.l l0/12'5 - energy.rajasthan.gov.in · RAJASTHAN NATY.q. VIDYUT PRASARAN NIGAM LIMITED Regd. Offi...
Transcript of .l l0/12'5 - energy.rajasthan.gov.in · RAJASTHAN NATY.q. VIDYUT PRASARAN NIGAM LIMITED Regd. Offi...
RAJASTHAN NATY.q. VIDYUT PRASARAN NIGAM LIMITEDRegd. Offi ce :VidyutBhawanJyoti Nagar; Jai pur-3 02005
[Corpora{e Identity Number (CIN) : U40 1 09 RJ2000SGC0 I 6485 ]
OFFICE OF THE EXECUTIVE ENGINEER (T&C) SIKARFatehpur Road, Sabalpura, Sikar - 332001
Email Id: [email protected]. in; Webs ite : www'rvpn.co' in
NIB No.- 01 / 2016-17
Sealedbidsareinvitedtiomcompetentandexperiencedcontractors/lrrmsfbrAugmentationof .l 32l33 KV, l0/12'5
MVA Power Transfbrmer at 132 KV GSS, Antroti (sikar) as per details given belorv:-
NIB NO. 0y 2016-17
WORK DESCRIPTION Augmentation of 132133, 10112.5 MVA Power
Transformer at 132 KV GSS,
Antroli(Sikar)I-AST DATE AND TIME FOR BID SUBMISSION 16.03.2017. UPTO 2.3OPM
DATE AND TIME OF OPENING OF BID r6.03.2017.3.00 PM
ESTIMATED COST Rs.97.492.00
BID SECURITY TO BE DEPOSITED tls.2000.00
COST OF THE BID SPECIFICATION NIL
VALIDITY OF OFFER 9o oavs FRoM THE DATE oF oPENINGOIT BID
GENERAL INSTRUCTIONS REGARDING BID:
L The bidder, in their own interest is requested to read very caretully the bid documents before
submitting the bid. The bidder can download bid documents tiom the website
rvpn.co.i n/raj.energy.gov. i n
2. The bid shoutd be aidressed to the Executive Engineer ('l&C), Ra.iasthan Ra.iya Vidyut Prasaran
Nigam Limited, Sikar.
3. Th; bid shall be submitted in closed/sealed envelope duly super scribed "Augmentation of 132/33
KV, 10/12.5 MVA Power Transformer at 132 KV GSS, Antroli (Sikar), NIB No. - 01 / 2016-17"
4. All additions and or alterations in the bid must beclearly initialled by the bidder.
5. Bids received late, fiom the date & time indicated above, due to any reason or incomplete bids shall
not be accepted for consideration.
6. All the documents required i.e. G-schedule shall be submitted by the bidder duly filled up in all
respect with seal & signature on each page.
7. Th; Bid is beinginviied by the Executive Engineer (T&C), Raiasthan Rajya Vidyut Prasaran Nigam
Limited Sikar having offlcl at 220 KV GSS Pi'emises on Sikar- Fatehpur Road, Sikar and bid is to be
sent on aforementiJned address through registered post or handed over personally' E-mail id is
xc,n.tno.sikarilj'ilvon.co. in and contact no. is 94 I 33 9393 3'g. ela *itt be aicepteffio 02.30 PM of dated 16.03.20 l7 and rvill be opencd on the same day i'e' on
dt.16.03.2017 at 3.00 pM in the presence ofbidders or their representative, who wish to be present'
A
tE,/ \t__-EXECUTI VE ENdINEER (T&C)
RVPN, SIKAR
BID SPECIFICATION NIB O1/2016-17)
SCOPE: This specification covers Augmentation of 132133 KV, 10112'5 MVA Power
Transformer at 132 KV GSS, introli (Sikar).The procurement process shall be
governed by RTPP Act,20l2 and RTPP Rules,20l3'
1. The procurement is being done through single stage bid'
2. RVPN does not bind himself to accept the lowest or any other bid and reserve the right
to reject any or all bid(s) without assigning any reason thereof'
3. RVPN reserves the right to award this work wholly or partly to any other contractor also'
4. RVpN reserves the right to terminate the contract at any time by giving 1 5 days notice in
writing without assigning any reason thereof'
5. In case of any violation of terms & conditions of contract or unsatisfactory service/
performance, RVPN reserves the right to terminate the contract by giving 15 days notice
to the contractor.
6. The cost of Bid Specification (non refundable) and bid secr'rrity as given above shall be
deposited by crossed demand draft oR Banker'scheqr,re in the name of Accounts officer
(T&C), RVPN, Sikar.
