf this guarantee is issued.

We, the said Bank, lastly undertake not to revoke this guarantee during

its currency except with the previous consent of the Owner in writing and agree that

any change in the constitution of the said tenderer or the said Bank shall not

discharge our liability here under.

I witness where of, the Bank, through its authorised offices has set its

hand and stamp on this day of 2001 at

.

Witness :

Signature (Signature)

Name : Name :

Designation with Bank Stamp.

Official Address :

Attorney as per power of

Attorney No.

Date.

Note: The stamp papers of Rupees forty only shall be purchased in the name of “Bid

Guarantee issuing Bank”.

No of Corrections:

Page No 13 Signature of the Tenderer

DEVIATION SHEET: PART - A

If the proposal has got any deviation from the Technical Specification, the

Bidder shall tabulate these deviations clause by clause in this Schedule. Additional

sheets may be attached, if required.

Clause No.

Deviations

No of Corrections:

Page No 14 Signature of the Tenderer

DEVIATION SHEET : PART - B

If the proposal has got any deviation from the tendering conditions and the

General Conditions of Contract, the Bidder shall tabulate these deviations clause by

clause in this Schedule. Additional sheets may be attached, if required.

Clause No.

Deviations

No of Corrections:

Page No 15 Signature of the Tenderer

DEVIATION SHEET (IN PRICE): PART - C

Against each and every deviation from the Technical Specification as

enumerated in Deviation Sheet: Part - A, the amount by which the Bid Price will

thereby be increased or decreased shall be intimated clause by clause in this

Schedule. In case the amount is not mentioned in the Schedule against any of the

deviations mentioned in Deviation Sheet: Part - A, it will be taken for granted that the

same does not involve any change in the Bid Price. Additional sheets may be

attached, if required.

Clause No.

Deviation if any Amount by which the Bid Price will change

Increase (Rs.) Decrease (Rs.)

No of Corrections:

Page No 16 Signature of the Tenderer

INSTRUCTION FOR THE TENDERER

General Instructions:

The work put to tender pertains to “Design, supply, erection, testing &

commissioning of 2 nos 125 KVA D.G. Set for Shri Jagannath Temple, Puri). The

tenderer shall ensure to follow the instructions given hereunder failing which the

tenders shall be liable for rejection.

Scope of Proposal:

The scope of proposal shall be in accordance with the enclosed technical

specification covering survey, supply of materials at site, labour for erection, testing

and commissioning of “Design, supply, erection, testing & commissioning of 2

nos 125 KVA D.G. Set for Shri Jagannath Temple, Puri on turnkey basis complete

in all respect, obtaining statutory clearance and final handing over to Temple

authorities.

Submission of Tender:

The tender shall be submitted in three parts, each part being sealed in separate

envelope.

Part A will contain the letter of application, sales tax clearance certificate, income

tax clearance certificate, sales tax registration certificate and EMD.

Part-B will cover the technical bid with required drawings, general conditions and

special conditions, if any.

Part-C will cover only the price bid.

All the three envelopes shall be duly sealed and superscribed with ‘EMD’,

‘Technical and Commercial Bid ’ & ‘Price Bid ’ respectively. The EMD & letter of

application in Part A and technical bid in Part B shall be opened on the due date of

opening mentioned in tender call notice. Tenderers may be called to participate in

techno-commercial discussions/ negotiations for finalisation of technical bid. The

price bid shall be opened after finalisation of technical bid.

The envelope shall be duly sealed and super-scribed with ““Design, supply,

erection, testing & commissioning of 2 nos 125 KVA D.G. Set for Shri

Jagannath Temple, Puri, Date of Opening: Dt –17.08.06”. Tenderer may be called

No of Corrections:

Page No 17 Signature of the Tenderer

to participate in techno-commercial discussions/ negotiations for finalisation of the

bid.

Receipt and Opening of Tender:

Tenders as described above shall be received in the Office of the General

Manager (Elect), IDCO, IDCO Towers, Janpath Bhubaneswar and shall be opened on

the scheduled date and time.

Prices:

The tenderer shall ensure that all prices are filled in the price schedule both in

words and figures. No overwriting shall be allowed. The tenderer shall countersign all

scoring and cancellation. In case of illegibility, the interpretation and decision of the

Engineer-in-charge of the work shall be final.

All entry shall be in English language only. The price should be inclusive of all

taxes, duties & transit insurance and FOR destination. Please note that this office will

not issue any concessional form for sales tax. The purchaser shall not issue any

Waybill.

In case if on check, there are differences between the rate given by the bidder

in words and figures or in the amounts worked out by him, the following procedure

shall be followed.

• When there is difference between a rate in figure and in words, the rate that

correspond to the amount worked out by the bidder shall be taken as correct.

• When the bidder has not worked out the amount of an item or it does neither

correspond with the rate written in figures nor in words, then rate quoted by

the bidder in words shall be taken as correct.

• When the rate quoted by the bidder in figures and in words tallies but the

amount is not worked out correctly, the rates quoted by the bidder shall be

taken as correct and not the amount.

Sales Tax and Income Tax Clearance:

The tenderer shall furnish valid current Sales Tax Clearance Certificates, Sales

Tax Registration Number (TIN/ SRIN) and ITCC/ PAN along with EMD contained in

the envelope. Bidders not possessing Orissa Sales Tax Registration shall submit an

undertaking to register themselves to Orissa Sales Tax Department in case of being

No of Corrections:

Page No 18 Signature of the Tenderer

awarded the work. Tenders not accompanied with these documents shall be liable for

rejection at the discretion of the purchaser.

Nature of Contract

The work put to tender as described “scope of proposal” being a job contract in

nature shall be treated as “Indivisible” works contract. Therefore this contract shall

be subject to “Orissa Sales Tax on works contract”.

Validity:

The Tenderers shall keep the tender valid for a period of 180 (one hundred

eighty) days from the date of opening of price bid.

Reservation of Right:

The owner reserves the right to accept any bid or reject any or all bids or

cancel or withdraw invitation for bid without assigning any reason for such decision.

Such decision, by the owner shall not be subject to question by any bidder and the

owner shall bear no liability whatsoever consequent upon such a decision.

Clarifications on Tender Specifications:

The tenderer should seek for the clarifications with regard to the specification,

if any, before submission of the tenders. No correspondence on this account will be

entertained after submission of tender.

No of Corrections:

Page No 19 Signature of the Tenderer

GENERAL TERMS AND CONDITIONS OF CONTRACT FOR TURNKEY CONTRACT

Definition of Terms:

In construing this contract and the scope of work, the following words will

have same meaning herein assigned to them unless there is something in the subject

or context in consistent with such construction.

Owner:

The “Owner” shall mean the Orissa Industrial Infrastructure

Development Corporation (IDCO) (A Government of Orissa Undertaking) and

shall include its legal representatives, successors and assignees.

Contractor:

The “Contractor” shall mean the firm whose tender has been accepted

by the owner and shall include its legal representatives, successors and

assignees.

Engineer In Charge:

The “Engineer-in-charge” shall mean the Divisional Head, IDCO,

Electrical Division, First Floor, IDCO Towers, Janpath, Bhubaneswar or his

authorised representative.

Consulting Engineer:

The “Consulting Engineer” shall mean the General Manager (Electrical),

IDCO, IDCO Towers, Janpath, Bhubaneswar or his authorised representative.

Consignee:

The “Consignee” shall mean the person authorised by the Consulting

Engineer / Engineer-in-charge to receive the materials, supervise and take

measurement of the work.

No of Corrections:

Page No 20 Signature of the Tenderer

Site:

The “Site” shall mean, the actual place of the proposed Project as

detailed in the specification or other place where work has to be executed

under this contract.

Specification:

The “Specification” shall mean collectively all terms stipulated in the

contract known as General Conditions, Technical Specification and such

amendments as may be made in the Agreement pertaining to method and

manner of performing the work with respect of quantities & qualities of

materials and workmanship to be furnished under the contract.

Contract:

The “Contract” shall mean and include the following documents:

(a) Invitation to Tender

(b) Instructions to Tenderer

(c) General Terms & Conditions of Contract

(d) Technical Specification

(e) Contract Agreement

(f) Contractors’ tender proposal including clarification letters

(g) Letter of Intend

(h) Work order

(i) Agreement

Commissioning:

The “Commissioning” shall mean the first authorised operation of the

equipment / installation after completion of erection, testing, initial

adjustments, statutory approvals etc.

Approved:

The “Approved” shall mean the written approval of the Consulting

Engineer / Engineer-in-charge.

No of Corrections:

Page No 21 Signature of the Tenderer

Months:

Months shall mean the calendar month.

Performance Test:

The “Performance Test” shall mean all the tests as prescribed in the

specification / ISS to be carried out by the contractor before taking over the

installation by the owner.

Final Acceptance:

The “Final Acceptance” shall mean the owners written acceptance of the

works performed under the contract after successful completion of

Performance & Guarantee Test and Commissioning.

Contractor to Inform Himself Fully:

The contractor shall be deemed to have carefully examined the General

Conditions, Specifications, Schedules and Drawings and also to have satisfied

himself as to the nature and type of work to be executed and where necessary of the

site conditions and other relevant matters and details. Any information thus had or

otherwise obtained from the owner / consulting engineer or the inspector shall not in

any way relieve the contractor from his responsibility for supplying the plant and

equipment or material and executing the work in terms of the specification including

all details and incidental works and supply of all accessories or apparatus which may

not have been specifically mentioned in the specification or drawings but otherwise

necessary for ensuring complete erection and safe and sufficient working of the plant

and equipment or installation.

Deviation:

The contractor must get the sample materials, which are under scope of supply

of contractor, approved by DISTRIBUTION COMPANIES Authorities and Engineer-in-

charge before procurement otherwise the same shall be liable for rejection.

In case the tenderer wish to deviate in any way from the General Conditions of

contract or the Technical Specifications, he should draw specific attention to such

departure in his tender. All such deviations shall be clearly mentioned in the

Deviation Sheet giving the corresponding reference clause Number. Terms such as

No of Corrections:

Page No 22 Signature of the Tenderer

See covering letter or Tender printed General Terms & Condition are not acceptable,

unless such deviations are submitted with the tender, it will be understood and

agreed that the Tenderers proposal is based on strict conformance to purchasers

specification in all respects.

Price:

i. The unit rates quoted for design, engineering manufacturing supply at

site, storage, handling installation, testing and commissioning shall be

inclusive of all taxes, duties, royalties and all other taxes applicable such

as sales tax on work contract and income tax etc.

ii. The prices are to be quoted on the lump-sum price based on item rates as

indicated in the specification. THE TENDERER SHALL QUOTE FIRM PRICES FOR

THE COMPLETE SCOPE OF WORK. The prices are to be quoted for the work

complete in all respects in strict accordance with the specifications.

