section – ii - uhbvn

234
Page 1 of 86 UTTAR HARYANA BIJLI VITRAN NIGAM BIDDING DOCUMENT (NIT No.- 52/RAPDRP/Part-B/2013-14) (Bid No. B-360 to B-369) FOR Supply of material and Erection, testing and commissioning of New/ Augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, New/ Augmentation of LT lines, replacement and relocation of consumer meters and, other activities such as provision of LT protection unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all DTs, supply and installation of DT meters with modems, installation of Feeder Pillar Boxes for reduction of AT&C losses in 18 no. towns under R-APDRP Part- B under the jurisdiction of UHBVN on turnkey basis. VOLUME-I CONDITIONS OF CONTRACT Chief Engineer/PD&C, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula 134109. Ph-0172 3019135 General Manager/R-APDRP, UHBVN,Vidyut Sadan, C-16, 1st Floor, Sector 6, Panchkula 134109 Ph-0172 3019148

Upload: khangminh22

Post on 16-Jan-2023

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 86

UTTAR HARYANA BIJLI VITRAN NIGAM

BIDDING DOCUMENT

(NIT No.- 52/RAPDRP/Part-B/2013-14) (Bid No. B-360 to B-369)

FOR

Supply of material and Erection, testing and commissioning of New/ Augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, New/ Augmentation of LT lines, replacement and relocation of consumer meters and, other activities such as provision of LT protection unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all DTs, supply and installation of DT meters with modems, installation of Feeder Pillar Boxes for reduction of AT&C losses in 18 no. towns under R-APDRP Part-B under the jurisdiction of UHBVN on turnkey basis.

VOLUME-I

CONDITIONS OF CONTRACT Chief Engineer/PD&C, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109. Ph-0172 – 3019135

General Manager/R-APDRP, UHBVN,Vidyut Sadan, C-16,

1st Floor, Sector 6, Panchkula – 134109

Ph-0172 – 3019148

Page 2 of 86

VOLUME-I

CONDITIONS OF CONTRACT

Page 3 of 86

INDEX

VOL-I SECTION DESCPRITION

I

INVITATION FOR BID

II INSTRUCTIONS TO BIDDERS

III CONDITIONS OF CONTRACT

IV CONTRACT DATA

V SAMPLE FORMS & PROCEDURES

VI SCHEDULE OF PRICES

Page 4 of 86

SECTION – I

INVITATION FOR BID

(IFB)

Page 5 of 86

UTTAR HARYANA BIJLI VITRAN NIGAM NOTICE INVITING TENDERS

( NIT No. - 52/RAPDRP/Part-B/2013-14) ( Bid No. B- 360 & B- 369)

Sealed tenders are invited in two parts (Part I Technical Bid & Part-II Price Bid), from the firms having experience of carrying out such type of projects on turnkey basis & fulfilling the qualifying requirement as prescribed in tender document by the date indicated below. Description of the work: Supply of materials, survey, installation, testing and commissioning of construction of 11 kV lines, LT lines, replacement of conductors in existing 11 kV and LT lines, distribution transformer S/Stn. 11/0.433 kV, replacement of bare conductor of existing LT line by LT cable, wherever proposed as per survey, installation of feeder piller boxes, new LT 3 phase line, renovation of existing service line & shifting/installation/ relocation of energy meters under Part-B of R-APDRP for reduction of AT&C losses as detailed in technical specification of tender in 18 towns in 10 district under the jurisdiction of Uttar Haryana Bijli Vitran Nigam (UHBVN) in Haryana State.

Sr.

No Name of

District Name of Town Bid No. Estimated cost

(Rs. In Cr.) EMD ( Rs. In Lacs.)