7. Any Bid not accompanied receipt for depositing of cost of Bid Specification and Bid
Security (equivalent toZYoof estimated value) shall be rejected and the Bid will not be
opened.
8. Conditional bids will not be accepted'
9. No interest shall be payable on such deposits'
10. RVPN reserves the right to forfeit bid security or a part thereof in circumstance, which
according to him indicate that the bidder is not earnest in accepting/executing any order
placed under the specification and under following conditions:-
(i) when the bidder withdraws or modifies its bid after opening of bids'
(ii) when the bidder does not execute the agreement, if any, after placement of work
order within the time sPecified'
(iii) when the bidder fails to commence the service or execute work as per work order
within the time sPecified.
(iv) When the bidder does not deposit the performance security within specified period
after the work order is Placed.
(v) If the bidder breaches any provision of code of integrity prescribed for bidders
specified in the RTPP Act-2012lRules-2013'
11. Thequoted rate(s) shall be valid for90 days frorll the date of bid opening'
lZ. The Bid Security of unsuccessful bidders shall be refunded soon after final acceptance of
successful bid and signing contract agreement and submitting performance securlty
13. The work of Augmentation of transformer will be cotnpleted within 03 months from the
date of layout given by the work incharge.
14. If work is not completed within scheduled completion period, penalty @0'5% per week
or part thereof will be recovered from contractor's bills for unexecuted work subject to
maximum of 5Yo.
15. Payment will be'arranged through the AO (T&C), RVPN, Sikar after deducting all
statutory deductions as per rules come into force from tirne to time.
16. All sorts of T&p required for the job will be arranged by the contractors at his own
source and cost.
17. The purchaser res'erves the right to cancel any part or complete tender without assigning
any reason.
lg. In case of dispute arise between the purchaser and the contractor the decision of the
zcz(T&C),RVPN, Ajmer will be final & binding on both the parties.
19. The successful contractor will execute the contract agreement on non- judicial stamp
paper @0.Z5yo of the contact value of Govt. of Rajasthan within l0 days of issue of
work order.
20. Only such bidders can participated in the BID who has successfully completed EHV
construction work(s) during last five year from the date of opening of BID'
lrl\t--EXECUTIVE, ENCINEER (T&C)
RVPN, SIKAR
APPENDIX
. Annexure -A: Compliance with The Code of Integrity and No Conflict of
Interest
Any person participating in a procurement process shall -
(a) Not offer any bribe, reward or gift or any material benefit either directly or
indirectly in exchange for an unfair adv'antage in procurement process or to
othentise influence the procurement process;
(b) Not misrepresent or omit that misleads or attempts to mislead so as to obtain a
financial or other benefit or avoid an obligation;
(c) Not indulge in any collusion, Bid rigging or anti - competitive behaviour to
impair the transparency, fairness and progress of the procurement process;
(d) Not misuse any information shared between the procuring Entity and the
Bidders with intent to gain unfair advantage in the procurement process;
(e) Not indulge in any coercion including impairing or harming or threatening to do
the same, directly or indirectly, to any party or to its property to influence the
procurement Process;
(f) Not obstruct any investigation or audit of a procLlrement process;
(g) Disclose conflict of interest, if any;and
(h) Disclose any previous transgressions with any Entity in India or any other
country during the last three years or any debarment by any other procuring
entity.
Conflict of Interest:-
The Bidder participating in a bidding process must not have a conflict of interest.
A.conflict of interest is considered to be a situation in which a party has
interests that coutd improperly influence that party's performance of official duties
or responsibilities, contractual obligations, or compliance with applicable laws and
regulations.
i. A Bidder may be considered to be in conflict of interest with one or more
parties in abiding
Process if, including but not limited to:
a. have controlling partners/shareholders in common; or
b. receive or have received any direct or indirect subsidy frorn any of them;or
c. have the same legal representative for purposes of the Bid; or
d. have a relationship with each other, directly or through common thirdparties, that puts them in a position to have access to information about orinfluence on the Bid of another Bidder, or influence the decisions of the
Procuring Entity regarding the bidding process; or
e. the Bidder participates in more than one Bid in a bidding process.