Should the Tenderer wish to propose alternatives the same should be

clearly mentioned in the deviation. Any action on the part of the Tenderer

to revise the price/ prices/ and/ or to change the structure of price/

prices at his own instance after opening of the tender may result in

rejection of the tender.

Terms of Payment:

Subject to any deduction which the owner may be authorised to make under

the contract, the contractor shall on the certificate of the engineer or his authorised

representatives whose certificate will be final regarding evidence of materials at site

and completion or erection etc. be entitled to payments generally as follows.

• 80% of the contract price shall be paid after supply of materials, erection,

verification and acceptance of installation in good condition by the

Consignee / Engineer - in -charge against progress of work in running bills.

• After completion of erection work of entire work, inspection & clearance by

the Statutory Authority and handing over of the installation to CESCO 10%

of the contract price shall be paid.

• Balance 10% of the contract price shall be paid on submission of

performance B.G. and acceptance thereof.

No of Corrections:

Page No 23 Signature of the Tenderer

Contract Price:

The lump sum price quoted by the contractor in his bid with additions and

deletion as may be agreed before signing of the contract for the entire scope of the

work viz. Supply and erection of equipment concerned under the specification and

documents shall be treated as the contract price.

Change of Quantity:

The owner reserves the right to vary the quantities of items or groups of items

to be ordered as specified in the accompanying Technical Specifications as may be

necessary during the execution of the contract.

Taxes

i. The contractor shall include all taxes, duties, royalty of whatever nature, entry

tax; other local taxes etc. if any in the quoted price.

ii. Sales tax or any other tax on materials required for the work and also tax on

works contract shall be payable by the contractor. Owner will not entertain any

such claim whatsoever on this account.

iii. Not with standing anything contained elsewhere in the contractor the owner

shall deduct at source from the payment due to the contract, the taxes as

required under Orissa sales tax Act and Income Tax Act, 1961 or as amended

from time to time, or any other statute. The owner shall pay the amount so

deducted to the Sales Tax and Income Tax authorities as per the law. This is

for the contractor to deal with the Sales tax Authority directly in respect to any

claim or refund relating to the above tax owner shall not be liable or

responsible for any type of payment for reimbursement in this regard.

iv. The supplier / contractor should furnish his valid STCC with OVAT

Registration Number.

Liquidated Damage for Delay in Completion:

If the contractor fails in the due performance of the contract to supply/

erection/ testing / commissioning the equipment within the time fixed by the owner

or any extension thereof, he shall be liable at the discretion of the Engineer to

liquidated damage amounting to 0.5% (HALF PERCENT) of the contract price per week.

The contractor’s liability for delay shall not in any case exceed 5% (FIVE PERCENT) of

No of Corrections:

Page No 24 Signature of the Tenderer

the total contract price. If the contractor shall fail to supply the equipment or any

part thereof within a reasonable period after the expiry of the appointed time of

extended time as may be provided for in the contract the provisions in clause "

Negligence " shall become operative, in addition to the liability of Liquidated Damage

as above.

Despatch Instructions:

The materials that will be required to be despatched under this contract, shall

be despatched to the work site in the name of the Consignee with a copy addressed to

Divisional Head, Electrical Division, IDCO, First Floor, IDCO Towers, Janpath,

Bhubaneswar. The contractor shall have to intimate the probable date of arrival of

materials at site to the Engineer.

Inspection and Tests:

The corporation shall inspect, examine and test the equipment material

through its representative at the manufacture/ suppliers works during or after the

manufacture of goods prior to despatch on receipt of a clear notice of minimum two

weeks in advance to the reckoned from the date of receipt by the purchase. The

supplier/ contractor shall provide all facilities as may be required to carry out the

tests in accordance with approved standards free of cost.

Negligence:

If the contractor neglects to execute the work with due diligence and expedition

of refuse or neglects to comply with any reasonable orders given to him in writing by

the Engineer in connection with the work, or contravene the provisions of the

contract, the purchaser may give notice in writing to the contractor calling upon him

to make good the failure, neglect or contravention complained of. Should the

contractor fail to comply with such notice within a period, in the case of failure,

neglect or contravention capable of being made good within that time or otherwise

within such time as may in the opinion of the purchaser be reasonably necessary for

making it good, then and in such case the purchaser shall have the option and be at

liberty to take the work wholly or in part, out of the contractors hand and may carry

on the work envisaged in the contract at a price with any other materials, tools,

tackle or labour for the purpose of completing the works or part thereof. In such

No of Corrections:

Page No 25 Signature of the Tenderer

event the purchaser shall without being responsible to the contractor for fair wear

and tear of the same be entitled to seize and take possession and have free use of all

materials, tools tackle or other things which may be on the site, for use at any time in

connection with the work to the exclusion of any right of the contractor over the same

and the purchaser shall be entitled to apply and balance sum which may otherwise

be then due on the contract by him to the contractor or such part thereof as may be

necessary. If the cost of executing the work as aforesaid shall exceed the balance due

to the contractor fails to make good the deficit, the said materials, tools tackle,

construction plant or other things, the property of the contractor as may not have

been used up in the completion of the works, may be sold by the purchaser and the

proceeds applied towards the payment of such sale. Any outstanding balance existing

after crediting the proceeds of such sale shall be paid by the contractor on the

certificate of the Engineer, but when all expenses, cost and charges incurred in the

completion of the work are paid by the contractor, all such materials, tools tackle,

construction plant or other things not used up in the completion of the works and

remaining unsold shall be removed by the contractors. If the proceeds of the above

sale of the contractors materials tools and tackle, construction plant etc. are

insufficient to cover the executing the aforesaid work, the balance remaining after

crediting the proceeds of such sale shall be recoverable from the contractor by

encasing the Bank Guarantee available/ any other money payable by the purchase or

by action of law.

Notwithstanding anything contained above, the purchaser may determine the

contract due to any breach of failure of the contract, without notice before

determining the contract as above, if in the opinion of the purchaser, the default or

defaults committed by the contractor is/ are curable and can be cured by the

contractor if an opportunity is given to him, then the owner may issue a notice in

writing calling upon the contractor or default within such time as may be specified in

the notice.

If the cost of executing the work as aforesaid shall exceed the balance due to

the contractor fails to make good the deficit, the said materials, tools, tackle,

construction plant or other things, the property of the contractor as may not have

been used up in the completion of the work, may be sold by the purchaser and the

proceeds applied towards the payment of such sale. Any outstanding balance existing

No of Corrections:

Page No 26 Signature of the Tenderer

after crediting the proceeds of such sale shall be paid by the contractor on the

certificate of the Engineer, but when all expenses, costs and charges incurred in the

completion of the work are paid by the contractor, all such materials, tools, tackle,

construction plant or other things not used up in the completion of the works and

remaining unsold shall be removed by the contractor. If the proceeds of the above

sale of the contractor's materials, tools, tackle, construction plant etc. are insufficient

to cover executing the aforesaid work, the balance remaining after crediting the

proceeds of such sale shall be recoverable from he contractor by encasing the bank

Guarantee available/ any other money payable by purchaser or by action of law.

Notwithstanding anything contained above, the purchaser may determine the

contract due to any breach of failure of the contract, without notice before

determining the contract as above, if in the opinion of the purchaser, the default or

defaults committed by the contractor is / are curable and can be cured by the

contractor if an opportunity is given to him, then the owner may issue a notice in

writing upon the contractor to cure the default within such time as may be due in the

event of termination, the security deposit will be forfeited without reference to the

contractor and if no amount is available towards security deposit, an identical

amount is recoverable from the contractor.

Power to Vary or Omit Work:

No alternation, amendments, omissions, additions or variations of the work

herein after referred to as variations, under the contract shall be made by the

contract except as directed in writing by the Engineer, but the engineer shall have full

power, subject to the provision hereinafter contained from time to time during the

execution of the contract by notice in writing, to instruct t the contractor shall carry

out such variations and be bound by the same conditions as far as applicable, as

through the said clarifications occurred in the contract, if any suggested variations

would , in the opinion of the contractor, if carried our, percent him from fulfilling any

of his obligations or guarantees under the contract, he shall notify the Engineer

thereof within 10 days in writing and the Engineer conforms his instructions, the

contractor’s obligations and guarantees shall be modified to such as extent as may be

justified. In the absence of any such notification, the contractor shall be bound to

No of Corrections:

Page No 27 Signature of the Tenderer

carry out the suggested variations without any additional financial implication to

purchaser and it will amount to an absolute waiver of any claim whatsoever.

Settlement of Dispute:

Except as otherwise specifically provided in the contract all dispute concerning

questions of facts arising under the contract shall be decided by the Engineer subject

to a written appeal by the contractor to the Engineer, whose decision shall be final to

the parties hereto. Any dispute or difference including those considered as such by

only one of the parties arising out of or in connection with the contract shall be to the

extent possible settled amicably between the parties. If amicable settlement cannot be

reached them unresolved dispute issue may be settled by arbitration as provided

subsequently.

Termination of Contract:

Notwithstanding anything contained elsewhere in this contract, if at any time

during the terms of this contract, the plans of the Government of India and of the

State Government change for any reason, the purchaser shall have the right to

terminate the contractor by notice to the contractor by a registered letter. In respect

of such changes the materials those are complete as ready for transportation within

thirty- (30)-days after such notice, purchaser agrees to accept delivery thereof at the

contract price and terms. In the case of the reminder of the undelivered materials, the

purchaser may elect

i. To have any part thereof complete and take delivery thereof at the contract

price and

ii. To cancel the reside (if any) and pay to the contractor a prorate amount of

the contract price based upon the state of completion to be certified by him.

The contractor shall deliver all such materials in process of manufacture to the

purchaser and shall return to the purchase any funds remaining to the purchaser's

credit. The purchaser shall not make any payment for any material not yet in process

of manufacture on the date of notice of cancellation is received.

Deductions from Contract Price:

All costs, damages or expenses which the purchaser may have paid, for which

under the contract the contractor is liable, may be deducted by the purchaser from

No of Corrections:

Page No 28 Signature of the Tenderer

any money due or becoming due by him to the contractor under the contract, or may

be recovered by action of law or other wise from the contract. Further all legal and

statutory deductions will be made and the contractor is not entitled to any

reimbursement or claim whatsoever other than only a tax deduction certificate.

In the event of recovery to the necessary extent becoming impossible owing to

insufficiency of the performance bond and withheld amounts, the balance due to the

purchase, may be recovered in any way the purchaser may deem fit.

