Section 4 Bidding Forms

  • Uploaded by: Aimee Carr
  • 0
  • 0
  • June 2020
  • PDF

This document was uploaded by user and they confirmed that they have the permission to share it. If you are author or own the copyright of this book, please report to us by using this DMCA report form. Report DMCA


Overview

Download & View Section 4 Bidding Forms as PDF for free.

More details

  • Words: 12,404
  • Pages: 59
Section-4- Bidding forms

4-1

Section 4 - Bidding Forms This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid

Table of Forms Letter of Technical Bid…………………………………………………………….……………………………..2 Letter of Price Bid ....................................................................................................................................3 Bid Security..............................................................................................................................................5 Technical Proposal ..................................................................................................................................6 Site Organization ......................................................................................................................................7 Method Statement ....................................................................................................................................8 Mobilization Schedule ..............................................................................................................................9 CONSTRUCTION SCHEDULE .................................................................................................................9 Personnel................................................................................................................................................12 Form PER – 1: Proposed Personnel ......................................................................................................12 Form PER – 2: Resume of Proposed Personnel ..................................................................................13 Equipment ..............................................................................................................................................14 Proposed Subcontractors/Manufacturers for Major Items of Plant and Services Error! Bookmark not defined. Manufacturer's Authorization ..................................................................... Error! Bookmark not defined. Time Schedule.............................................................................................. Error! Bookmark not defined. Bidders Qualification ................................................................................... Error! Bookmark not defined. Form ELI - 1: Bidder’s Information Sheet ..............................................................................................19 Form ELI - 2: JV Information Sheet........................................................................................................20 Form LIT - Pending Litigation ................................................................................................................21 Form FIN - 1: Financial Situation ...........................................................................................................22 Form FIN - 2: Average Annual Turnover................................................................................................23 Form FIN – 3: Financial Resources ......................................................................................................24 Form FIN- 4: Current Contract Commitments .....................................................................................25 Form EXP – 1: General Experience.......................................................................................................26 Form EXP – 2(a): Specific Experience ..................................................................................................27 Form EXP - 2(b): Specific Experience in Key Activities.......................................................................28 Price Schedule .......................................................................................................................................29 Schedule No. 1 - Plant Supplied from Abroad………………………………..…….…………………… .30 Schedule No. 2 - Plant Supplied from Within the Employer’s Country…….............................. ..32 Schedule No. 3 - Installation including survey & other services................................................ ..33 Schedule No. 4 - Grand Summary ........................ ………….………………………………….….……34 Quantum of Work/ Scope of work....................................................................................................35 Summary Price schedule A ( Material Part)……………………………..…………… ….…… ……....36 Summary Price schedule B ( Erection Part)……………………………………. …..………….......….37 Activity schedule – 1 A to 3 A & 1 B to 3 B…………………..…………….….…… … ……………....38-59

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-2

Section-4- Bidding forms

Letter of Technical Bid Date: ................................................. ICB No.: ................................................. Invitation for Bid No.: ................................................. To: .........................................................................................................................................................

We, the undersigned, declare that: (a)

We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b)

We offer to execute in conformity with the Bidding Documents the following Works:

(c)

Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of . . . . … days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d)

If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents;

(e)

Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries ( insert the nationality of the Bidder, including that of all parties that comprise the Bidder if the Bidder is a consortium or association, and the nationality of each Subcontractor and Supplier );

(f)

We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3;

(g)

We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13; Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible by ADB, under the Employer’s country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council;

(h)

(i)

We are not a government owned entity / We are a government owned entity but meet the requirements of ITB4.5; *

(j)

We agree to permit ADB or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the Bank.

Name .............................................................................................................................................. In the capacity of ............................................................................................................................ Signed ............................................................................................................................................ ........................................................................................................................................................ Duly authorized to sign the Bid for and on behalf of ........................................................................ Date ................................................................................................................................................ ........................................................................................................................................................

*

Use one of the two options as appropriate

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-3

Section-4- Bidding forms

Letter of Price Bid Date: ................................................. ICB No.: ................................................. Invitation for Bid No.: .................................................

To: .........................................................................................................................................................

We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8; (b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: (i) In Foreign Currency : US $ (ii) In Local Currency :Indian Rs. _______________________ (in figures)

_______________________ (in figures)

_______________________ (in Words)

_______________________ (in Words)

(d) The discounts offered and the methodology for their application are:

(e) Our Bid shall be valid for a period of . . . . . days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; (f) If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents; (g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: **

(h)

Name of Recipient

Address

Reason

Amount

........................................

.......................................

..............................

.....................

........................................

.......................................

..............................

.................... .

We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

(i) (j)

4-4

We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive. We agree to permit ADB or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the Bank.

Name .............................................................................................................................................. In the capacity of ............................................................................................................................ Signed ............................................................................................................................................ ........................................................................................................................................................ Duly authorized to sign the Bid for and on behalf of ........................................................................ Date ................................................................................................................................................ ........................................................................................................................................................

**

If none has been paid or is to be paid, indicate “none”

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-5

Bid Security Bank Guarantee ..................................................... Bank’s Name, and Address of Issuing Branch or Office ......................................................

Beneficiary:

.................................................. Name and Address of Employer .....................................................................

Date: ...............................................................................................................................................................................................

Bid Security No.:

.....................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder") has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of . . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”). Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee. At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder: (a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or (b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”) or (c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB. This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid. Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458. . . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . . Note: All italicized text is for use in preparing this form and shall be deleted from the final document

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-6

Technical Proposal Site Organization Method Statement Mobilization Schedule Construction Schedule Personnel Equipment Proposed Subcontractors for Major Items of Plant and Services Time Schedule

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-7

Site Organization

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-8

Method Statement

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-9

Section-4- Bidding forms

Mobilization Schedule

CONSTRUCTION SCHEDULE CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-10

S. No

Description of work

1

Opening of site stores

2

Detailed survey feeder - wise

Unit

Section-4- Bidding forms

Period in months from effective date

Month wise completion schedule 1

2

3

4

5

No.

a) Commencement b) Completion 3

Supply of important materials At Site

a

33 KV VCB

No.

a) Commencement b) Completion b

11 KV VCB

No.

a) Commencement b) Completion c

33 KV Control Relay Panel

No.

a) Commencement b) Completion d

11 KV Control Relay Panel

No.

a) Commencement b) Completion e

33 KV CT

No.

a) Commencement b) Completion f

11 KV CT

No.

a) Commencement b) Completion g

33 KV metering Equipments

No.

a) Commencement b) Completion h

11 KV Metering Equipment

No.

a) Commencement b) Completion i

PCC supports (Bay Pole)

No.

a) Commencement

j

b) Completion RS Joist supports/structure (Double welded) a) Commencement

k

AAA Dog Conductor

No.

b) Completion Km

a) Commencement b) Completion l

Pin Insulators with GI Pins

No.

a) Commencement b) Completion m

Disc Insulators with Hardware

No.

a) Commencement b) Completion n

Isolators

No.

a) Commencement b) Completion o

AB Switches

No.

a) Commencement b) Completion p

HT Trivector

No.

a) Commencement CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

6

7

8

9

10

11

&

SO

ON

4-11

S. No

Description of work

Unit

Section-4- Bidding forms

Period in months from effective date

Month wise completion schedule 1

2

3

4

5

b) Completion Copper Control Cable

q

Mtr

a) Commencement b) Completion Galvanized Fabricated Items

r

No.

a) Commencement b) Completion DO Fuse Units

s

No.

a) Commencement b) Completion Lightening Arrestors

t

No.

a) Commencement b) Completion GS Flat/GI Stay Wire/GI Wire

u

No.

a) Commencement b) Completion GI Pipe/GI Rod

v

No.

a) Commencement b) Completion 4

Installation of 33 KV VCB with CT & CRP

No.

a) Commencement b) Completion 5

Installation of 11 KV VCB with CT & CRP

No.

a) Commencement b) Completion 6

Erection 0f 33 KV Bay with VCB & Metering Arrangement

No.

a) Commencement b) Completion 7

R&M of Sub-stations

No.

a) Commencement b) Completion 8

Commissioning of Bay, VCBs and Handing over of one substation

No.

a) Commencement b) Completion

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

6

7

8

9

10

11

&

SO

ON

4-12

Section-4- Bidding forms

Personnel Bidders should provide the names of suitably qualified personnel to meet the requirements specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

Form PER – 1: Proposed Personnel 1.