Participation by a Bidder in more than one Bid will result in the
disqualification of all Bids in which the Bidders is involved. However, this
does not limit the inclusion of the same subcontractor, not otherwiseparticipating as a Bidder, in more than one Bid; or
f. the Bidder or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the Goods, Works
or Services that are the subject of the Bid: or
g. Bidderor any of its affiliates has been hired (or is proposed to be hired) by
the procurement Entity as engineer-in-charge/consultant for the contract.
o Annexure -B: Declaration by the Bidder regarding eualificationsDeclaration by the Bidcler
In relation to my/our Bid submitted 1o......... ..........for procurementof...................................in response to their Notice Inviting BidsNo.............. ..Dated.........................1/we hereby declare under Section7 of Rajasthan Transparency in public procurement Act,2012that:
1. I/we possess the necessary professional, technical, financial and managerialresources and competence required by the Bidding Document issued by theProcuring Entity;
2. l/we have fulfilled my/our obligation to pay such of the taxes payable to theunion and the State Government or any local authority as specified in theBidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not havemylour affairs administered by a court or a judicial officer, not have my/ourbusiness activities suspended and not the subject of the legal proceedings forany of the foregoing reasons;
4. rlwe do not have, and our directors and officers not have, been convicted ofany criminal offence related to mylour professional conduct or the making offalse statements or misrepresentations as to mylour qualifications to enter intoprocurement contract within a period of three years preceding thecommencement of this procurement process, or not have been otherwisedisqualified pursuant to debarment proceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and theBidding Document, which rnaterially affbcts fair competition;
Date:
PlaceSigrrature of bidder
Name:
Designation:
Address:
o Annexure -C: Grievance Redressal during Procurement process
The designation and addresses of the First Appellate Authority is
The designation and addresses of the Second Appellate Authority is
(l) Filling an Appeal
lf any Bidder or prospective bidder is aggrieved that any decision, action oromission of the Procuring entity is in contravention to the provisions of the
Act or the Rules or the Guidelines issued there under, he may file an appeal
to First Appellate Authority, as specified in the Bidding Document within a
period of ten days from the date of such decision or action, omission, as the
case may be, clearly giving the specific ground or grounds on which he
feels aggrieved:
Provide that after the declaration of a Bidder as successful the appeal may
be filed only by a Bidder who has participated in procurement proceedings:
Provided further that in case a Procuring Entity evaluates the Technical
Bids before the opening of the Financial Bids, an appeal related to the
matter of financial Bids may be filed only by a Bidder whose Technical Bid
is found to be acceptable.
(2) The officer to whom an appeal is filled under para (l) shall deal with the
appeal as expeditiously as possible and shall endeavour to dispose it ofwithin thirty days from the date of appea[.
(3)If the officer designated under para (l) fails to dispose of the appeal filed
within the period specified in para (2), or if the Bidder or prospective bidder
or the procuring Entity is aggrieved by the order passed by the First
Appellate Authority, the Bidder or prospective bidder or procuring Entity,
as the case may be, may file a second appeal to Second Appellate Authority
specified in the Biding Document in this behalf within fifleen days from the
expiry of the period specified in para (2) or of the date of receipt of the
order passed by the First Appellate Authority, as the case may be.
(4)Appeal not to lie in certain cases
No appeal shall lie against any decision of the Procuring Entity relating to
the
Following matters, namely:-
(a) Determination of need of procurement;
(b)'Provisions limiting participation of Bidders in the Bid process;
(c) The decision of whether or not to enter into r.regotiations;
(d) Cancellation of procurement process;
(e) Applicability of the provisions of confidentiality.
(5) Form of APPeal
(a)Anappealunderpara(1)or(3)aboveshaltbeintheannexedformalongwithaSmanycopiesastherearerespondentsintheappeal.
(b)Everyappealshallbeaccompaniedbyanorderappealedagainst'ifany,affidavitverifyingthefactsstatedintheappealandproofofpayment of fee.
(c) Every appeal may be presented to First Appellate Authority or Second
Appellate Authority, as the case may be' in person or through
registered post or authorised representative'
(6)Fee of filing APPeal
(a)Feeoffirstappealshallberupeestwothousandfivehundredandforsecond appeal shatl be rupees ten thousand, which shall be non-
refundable.
(b) The fee shall be paid in the form of bank demand draft or banker's
chequeofthescheduledBankinlndiapayableinthenameofAppellate AuthoritY concemed'
(7) Procedure for disposal of Appeal
(a) The nirst Appellate Authority or Second Appellate Authority, as the
case may be, upon filing of appeal, shall issue notice accompanied by
copyofappeal'affidavitanddocuments,ifany,totherespondentsandfix date of hearing.