Earnest Money:

i. The tenderer shall be required to submit earnest Money to be deposited as

indicated in the NIT.

ii. The Bid Guarantee offered shall be in one of the following alternative forms:

a) A crossed Bank Draft/ Banker’s cheque in favour of IDCO, Bhubaneswar

payable at Bhubaneswar.

b) An irrevocable Bank Guarantee of any Nationalised schedule Bank

OPERABLE AT ITS BRANCH AT BHUBANESWAR ONLY in favour of IDCO, as per

the proforma.

iii. The Bank Guarantee should be kept valid up to 8 (eight) months from the

date of opening of tender as per tender specification.

iv. Earnest Money shall be forfeited in case of withdrawal/ modification of an

offer within the validity period as required in the NIT/ Tender specification

after opening of tender. EMD shall be forfeited in case of non-acceptance of

LOI / WO within stipulated period.

v. In case of tenders not accepted, the earnest money shall be refunded within

30 days of the accord of order/ contract to the successful tenderer.

vi. Bids not accompanied by the required Bid Guarantee in accordance with the

clause above, or if the Bid Guarantee is of in adequate value of the tender

will not be entertained and shall be returned unopened.

vii. Bidders are to attend the techno-commercial discussion whenever called by

the owner. In case the bidder fails to attend the techno-commercial

discussion, the same will be treated as violation of tender condition and the

EMD may be forfeited with rejection of the offer.

No of Corrections:

Page No 29 Signature of the Tenderer

Security Deposit:

The successful Tenderers shall be required to submit security deposit for

faithful execution of the contract at the rate of 10% (TEN PERCENT) OF THE CONTRACT

VALUE in shape of Bank Guarantee from any Nationalised Bank operable at its

branch at Bhubaneswar only VALID UP TO ONE MONTH AFTER THE COMPLETION OF

CONTRACT PERIOD. In the event of default on the part of the contractor in the faithful

execution of contract the security deposit shall be forfeited by an order of the

purchaser. The forfeited of security deposit shall be without prejudice to any other

rights arising or accruing to the purchaser under relevant provision of contract link

L.D Negligence, termination etc.

Performance Bond:

The contractor shall furnish a performance bond as a guarantee for due

performance during the guarantee period by way of a Bank Guarantee from any

nationalised bank operable by its branch at Bhubaneswar to be kept valid for 12

months after completion of contract in all respects equal to an amount at a rate 10%

(TEN PERCENT) of the total contract price for faithful filling the terms of guarantee for a

period of 12 MONTHS AFTER SUCCESSFUL COMPLETION OF WORK. If during the contract

period the bid amount gets reduced on account of any recoveries of otherwise the

contractor shall furnish a bond covering the short fall to bring it to 10% of the

contract value.

Extension of Time:

The application for extension of time is to be given to the owner through the

Engineer and the owner may authorise the extension of time after considering the due

merits. Whenever the owner grants extension of time the same shall be on the

existing terms and conditions of the contract and without financial liability to the

owner. The contractor in any case shall have no claim whatsoever for any of

compensation on account of any delay attributable to any one.

Erection of the Materials:

The contractor shall be responsible for complete installation of the equipment

materials required under the scope of contract. The contractor shall provide all

No of Corrections:

Page No 30 Signature of the Tenderer

equipment, tools, scaffolding and minor civil works required for safe transportation

and erection.

All the materials and/ or equipment after receipt at site shall be checked and

verified against shipping documents and all claims against loss or damage in transit

shall be intimated to the owner. All insurance charges such as transit insurance,

storage insurance and handling insurance charges shall be borne by he contractor.

The materials and / or equipments shall remain under the custody of the contractor

until the owner takes up the plant / installation as a whole after completion of the

work. The contractor shall take adequate steps to ensure safety of such materials

and/ or equipment. Necessary stores receipt certificates shall be issued to the owner

after the stores are checked and certified. No materials and/ or equipment pertaining

to the contract shall be removed from site without the consent in writing of the owner.

The contractor shall be responsible for obtaining the correct reference lines for

purchases of fixing the alignment of various equipment and/ or materials.

Regulation of Local Authorities and Status:

The contractor shall comply with the rules and regulations of local authorities

during the performance of his field activities. He shall also comply with the Minimum

Wages Act, 1948 and the payment made there under in respect of any employee of

workmen employed or engaged by his sub-contractor.

The contractor shall get the entire installation inspected and cleared by the

Electrical Inspector, Government of Orissa before commissioning. Only the statutory

inspection and drawing approval fees, if any, in respect of his work pursuant to this

contract shall be reimbursed to the contractor on production of documentary

evidence.

However, any registration, statutory inspection fees lay fully payable under the

provision of any other Regulations and statutory laws or amendments thereof from

time to time shall be to the account of the contractor.

Should any such inspection or registration need to be rearranged due to the

fault of the contractor or his sub-contractor, the additional fees for such inspection

and/ or registration shall be borne by the contractor.

No of Corrections:

Page No 31 Signature of the Tenderer

Manufacture's Supervision:

The contractor may be required to work under the supervision of the

manufacture's Engineer, where the contractor is not the manufacture. However, this

will not relieve the contractor of his responsibility of the correctness of quality of

workmanship shall be responsible for the correctness of the positions, levels and

dimensions of the works according to the drawing, notwithstanding that he may have

been assisted by the Engineer in setting out the same.

Taking Over:

Upon successful completion of all the tests to be performed at site on

equipment and/ or materials and systems supplied and erected by the contractor the

Engineer shall issue to the contractor a taking over certificate as a proof of the final

acceptance of the equipment system. Such certificate shall not relieve the contract of

any of his obligation which otherwise survive by terms and condition of the contract

issuance of such certificate.

Engineer's Decision:

In respect of all materials, which are left to the decision of the Engineer, the

Engineer shall if so required to do so by the contractor given in writing a decision

thereon to the contract. All decisions of the Engineer shall be binding on the

contractor.

Completion Certificate & Final Certificate:

When the contractor fulfils his obligation under the contract he shall be eligible

to apply for completion certificate in respect of the work by submitting the completion

documents along with such application for completion certificate.

The owner of his representative shall normally issue to the contractor the

completion certificate within one month after receiving an application there of from

the contractor after verifying from the completion documents and satisfying that the

work has been completed in accordance with and as set out in the construction and

erection drawings, and the contract documents. The contractor, after obtaining the

completion certificate is eligible to present the final bill for the work executed by him

under terms of the contract.

No of Corrections:

Page No 32 Signature of the Tenderer

Completion Certificate:

Within one month of the completion of work in all respects, the contractor

shall be furnished with a certificate by the owner or his representative of such

completion but no completion certificate shall be given nor shall the work by deemed

to have been executed until all scaffolding, surplus materials and rubbish are cleared

off the site completely nor until the work shall have been measured by the Engineer,

whose measurement shall be binding and conclusive, the binding and conclusive, the

work will not be considered as complete and taken over by the owner until the

temporary works and staff colonies etc. constructed are removed and work site

cleared to the satisfaction of the owner.

If the contractor shall fail to comply with the requirement of this clause on or

before the date fixed for the completion of the work, the Engineer may at the expense

of the contract remove such scaffolding, surplus materials and rubbish and dispose

off the same as the things fit and clean off such dirt as aforesaid, and the contractor

shall forth will pay the amount of all expenses so incurred and shall have no claim in

respect of any such scaffolding or surplus materials as aforesaid except for any sum

actually realized by the sale thereof.

Completion certificate shall be in 3 parts as follows:

(a) Physical/ Mechanical completion work.

(b) Satisfactory completion of commissioning of equipment with load.

(c) Satisfactory completion of guarantee.

The contractor shall clearly indicate the three dates separately for completion

documents / to form the completion documents.

i) The technical documents according to which the work was carried out.

ii) Three sets of construction drawings showing therein the modification

corrections made during the course of executing and signed by the Engineer.

iii) Completion certificate for embedded and Covered-up works.

iv) Certificates of final levels as set out for various works.

v) Certificates of tests performed for various works.

vi) Materials appropriation statement for the materials issued by the owner for the

works and list of surplus materials returned to the owner’s store duly

supported necessary documents.

vii) Physical/Mechanical completion work.

No of Corrections:

Page No 33 Signature of the Tenderer

viii) Satisfactory completion of commissioning of equipment with load.

ix) Satisfactory completion of guarantee.

Miscellaneous:

Entire Agreement:

These General Conditions together with the specifications, tender drawing and

guaranteed technical particulars, tender data with subsequent agreed modification

thereof shall constitute the entire Agreement between the parties in respect of the

subject matter thereof. No variation of modification of the contract of modification of

the contract of waiver of any of the terms and conditions thereof shall be deemed

valid unless in writing and signed by the parties hereto.

General Conditions of Contract, the tender specification and other

contract/tender documents are to be taken as mutually explanatory to one another.

However, in case of conflict between these documents, the technical specification,

special conditions of the contract and general condition of the contract shall have

precedence in that order.

Endorsement of Terms:

The failure of either party to endorse at any time of the provisions of the

contract of any rights in respect there to or to exercise an option herein provided shall

in no way be construed to be a waiver of such provisions, rights of options or in any

way to effect the validity of the contractor. The exercise by either party of any of his

herein shall not preclude of prejudice either party from exercising the same of any

other it may have hereunder.

Contract Labour Regulation & Abolition:

The contractor shall be responsible for following all statutory obligations under

Contract Labour (Regulation & Abolition) Act, 1970, E.S.I and Provident Funds Acts

as applicable for their labour and staff engaged in executing this work. The contractor

will also keep purchaser indemnified against all claims and disputes arising out of

death or injury to their workmen and staff. It will be necessary for the contractor to

ensure that their workmen follow proper safety measures to avoid accident/ damage/

loss to life and property. Their workmen when working at any height must use

approved safety belts. Charges for above are deemed included in the quoted rates and

No of Corrections:

Page No 34 Signature of the Tenderer

accepted amount. The bidder shall furnish the photocopy of their valid registration

with Provident Fund Department.

Recovery of Damage:

Nothing contained in the conditions or in any other part of this contract, in

case of any damage, it shall be construed as the purchaser preventing the contractor

from committing the damage and the purchaser shall be entitled to recover the

amount required for the repair/ replacement/ rectification of the damage as a

consequence of the breach of any of the terms of the contract by the contractor.

Completeness of Equipment / Installation:

The equipment / installation shall be complete in every respect with all

mountings fixtures and standard accessories which are normally even though not

specifically detailed in the specification.

The contractor shall be eligible for any extra payment in respect of such

mounting, fittings and fixtures and accessories which are needed for safe operation of

the equipment/installations as required by applicable codes though they may not

have been included in the contract. The various equipment and / or materials

supplied this contract shall be subject to the purchaser/owners approval.

Time Schedule:

Time is the essence of the contract and the contractor shall be responsible for

performance his works in accordance with the specified construction schedule. The

offer should clearly indicate monthly/ quarterly schedule of deliveries, date of

commencement and completion of supply erection testing and commissioning against

that indicated in the NIT/construction schedule. If any time the contractor failing

behind schedule he shall take necessary action to make good for such delays by

increasing his work to comply with the schedule and shall communicate such actions

in writing to the Engineer satisfying that the action will compensate delay. The

contractor shall however not be responsible for provision of additional labour and /

or materials or supply of any other services to the contractor except for the co-

ordination of works. The entire scope of work shall be completed within 2 (TWO)

MONTHS from the date of issue of work order.