1 Kaithal Kaithal, Cheeka B-360 52.14 10.00

2 Ambala Ambala Cantt, Ambala

City B- 361 117.88 10.00

3 Panchkula Panchkula, Kalka B-362 79.87 10.00

4 Karnal Karnal, Gharonda B-363 93.07 10.00

5 Kurukshetra Thanesar, Pehowa,

Shahabad B-364 74.91 10.00

6 Yamunanagar Yamunanagar B-365 90.31 10.00

7 Rohtak Rohtak B-366 82.47 10.00

8 Sonepat Sonepat, Gohana B-367 68.27 10.00

9 Panipat Panipat B-368 66.82 10.00

10 Jhajjar Jhajjar, Bahaudurgarh B-369 48.36 10.00

Sr. no

Opening date of sale of documents

Date of pre- bid meeting

Closing date of sale of documents

Last date of submission of bids

Opening date of part-I of bids

1

20-12-2013 31-12-2013 (12.00 P.M.)

15-1-2014 (5.00PM)

16-1-2014 (1.00PM)

16-1-2014 (3.00PM)

1. The Tender forms, conditions of contract and other information, for the above Tender Enquiries can be had Bid documents can be obtained from the office of General Manager/ R-APDRP, UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula up to 15-01-2014 (till 5:00 PM) against payment of Rs. 5,000/- (Rs. Five thousand per Bid only) through Bank Demand Draft in favour of Accounts Officer/ Cash, UHBVNL or may be had through cash payment which can be deposited with the Cashier/ HQ o/o AO/ Cash, UHBVN, Shakti Bhawan, Panchkula.

2. The Tender Documents will also be available on the Nigam’s website www.uhbvn.com w.e.f. the

opening date of sale of the Bid Documents. The Bidders may Download the Tender Documents from the Nigam’s website However the bidders will have to deposit the requisite amount towards the tender document cost against each Tender Enquiry in the form of Crossed Demand Draft, drawn in favour of the Accounts Officer/ Cash, UHBVN, Panchkula and payable at Panchkula, along with their Bid in a separate envelope, attached on top of the Bid Envelope.

3. Part-I of the tenders against the Tender Enquiry will be opened in the office of the Chief General Manager/PD&C, UHBVN, Vidyut Sadan, C-16, Setor- 6, Panchkula ,as per schedule above.

4. The Bid security as mentioned in the table shall be deposited in the shape of Demand Draft payable at Panchkula in favour of Accounts Officer/ Cash, UHBVN, Panchkula from a reputed Nationalized/

Page 6 of 86

Commercial Bank OR the Bid Security / EMD may be deposited in the shape of equivalent amount of irrevocable Bank Guarantee in favour of General Manager / R-APDRP, UHBVN, Panchkula from a Nationalized / Scheduled Bank valid for a period of 28 days beyond the validity of the Bid i.e. Six Months and 28 days from the date of opening of Part-I of the NIT.

5. The Nigam reserves the right to reject one or all of the tenders received, without assigning any reason.

-Sd-

Chief General Manager / PD&C, UHBVN, Panchkula.

Page 7 of 86

SECTION – II

INSTRUCTIONS TO BIDDERS

Page 8 of 86

INSTRUCTIONS TO BIDDERS

CONTENTS

Clause No.

Description

1. Scope of Bid

2 Qualification of the Bidder

3 Cost of Bidding

4 One Bid per Bidder

5 Contents of Bid Documents

6 Clarifications of Bid documents

7 Amendments to Bidding Documents

8 Language of Bid

9 Local Conditions

10 Documents comprising the Bid

11 Contract Quality Assurance

12 Bid Price

13 Bid Validity

14 Taxes and Duties

15 Bid Security

16 Format of Bid

17 Signature of Bids

18 Sealing and Marking of Bid

19 Deadline for submission of Bids

20 Late Bids

21 Modification and withdrawal of Bids

22 Information required with the proposal

Page 9 of 86

Clause No. Description

23 Opening of Bids by UHBVN

24 Clarification of Bids

25 Examination of Bids

26 Definition and Meanings

27 Comparison of Bids

28 Contacting the UHBVN

29 Award Criteria

30 UHBVN’s right to accept any Bid and to reject any or all

31 Notification of Award

32 Signing of Contract

33 Contract Performance Guarantee

34 Quantity variation

35 Site visit

36 Storage of Material

INSTRUCTIONS TO BIDDERS 1 SCOPE OF BID 1.1 Uttar Haryana Bijli Vitran Nigam , Panchkula, here-in-after called “The Employer”

wishes to invite sealed tenders in two parts through Chief General Manager /PD&C, UHBVN, Panchkula for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems, installation of Feeder pillar boxes etc. under R-APDRP Part-B for reduction of AT&C losses in 18 no. towns in 10 districts under the jurisdiction of UHBVN on turnkey basis with the following details:

Sr.