(b) on the date fixed for hearing, the First Appellate Authority or Second
Appellate Authority, as the case may be, shall'-
(i) Hear allthe parties to appeal present before him; and
(ii)Peruseorinspectdocuments,.relevantrecordsorcopiesthereofrelating to the matter.
(c)Afterhearingthepar.ties,perusalorinspectionofdocumentsandrelevant records or copies thereof relating to the matter, the Appellate
Authorityconcernedshallpassanorderinwritingandprovidethecopyoforder to the parties to appeal free ofcost'
(d) The order passed under sub-clause(c) above shall also be placed on the
State Public Procurement Portal'
Appellant's Signature
.Annexure -D: Additional Conditions of Contract
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, the Procuring Entity willcorrect arithmetical errors during evaluation of Financial Bids on the following basis:
i. if there is a discrepancy between the unit price and the total price that is obtainedby multiplying the unit price and quantity, the unit price shall prevail and the totalprice shall be corrected, unless in the opinion of the Procuring Entity there is an
obvious misplacement of the decimal point in the unit price, in which case the totalp[rice as quoted shallgovern and the unit price shall be corrected;
ii. If there is an error in a total corresponding to the addition or subtraction ofsubtotals, the subtotals shall prevail and the total shall be corrected; and
iii. If there is a discrepancy between words and figures, the arnount in words shallprevail, unless the amount expressed in words is related to an arithmetic error, inwhich case the amount in figures shall prevail subject to (i) and (ii) above.
lf the Bidder that subrnitted the lowest evaluated Bid does not accept the correction oferrors, its Bid shall be disqualified and its Bid security shall be forfeited or its BidSecuring Declaration shall be executed.
2. Procuring Entity's Right to vary Quantities
(i) At the time of award of contract, the quantity of Goods, works or servicesoriginally specified in the bidding Document may be increased or decreased by aspecified percentage, but such increase or decrease shall not exceed twentypercent, of the quantity specified in the Biding Docurnent. It shall be without anychange in the unit prices or other terms and conditions of the Bid and the
conditions of contract.
(ii) If the procuring Entity does not Procure any subject matter of procurement orprocures less than the quantity specified in the Bidding Document due to change incircumstances, the Bidder shall not be entitled for any claim or compensation
except otherwise provided in the Conditions of Contract.
(iii) ln case of procurement of Goods or Services, additional quantity may be
procured by placing a repeat order on the rates and conditions of the original order.
However, the additionalquantity shall not be more than25o/o of the value of Goods
of the original contract and shall be within one month from the date of expiry oflast .supply. lf the supplier fails to do so, the procuring Entity shall be free toarrange for the balance supply by limited Bidding or otherwise and the extra cost
incured shall be recovered from the supplier.
3. Dividing quantities among more than one Bidder at the time of award(In case of Procurement of Goods)
As a general rule all the quantities of the subject matter of procurement shall be
procured from the Bidder, whose Bid is accepted. However, when it is considered
that the quantity of the subject matter of procurement to be procured is very large
and it may not be in the capacity of the Bidder, whose Bid is accepted, to deliver the
entire quantity or when it is considered that the subject matter of procurement to be
procured is of critical and vital nature, in such cases, the quantity may be divided
between the Bidder, whose Bid is accepted and the second lowest Bidder or even
more Bidders in that order, in a fair, transparent and equitable manner at the rates of
the Bidder, whose Bid is accePted.
Rajasthan RajyaVidyutParsaran Nigam LimitedTransmission and Construction Circle-SE(T&C),RVPN,Sikar
G -Schedule for Erection of Equipments, Jumpering and Earthing work forAugmentation of Transformer at 132 KV GSS Antroli ,RVPN, Sikar
G-Schedule rates Based on BSR 20L1".S.No Particulars Unit Rate Quantity Amount
aJ BUS BAR WORKA. STRINGING of 220,132,33 &ll KV
bus bar of ACSR conductor includingtransportation of conductor, disc isolator andtension hardware from site store to location,laying and cutting required length ofconductor, cleaning and assembly of discinsulator as required along with fitting ofbolted type or compression type tensionhardware as made available (compressionmachine shall be provided by RVPN on rentbasis), making up at one end, stringing ofconductor between the beams with specitiedsag and tension, also equalizing sag and tittingspacers and spacer T- Clamps for twinconductor for three phase of conductor in eachsection .
i)Single ACSR panther
Section 875 I 875
ii) Single ACSR Zebra Section l0l9 -1 3057
4 STRINGING of earth wire (size7/3.l5mm of 714.00 mm), includingtransportation of earth wire, tension hardware,etc fiom site store to locations, laying andcutting required length of earth wire, fitting ofbolted type of compression type hardware as
made available (compression machine shall beprovided by RVPN on rent basis), making upat one end, stringing of earth wire betweenstructure peaks with specified sag and tensionumpiring and connecting earth bonds fbrsingle eafth wire.