No of Corrections:

Page No 35 Signature of the Tenderer

Safety Regulations:

Without prejudice to the general obligations under the statutes the contractor

shall ensure the safety of all the workmen, materials and equipment either belonging

to him or to others working at site.

Subletting of Contract:

The contractor shall not without the consent in writing of the purchaser, which

shall not be unreasonably withhold, assign or sublet his contract of any substantial

part thereof other than for raw materials, for minor details, or for any part of the

works of which the markers are named in the contract, provided that any such

consent shall not relieve the contractor from any obligation, duty or responsibility

under the contract.

For components/equipment procured for the purpose of the contract, after

obtaining the written approval of the owner, the contractor’s purchase specifications

and inquiries shall call for quality plans to be submitted by the suppliers along with

their proposals. The quality plans called for from the vendors shall set out during the

various stages of manufacture and installations, the quality practices and procedures

followed by the vendor’s quality control organisation, the relevant reference

documents/standards used, acceptance level, inspection of documentation raised,

etc. Such quality plans of the successful vendors shall be discussed and finalised in

consultation with the Engineers and shall from a part of the purchase order/ contract

between the contractor and the vendor. Within 3 weeks of the release of the same

purchase order /contracts for such bought out items/ components a copy of the

same without price details but together with detailed purchase specifications, quality

and delivery conditions shall be furnished to the Engineer by the contractor.

Force Majeure:

Any delays in or failure of the performance of either parties thereof shall not

constitute default here or give rise to any claims for damages, if any, to the extent

such delays or failure of performance caused by occurrences such as acts of God or

the public enemy, expropriation or confiscation of facilities by Government authority,

compliance with any order or request of any Government authorities, act of war,

rebellion, sabotage, fire, floods explosions, riots or illegal strikes, provided always

No of Corrections:

Page No 36 Signature of the Tenderer

that such occurrences result in impossibility or performances of the contract. Only

events of force majeure, which impedes the execution of the contract at the time of its

occurrence, shall be taken into cognisance.

Language and Measurement System:

All documents pertaining to the contract including specifications schedules,

notices, correspondence operating and maintenance instructions drawings or any

other writing shall be in English Language. All measurements, location marking and

drawings shall be in Metric Units.

Materials and Workmanship:

All materials used in the manufacture of these equipments shall be selected

from the best available for the purpose, considering strength, durability and best

engineering practice. Liberal factors of safety shall be used through out the design

and especially in the design of all parts subject to alternation stresses or shocks. All

the work shall be performed and completed in a thorough workmanship like manner

and shall follow the best modern practice in the manufacture of high-grade

equipment notwithstanding any omissions in the specification. Castings shall be free

blow holes, flaws, cracks of other defects and shall be smooth, close grained and of

true forms and dimensions. No plugged or filled up holes or other defects will

ordinarily be allowed. Such castings are liable to be rejected.

However, the contractor may rectify minor casting defects be welding or other

method in accordance with the standard manufacturing practice provided such

rectification does not affect the strength of the casting or impair the efficient working

of the plant and proper approval of the purchaser is obtained for the same.

Facility to the Contractor:

The purchase/ owner will at his own discretion and convenience and for the

duration of the execution of the work make available near the site land for

construction of contractors field office, go-downs, workshop and assembly year

required for the execution of the contract. The contractor shall at his own cost

construct all these temporary buildings and provide suitable water/ electricity and

sanitary arrangement after obtaining approval from the Engineer. On completion of

the works undertaken by the contractor he shall remove all temporary works erected

No of Corrections:

Page No 37 Signature of the Tenderer

by him and have the site cleared as directed by the Engineer. If the contractor fails to

comply with these requirements, the Engineer at the expense of the contractor will

remove such surplus and rubbish materials and dispose off the same as he deems fit

and get the site cleared as aforesaid and the contractor shall forthwith pay the

amount of all expense so incurred and shall have no claim in respect of any such

surplus materials disposed of as aforesaid. But the purchaser/ owner reserves the

right to ask the contractor at any time during the pendency of the contract to caveat

the land by giving 7 days notice on security reasons or national interest or otherwise

a token rent of Rs. 100/- per month per hectare a part thereof shall be charged for

the land so occupied. Electricity and drinking water at normal charges will be

supplied at one point. The cost of distribution if any shall be borne by the contractor.

Modification Prior to the Date of Tender Opening:

The purchase/ owner reserves the right revise or amend the tender

specifications prior to the date notified for opening of the tender and also the right to

postpone the date for presentation and opening of tender without assigning any

reason, whatsoever.

Clarification Desired by the Tenderer:

(a) The tenderer, before submission of the tender, should seek for any clarification

with regard to the specifications. No correspondence on this account will be

entertained once the tenderer has submitted the tender.

(b) The contractor will be responsible for any loss theft, destruction and deterioration

of quality of any materials when it is in the storage under the custody of the

contractor. A custodian certificate is to be issued by the firm to the owner. The

purchaser reserves the right to inspect the materials under the custody of the

contractor from time to time. The contractor will indemnify the owner for any loss

arising due to any reason whatsoever of the materials during storage under the

custody of the contractor.

(c) The contractor will make good of the loss at his own cost and arrangement

without waiting for settlement of claim from insurance of any other Agencies.

No of Corrections:

Page No 38 Signature of the Tenderer

Consignee:

Divisional Head, Electrical Division, IDCO, First Floor, IDCO Towers, Janpath,

Bhubaneswar - 22 shall be the Consignee.

Jurisdiction of Court:

Dispute / Litigation if any, arising out of this contract deemed to have been

entered into at Bhubaneswar shall be under the jurisdiction of Orissa High Court.

No of Corrections:

Page No 39 Signature of the Tenderer

T E C H N I C A L S P E C I F I C A T I O N The installations shall generally be carried out in conformity with the

requirements of Indian Electricity Act, 1910 as amended up to date and Indian

Electricity Rules, 1956 framed there under, the relevant regulations of the Electric

Supply Authority concerned. The work shall be executed as per National Electrical

Code and if any item is not covered there under or there is any doubt, the

specification approved by the Engineer-in-charge will be final and binding.

Ambient Conditions:

All Electrical installations and equipments shall be suitable to work in

following ambient conditions.

Maximum Temperature : 50-Degree Celsius

Relative Humidity : 100%

In the vicinity : Bhubaneswar

System Conditions:

The Electrical installations and equipments shall be suitable for operation in

following system conditions.

Supply voltage : 11000 Volts, +/-10%

Supply frequency : 50 Hz, +/-5%

Number of Phases : Three

Scope of Work:

The scope of this work covers supply of all materials and labour required for the

Construction of New 500 KVA, 11/0.433 KV Substation with Copper wound

transformer near E-type Quarters on East Side for G.A. Department Staff Quarters

near Sainik School, Bhubaneswar (Package-2)” complete in including statutory

inspection etc., as required. The Corporation shall reimburse the fees deposited in

Govt. treasury only. Any item that has not been specifically mentioned in the tender

schedule but required for satisfactory commissioning shall be borne by the

contractor. No extra payment is to be made on this account

No of Corrections:

Page No 40 Signature of the Tenderer

Salient features:-

1. Type of Substation : Outdoor

2. Supports : DP structure using 10-m long 200x100 RS Joist pole

3. Transformer rating : 500-KVA, 11/0.433 KV

All the materials required for completion of work shall be supplied and erected by

the contractors at his-own cost and risk. Any item that has not been specifically

mentioned in the tender schedule but required for satisfactory commissioning shall be

borne by the contractor. No extra payment is to be made on this account.

All materials, fittings, appliances used in electrical installations shall confirm to

Indian Standard Specifications wherever these exist. All required materials covered

under this specification shall be supplied and installed by the contractor complete in

all respect. The materials and accessories those are required for completing the work

would form part of the work although they have not been specified separately.

Selection of materials and installation work shall be such as to simplify

operation, inspection, maintenance and testing. The work shall include all reasonable

precautions and provisions for safety of operation and maintenance personnel.

Standard:-

(a) Unless otherwise specified, all materials covered under this specification shall

be designed, manufactured, tested and installed in conformity with the latest

Indian Standard Specifications. In case such Indian Standard Specifications

are not published equivalent British Standard Specifications shall be followed.

All equipments and installations shall confirm to latest Indian Electricity

Rules, REC standard, CESCO norms, PWD and Local / State laws or byelaws

as regards to safety, earthing and other essential provisions specified therein.

Lines and sub-stations must be constructed as per latest Indian Electricity

Rules, REC standard, CESCO norms, which are subject to inspection by

CESCO Authorities and Electrical Inspector of the State Government.

(b) All equipments and materials selected shall also be supplied and installed

taking into consideration the Factories Act, Fire Regulations and Local laws or

bylaws.

(c) All the materials supplied by the contractor according to the contract

No of Corrections:

Page No 41 Signature of the Tenderer

conditions will be subject to inspection, approval and acceptance by the

Engineer-in-charge / CESCO authorities or their authorised representative

from time to time. The contractor shall extend all required facilities for such

inspection free of cost. At the time of inspection, the inspecting officer shall

have full liberty to reject any such material, which does not confirm to

specifications or the requirements. The owner shall not entertain any claim for

any rejected materials. The contractor shall remove all rejected materials from

the site at his own cost.

(d) The owner shall not accept any surplus material procured by the contractor.

(e) The contractor will be responsible to get electrical installations inspected by

the Electrical Inspector of the State Government/ Central Government and to

obtain the statutory clearance for energisation. Only the statutory fees

deposited by the Contractor in the Govt. treasury shall be reimbursed on

production of documentary evidence.

(f) The contractor will be responsible for handing over of the installations to

CESCO authorities. The cost of watch and ward of the installations till final

handing over to CESCO shall be borne by the contractor.

(g) The contractor should possess valid electrical contract license, RPF registration

and labour license issued by the appropriate statutory authority of the State/

Central Government during the execution of the contract.

Inspection and Approval of Materials.

The pre-delivery factory inspection (PDI) shall be conducted for major materials

such as Conductor, etc., as mentioned in respective technical specification. The PDI

shall be witnessed by the authorised engineer of IDCO. Minimum 7 days clear notice

in advance shall be given to depute the inspecting officer. The materials shall be

despatched to the site after issue of despatch clearance by Engineer-in-Charge

/General Manager (Elect).

The contractor shall put up samples of other items for approval by the

Engineer-in-charge. The contractor shall furnish the original bills of the procured

materials to the concerned Supply Engineer of CESCO for verification, if required.