Title of position* Name

2.

Title of position* Name

3.

Title of position* Name

4.

Title of position* Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-13

Section-4- Bidding forms

Form PER – 2: Resume of Proposed Personnel Position

Personnel information

Name

Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From

To

Company / Project / Position / Relevant technical and management experience

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-14

Section-4- Bidding forms

Equipment 1. The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. Item of Equipment

Equipment Information

Current Status

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current location

Details of current commitments

Indicate source of the equipment

Source

† Owned

2.

† Rented

† Leased

† Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner

Name of owner

Address of owner

Agreements

Telephone

Contact name and title

Fax

Telex

Details of rental / lease / manufacture agreements specific to the project

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-15

Section-4- Bidding forms

Proposed Subcontractors/Manufacturers for Major Items of Plant and Services The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Bidders are free to propose more than one for each item

Major Items of Plant and Services

Proposed Subcontractors/Manufacturers

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Nationality

4-16

Section-4- Bidding forms

Manufacturer's Authorization [The

Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]

ICB No.: [insert number of bidding process]

To: [insert complete name of Employer]

WHEREAS

We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are official manufacturers or agent authorized by the manufacturer of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following goods, manufactured by us [insert name and or brief description of the goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General Conditions of Contract, with respect to the goods offered by the above firm.

Signed:

Name: [insert

[insert signature(s) of authorized representative(s) of the Manufacturer]

complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title] Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing]

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-17

Time Schedule To be used by Bidder when alternative Time for Completion is invited in ITB 13.2.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-18

Bidders Qualification To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder. If the bidding was preceded by a prequalification process then the forms included in this section and used earlier during the prequalification process need to be completed only if the information submitted at the time of prequalification requires updating.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-19

Section-4- Bidding forms

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative (name, address, telephone numbers, fax numbers, e-mail address) Attached are copies of the following original documents.

‰

1.

In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

‰

2.

Authorization to represent the firm or JV named in above, in accordance with ITB 22.2.

‰

3.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

‰

4.

In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB 4.5.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-20

Section-4- Bidding forms

Form ELI - 2: JV Information Sheet Each member of a JV must fill in this form JV Information

Bidder’s legal name

JV Partner’s legal name

JV Partner’s country of constitution

JV Partner’s year of constitution

JV Partner’s legal address in country of constitution

JV Partner’s authorized representative information (name, address, telephone numbers, fax numbers, e-mail address) Attached are copies of the following original documents.

‰ ‰ ‰

1.

Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

2.

Authorization to represent the firm named above, in accordance with ITB 22.2.

3.

In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-21

Form LIT - Pending Litigation Each Bidder or member of a JV must fill in this form Pending Litigation

‰

No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

‰

Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Year

Matter in Dispute

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Value of Pending Claim in equivalent Indian Rs.

Value of Pending Claim as a Percentage of Net Worth

4-22

Section-4- Bidding forms

Form FIN - 1: Financial Situation Each Bidder or member of a JV must fill in this form Financial Data for Previous 3 Years [ Indian Rs. Equivalent] Year 1: 1.

Total Assets

2.

Current Assets

3.

Total Liabilities

4.

Current Liabilities

5.

Profits Before Taxes

6.

Profits After Taxes

7.

Year 2:

Year 3:

Net Worth [= 1 – 3]

8.

Working Capital [= 2 - 4]

9.

Return on Equity [= 5 / 7 of prior year]

‰

Attached are copies of the audited balance sheets, including all related notes, and income statements for the last three years, as indicated above, complying with the following conditions. •

All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.



Historic financial statements must be audited by a certified accountant.



Historic financial statements must be complete, including all notes to the financial statements.



Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-23

Section-4- Bidding forms

Form FIN - 2: Average Annual Turnover Each Bidder or member of a JV must fill in this form Annual Turnover Data for the Last 3 Years Year

Amount Currency

Exchange Rate

In Equivalent Indian Rs.

Average Annual Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for contracts in progress or completed, converted to Indian Rs. at the rate of exchange at the end of the period reported.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-24

Section-4- Bidding forms

Form FIN – 3: Financial Resources Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial Resources No.

Source of financing

1 2 3

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Amount (equivalent Indian Rs.)

4-25

Section-4- Bidding forms

Form FIN- 4: Current Contract Commitments Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. Current Contract Commitments 1. o.

2.

Name of Contract

3.

Employer’s

Contact Address, Tel, Fax

Value of Outstanding Work [Current Indian Rs. Equivalent]

1 2 3 4 5

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Estimated Completion Date

Average Monthly Invoicing Over Last Six Months [Indian Rs/month)]

4-26

Section-4- Bidding forms

Form EXP – 1: General Experience Each Bidder or member of a JV must fill in this form

General Experience Starting

Ending

Month

Month

Year

Year

Contract Identification and Title Years

Name and Address of Employer Brief Description of the Works Executed by the Bidder

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Role of Bidder

4-27

Section-4- Bidding forms

Form EXP – 2(a): Specific Experience Fill up one (1) form per contract. Contract of Similar Size and Nature Contract No . . . . . . of . . . . . .

Contract Identification

Award Date

Completion Date

Role in Contract

‰

Contractor

‰

Management Contractor

‰

Subcontractor

Total Contract Amount

If partner in a JV or subcontractor, specify participation of total contract amount

Indian Rs.

Percent of Total

Amount

Employer’s Name Address Telephone/Fax Number E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-28

Section-4- Bidding forms

Form EXP - 2(b): Specific Experience in Key Activities Fill up one (1) form per contract Contract with Similar Key Activities Contract No . . . . . . of . . . . . .

Contract Identification

Award Date

Role in Contract

Completion Date

‰

Contractor

‰

Management Contractor

‰

Subcontractor

Total Contract Amount

If partner in a JV or subcontractor, specify participation of total contract amount

Indian Rs.

Percent of Total

Amount

Employer’s Name Address Telephone Number Fax Number E-mail

Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

4-29

Section-4- Bidding forms

Price Schedule PREAMBLE General 1.

The Price Schedules are divided into separate Schedules as follows: Schedule No. 1: Plant/ Material Supplied from Abroad Schedule No. 2: Plant/Material Supplied from within the Employer’s Country Schedule No. 3: Installation, Survey and Other Services (Erection charges) Schedule No. 4: Grand Summary

2.

The Schedules do not generally give a full description of the plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Document and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit.