Section 219 5 I 095
1 EARTH MESH WORK
A-1
Laying of earth mesh with 25128 mmdia M.S.Rod at a depth of 0.80m from toplevel of foundations ,including excavation oftrench of required depth and backfilling of thesame ,transportation of M.S.Rods fiom sitestore to locations ,welding of M.S.Rod toM.S.Rod along the length ,at the crossing andwith earth electrodes as per drawing,application of bitumen compound andcovering with bitumen impregnated tape on allwelded joint for all the type of soil prevalent at0.8m below top level of foundations (M.S.Rodof above sizes &M.S.Flat as required shall bemade available by RVPN)In case electricity is made available by RVPNwithout charee.
dry soilNormal Meter 25 50 1250
/
B-l
I Lal,ing of earthing riGr of 5bx-10mfr7-| 50xl2mm size M.S.Flar ar a depth of 0.gmj lorm the top level olfoundations ,includingI :*.llllion ofrrench otrequired deprh and
I backfilling of the same.transportarion o[I M.S.Flat lrom sire srore to locarions
I preparation ofrisers bending as per
J requrrement (alter heating if necessary),fixing
I on and welding / bolting to equipmenis /J
structure and peaks ol'structures.laying in the
I trench. welding ro the earrh ,resl.l oiVlS.Rodas per drawing .including welding olextralength of M.S.Flat if required , appiication ofbitumen compound and covering with bitumenimpregnated tape on all welded joints
,painting ofall surfaces ofrisers above groundlevel with red oxide and green paint , f-6r all
1ne lfn! ofsoil prevalent at 0.gm below toplevel of fbundations (M.S.Rod of above siies&M.S.Flat as required shall be made availablety RVPN), vars crEurrrolry ls maoe avarlable by RVpNwithout charee.
Normal dry soil Meter 29 250 7250
c-l
lPlacing I ori"ingffi| 25l28mm dia M.S.Rod ol lengrh 3.30 merer
| (approx)ro a depth ol'3.g0 meter lrom the rop
I level ol- foundations . including excavation of'
I Rit as required and back filling ol the same ,
I transportation ol' M.S.Rod l.rom site store to
I locations. cutring ol M.S. Rod to desired length
| .preparation olone end as spike il'necessa[ .
I welding of eanh electrodes [o earth mesh'ol'M.S.rod as per drar,ring, application ol'bitumen compound and covering with bitumenimpregnated tape on all we-lded joints ,painting of all surfaces of risers abore g.ounjlevel with red oxide and green paint ,-for all
lhe lype_of soil prevalent at3.gm below toplevel of foundations (M.S.Rod of above sizes&M.S.Flat as required shall be made availableby RVPN)
I
r, ldrs Ereulncrry ls maoe avallable by RVpNwithout charge.
Normal dry soil Nos. 213 5 1065
B.
JUMPERS of ACSR conductorJ-n6s.-Etype) between bus to equipment, or betweenequipment to equipment or between bus tobus, including transportation of conductor.disc insulator and hardware lrom site store tolocation, cleaning and assembly of discinsulator as required along with fitting olsuspension hardware and erection as requ'ired,cutting required length of conductor, makingconnection, fixing of spacer & spacer Tlclamp as required, tightening of clampsiconnectors, dressine etc.. fbr three nhase
i) srngle ACSR Zebra./ panther cond. Section 250 20 50005
I],KI,LI IUN OI,'SUts STATIONEQUIPMENTS
B
Erection of current transformer/ potentialtransformer / capacitive voltage transformer /series reactor / residual voltage transformer /natural current transformer with clamps &connectors, on already erected steel structureincluding transportation from site store tolocation tabrication of base frame fixing ofterminal connection tightening of nuts & boltsetc. complete in all respects.
ii) 132 KV CT/PT/CVT No. 1 063 aJ 3189
iii) 33 KV or 11 KV CT/PT No. 400 J 1200
C
Erection of lightening arrester on alreadyerected steel structure including transportationof lightening arrester, clamps & connectors,surge counter etc. from site store to location,f'abrication of base fiame, fixing of terminalconnectors, surge counter, tightening of nuts
& bolts etc. comolete in all respect.