No of Corrections:

Page No 42 Signature of the Tenderer

(A) TECHNICAL SPECIFICATION OF SUB-STATION

Joist Pole :-

Supply: - 10 mtr long ISMB-200 RS joist pole confirming to IS shall be

supplied by contractor. The pole should be fabricated properly to fix the structural

members on it. A 320 x 320 x 8mm MS base plate shall be welded to the pole.

TECHNICAL PARTICULARS FOR 10.Mtr. long, ISMB-200 POLES;

Sl No Description Unit Acceptance criteria Remarks

1. Overall length of the pole M 10.00

2. Depth of Planting Mtr 1.8

3. Base plate size mm 320x320x8

Pole erection:-

The spacing between the poles of DP shall be 3-m. However, the exact location

of pole supports shall be finalised as per site conditions in consultation with the

engineer-in-charge. Pole pits of size (0.9-m x 0.6-m x 2.0 m depth) shall be excavated

in all kinds of soil and rock. 1:3:6 PCC base padding of thickness 150-mm shall be

provided at the bottom of the pole pit using 40-mm HG metal. After erection of pole, a

concrete mass of size 600-mm x 600-mm x 1650-mm shall be provided around the

pole base. Balance portion of the pit shall be backfilled with mixture of 40-mm HG

metal and morum. A couping of size 350 x 350 x 450-mm shall be constructed

around the pole at ground level using 1:2:4 cement concrete.

Stay Set:

HT stay sets shall be installed at all end points, tapping points, DP structure

and cut points of the overhead line as far as possible as per direction of Engineer-in-

charge.

Supply: The HT stay set comprising of stay rod, turn buckle, thimble, anchor

plate, 7/8 GI stay wire and HT guy insulator etc. shall be supplied by the contractor

confirming to the following technical specification. All the metal parts shall be

galvanised.

No of Corrections:

Page No 43 Signature of the Tenderer

TECHENICAL SPECIFICATION FOR HT STAY SET.

1. MS stay rod of 20-mm diameter 1800mm in length, one side formed an eye and

welded with internal diameter 40mm with one thimble and the other side of the

rod is threaded and fitted with 2 nos. Suitable hexagonal nuts with one round

washer of 3 mm thickness complete with ms anchor plate 250x250x6mm

dimension with centre hole of 22mm diameter. The entire rod, plate, thimble,

nuts and washer should be hot dipped galvanized as per is: 263 3-1972

2. Single bow turnbuckle made of 16mm diameter MS rod and the centre rod of

20mm diameter of length 450mm with one end formed an eye and welded. The

threaded length of the centre rod should be 300mm. The base channel of the bow

of size 75x40x6mm and 180mm in length with thimble and 2 nos. suitable

hexagonal nuts. The items should be hot dipped galvanized as per IS-2633/1972

All other materials required for installation of stay sets such as stay clamps,

nut bolts, cement, metal etc shall be provided by the contractor.

Stay installation:-

Stay pit of size (0.9-m x 0.6-m x 1.4-m depth) shall be excavated in all kinds of

soil and rock. The stay rod with anchor plate shall be installed therein and the pit

shall be filled in with 1:3:6 PCC using 40-mm HG metal. Proper curing of PCC shall

be done to enable the concrete to acquire strength. The binding of stay shall be done

before the stringing of conductors neatly by twisting each and every stand of stay

wire. The stay insulator shall be provided at least at a height of 3.0-metre from the

ground level and fixed in such a fashion that the wires would not fall on ground in

case of the failure of the insulator.

Structure Members: -

Supply: -

The Contractor shall supply the structure members of DP within the quoted

rate. The structure members shall be as per the drawing to be approved by the

statutory authority.

The spacing between the poles of DP structure shall determine the length of

No of Corrections:

Page No 44 Signature of the Tenderer

No of Corrections:

Page No 45 Signature of the Tenderer

structure materials. The spacing between the poles shall be maintained as per

REC standard, CESCO norms and satisfying the I.E. Rules. It shall be provided with

the required top channels made of ISMC-100, which will support the lightning

arrestors. The incoming 11 KV line shall be terminated to the DP structure on these

channels by means of B&S type disc insulator with hardware fittings. Holes, pressure

bolts and GI nut-bolts of suitable size and numbers shall be provided on top

channels for the same. The AB switch and HG fuse shall be mounted on 75 x 40 x

5mm mild steel channels. These structure materials shall be fastened with clamps or

other structure materials by means of 5/8" diameter G.I. bolts of appropriate length

only. After fabrication or erection the structure materials/ cross arms shall be

painted with two coats each of red oxide primer and aluminium paint.

Structural Installation:-

The structurals shall be properly fixed on the pole with nut and bolt after de-

rusting. These shall be painted with two coats of red oxide primer and finished with

two coats aluminium painting. Earthing lead connection shall be made to the cross

arms by 6 swg GI wire from pole top earthing point.

Insulators:-

Supply: -

The 11KV insulators and associates hardware shall include the following

• 11 KV pin insulator with GI pin

• 11 KV string insulator with hardware fitting (B&S type)

• All other materials required for installation of insulators such as nut bolts etc

shall be provided by the contractor.

11 KV PIN INSULATOR.

Porcelain insulators with glaze of brown in colour shall comply with the Indian

Standard specification IS: 731-1971 or the latest revision thereof. The porcelain shall

be sound, free from defects and smoothly glazed. The areas, which serve as supports

during fixing, shall be left unglazed.

No of Corrections:

Page No 46 Signature of the Tenderer

The design of the insulator shall be such that stresses due to expansion and

contraction in any part of the insulator shall not lead to deterioration. The porcelain

shall not engage directly with hard metal. The test voltage of the insulator shall be

11 KV (rms). Mechanical failing load shall not be less than 5 KN Creepage Distance

shall be 320 mm.

11 KV GI PIN.

11-KV GI Pin shall comply with the Indian Standard specifications IS-2486 (P-

I)-1971, IS: 2486 (P-II) –1974 or the latest versions thereof.

The GI pin shall be of single piece obtained preferably by the process of

forging. They shall be of good finish, free from flows and other defects. The finish of

the collar shall be such that a sharp angle between the collar and the shank is

avoided. The pins must be galvanized. The threads of nuts and tapped holes shall be

cut after galvanizing and shall be well oiled or greased. The Pins shall have small

steel head type S165P as per IS-2486 (P-II) and shall have stalk length of 165 mm

and shark length 150mm with minimum failing load of 5 KN.

DISC INSULATOR

Disc insulator shall comply with IS: 731. The test voltage of the insulators 11

KV (rms) .The porcelain part of the insulator shall be sound, free from detects and

smoothly glazed. The glazing shall normally of brown colour.

All forgings and castings shall be of good finish and free from flows and other

defects. All parts except porcelain portion shall be galvanized.

The insulator shall be of ball & socket type ( B&S) shall be complete with ‘W”

pins made out brass . The insulator shall be suitable for a minimum failing load of 45

KN. This load shall be axial for the strain insulator. The insulator shall have

minimum creep age distance 230mm for normal atmosphere and 320mm for heavily

polluted atmospheres. The Insulator shall be suitable for use with highest system

voltage of 12 KV (rms)

HARDWARE FITTINGS.

The hardware fittings shall comply to IS: 2486 (P-II). Hardware fitting assembly

No of Corrections:

Page No 47 Signature of the Tenderer

shall consist of two parts. One part is the hardware and the other part is Jaw. The

hardware shall consist of cross-arm straps, 16mm diameter GI nut and bolts, spring

washer. “Jaw” shall be made of an aluminum alloy and shall be provided along with

the fittings to suit the suitable size of 55-sq-mm AAA conductor. The ultimate

strength of clamps should not be less than 2000 Kg.

All other materials required for installation of insulators such as nut bolts etc

shall be provided by the contractor.

Installation of Insulators:- The 11 KV insulators shall be fixed to the cross arms using

suitable hardware only as per REC specification, CESCO norms and I.E. Rules

complete as per direction of Engineer-in-charge.

Conductor :-

Supply: - 55-sqmm AAA conductor shall be supplied by the contractor

confirming to the following technical specification. The conductors shall be

despatched to work site after conducting the pre-delivery factory inspection and issue

of despatch clearance by this office or his authorised representative.

TECHNICAL DETAILS OF 55-sqmm AAAC AS PER IS: 398

Sl No Description Acceptance Criteria

1. Indian Standard No IS-398 (Pt4) 1994

2. Number and diameter of wires 7/3.15 No/mm

3. Aluminium alloy 7/3.15 No/mm

4. Total area of conductor 55-sqmm

5. Overall diameter of stranded conductor 9.45 mm

6. Mass of Conductor per Kilo-meter 149.2 Kg.

7. Ultimate strength of conductor 16.03 KN

8. Max. Length of conductor supplied on one drum

6 Km

9. Calculated maximum resistance at 20 deg. C.

0.621 Ohm/Km

10. Calculated maximum full current load at 75 deg. C conductor temperature with 50 deg C ambient

194 ampere

11. Tensile breaking stress 309 N/sqmm

No of Corrections:

Page No 48 Signature of the Tenderer

Sl No Description Acceptance Criteria

12. Elongation on 200mm length in breaking 4 %

13. Maximum electrical resistance at 20 deg. C per each strand

4.29 Ohm/Km

Installation of Conductor (Stringing): - The conductor stringing shall be carried out as

per standard practice of CESCO maintaining proper sag and tension. Paving of 55-

sqmm AAA conductors shall be done carefully such that no sharp twist and no

scratch should be developed in the conductor. All required bindings and jumpering

shall be done using Aluminium binding wire and PG clamps only. Proper clearances

as specified in IE Rules shall be maintained. All jumperings shall be done with

insulated conductors of appropriate .

TRANSFORMER

The transformer along with its accessories shall confirm in all respect to the

latest publication of relevant Indian Standards Specifications and IS:2026/ 1977,

IS:1180/ 1989 and IS:6600.

The transformer shall have core type construction and oil immersed naturally

cooled (ONAN) as mentioned below and shall be suitable for outdoor service as step

down transformer. The rating and electrical characteristics of the transformer shall be

as follows.

1. Type of Winding Copper

2. Rated HT Voltage 11000 volt

3. Rated LT Voltage 433 volt

4. Rated frequency 50 Hz

5. Number of phases 3

6. Connection on HT side Delta

7. Connection on LT side Star

8. Vector Group DY11

9. Type of Cooling ONAN

The primary winding shall be connected in Delta and secondary winding in

Star so as to produce a positive displacement of 30 degree from the primary to the

secondary vectors of the same phase. The neutral of the secondary winding shall be

brought out to a separate insulated terminal.

No of Corrections:

Page No 49 Signature of the Tenderer

All HV and LV coil ends shall be provided with crimped lugs. The Star point on

LV side shall be properly sleeved and crimped in stud of jointing with aluminium

soldering. All transformers shall be oil-immersed weather proof and suitable for

outdoor installation.