3.

If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with ITB 7 prior to submitting their bid.

Pricing 4.

Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement.

5.

Bid prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Document. The bidder should quote rates of each material / Item included in activity schedules (as applicable) The computed total cost/ rate of unit activity shall be indicated in the bid sheet . The computed total rate shall be further filled in the schedule 1 to 3 against various heads, accordingly. The total amount for each schedule 1 to 3 shall be summarized in a Grand Summary (Schedule-4) giving the total bid [Price(s)] shall be entered in the bid form.

6.

Payments will be made to the Contractor in the currency or currencies indicated under each respective item.

7.

When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-30

Schedules of Rates and Prices Schedule No. 1 - Plant / Material Supplied from Abroad (Material Part)

Item (Sr. No.)

Description

1

2

Total Price (US $)

Taxes and Duties

CIF

Foreign Currency

Local Currency

6

7=4x6

8

Unit Price (US $)

Country of Origin

Quantity

3

4

Foreign Currency 5

Details of column 2 to 6 are already mentioned in activity schedule 1 A to 3 A, hence need not be mentioned here. Please fill only column 7 and 8.

TOTAL Column 7 is to be carried forward to Schedule No. 4. Grand Summary

1. Fill the amount in Column 7 of this schedule as per the total of Column 6 of summary schedule A (Materials Part) 2. Fill the amount in Column 8 of this schedule as per the total of Column 9 of summary schedule A (Materials Part)

Name of Bidder_____________________

Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-31

Country of Origin Declaration Form Item

Description

Country

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-32

Schedule No. 2 – Plant/ Material Supplied from within the Employer’s Country (Material Part) Item (Sr No) 1

Description

Quantity

Ex Works Unit Price (Local Currency)

2 3 4 Details of column 2 to 4 are already mentioned in Activity Schedules 1 A to 3 A hence need not be mentioned here. Please only fill column 5, 6 and 7.

Total Ex Works Price (Local currency) 5=3x4

Taxes & duties (Local Currency)

Total Price (Local Currency)

6

7=5+6

Total of Column 5 is to be carried forward to Schedule no 4. Grand Summary Note 1. Fill the amount in Column 5 of this schedule as per the total of Column 11 of summary schedule A (Materials Part) 2. Fill the amount in Column 6 of this schedule as per the total of Column 14 of summary schedule A (Materials Part) Name of Bidder_____________________ Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-33

Schedule No. 3 - Installation including survey and other Services (Erection Part) Unit Price Sr No

Total Price

Item

Description

Quantity

Local currency Portion

Foreign Currency Portion (US $ only)

1

2

3

4

5

1

Inland freightstorage & insurance charges

Details pertaining to column 2 to 5 are already mentioned in Activity Schedules 1A to 3 A (Materials Part) hence need not be filled. Please fill up column 6 only.

2

Survey, Installation Testing & commissioning & other Services

Details pertaining to column 2 to 5 are already mentioned in Activity Schedules 1B to 3 B (Erection Part)hence need not be filled. Please fill up column 6 and 7 only.

3

Total of Column 6 and 7 is to be carried forward to Schedule no 4 Grand Summary.

Local currency Portion

Foreign Currency Portion (US $ only)

6

7

Notes : Fill the amount in Column 6 row 1 of this schedule as per the total of Column 15 of summary schedule A 1 (Material Part) 2 3

Fill the amount in Column 6 row 2 of this schedule as per the total of Column 10 of summary schedule B (Erection Part) Fill the amount in Column 7 row 2 of this schedule as per the total of Column 6 of summary schedule B (Erection Part) Name of Bidder : Signature & seal of Bidder :

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-34

Schedule No. 4 - Grand Summary Total 1

Schedule No.

Title

1

Plant Supplied from Abroad

2

Plant Supplied from Within the Employer’s Country

3

Installation and Other Services (Erection Part)

Foreign

Local

GRAND TOTAL (to be carried forward to Letter of Price Bid)

1

Specify currency in accordance with ITB 19.

Name of Bidder_____________________ Signature & Seal of Bidder____________

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-35

QUANTITY ABSTRACT OF WORK / SCOPE OF WORK 33 KV Bay

Sr. No

Name of Circle / District

33 KV Bay with R.S. Joist

33 KV Bay with P.C.C. Pole

2

1

3

0

3

0

1

2

0

2

2

1

2

0

13

6

Renovation & modernization of existing 33/11 kv substation (Nos. of S/s)

Proposal for installation of substation equipments

Provision of copper control cable and PVC allu. Cable Nos. of S/s

Nos. of S/s

No. of 33 KV VCB

No. of 11 KV VCB

15

15

8

31

15

17

17

17

49

17

4

5

4

6

5

4

5

5

5

5

-

5

5

7

5

5

5

5

9

5

5

5

6

6

5

50

57

50

113

57

INDORE REGION 1

Barwani (O&M)/ Barwani District

3

Dhar/ Dhar District UJJAIN REGION

4

Dewas / Dewas district

5

Shajapur/Shajapur District

6

Ratlam/Ratlam District

7

Mandsaur/Mandsaru District

7

Neemuch/Neemuch District TOTAL

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-36

Sr. No

Description

1 1.

2.

3.

2

NEW 33 KV BAYS ON RS JOIST (AS PER ACTIVITY SCHEDULE – 1 A) NEW 33 KV BAYS ON PCC Pole (AS PER ACTIVITY SCHEDULE – 2 A) Renovation & Modernization Of Existing 33/11 Kv SubStation (As Per Activity SCHEDULE – 3 A)

Unit

Quantity

Summary Schedule - A (Materials Part)

3

4

No.

13

No.

6

No.

----

Materials Supplied from abroad (Foreign Currency US $)

Material supplied from employer's country (Local Currency)

Taxes on imported materials (in local currency )

Unit CIF price in US $

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

5

6=4x5

7

8

9=7+8

Taxes on materials procured from within employer's country (in local currency ) Please mention Total amount i.e. unit rate x quantity

Unit Ex works Total Price CST/ VAT price

------

10

11 = 4 x 10

12

Total amount of Freightstorage including insurance charges

Entry Tax

Total Taxes

(Local Currency)

13

14 = 12 + 13

15

------

TOTAL Notes : 1. The total of Column 6 of this schedule is to be carried forward to column 7 of Schedule 1 - Plant/ Materials Supplied from abroad (Material part) 2. The total of Column 9 of this schedule is to be carried forward to column 8 of Schedule 1 - Plant/ Materials Supplied from abroad (Material part) 3. The total of Column 11 of this schedule is to be carried forward to column 5 of Schedule 2 - Plant/ Materials Supplied from within employer's country (Material part). 4. The total of Column 14 of this schedule is to be carried forward to column 6 of Schedule 2 - Plant/ Materials Supplied from within employer's country (Material part). 5.

The total of Column 15 of this schedule is to be carried forward to column 6 of Schedule 3 - Installation including survey and other services (Erection part) in the row showing transportation/ storage/ insurance charges

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-37

Sr. No.

1 1.

2.

1

Quantity

Summary Schedule B (Erection Part)

Description

Unit

2 NEW 33 KV BAYS ON RS JOIST (AS PER ACTIVITY SCHEDULE – 1 B) NEW 33 KV BAYS ON PCC Pole (AS PER ACTIVITY SCHEDULE – 2 B)

3

4

No.