ii) r32 KV No. r 069 1J 3201
iii) 33 KV or 1l KV No. 238 3 71,4
D
Erection of isolators on already erected steelstructure including transportation of base
frame, P.ls, contacts, mechanism-box, clamps& connectors etc. from site store to location,minor l-abrication ,as required, and fixing ofterminal connectors, for their smoothoperation and flnal adiustment ifrequired afterumnirins.
ii) 132 KV
a) without earth blade No. r 950 3 5850
iii) 33 KV or l1 KV
a) without earth blade No. 688 J 2064
G
Erection of 220 KV or 132 KV CircuitBreaker, including transporlation ofequipment, structure members, nuts & bolts,clamps & connectors, accessories etc. fromsite store to location, assembly of supportstructure their placing on fbundation, levelingand preparing fbr grouting as required, butexcluding grouting, assembly/ placing ofsupport columns/ poles mechanism box/control cubical. and other accessories as per
manufacturers drawing fitting of SF-6 gas
pipeline, fabrication of airl oil pipeline as
reuired, electrical wiring fiom pole to controlcubical, fixing of terminal connectors as
required, but excluding commissioning of CB,for all types of operating mechanism, as
reouired.
ii) 132 KV NO. ll438 11438
H
Erection of 33 KV or I I KV CircuitBreaker, including transporlation ofequipment, structure members, nuts & bolts,clamps & connectors, accessories etc. fromsite store to location, assembly of supportstructure their placing on fbundation, levelingand preparing for grouting as required, butexcluding grouting, assembly/ placing ofsuppoft poles, mechanism box etc. on supportstructure bs per manuf'acturers drawing, fittingof terminal connectors, etc. but excludingcommissionins of CB.
i) 33 or I I KV outdoor type (VCB/SF-61 NO. 5563 5563
5J Erection of 132 KV Class EHV Transformer( Tank already placed on foundation with
wheels),including transpoftation of accessoriesfrom site store to locations, erection ofHV,LV,IV &Neutral bushing , Main & OLTCconservators ,radiators , equalizing pipe line ,
marshaling kiosk etc. as per manuf-acturer ' s
drawing , preparation of oil , oil filling ,
dehydration of transformers ( filter machine
,oil tank & operating staffshall be provided byRVPN ), electrical wiring from individualequipment , e.g. Buchholz relay
,MOLG,OSR,etc.to marshaling kiosk,etc.butexcluding testing & commissioning oftransfbrmer.
aif electricitv is available & arraneed bvRVPN without charses:-(a) Transformerreceived oil filled
NOS 31625 I 31,625
6
Erection of Control & Relay Panels completein all respect including transportation fiom sitestore to control room, placing on foundation/cable trench as per layout, interconnectionbetu,een Control & Relay Panels and withexisting panels, fixing of side/ top cover anddoors, earlhing to existing earth strip incontrol room, connection of bus wiring toexisting panel and between Control & Relaypanel as required.
ii) Duplex panel No. 950 I 9s0
iii) Sirnple; panel No. 475 I 475
7
Erection of marshalling kiosk / line matchingunit (LMU)/ line matching & distribution unit(LMDU) complete in all respect includingtransportation from site store to location,placing on foundation/ cable trench as perlayout. preoarins
i) 220 or 132 KV Marshalling Kiosk No. 281 I 281
ii) 33 or I I KV Marshalling Kiosk No. t44 I 1.44
LAYING AND TERMINATION OFCABLES
t0
i) laying of PVC insulated unarmoured/armoured control cable of 1.1 KV grade withcopper conductor in cable trenches as per
specification as required, includingtransportaion of cable drums fiom site store tolocations, laying in cable trenches, cutting torequired length, placing them on cable racks/cables trays/ cable batten & dressing,including removing and re-fixing trench coveras required, making necessary connection,testing, cable marking on both the terminatingends, etc. as required for all sizes from 2cx2.5sq. mm. to 20cx2.5 sq. mm, 4cx4 sq. mm and4cx6 sq. mm,
A a) Unarmored control cable Mtr 4 2800 11200
TOTAL 97492
Total amount of work 97492.00
( Rs. Ninety Seven Thousand Four Hundred Ninety Two Only)
/
AYt 'Executive Engineer(T&C)
RVPN, Sikar
?oa) ,
Assistant Engineer (T&C)RVPN,Sikar
Add above /Below on BSR rates as above
Total=.......
I here declare that I have read the all terms & condition of the tender documents and agreed to comply the
terms & condition.
Signature of the Contractor with Seal