The transformer shall be designed and manufactured to withstand without

damage, thermal and dynamic effects of an external short circuit. The manufacturer

shall furnish all relevant design data and calculations in support of having fulfilled

this requirement as stipulated under clause 9.0 of IS:2026 (Part - 1) 1997.

The temperature rise shall not exceed the limit of 55 degree Celsius measured

by resistance method for transformer winding and 45 degree Celsius by thermometer

in top oil when tested in accordance with IS:2026/1977. The No-load and load losses

shall not exceed the values as specified in ISS. Losses will be capitalised for

comparison purpose. The recommended percentage impedance for all transformers

shall be 5.0% subject to a tolerance as per IS:2026/1977. Over-flux in the core shall

be limited to 12.5% in order to ensure that in the event of over voltage to the extent of

12.5%, so that the core does not get saturated.

The transformer oil shall comply with requirement of IS:335/ 1972 amended

up to date “Specification for Insulating oil for Transformer & Switchgear (Low

Viscosity)”. All transformers shall be capable of giving a continuous output without

exceeding the specified temperature rise.

A conservator of sufficient capacity shall be provided. It shall have a filling hole

with cover, drain plug and oil gauge. In addition, the cover of the main tank shall be

provided with an air release plug to enable trapped air to be released unless the

conservator is so located as to eliminate the possibility of air being trapped within the

main tank. The silica-gel breather shall be fixed to it.

The inside diameter of the pipe connecting the conservator to the main tank

shall be within 20mm to 40mm and it should project into the conservator tank in

such a way that its end is approximately 20mm above the bottom of the conservator,

so as to creat a sump for collection of impurities. The minimum oil level

(corresponding to 5 degree) shall be above the sump level.

Transformer tank shall be robust construction in accordance with best

engineering practice. The thickness of top & bottom plates shall be minimum 4mm

and that of sides 3.15mm. The internal clearance of the tank shall be such that it

No of Corrections:

Page No 50 Signature of the Tenderer

shall facilitate easy lifting of core with coils from the tank without dismantling the LT

bushing etc.

The bushing shall confirm to IS:2099/1973,” Specification for High Voltage

Porcelain Bushing”. The bushing rods and nuts shall be made of brass. The

dimension of bushing shall confirm to IS:3347 (Part - V), Sec-1, 1979 and latest

amendment, if any, for porcelain part as well as metal parts. Minimum phase-to-

phase clearance of 255mm or latest amendments, if any, for HV bushing shall be

obtained with the bushing mounted on the transformer.

The exterior of the transformer tank and other ferrous fittings shall be

thoroughly cleaned, scrapped and given a priming coat and two finishing coats of

durable oil and weather resisting paint of enamel. The colour of the finishing coats

shall be dark, admiral grey confirming to No 632 of IS:5/1961, “Colour for Ready

Mixed Paints” second revision.

Each transformer shall be provided with non-detachable rating and terminal

marking plates of weather proof material fitted in a visible position and showing

complete information as given in IS:1180 (Part - I)/ 1981 or any authoritative

standard for transformer.

The transformer shall be capable of withstanding the power frequency and

impulse test voltage as prescribed in relevant ISS.

LIST OF FITTINGS TO BE PROVIDED WITH TRANSFORMER:

Two numbers earthing terminals.

One number three-position oil level gauge.

Two numbers lifting lugs.

One number rating diagram and terminal marking plate.

One number silica-gel breather of weatherproof design.

One number top filter valve (25mm with adopter for 16mm hose) with

plug.

One number 25mm drain cum sampling valve with plug.

One-number filling hole with airtight cap.

One number conservator tank with drain plug and filling hole with

airtight cap.

One number air release plug main tank top cover.

One number explosion vent.

No of Corrections:

Page No 51 Signature of the Tenderer

Four numbers unidirectional roller.

Three sets of arcing horns (on HT side).

Three numbers outdoor type HT bushing on one side of the tank.

Four numbers LT bushing on other side of the tank.

One number OFF load tap changer +5% to –10% at steps of 2.5% with

position indicator and locking arrangement.

One set of radiators welded to the tank.

Installation of Transformer: -The installation shall confirm to Indian Standard

Code of Practice IS: 1886/1967 and meet with the approval of the Electrical

Inspectorate and other statutory bodies. The transformer shall be positioned with

acceptable clearance all around.

Visual inspection shall be conducted for mechanical damage to any part of

parts, leaking tanks, tubes and bushings. Suitable steps shall be taken to rectify the

defects immediately.

Before connecting the transformer to the supply, the tank must be earthed by

two separate and distinct connections through two separate copper leads of not less

than 40 x 6mm cross section each. All connections to the earthing system should be

visible for inspection. Gas or water pipes should not be used for such earth

connection.

The star point of LV winding shall be earthed by means of two separate and

distinct earth conductors of not less than 40 x 6 mm strips. Earth resistance shall

not exceed 2 ohms. The Contractor shall provide necessary earthing system to

achieve the required earth resistance.

The transformer along with its accessories shall confirm in all respect to the

latest publication of relevant Indian Standards Specifications and IS: 2026/ 1977, IS:

1180/ 1989 and IS: 6600.

Lightning Arrestor:

Supply: - The contractor shall supply the 12KV Lightning Arrestors. Non-linear

resistor type distribution class lightning arrestor with 12 KV RMS voltage rating and

10 KA standard discharge current shall be used. The lightning arrestor shall confirm

to IS: 3070 ( Part –I) /1974.

No of Corrections:

Page No 52 Signature of the Tenderer

All other materials required for installation of lightning arrestor such as nut

bolts etc shall be provided by the contractor.

Installation of Lightning Arrestor: - The 11KV lightning arrestor shall be fixed to the

Top channel as per REC specification, CESCO norms and I.E. Rules complete as per

direction of Engineer-in-charge.

Air Break Switch:

Supply: - The contractor shall supply the 11KV AB switch. The 11KV AB switch shall

be despatched to work site after conducting the pre-delivery factory inspection and

issue of despatch clearance by this office or his authorised representative. The

contractor shall make arrangement for transportation of these materials to the work

site and store, handle and erect it at his own cost.

The Air Break Switch (A.B. Switch) shall be horizontal gang operated two-

insulator version rotating type confirming to relevant Indian Standard specification

amended up to date. There shall be two numbers 12 KV post insulators per phase. It

shall be rated to carry a nominal current of 200 Amp or more at rated frequency. The

contacts shall be self-aligned, high-pressure jaw type and shall be made of

electrolytic copper. The operating handle shall be made of 6-metre long single length

32mm NB medium gauge GI pipe. Pad locking arrangement shall be provided at both

“ON” and “OFF” position. The supporting channel shall be made of hot dip galvanised

75mm x 40mm mild steel channel.

All other materials required for installation of AB switch such as nut bolts etc

shall be provided by the contractor.

Installation of AB switch: - The 11KV AB switch shall be fixed to the structural

member of the DP structure as per REC specification, CESCO norms and I.E. Rules

complete as per direction of Engineer-in-charge.

Horn Gap Fuse:

Supply: - The contractor shall supply the 11KV HG fuse. The Horn Gap Fuse (H.G.

Fuse) shall be suitable for horizontal mounting confirming to relevant Indian

Standard specification amended up to date. There shall be two numbers 12 KV post

insulators per phase. It shall be rated to carry a nominal current of 400 Amp at rated

frequency. Arcing horns made of silver plated copper rods with screwing arrangement

No of Corrections:

Page No 53 Signature of the Tenderer

shall be provided. All other materials required for installation of HG fuse such as nut

bolts etc shall be provided by the contractor.

Installation of HG Fuse: - The 11KV HG fuse shall be fixed to the structural member of

the DP structure as per REC specification, CESCO norms and I.E. Rules complete as

per direction of Engineer-in-charge.

Distribution Boards: -

The LT distribution box shall be outdoor type suitable for floor mounting. The

contractor shall supply all materials required for completion of work. Distribution

boards shall be earthed effectively at two points from two separate & distinct earth

electrodes by means of GI flat.

All the LT Distribution Boards shall be suitable for operation in 3 phase/

single phase, 415/ 240 Volts, 50Hz, neutral grounded at transformer system. All

Distribution Boards shall generally confirm to all relevant Indian Standards amended

up to date.

Enclosure: The substation panel shall be of out-door floor mounted cubicle type

totally enclosed double front having hinged doors, dust, damp and vermin proof

construction LT panel board suitable for 415 V, 50 HZ, ac System. This should be

made out of 2/1.8mm thick CRCA sheet steel fabricated for IP 54 Degree of

protection. The structure will be of rigid welded/ bolted construction and the

enclosure should be acid treated for rust proofing, thoroughly cleaned before

painting. All doors and covers shall be fully gasketed with neoprene PVC strips and

shall be lockable. All the hinged doors shall be effectively earthed with flexible copper

wires.

The structure will be mounted on a rigid base frame of MS channels of size 75

x 40 mm (Minimum size). The Distribution board will contain horizontal busbars

running throughout the length of the panel and be readily accessible. Each vertical

panel structure will contain a vertical wire/ cable alley with suitable supports.

Provision is to be made for permanently earthing the frames and other metal parts of

the Distribution Board through an Aluminium earth bar running throughout the full

length of the panel at the bottom. Lifting eyes for each whipping section are to be

provided. Ventilation arrangement in the form of finely divided wire mesh shall be

provided at both sides towards the top.

No of Corrections:

Page No 54 Signature of the Tenderer

All the doors shall be interlocked with the operating handle mechanism of

equipment fixed in the chamber such as ACB, MCCB etc so that the door cannot be

opened when they are ON. Knock out holes of appropriate sizes and number shall be

provided on detachable plates in the board in conformity with the location of

incoming and outgoing cables/ conduits. No apparatus shall project beyond and edge

of the panel. No holes, other than meant for fixing the panel shall be drilled within

13mm of the edge of the panel.

Painting:- All steel works used in the construction of the panel must undergo a

rigorous metal treatment process. All sheet steel components shall be Degreased,

Pickled & Phosphatised to prevent the surface from rusting & ensure better paint

adhesion. All components shall be Passivated to remove water contaminants, which

may affect the corrosion resistance. After the above chemical process, all components

shall be dried in drying chamber.

Two coats of primer cum surfacer shall be applied to ensure good rust

inhibitive properties ensuring a good adhesion between metal surface and paint. After

the above operation, the panel is to be applied with putty filling and the surface shall

be rubbed thoroughly by sandpaper to provide a flaw less surface. Then a final coat

of stoving enamel paints will be applied, which would ensure a uniform and good

surface finish.