13

Renovation & Modernization of Existing 33/11 Kv Sub-Station (As Per Activity SCHEDULE – 3 B)

No.

NOS.

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & Total Cost (Foreign commissioning Currency) Charges US $ (Unit Rate) 5

6

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7

8

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

6

-----

__

__

TOTAL Notes : 1.

The total of Column 6 of this schedule is to be carried forward to column 7 of Schedule 3 - Installation including Survey and other Services (Erection part) in the row 2 of the format.

2.

The total of Column 10 of this schedule is to be carried forward to column 6 of Schedule 3 - Installation including Survey and other Services (Erection part) in the row 2 of the format.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-38

ACTIVITY SCHEDULE-1-A (MATERIAL PART) 1. CONSTRUCTION OF ADDL. 33 KV BAY ON RS JOIST 175 x 85 MM AT EXISTING 33/11 KV S/s WITH VCB AND

S. No

1 1.1 1

2 3 4 5 6 7

8

9 10

11

Description

Unit

2 3 33 KV BAY MATERIAL PER NO. Bus Bar Structure using RS Joist 175x85 mm (2 Nos. joist welded together to form a No. support) including provision of base plate 0.2x0.5x0.5m size. Metering equipment support structure using RS Joist No. 175x85 mm Hot Dip Galvanized MS DC Cross arm (100x50mm),4.8 Set Mtr centre for bus bar Strain set with hardware No. suitable for Dog conductor for 33 KV bus 33 KV Pin Insulator with GI No. Pin 33 KV Isolators (800A) No. Terminal clamp for No. Isolators(Hydraulic clamp) Concreting of structure 0.7 CMT concreting in foundation & 0.2 CMT in muffing. Ratio Cmt 1:3:6(1: cement3:sand 6: 40 mm dia aggregate stone) for each structure. AAA 100 sq mm Dog Km conductor T-clamps for jumpering of 100 No sq mm Dog conductor(Hydraulic clamp) 33 KV VCB with feeder Control & Relay Panel and 200-100/5 Amps. CTs with No mounting structure and junction box complete for feeder protection.

Quantity

33 KV METERING EQUIPMENT

4

Materials Supplied from abroad (Foreign Currency US $) Unit CIF Country of price in US origin $ 5 6

Taxes on imported materials (in local currency )

Total Price CST/ VAT Entry Tax (US $) 7=4x6

8

9

Material supplied from employer's country (Local Currency)

Unit Ex works Total Price price 10 = 8+9 11 12 = 4 x 11 Total Taxes

2

1 6 15 6 2 12

1.8

0.05 6

1

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured from within employer's country (in local currency ) Please mention total amount i.e. unit rate x quantity

Total Freightstorage including insurance charges

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No

1

Description

4-39

Unit

2 3 Terminal Clamps for 12 No VCB(Hydraulic clamp) T-clamps for jumpering of 13 No VCB(Hydraulic clamp) Foundation of VCB. Ratio 14 1:3:6 (1: cement3:sand 6: 40 Cmt mm dia aggregate stone) 15 Control cabling LS 16 Painting of structure LS 110V, 5 A Kwh meter for 33 17 No KV metering. With meter box. Hot Dip Galvanized MS Nuts 18 LS & Bolts 19 Cable trench for VCB LS 33 KV/110 Volt oil immersed 20 No CTPT unit 200/5 Amp (ME) Pipe earthing using Medium class GI earth pipe 3 mtr longx40 mm dia including accessories and providing masonry enclosures, with concrete cover plate 21 Reinforced 3'' thick with No handle, watering arrangements and providing Charcoal 65 Kgs & salt 5 Kgs as required complete and as per attached technical Specification and drawing. 7/4 SWG GI Stranded wire for 22 LS earthing Labeling for name of feeder yellow color base and back color digits to indicate the title 23 No using 50 mm of digits as per technical specification of tender. Yard Metalling with 40mm BT/ 24 LS Basalt metal TOTAL (1.1) Notes :

Quantity

Section-4- Bidding forms

4

Materials Supplied from abroad (Foreign Currency US $) Unit CIF Country of price in US origin $ 5 6

Taxes on imported materials (in local currency )

Total Price CST/ VAT Entry Tax (US $) 7=4x6

8

9

Material supplied from employer's country (Local Currency)

Unit Ex works Total Price price 10 = 8+9 11 12 = 4 x 11 Total Taxes

6 3 7.0

1

1

1

1

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured from within employer's country (in local currency ) Please mention total amount i.e. unit rate x quantity

Total Freightstorage including insurance charges

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No

1 1. 2. 3. 4.

Description

4-40

Unit

Quantity

Section-4- Bidding forms

Materials Supplied from abroad (Foreign Currency US $)

Taxes on imported materials (in local currency )

Material supplied from employer's country (Local Currency)

Taxes on materials procured from within employer's country (in local currency ) Please mention total amount i.e. unit rate x quantity

Total Freightstorage including insurance charges

Unit CIF Unit Ex Country of Total Price Total CST/ Entry (Local price in US CST/ VAT Entry Tax works Total Price Total Taxes origin (US $) Taxes VAT Tax Currency) $ price 2 3 4 5 6 7=4x6 8 9 10 = 8+9 11 12 = 4 x 11 13 14 15 = 13+14 16 The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 5 & 10 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity schedule. The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity schedule. All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding. All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bay, ,structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-41

S. No

1 1.2 1 2 3 4 5 6 7 8

9

10 11

12

13

Description

2 33 KV BAY ERECTION PER NO. Bus Bar & ME Structure Pit digging including, erection of pole Shifting of material (other than pole) to pole pits Transportation of structure from road side to pole pits for a lead of 1.0 Km DC Cross arm fixing complete for bus bar Fixing of strain set with hardware suitable for Dog conductor for 33 KV bus Fixing of 33 KV Pin Insulator with GI Pin Erection of 33 KV Isolators (800A) Fixing of terminal clamp for Isolators(Hydraulic clamp) Concreting of structure 0.7 CMT concreting in foundation & 0.2 CMT in muffing. Ratio 1:3:6(1: cement3: sand 6: 40 mm dia aggregate stone) for each structure. Stringing of AAA 100 sq mm Dog conductor Fixing of T-clamps for jumpering of 100 sq mm Dog conductor(Hydraulic clamp) Fixing of 33 KV VCB with feeder Control & Relay Panel and 200-100/5 Amps. CTs with mounting structure and junction box complete for feeder protection. Fixing of terminal Clamps for VCB(Hydraulic clamp)

Unit

Quantity

ACTIVITY SCHEDULE – 1-B (ERECTION PART) CONSTRUCTION OF ADDL. 33 KV BAY ON RS JOIST 175 x 85 MM AT EXISTING 33/11 KV S/s WITH VCB AND 33 KV METERING EQUIPMENT

3

4

No.

2

No.

2

No.

2

Set

6

No.

15

No.

6

No.

2

No.

12

CMT

1.8

Km

0.05

No.

6

No.

1

No.