No. Name of Towns Bid No.

Estimated cost

(Rs. in crore)

EMD

(Rs. in Lacs)

1 Cheeka B-360

14.25

10.00 2 Kaithal 37.89

TOTAL 52.14

3 Ambala Cantt. B- 361

51.26

10.00 4 Ambala City 66.62

TOTAL 117.88

5 Kalka B-362

9.54

10.00 6 Panchkula 70.33

TOTAL 79.87

7 Gharonda B-363

9.08

10.00 8 Karnal 83.99

TOTAL 93.07

9 Pehowa

B-364

11.12

10.00 10 Shahabad 17.33

11 Thanesar 46.27

TOTAL 74.73

12 Yamuna Nagar B-365 89.67 10.00

TOTAL 89.67

13 Rohtak B-366 82.47 10.00

TOTAL 82.47

14 Sonepat B-367

50.8

10.00 15 Gohana 17.47

TOTAL 68.27

16 Panipat B-368 66.82 10.00

TOTAL 66.82

17 Bahadurgarh B- 369

37.99

10.00 18 Jhajjar 10.37

TOTAL 48.36

1.2 The successful Bidder will have to complete the Works by the intended completion date specified in the Contract data.

1.3 a) The scope of work shall include complete engineering of the Lines as per design, given in the tender documents, manufacture, testing and supply of all the required material on FOR destination/Site basis including transportation, insurance, storage, erection, dismantlement of HT/LT line and other equipment as per site requirement, testing and commissioning of new/ augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems, installation of Feeder pillar boxes in R-APDRP towns funded by PFC/REC under the jurisdiction of UHBVN on turnkey basis. The supply items shall include 9/11 meter long PCC Poles, ACSR conductor various sizes, HT XLPE AB cable various sizes, LT cables various sizes, 11 kV Disc Insulators with required fittings, 11 kV Pin Insulators with Pins, Single Tension fittings, Stay rods with Elbow, Stay Wires, Earthing rods, Pipe earthing GI wire, LAs, G.O. Switches, PG Clamps, MS Angle iron, MS channel iron, MS Flat including fabrication of Clamps, Suspension clamp, Dead end clamp, 25/63/100/200/400 kVA Three phase distribution T/F, Energy meters, MCB for energy meters, Insulated conductor, Number plate, Danger plate, Phase plate, Service cables (4 mm2 and 6 mm2), TROLLEY fitted with 200 kVA DT, Replacement of old unserviceable/ iron poles, Provision of LAs on all existing DTs, Guarding of 11kV existing line, earthing of existing DTs, Providing of DT meter with modem on new DTs, Meter Piller Boxes of various sizes (4 in 1, 12 in 1, 16 in 1 and 20 in 1), Drilling, Cutting providing muffing in marshy land and other items as per Schedule of prices. All the other material / job not specifically mentioned but required to complete the work shall also be in the scope of the contractor. The material requiring dismantlement shall be dismantled by the contractor, at his own cost, by dismantling the material Section wise i.e. from dead end pole to next dead end pole with proper accounting and returned to Nigam’s stores. Shorter lengths/quantity of dismantled ACSR / material without any valid technical reason shall not be accepted. The contractor will complete all the required work under the scope. In addition to the above Load losses at 50% and 100% load of all the transformers received by the Nigam against turnkey works shall be checked at Nigam’s works by a committee of three officers, one each from OP. Wing, M&P Wing and TRW Workshop. Out of 100 No. T/Fs supplied by the contractor against individual bid, one T/F shall be opened at Nigam’s workshop for physical verification of the quality of material used by the manufacturer. This shall be done by the same committee of three officers as mentioned above and lot size of each capacity (in nos.) as provided in the supply order, the entire type test shall be conducted from NABL Lab on 1nos. T/F up to 200 nos. T/F supply order, 2nos. T/F from 201 to 400 nos. T/F supply order, 3 nos. T/F from 401 to 600 nos. T/F supply order and 4 nos. T/F from 600 nos. & above T/F supply order. The contractor will intimate the Nodal officer and SDO Concerned regarding when he/they are starting the work of R-APDRP. Under no circumstances will the contractor undertake the work of R-APDRP without the prior intimation to the Nodal officer and the SDO Concerned and subsequent permission.