Bus bar System :- The arrangement of bus bars shall confirm to IS:375/1963. The

bus bars and inter-connections shall be of electrolytic annealed copper or high

conductivity electrolytic wrought aluminium of rectangular cross section as specified

in Bill of Quantities. The bus bars shall be suitable for carrying full load current for

phases & neutral bus bars at worst ambient conditions and shall be extensible on

either side. Main horizontal bus bar shall be of uniform cross section throughout the

length of the panel.

The bus bars shall be supported on SMC/ DCM/ Glass fibre reinforced

polyester, non-breakable non-hygroscopic, arc resistant, flame retardant moulded

support insulators at regular intervals. The bus bar shall have high insulation

resistance, high rigidity, high tracking index with built in anti tracking ribs providing

high creep-age distances to withstand the forces arising from short circuit in the

system. Bus bars shall be thoroughly cleaned at the joint locations and contact

grease shall be applied just before making a joint. These are insulated by HEAT

No of Corrections:

Page No 55 Signature of the Tenderer

SHRUNK PVC SLEEVES to provide additional protection against accidental contact

and to prevent failure in the presence of foreign matter. The PVC SLEEVES shall be

colour coded in phase sequence of R-Y-B & N. All bus bar shall be provided in a

separate chamber and properly ventilated. Separate bus bar shall be provided for

power supply to control wiring controlled by suitable rating MCB.

A separate horizontal earth bus bar made of Aluminium flats of adequate size

to be provided at the bottom of all cubicles along length of the panel with necessary

terminating arrangements for outgoing and external earth conductor.

The maximum current density shall be considered as 1.0 Amp/ sqmm for

Aluminium and 1.5 Amp/sqmm for copper bus bar. The minimum clearance between

the phases shall be 25 mm and between phase and earth shall be 20mm. The

interconnection between bus bar and switchgear of rating above 63A shall be through

strips having 125% of the switchgear current rating.

The entire bus bar shall be covered on the front with a Bakelite sheet barrier.

In longer sections of bus bar, provision shall be made for thermal expansion by

providing flexible joints made out of multi-foil thin copper/ aluminium foils. All joints

shall be of clamped type as far as possible, else, of bolted construction with double

cover fishplates.

Wiring: - All connections between pieces of apparatus or between apparatus and

terminal on a board shall be neatly arranged in a definite sequence, following

arrangements of the apparatus mounted there on, avoiding unnecessary crossings.

Wire interconnections shall be colour coded and connected to terminals only by

soldered lugs/ crimped lugs without cutting away the strands. No interconnecting

wires shall come in contact with the live bus bar other than the terminal points.

The control wiring shall be carried out with 1.1 KV grade PVC insulated

stranded copper conductor only. The control wires shall be of 2.5-sqmm copper for

CT circuits and 1.5-sqmm copper for the rest. The control wires shall be neatly

bunched together inside PVC trunking securely fasten to the compartment properly

marked with ferrules at the end. Wires shall be properly colour coded.

All the power & control wiring are to be brought to the wiring alley and

terminated on screw less terminal blocks of proper rating. Light points controlled by

No of Corrections:

Page No 56 Signature of the Tenderer

door switch shall be provided in each cubicle. One number 15A-plug socket shall be

provided in the panel for providing power for future maintenance.

Cable Termination:- Panels shall be designed to facilitate PVC cable entry from

bottom. Removable gland plates of 2mm thickness shall be provided. Sufficient

spaces for incoming/ outgoing connections are to be provided to avoid sharp bending

of cables. All terminal blocks are to be located in the cable alley such that they allow

easy approach for the termination/ attendance of outgoing power/ control cables.

Spare outgoing terminals to be provided as and when required.

Arrangement Of Switchgears & Instruments: - The switches shall be so arranged that

fuses are not alive when the switch is in OFF position. No apparatus shall project

beyond and edge of the panel. No switch body shall be mounted within 25mm of any

edge of the panel. The various live parts shall be effectively screened by barriers of

non-hygroscopic, non-inflammable insulating materials or shall be so spaced that an

arc can be maintained between such parts and earth. All items of switchgears shall

be readily accessible and all connections, including those to instrument and

apparatus, be easily traceable. All switchgears above 63A rating and breakers shall

be provided with door interlocks so as to open only in OFF position. All MCCBs shall

be provided with external operating handle. The ON, OFF, TRIP (where available),

Rating marking and nomenclature plates shall be provided near operating handle.

Adequate space shall be provided for accommodating various instruments.

These shall be accessible for testing and maintenance without any accidental contact

with live parts of circuit breakers, switchgear, bus bar and inter-connections. The

indicating lamps shall be provided with individual switch and fuses. The voltmeters

shall be provided with fuses for each phase.

Danger Board:- An enamelled danger notice plate shall be provided on each board

connected to medium voltage supply or above.

Cable:-

Supply:- All required materials shall be supplied and erected by the Contractor. The

cable shall generally confirm to IS:1554/1996 amended upto date. It shall consist of

a multiple core, as required, of stranded aluminium conductor of nominal cross

section as mentioned in bill of quantities. The conductors shall be insulated with PVC

compound by extrusion method. Each core of the cable up to 10-sqmm shall be

No of Corrections:

Page No 57 Signature of the Tenderer

circular. For cables of higher cross section, the cores shall be shaped. The cores of

the cable shall be laid up and surrounded by inner sheath of PVC wrapping. GI wire/

strip armours of suitable size and numbers shall be applied over the PVC insulation.

The armours shall be applied as closely as possible. The outer sheath shall be

provided over the armours by means of extruded PVC compound. The PVC compound

to be used as insulation of conductor and sheath of cable shall be suitable to operate

at a maximum conductor temperature of 70 degree Celcius. The cables shall be

wound on wooden cable drums and shall be marked with the following information.

Name of Manufacturer with ISI mark and number

Batch No & Date of Manufacture

Size of Cable Length of Cable

The rate quoted per Metre of cable shall be firm. The payment would be made

as per actual quantity of cable supplied.

Cable Laying & Installation:- The cables shall be of approved make and tested at

factory in presence of Engineer-in-charge or his authorised representative. The cables

shall be despatched to the work site packed on wooden drums with both ends

properly sealed. Jointing of the cables in between the terminal points shall be avoided

as far as possible. For longer length of cable exceeding the normal length of

manufacture, cables may be joined by means of jointing kits only. The cables shall be

tested for insulation resistance by 500-volt insulation Megger for cables up to 1100-

volt grade and by 2500-volt insulation Megger for cables beyond 1100V grade prior to

laying of the same. Cable loops for future requirement shall be kept at both ends as

per direction of the Engineer-in-charge.

One number 6 swg G.I. wire in case of single phase 230V a.c. system and

either 2 numbers 6 swg G.I. wire or 2 numbers suitable size G.I. flat in case of multi

phase 400V or more a.c. system shall run all along the trench or tray with the cables

as earth continuity conductor. The supply and laying of earth continuity conductor

such as G.I. wire or flat has been considered separately in the schedule of quantity.

Minimum bending radius for PVC insulated armoured cables shall be 1200mm. At joints and terminals, the individual cores of multi-core cable should never be bent so that radius of bending is less than 12 times the overall diameter of the cable.

No of Corrections:

Page No 58 Signature of the Tenderer

Wherever more than one cable shall exist, suitable marker tags inscribed with cable identification details shall be permanently attached to all cables in the man hole, pulpits, joints, open ducts, under ground cables etc at suitable intervals.

The laying and installation of cable shall be carried out as per IS:1255/1983. Cable trenches shall be excavated cutting all types of soil and rock upto a minimum depth of 750mm for L.T. cables & 1200mm for H.T. cables and of appropriate width (not less than 350mm) to accommodate the cables and cable protecting materials within the tendered rate.

The sides and bottom of the trench shall be dressed and filled with 75mm thick layer of fine sand. The cables shall then be laid with bricks on both side of each cable continuously along the length. Space between the bricks shall be filled with fine sand upto 75mm above the top of the cable. The top layer bricks shall be placed side by side continuously as protective cover. The horizontal distance between the adjacent cables shall be minimum 200mm. The clearance between the outer cables to the sides of the trench shall be at least 150mm.

In case of multiple tiers, same procedure shall be applied keeping a vertical clearance of 300mm among the tiers and the top most layers shall be kept at a depth of 750mm for LT cables and 1200mm for H.T. cables from finished ground level.

The trench shall then be filled up with the excavated materials free from stone or sharp edged debris and duly compacted. A crown of earth neither less than 50mm nor more than 100mm in the centre and tapering towards the sides of the trench shall be left to allow for subsidence.

Cable route markers shall be installed at salient and strategically located points parallel to and 500mm or so away from the edge of the trench for easy identification of cable routes at a maximum interval of 10 metre for straight run.

In locations such as road crossing, pipeline crossing, entry to buildings or poles in paved area etc, the cables shall be laid in pipes or closed ducts. Pipes provided for entry to building shall slope upward to prevent entry of water to the building. Stone ware, cast iron, NP-2 class RCC pipes or medium class M.S./G.I. pipe of appropriate diameter shall be laid during the construction to avoid damage later on.

In case of stone ware pipes, a 100mm thick 1:3:6 cement concrete covering shall be provided. In case of cast iron or RCC pipes no concrete covering is required. The collars in case of RCC pipes shall be embedded by 1:2:4 cement concrete. Top surface of pipe shall be at a minimum depth of 1.0 metre. The minimum size of hume pipes shall not be less than 100mm in diameter for a single cable and not less than 150mm for multiple cables.

No of Corrections:

Page No 59 Signature of the Tenderer

The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of the cable. In one pipe, single core cables shall not be laid individually but instead, all the three/four cables of the same system shall be laid.

Earthing

The earthing installations shall generally conform to IS:3043/1966 and

requirements of Indian Electricity Rules, 1956.

All three-phase medium voltage equipments shall be earthed by two separate

and distinct connections with earth through earth electrodes. Single phase

equipments shall be earthed at least at one point. In case of high & extra high

voltages, the neutral point shall be earthed by not less than two separate and distinct

connection with earth each having its own electrode.

An earthing electrode shall not be situated within a distance of 1.5 metre from

the building whose installation system is being earthed. The cross sectional area of

earth continuity conductor in electrical installation shall no where be less than 16swg

copper or 14swg GI wire. The earth resistance for various installations shall be

restricted within the following maximum permissible limits.

Distribution Substations : 2 ohms

Industrial Buildings : 4 ohms

Non industrial Buildings : 5 ohms

Earth continuity inside an

installation

: 1 ohm(From electrode to any point in

installation)

The following types of earthing installations shall in general be provided.

(a) Pipe earthing

Pipe Earthing

Pipe earth electrodes shall be of perforated class B G.I. pipe of specified length

and diameter. Galvanising of pipes shall conform to relevant ISS. The G.I. pipe

electrode shall be cut tapered at the bottom and provided with holes of 12mm dia

drilled not less than 75mm from each other in zigzag manner upto 500mm from the

top of the electrode. A pair of 50mm x 5mm G.I. flat clamp with 2 nos 18mm dia

drilled holes on either side shall be welded to the electrode at about 150mm below

the top of the pipe.