6

Foreign Currency Part Labour charges for the services being provided from abroad

Local Currency Part Labour charges for the services being provided from within employer's country

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost

Total Amount of Service Tax including Education Cess Local Currency

5

6=4x5

7

8=4x7

9

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Total Charges payable in Local currency

10 = 8 + 9

S. No

1 14 15 16 17 18 19 20 21

22

23 24

25

Description

2 Fixing of T-clamps for jumpering of VCB(Hydraulic clamp) Foundation of VCB. Ratio 1:3:6 (1: cement3:sand 6: 40 mm dia aggregate stone) Laying of control cabling Painting of structure Fixing of 110V, 5 A Kwh meter for 33 KV metering. With meter box. Fixing of Hot Dip Galvanized MS Nuts & Bolts Construction of cable trench for VCB Fixing of 33 KV/110 Volt oil immersed CTPT unit 200/5 Amp Pipe earthing using Medium class GI earth pipe 3 mtr longx40 mm dia including accessories and providing masonry enclosures, with concrete cover plate -Reinforced 3'' thick with handle, watering arrangements and providing Charcoal 65 Kgs & salt 5 Kgs as required complete and as per attached technical Specification and drawing. 7/4 SWG GI Stranded wire for earthing Labeling for name of feeder yellow color base and back color digits to indicate the title using 50 mm of digits as per technical specification of tender. Yard Metalling with 40mm BT/ Basalt metal TOTAL (1.2)

4-42

Unit

Quantity

Section-4- Bidding forms

3

4

No.

3

CMT

7.0

Foreign Currency Part Labour charges for the services being provided from abroad

Local Currency Part Labour charges for the services being provided from within employer's country

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost

Total Amount of Service Tax including Education Cess Local Currency

5

6=4x5

7

8=4x7

9

Total Charges payable in Local currency

10 = 8 + 9

LS LS No.

1

LS LS No.

1

No.

1

LS No.

1

LS

Notes : 1

The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 5,7 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row corresponding to this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

S. No

Description

4-43

Unit

3

Quantity

Section-4- Bidding forms

4

Foreign Currency Part Labour charges for the services being provided from abroad

Local Currency Part Labour charges for the services being provided from within employer's country

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost

Total Amount of Service Tax including Education Cess Local Currency

5

6=4x5

7

8=4x7

9

Total Charges payable in Local currency

10 = 8 + 9

1

2

2

All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-44

ACTIVITY SCHEDULE -2-A (MATERIAL PART) 2. CONSTRUCTION OF ADDL. 33 KV BAY ON PCC POLE AT EXISTING 33/11 KV S/s WITH VCB AND

S. No.

Description

Unit

1 2 3 2.1 33 KV BAY MATERIAL PER NO. 350 Kg 7 m long PCC Pole for Bus Bar Structure for addl. bay on 33 1 No. KV side 2 Nos. & 2 Nos. for metering equipment Hot Dip Galvanized MS DC Cross 2 arm (100x50mm),4.8 Mtr centre for Set bus bar Strain set with hardware suitable 3 No. for Dog conductor for 33 KV bus 4 33 KV Pin Insulator with GI Pin No. 5 33 KV Isolators (800A) No. Terminal clamp for 6 No. Isolators(Hydraulic clamp) Concreting of structure 0.7 CMT concreting in foundation & 0.2 7 CMT in muffing. Ratio 1:3:6(1: CMT cement3: sand 6: 40 mm dia aggregate stone) for each Pole. 8 AAA 100 sq mm Dog conductor Km T-clamps for jumpering of 100 sq 9 mm Dog conductor(Hydraulic No. clamp) 33 KV VCB with feeder Control & Relay Panel and 200-100/5 Amps. 10 CTs with mounting structure and No. junction box complete for feeder protection. Terminal Clamps for 11 No. VCB(Hydraulic clamp) T-clamps for jumpering of 12 No. VCB(Hydraulic clamp) Foundation of VCB. Ratio 1:3:6 (1: 13 cement3:sand 6: 40 mm dia CMT aggregate stone) 14 Control cabling LS

Quantity

33 KV METERING EQUIPMENT

4

Materials Supplied from abroad (Foreign Currency US $) Unit CIF Country of price in US origin $ 5 6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

2

6 15 6 2 12

1.8 0.05 12

1

6 3 7.0

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Material supplied from employer's country (Local Currency) Unit Ex works price 11

Taxes on materials procured from within employer's country (in local currency ) Please mention total amount i.e. unit rate x quantity

Total Price

CST/ VAT

12 = 4 x 11

13

Entry Tax Total Taxes 14

15 = 13+14

Total Frieghtstorage including insurance charges (Local Currency) 16

S. No.

Description

4-45

Unit

Quantity

Section-4- Bidding forms

Materials Supplied from abroad (Foreign Currency US $) Unit CIF Country of price in US origin $ 5 6

Total Price (US $)

Taxes on imported materials (in local currency )

CST/ VAT

Entry Tax

Total Taxes

Material supplied from employer's country (Local Currency) Unit Ex works price 11

Total Price

Taxes on materials procured from within employer's country (in local currency ) Please mention total amount i.e. unit rate x quantity CST/ VAT

Entry Tax Total Taxes

Total Frieghtstorage including insurance charges (Local Currency)

1 2 3 4 7=4x6 8 9 10 = 8+9 12 = 4 x 11 13 14 15 = 13+14 16 15 Painting of structure LS 110V, 5 A Kwh meter for 33 KV 16 No. 1 metering. With meter box. Hot Dip Galvanized MS Nuts & 17 LS Bolts 18 Cable trench for VCB LS 33 KV/110 Volt oil immersed CTPT 19 No. 1 unit 200/5 Amp (ME) Pipe earthing using Medium class GI earth pipe 3 mtr longx40 mm dia including accessories and providing masonry enclosures, with concrete cover plate -Reinforced 20 3'' thick with handle, watering No. 1 arrangements and providing Charcoal 65 Kgs & salt 5 Kgs as required complete and as per attached technical Specification and drawing. 7/4 SWG GI Stranded wire for 21 LS earthing 22 Coil earthing No.s. 4 Labeling for name of feeder yellow color base and back color digits to 23 indicate the title using 50 mm of No. 1 digits as per technical specification of tender. Metering Equipment support 24 No. 1 structure Yard Metalling with 40mm BT/ 25 LS Basalt metal TOTAL (2.1) Notes : 1 The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 5 & 10 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity schedule. 2 The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity schedule. 3 All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding. 4 All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bays, structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-46

Bidder’s Seal & Signature

S. No.

1 2.2 1

Description

2 33 KV BAY ERECTION PER No.

Unit

Quantity

ACTIVITY SCHEDULE – 2-B (ERECTION PART) CONSTRUCTION OF ADDL. 33 KV BAY ON PCC POLE AT EXISTING 33/11 KV S/s WITH VCB AND 33 KV METERING EQUIPMENT

3

4

No

2

No

2

No

2

Set

6

No

15

6

Pit digging for PCC pole Shifting of material (other than pole) too pole pits Transportation of structure from road side to pole pits for a lead of 1.0 Km DC Cross arm fixing complete with top clamp and pin insulators for bus bar Fixing of strain set with hardware suitable for Dog conductor for 33 KV bus Fixing of 33 KV Pin Insulator with GI Pin

No.

6

7

Erection of 33 KV Isolators

No

2

8

Terminal clamp for Isolators(Hydraulic clamp) Concreting of structure 0.7 CMT concreting in foundation & 0.2 CMT in muffing. Ratio 1:3:6(1: cement3: sand 6: 40 mm dia aggregate stone) for each Pole. Stringing of AAA 100 sq mm Dog conductor Fixing of T-clamps for jumpering of 100 sq mm Dog conductor(Hydraulic clamp) Fixing of 33 KV VCB with feeder Control & Relay Panel and 200-100/5 Amps. CTs with mounting structure and junction box complete for feeder protection. Fixing of Terminal Clamps for VCB(Hydraulic

No

12

CMT

1.8

Km

0.05

No

12

No

1

No

6

2 3 4 5

9 10 11 12 13

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

5

6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate)

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

7

8=4x7

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

S. No.

1

4-47

Description

Unit

Quantity

Section-4- Bidding forms

2

3

4

No

3

CMT

7.0

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

5

6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7

8=4x7

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

clamp) 14 15 16 17 18 19 20 21

22

23 24 25 26

Fixing of T-clamps for jumpering of VCB(Hydraulic clamp) Foundation of VCB. Ratio 1:3:6 (1: cement3:sand 6: 40 mm dia aggregate stone) Laying of control cabling Painting of structure Fixing of 110V, 5 A Kwh meter for 33 KV metering. With meter box. Hot Dip Galvanized MS Nuts & Bolts Construction of Cable trench for VCB Fixing of 33 KV/110 Volt oil immersed CTPT unit 200/5 Amp Pipe earthing using Medium class GI earth pipe 3 mtr longx40 mm dia including accessories and providing masonry enclosures, with concrete cover plate Reinforced 3'' thick with handle, watering arrangements and providing Charcoal 65 Kgs & salt 5 Kgs as required complete and as per attached technical Specification and drawing. 7/4 SWG GI Stranded wire for earthing Coil earthing Labeling for name of feeder yellow color base and back color digits to indicate the title using 50 mm of digits as per technical specification of tender. Yard Metalling with 40mm BT/ Basalt metal

LS LS No

1

LS LS No

1

No

1

LS Nos.

4

No

1

LS

TOTAL (2.2)

Notes : 1

The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 5,7 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row corresponding to this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

S. No.

1 2

4-48

Description

Unit

Quantity

Section-4- Bidding forms

2

3

4

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate)

Total Cost (Foreign Currency) US $

5

6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7

8=4x7

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

S. No.

1 (3.1) I 1

2

3

4

5

6 i ii 7 i ii II 8

ACTIVITY SCHEDULE -3-A (MATERIAL PART) RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s

Description

2

Unit

3

Quantity

3.

4-49

4

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $ 5

6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s Vacuum Circuit Breaker & Accessories 33 KV Outdoor Porcelain Clad Vaccuum Circuit Breaker with Structure No. 50 for VCB & CTs as per Technical specification of Tender 11KV Outdoor Porcelain Clad Vaccuum Circuit Breaker with Structure for VCB No. 113 & CTs as per Technical specification of Tender Indoor Control Panel for Transformer Protection 33 KV Vacuum Circuit No. 46 Breaker as per Technical Specification of Tender Indoor Control Panel for Transformer Protection 11 KV Vacuum Circuit No. 10 Breaker as per Technical Specification of Tender Indoor Control Panel for Feeder Protection 11 KV Vacuum Circuit No. 87 Breaker as per Technical Specification of Tender Single Phase 33KV Outdoor Type Oil Immersed Current Transformer as per Technical Specification of Tender Current Ratio 300-150/5-5 Amp No. 93 Current Ratio 200-100/5-5 Amp No. 42 Single Phase 11KV Outdoor Type Epoxy Moulded Dry Type Current Transformer as per Technical Specification of Tender Current Ratio 300-150/5-5 Amp No. 144 Current Ratio 200-100/5-5 Amp No. 132 DC System 30 Volt 100 AH storage Type Lead Acid No. 37

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price 11

12 = 4 x 11

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No.

1

Description

2

Battery with Mounting Rack as per Technical Specification of Tender 30 Volt 10 Ampere Battery Charger as 9 per Technical Specification of Tender III AIR BREAK SWITCH New AB Switch 11 KV as per Technical 10 Specification of tender 11 IV 12 13 V 14

VI 15 16 17 18 19

VII 24 25 VIII

New AB Switch 33 KV as per Technical Specification of tender AIR BREAK ISOLATOR New AB Isolator 11 KV (600A)as per Technical Specification of tender. New AB Isolator 33 KV (800A) as per Technical Specification of tender. 33 KV DO FUSE UNIT 33KV, 3 Phase New DO fuse Assembly complete with Operating Mechanism, Base Channel etc. as per Technical Specification of tender for each phase separately. STRANDED 1100V, PVC INSULATED & SHEATHED COPPER CABLE (UNARMOURED) AS PER TECHNICAL SPECIFICATION OF TENDER 12 Core X 2.5 Sq. mm. 10 Core X 2.5 Sq. mm. 8 Core X 2.5 Sq. mm. 4 Core X 2.5 Sq. mm. 2 Core X 2.5 Sq. mm. STRANDED, 1100V, PVC INSULATED & SHEATHED ALUMINIUM CABLE (UNARMOURED) AS PER TECHNICAL SPECIFICATION OF TENDER 2 Core X 6 Sq. mm. 4 Core X 16 Sq. mm. INSULATOR

4-50

Unit

Quantity

Section-4- Bidding forms

3

4

No.

37

Set

106

Set

57

Set

28

Set

21

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $ 5

6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

Set No.

41

Metre Metre Metre Metre Metre

1927 2141 4215 1609 5423

Metre 3133 Metre 8784

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price 11

12 = 4 x 11

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No.

1 26 27 28 IX 29

30

X 31

32

33 34 XI

Description

2 11 KV Pin Insulator With G.I. Pin as per Technical Specification of tender 33 KV Pin Insulator with G.I. Pin as per Technical Specification of tender T&C Type Disc Insulator as per Technical Specification of tender AREA LIGHTING 250 Watts Sodium Vapour Lamp Fitting, with Control Gear, Junction Box and bulb Steel Tubular Pole as per IS-2713 designation 410-SP-60, 12m long with Brackets & Clamps for Area Lighting Fitting duly painted with two coats of Red Oxide Paint as per ISS-2074 and two or more coats of Aluminium Oxide Paint as per ISS-2339 of reputed make till smooth finish. 1/6th portion of Pole to be painted with two coats of Anti Corrosive Bitumen Paint. FIRE SAFETY APPLIANCES Carbon-dye-Oxide Type Fire Extinguisher, Operation up right, of capacity 2 Kgs with ISI marking (IS:2878) and as per Technical Specification of tender. Dry Chemical Powder type Fire Extinguisher Capacity 5 Kg complex In all repect conforming to IS :2171/1976 with latest amendments as per technical specification of tender. Fire Bucket in Post Office Red Colour duly filled with Fine quality sand. Fire Bucket Stand made of MS Angle & Pipe with hooks in Post Office Red Colour. EARTHING

4-51

Unit

Quantity

Section-4- Bidding forms

3

4

Set.

150

Set.

139

Set.

920

No.

162

No.

100

No.

47

No.

47

No.

282

No.

47

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $ 5

6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price 11

12 = 4 x 11

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No.