No of Corrections:

Page No 60 Signature of the Tenderer

The electrode shall be buried in the ground vertically with its top not less than

200mm below the ground level. The pipe earth electrode shall be surrounded by,

either salt & charcoal in alternate layers or a homogeneous mixture of the both, for a

radius of about 150mm and upto a height of about 250mm below the top of the

electrode. The balance portion of the excavated pit shall be filled with good quality

soil and properly compacted.

A brick masonry chamber with hinged cast iron/ removable RCC inspection

cover of size 300mm x 300mm shall be constructed within the tendered rate.

Watering arrangement shall be made with funnel and wire mesh fixed by means of a

reducer socket on the top of the electrode.

All materials required for earthing such as earth electrode, salt, charcoal etc

shall be supplied by the Contractor.

Earthing leads:

GI flats / wire of appropriate size as specified in bill of quantities shall be

laid as earthing lead. For earthing of cross arms No-6 GI wire shall be used as

earthing lead.

Danger Notice Board:

All the overhead line supports and distribution equipments shall be fitted with

danger notice boards mentioning the system voltage confirming to IS: 2551/1963.

The danger notice boards shall be fitted at a height of 3000mm above the ground

level in case of overhead line supports. It shall be made of a 1.6mm thick mild steel

sheet duly derusted, primered, vitreous enamelled with white letters and marked with

conventional skull and bone signal in red colour. The "Danger" & its appropriate

translated word along with the system voltage shall be written in Oriya, English and

Hindi languages. The sizes recommended are as follows

For low & medium voltages up to 650 Volts : 200mm x 150mm

For high voltages above 650 Volts : 250mm x 200mm

No of Corrections:

Page No 61 Signature of the Tenderer

Approved Make of Materials

Sl No Description Approved Makes Offered Make

(Specify)

1. Transformer Alstom/Alfa/ OEU/ OTPL

2. Porcelain Insulators BHEL/ Jayshree/ WS or

equivalent.

3. A.B. Switch Sigma/ Orissa Electrum

4. HG Fuse Sigma/ Orissa Electrum

5. Cable NICCO/ Finolex/ CCI/

Incab/ Asian/ Fort

Gloster/Polycab/Havells

6. Distribution Boards ESS/ Technocrat/ Utkal/

Jena Enterprise/ Power

Tech

7. MCCB/ SDF L&T/ Siemens/ ABB/

Legrand/GE/C&S/Alstom

No of Corrections:

Page No 62 Signature of the Tenderer

BILL OF QUANTITIES

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

1 Supply, installation, testing and

commissioning of 500 KVA

11/0.433 KV out door type copper

wound transformer with Off load

Tap changer +5% to –10% at steps

of 2.5%, fittings and accessories as

per technical specification, first

filling of transformer oil, LT end

termination box with extended

copper bus for termination of cable

3 nos. 3 ½ core 300-sqmm Ar. Al.

cable with cable glands complete

as required as per technical

specification and direction of

Engineer-in-charge. Set 1.0

(Rate in words:

2 Supply of all required materials

and construction of plinth for

above transformer of size 2 x 2x

1.5m (height) above GL complete

with excavation of pit in all kinds

of soil & rock, 4” thick PCC base,

20” wide brick wall foundation, 10”

wide brick wall super-structure,

sand filling of the void, 6” thick

RCC slab on the top, 1:6 cement

mortar plastering of the exposed

surface, complete as per technical Nos. 1.0

No of Corrections:

Page No 63 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

specification and direction of

Engineer-in-charge.

(Rate in words:

3. Supply of all required materials

and construction of 3 m wide

substation DP structure with 10 m

long 200 x 100 RS joist (ISMB)

pole, MS channels and angles for

Lightning arrestor, A.B. switch,

H.G. fuse, cantilever arrangement,

bracing, nut bolts, excavation of

pit in all kinds of soil & rock, base

padding, concreting, couping,

painting of poles and structural etc

complete as required as per

technical specification and

direction of Engineer-in-charge. Set 1.0

(Rate in words:

4. Supply, installation, testing and

commissioning of 11KV, 400A, TP

horizontal gang operated type AB

switch with operating pipes handle

& I hook etc. complete as per

technical specification and

direction of Engineer-in-charge. Set 1.0

(Rate in words:

5. Supply, installation, testing and

commissioning of 11KV, 400A, TP

Horn Gap fuse complete as per Set 1.0

No of Corrections:

Page No 64 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

technical specification and

direction of Engineer-in-charge.

(Rate in words:

6. Supply, installation, testing and

commissioning of 12 KV

distribution class lightning

arrestors complete as per technical

specification and direction of

Engineer-in-charge. Nos. 3.0

(Rate in words:

7. Supply, delivery, installation,

testing & commissioning of L.T.

outdoor floor mounted type

substation panel boards made out

of 2/1.8mm thick CR sheet metal

cubicle fixed on ms angle frame

work, duly acid treated for

derusting, primered and painted

with 2 coats of enamel paint of

approved shade; IP-52 class of

protection, having hinged door and

compartment arrangement each

cubicle, having provision for cable

entry, earthing studs as per

specification mentioned below duly

factory wired conforming to the

relevant ISS and as per special

conditions of contract making good

the damages caused complete as

No of Corrections:

Page No 65 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

per the direction of Engineer-in-

charge.

Incoming: 1 No 800A TP MCCB

Bus bars: 4 Nos. 1000A electrolytic

copper strips.

Outgoing: 3 nos. 400A TPN SDF

with HRC fuses

1 nos. 100A TPN SDF with HRC

fuses

Instruments: 1 no 0-500V volt-

meter with selector switch &

control fuses

1 no 0-400/800A ac ammeter with

selector switch and CT.

3 Nos. LED type phase indicating

lamps Nos. 1.0

(Rate in words:

8. Supply, delivery, laying & testing

of following size of PVC insulated,

PVC sheathed, GI round/ strip

armoured stranded aluminium

conductor power cable of 1100 volt

grade confirming to IS:1554/ 1978

amended up to date, laid directly

in ground including cost of

excavation of earth in all kinds of

soil & rock, sand cushioning,

protective brick covering in 16

No of Corrections:

Page No 66 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

bricks per metre fashion, refilling

the trench with excavated soil free

from rock & sharp edges, cable

end termination complete with

making good the damages caused

as required and as per direction of

Engineer-in-charge.

(a) 3 ½ core 300 sq mm (3 runs from

transformer to panel) Mtr 45.0

(Rate in words:

9. Supply, installation, testing and

commissioning of ladder type

cable support made of MS Channel

as required for LT out going cables

as per technical specification with

clamps and nut bolts complete as

required as per technical

specification and direction of

Engineer-in-charge. Nos. 1.0

(Rate in words:

10. Supply, installation, testing and

commissioning of Glow sign board

of size 6’-0” x 4’-0” with required

lettering, 8 Nos. 36 watt

fluorescent tube lights, angle iron

support, cable laying from

distribution board etc complete as

per technical specification and

direction of Engineer-in-charge. Nos. 1.0

No of Corrections:

Page No 67 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

(Rate in words:

11 Supply, installation, testing and

commissioning of HT stay set

complete with insulator, 7/8 GI

stay wire, clamps & bolt-nuts

including excavation of pit in all

kinds of soil & rock, mass

concreting etc complete as per

technical specification and

direction of Engineer-in-charge. Nos. 2.0

(Rate in words:

12 Supply and installation of GI pipe

earthing 3-m long 50-mm diameter

class-B perforated GI pipe earth

electrode buried in ground with

alternate layers of salt and

charcoal up to the earth chamber,

watering pipe with funnel, earthing

chamber with RCC cover,

excavation in all kinds of soil and

rock complete in all respect as per

IS: 3043 and as per direction of

Engineer-in-charge Nos. 5.0

(Rate in words:

13 Supply of all materials & fixing /

laying of 50x6 GI flat for earth

connection including excavation of

trench in all kinds of soil & rock,

cutting, welding and bolting of flats Mtr 120.0

No of Corrections:

Page No 68 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

complete as per technical

specification and direction of

Engineer-in-charge.

(Rate in words:

14 Supply of all materials & fixing /

laying No. 6 GI wire for earth

connection including excavation of

trench in all kinds of soil & rock,

cutting, soldering and bolting of

wire complete as required as per

technical specification and

direction of Engineer-in-charge. Mtr 200.0

(Rate in words:

15 Supply of all materials as required

and construction of (10") brick

masonry boundary wall up to 5'

height from GL complete with

excavation of pit in all kinds of soil

& rock, 4” thick PCC base, 20”

wide x 6” thick and 15” wide brick

wall foundation, 10” wide brick

wall super-structure, sand filling of

the void, 1:6 cement mortar

plastering of the exposed surface,

complete for S/S yard fencing

complete as required as per

technical specification and

direction of Engineer-in-charge. Mtr 37.0

(Rate in words:

No of Corrections:

Page No 69 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

16 Supply of all materials as required

and construction of barbed wire

fencing on the top of the boundary

wall with 50 x 50 MS angle iron

supports fixing by concreting on

the wall, laying & fixing of barbed

wire, painting of fencing post

complete as required as per

technical specification and

direction of Engineer-in-charge. Mtr 37.0

(Rate in words:

17 Supply of all materials as required

and spreading of sand (150 mm

thick) & 40 mm hand broken HG

metal (150 mm thick) for entire

S/S yard complete as required as

per technical specification and

direction of Engineer-in-charge. Sqm 100.0

(Rate in words:

18 Supply of all materials as required

and installation of double leaf ms

grill gate of size 10'x 5'-6" made

out of 25 x 25 x 5 ISA frame 25 x 5

ms flat along with 1’-8” x 1’-8”

brick pillar for fixing the gate,

foundation for pillar, concreting,

painting of gate complete as

required as per technical

specification and direction of Set 1.0

No of Corrections:

Page No 70 Signature of the Tenderer

Sl No

Description Unit Qnty Rate in Rs Amount in Rs.

Engineer-in-charge.

(Rate in words:

19 Supply of all materials as required

and painting of boundary wall,

gate pillars, transformer & panel

plinth with one coat of cement

wash and double coat approved

shade cement complete as required

as per technical specification and

direction of Engineer-in-charge. Set 1.0

(Rate in words:

20 Supply & installation of 3 nos. fire

buckets on MS stand including

painting complete as required as

per technical specification and

direction of Engineer-in-charge. Set 1.0

(Rate in words:

21 Undertaking site development

works including cutting of bushes,

levelling by cutting / filling of

foreign soil complete as required as

per technical specification and

direction of Engineer-in-charge. Set 1.0

(Rate in words:

Total Amount Rs.

Amount in Words: Rupee