1

35

36

37

38 39 XII

40

41

42

Description

2

4-52

Unit

3

Quantity

Section-4- Bidding forms

4

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $ 5

6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

Earthing with GI Earth Pipe 3 m long x 40 mm dia, including accessories and providing masonry enclosures, with Concrete Cover Plate- Reinforced 3" Set 184 thick with handle, Watering Arrangement and providing Charcoal 65 Kgs & Salt 5 Kgs . As required complete and as per attached technical Specification and as per drawing. Earthing with 3 Mtr. Spike of GI solid bar 25 mm dia inserted in the ground No. 872 for mesh earthing in the substation yard. Providing and laying 50 X 6 mm steel flat including jointing / bolting as required and laying 500 mm below Metre 11970 ground level and as per attached technical Specification. GI wire 4 SWG diameter as per kg 584 attached Technical Specification 7/4 mm diameter Stay wire Stranded as kg 416 per attached Technical Specification PAINTING De - Rusting, Surface Cleanliness and applying 1 coat of approved brand of Red Oxide zink Chromate Primer Paint Ltr. 1840 using Brush on all structure & equipment of Iron & Steel. The paint should be as per ISS:2074 Painting with one coat of Synthetic Enamel paint by Brush of approved brand and make to give an even shade Ltr. 1150 on equipments surface. The paint should be as per ISS:2932 Painting one coat of Aluminium Paint of approved brand and make to give an even shade by Brush on Steel Ltr. 1840 Structure. The paint should be as per ISS:2339

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price 11

12 = 4 x 11

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

S. No.

1

Description

2

4-53

Unit

3

Quantity

Section-4- Bidding forms

4

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $ 5

6

Taxes on imported materials (in local currency )

Total Price (US $)

CST/ VAT

Entry Tax

Total Taxes

7=4x6

8

9

10 = 8+9

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price 11

12 = 4 x 11

CST/ VAT

Entry Tax

Total Taxes

(Local Currency)

13

14

15 = 13+14

16

XIII AAA Conductor and Connector Dog AAAC (65sq.mm.Cu.Eq.) -100 Sq.mm. Aluminium equivalent 43 Meter 9748 Conductor for Bus-bar as per attached Technical Specification T- Clamps for DOG Conductor made of 44 No. 683 Aluminium Grade T- IF as per IS:8309 Bi- metallic clamp made of Aluminium 45 No. 502 Grade T- IF as per IS:8309 XIV LIGHTNING ARRESTORS 33KV Station type Lightening Arrestor 46 No. 73 as per attached Technical Specification 11KV Gapless type Lightening Arrestor 47 No. 277 as per attached Technical Specification 11KV single phase AB Switch suitable 48 for single phasing operation as per Set 82 attached drawing XV Metering Equipments 33KV/110 Volts; 300-150/5 Amps. Oil 49 immersed 3 phase 4 wire CT/PT No. 37 (Metering) Unit 11KV/110 Volts; 300-150/5 Amps. Oil 50 immersed 3 phase 4 wire CT/PT No. 103 (Metering) Unit Labeling on substation equipments and No. of 51 46 feeders S/s Providing underground cable trench in Per 52 existing control room & to install control 1609 Mtr panel over it as per scope of work. TOTAL (3.1) Note: - 1. The aforesaid cost involving Renovation & Modernization work at the existing 33/11 KV S/S is irrespective of the fact whether mentioned in above schedule or not is complete in all respect. Any additional material such as nuts & bolts, washers, cement, sands, metals etc. or unseen expenses such as minor repairs of foundation, control room, cable trench etc. and for works required towards erection / testing / commissioning and for satisfactory performance shall be to the bidders account in all respect and are non billable, which is binding. 2. Apart from VCBs, other materials which are replaced shall also be dismantled and after proper stacking/packing will have to be returned to concern Area Store. Notes : The total of all Columns 7 & 12 of this schedule are to be carried forward to the column no. 6 & 11 respectively of Summary Schedule- A (Material Part), in the appropriate row corresponding to this activity 1 schedule. The total of all Columns 8, 9, 10, 13,14,15 & 16 of this schedule are to be carried forward to the column no. 7,8,9,12,13,14 & 15 respectively of Summary Schedule- A (Material Part), in the appropriate row 2 corresponding to this activity schedule.

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

S. No.

1 3 4

Description

4-54

Unit

Quantity

Section-4- Bidding forms

Materials Supplied from abroad (Foreign Currency US $)

Unit CIF Country of price in US origin $

Total Price (US $)

Taxes on imported materials (in local currency )

CST/ VAT

Entry Tax

Total Taxes

Taxes on materials procured Material supplied from from within employer's country employer's country (in local currency ) Please mention total amount i.e. (Local Currency) unit rate x quantity

Total Freightstorage including insurance charges

Unit Ex Total Price works price

(Local Currency)

CST/ VAT

Entry Tax

Total Taxes

10 = 11 12 = 4 x 11 13 14 15 = 13+14 16 8+9 All material related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional material related expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding. All Steel Sections used in R&M of 33/11 KV S/s, 33 KV bay, ,structures etc. shall be fabricated and then hot dip galvanized as per ISS standards except support / gantry structure. 2

3

4

5

6

7=4x6

8

9

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Section-4- Bidding forms

4-55

S. No.

1 (3.2) I 1 2 3 4

5

6

7

8

9 i ii 10

Description

Unit

Quantity

ACTIVITY SCHEDULE – 3-B (ERECTION PART) RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s

2 3 4 RENOVATION & MODERNIZATION OF EXISTING 33/11 KV S/s Vacuum Circuit Breaker & Accessories Erection of 33 KV Outdoor Porcelain Clad No. 50 Vacuum Circuit Breaker with Structure for VCB & CTs as per Technical specification of Tender Safe dismantling of existing defective 33 KV breaker and associated materials and return Set 2 to concerned area stores of MPPKVVCL Erection of 11 KV Outdoor Porcelain Clad Vacuum Circuit Breaker with Structure for VCB No. 113 & CTs as per Technical specification of Tender Safe dismantling of existing defective 11 KV Set 12 breaker and associated materials and return to concerned area stores of MPPKVVCL Erection of Indoor Control Panel for Transformer Protection 33 KV Vacuum Circuit No. 46 Breaker as per Technical Specification of Tender Erection of Indoor Control Panel for Feeder Protection 33 KV Vacuum Circuit Breaker as No. 0 per Technical Specification of Tender Erection of Indoor Control Panel for Transformer Protection 11 KV Vacuum Circuit No. 10 Breaker as per Technical Specification of Tender Erection of Indoor Control Panel for Feeder Protection 11 KV Vacuum Circuit Breaker as No. 87 per Technical Specification of Tender Erection of Single Phase 33KV Outdoor Type Epoxy Moulded Oil Immersed Current Transformer as per Technical Specification of Tender Current Ratio 300-150/5-5 Amp No. 93 Current Ratio 200-100/5-5 Amp No. 42 Erection of Single Phase 11KV Outdoor Type

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate) 5

Total Cost (Foreign Currency) US $ 6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7 8=4x7

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

S. No.

1 i ii II 11 12 III 13 14 IV 15 16 V 17

18

VI 21 22 23 24 25

4-56

Description

Unit

Quantity

Section-4- Bidding forms

2 Epoxy Moulded Dry Type Current Transformer as per Technical Specification of Tender Current Ratio 300-150/5-5 Amp Current Ratio 200-100/5-5 Amp DC System Fixing of 30 Volt 100 AH storage Type Lead Acid Battery with Mounting Rack as per Technical Specification of Tender Fixing of 30 Volt 10 Ampere Battery Charger as per Technical Specification of Tender AIR BREAK SWITCH Erection of New AB Switch 11 KV as per Technical Specification of tender Erection of New AB Switch 33 KV as per Technical Specification of tender AIR BREAK ISOLATOR Erection of New AB Isolator 11 KV (600A)as per Technical Specification of tender. Erection of New AB Isolator 33 KV (800A) as per Technical Specification of tender. 11KV DO FUSE UNIT Fixing of 11KV, 3 Phase New DO fuse Assembly complete with Operating Mechanism, Base Channel etc. as per Technical Specification of tender for each phase separately Fixing of 33KV, 3 Phase New DO fuse Assembly complete with Operating Mechanism, Base Channel etc. as per Technical Specification of tender for each phase separately. Laying of STRANDED 1100V, PVC INSULATED & SHEATHED COPPER CABLE (UNARMOURED) AS PER TECHNICAL SPECIFICATION OF TENDER 12 Core X 2.5 Sq. mm. 10 Core X 2.5 Sq. mm. 8 Core X 2.5 Sq. mm. 4 Core X 2.5 Sq. mm. 2 Core X 2.5 Sq. mm.

3

4

No. No.

144 132

No.

37

No.

37

Set

106

Set

57

Set

28

Set

21

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate) 5

Total Cost (Foreign Currency) US $ 6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7 8=4x7

Set Set

0

Set.

41

Metre Metre Metre Metre Metre

1927 2141 4215 1609 5423

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

S. No.

1 VII 26

Description

2 Laying of STRANDED, 1100V, PVC INSULATED & SHEATHED ALUMINIUM CABLE (UNARMOURED) AS PER TECHNICAL SPECIFICATION OF TENDER 2 Core X 6 Sq. mm. 4 Core X 16 Sq. mm.

27 VIII 28 29 30 IX 31

32

X 33

34

35 36

FIXING OF INSULATOR 11 KV Pin Insulator With G.I. Pin as per Technical Specification of tender 33 KV Pin Insulator with G.I. Pin as per Technical Specification of tender T&C Type Disc Insulator as per Technical Specification of tender FIXING OF AREA LIGHTING 250 Watts Sodium Vapour Lamp Fitting, with Control Gear, Junction Box and bulb Steel Tubular Pole as per IS-2713 designation 410-SP-60, 12m long with Brackets & Clamps for Area Lighting Fitting duly painted with two coats of Red Oxide Paint as per ISS-2074 and two or more coats of Aluminium Oxide Paint as per ISS-2339 of reputed make till smooth finish. 1/6th portion of Pole to be painted with two coats of Anti -Corrosive Bitumen Paint. FIXING OF FIRE SAFETY APPLIANCES Carbon-dye-Oxide Type Fire Extinguisher, Operation up right, of capacity 2 Kgs with ISI marking (IS:2878) and as per Technical Specification of tender. Dry Chemical Powder type Fire Extinguisher Capacity 5 Kg complex In all repect conforming to IS :2171/1976 with latest amendments as per technical specification of tender. Fire Bucket in Post Office Red Colour duly filled with Fine quality sand. Fire Bucket Stand made of MS Angle & Pipe with hooks in Post Office Red Colour.

4-57

Unit

Quantity

Section-4- Bidding forms

3

4

Metre

3133

Metre

8784

No.

150

No.

139

No.

920

No.

162

No.

100

No.

47

No.

47

No.

282

No.

47

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate) 5

Total Cost (Foreign Currency) US $ 6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7 8=4x7

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

S. No.

1 XI

37

38

39 40 41 XII 42

43

44

XIII 45 46

4-58

Description

Unit

Quantity

Section-4- Bidding forms

2 ERECTION OF EARTHING Earthing with GI Earth Pipe 3 m long x 40 mm dia, including accessories and providing masonry enclosures, with Concrete Cover Plate- Reinforced 3" thick with handle, Watering Arrangement and providing Charcoal 65 Kgs & Salt 5 Kgs . As required complete and as per attached technical Specification and as per drawing. Earthing with 3 Mtr. Spike of GI solid bar 25 mm dia inserted in the ground for mesh earthing in the substation yard. Providing and laying 50 X 6 mm steel flat including jointing / bolting as required and laying 500 mm below ground level and as per attached technical Specification. GI wire 4 SWG diameter as per attached Technical Specification 7/4 mm diameter Stay wire Stranded as per attached Technical Specification PAINTING De - Rusting, Surface Cleanliness and applying 1 coat of approved brand of Red Oxide zink Chromate Primer Paint using Brush on all structure & equipment of Iron & Steel. The paint should be as per ISS:2074 Painting with one coat of Synthetic Enamel paint by Brush of approved brand and make to give an even shade on equipments surface. The paint should be as per ISS:2932 Painting one coat of Aluminium Paint of approved brand and make to give an even shade by Brush on Steel Structure. The paint should be as per ISS:2339 STRINGING OF AAA Conductor and Connector Dog AAAC (65sq.mm.Cu.Eq.) -100 Sq.mm. Aluminium equivalent Conductor for Bus-bar as per attached Technical Specification T- Clamps for DOG Conductor made of

3

4

Set

184

No.

872

Metre

1197 0

kg

584

kg

416

Ltr.

1840

Ltr.

1150

Ltr.

1840

Metre

9748

No.

683

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate) 5

Total Cost (Foreign Currency) US $ 6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7 8=4x7

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

S. No.

1 47 XIV 48 49 50 XV 51 52 53 54

4-59

Description

Unit

Quantity

Section-4- Bidding forms

2 Aluminium Grade T- IF as per IS:8309 Bi- metallic clamp made of Aluminium Grade T- IF as per IS:8309 FIXING OF LIGHTNING ARRESTORS 33KV Station type Lightening Arrestor as per attached Technical Specification 11KV Gapless type Lightening Arrestor as per attached Technical Specification 11KV single phase AB Switch suitable for single phasing operation as per attached drawing Erection of Metering Equipments 33KV/110 Volts; 300-150/5 Amps. Oil immersed 3 phase 4 wire CT/PT (Metering) Unit 11KV/110 Volts; 300-150/5 Amps. Oil immersed 3 phase 4 wire CT/PT (Metering) Unit Labeling on substation equipments and feeders Providing underground cable trench in existing control room & to install control panel over it as per scope of work. TOTAL (3.2)

3

4

No.

502

No.

73

No.

277

Set

82

No.

37

No.

103

No.

46

Per mtr

1609

Foreign Currency Part Labour charges for the services being provided from abroad Erection/ Testing & commissioning Charges (Unit Rate) 5

Total Cost (Foreign Currency) US $ 6=4x5

Local Currency Part Labour charges for the services being provided from within employer's country Erection/ Testing & commissioning Total Cost Charges (Unit Rate) 7 8=4x7

Total Amount of Service Tax including Education Cess Local Currency

Total Charges payable in Local currency

9

10 = 8 + 9

Note: 1. 2.

The total of Column no. 6,8 & 9 of this schedule are to be carried forward to the column no. 6, 8 & 9 respectively of Summary Schedule B (Erection Part), in the appropriate row corresponding to this activity schedule. All erection/ commissioning/ testing related costs for completion of the aforesaid activity are to be included in the above schedule. Any additional expenditure / unforeseen expenditure shall be to bidders account in all respects, which is binding.

Bidder’s Seal & Signature

CMD/WZ/06/PUR/ADB-II/R&M/IND-UJN/PPR-22

Related Documents

Section 4
November 2019 25
Ch 4 Section 4
June 2020 6
Bidding Law
July 2020 7

More Documents from "kerinsa"