Charges to be paid to the Railways, Forest Deptt or any other Govt./ Statutory bodies will be borne by the Nigam on actual basis, initially the requisite charges are to be deposited by the turnkey contractor with the concerned department. and Govt. Security Deposit for Railway Line Crossing taken in price schedule will be reimbursed accordingly on production of documentary evidence. However the same shall be reimbursed to the contractor on production of proof of depositing this amount.

b) Insurance: The scope shall also include the raising / lowering of existing Electricity lines

to provide proper clearances, all kind of crossings and guarding. The insurance and transportation of conductor and other material dismantled from the lines after augmentation from the Site till its return to Employer’s store shall also be covered in the scope of Contractor. The Employer’s representative shall be responsible to get this material returned to store.

1.4 The Bidder shall inform the UHBVN/Employer about the source of supply of material as per the list of manufacturers/firms empanelled, as approved vendors to supply material against turnkey works. The material shall be dispatched from this source only after inspection and approval by the authorized representative of the Employer. Installation of material will be as per the approved drawings and specification. The supplier of material will also supply the type test certificates (not more than 3 years old at the time of bid opening) at the time of inspection-call which will be further examined by the inspecting authority. However, no approval of GTPs of petty items such as nuts and bolts, stay sets, hardware fittings, pin, disc insulator, danger plate, number plate is required and material supplied should comply with relevant ISS wherever applicable.

Penalty of Rs. 20000/- on the contractor shall be levied in case inspection call is given and material is not found ready at works.

1.5 Final Checking, Testing and commissioning

After completion of Works, final checking of lines shall be done by the Contractor to ensure that all the Foundation Works, Pole Erection and Stringing has been done according to specifications and as approved by the Employer. All the Works shall be thoroughly inspected keeping in view the following main points. a) Sufficient back filled earth is lying over each pit and it is adequately compacted. b) All bolts are properly tightened and punched/tack welded. c) The stringing of the conductors and earth wire has been done as per the approved sag

and tension charts and desired clearances are clearly available. d) All conductor and earth wire accessories are properly installed. e) All other requirement to complete Work like fixing of danger plate, phase plate, number-

plate, anti-climbing device etc. are properly installed. f) The insulation of line as a whole is tested by the Contractor by providing his own

equipment, labour etc. to the satisfaction of Employer. g) The Poles are properly grounded. h) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector,

Haryana, before commissioning. All the works shall be thoroughly inspected by the concerned SDO/OP. It is also

added that after completion of the work the third party quality of work surveillance may also be done, if so desired by the UHBVN.

IMPORTANT NOTES:

I. The hard copy of approved DPR shall be provided only to the successful bidder after award of contract.

II. Although quantity variation clause of ± 25% variation is there in the tender document, but because it is a loss reduction project, therefore the contractor shall not unnecessarily enhance the unit of execution while conducting the foot survey e.g. in a particular town, 5 no. new feeders have been proposed than work shall be limited to

those 5 feeders only and quantity variation in items required for the erection of these feeders shall be acceptable. Similarly, the no. of DTs & other items as proposed shall be limited as per DPR only. However, Nigam has right under quantity variation clause stands at its discretion.

III. As the projects are funded by Ministry of Power, Govt. of India, therefore variation of 10% of DPR cost is allowed, which is to be kept in view by successful bidder while executing the project.Supply of GPRS enabled Modems and its installation on DT metering system shall be in the scope of the contract besides ensuring its integration & communication with the MDAS system being deployed by UHBVN under the ongoing R-APDPRP Part-A (IT) scheme. The modem shall comply with the technical specification attached with the bid. For the under-standing of the MDAS system (Being deployed under R-APDRP scheme) and its integration with the proposed modems deployments, if the bidder wants to have further technical details of the existing system for the development of the understanding in this regards, a clear access to the system details shall be provided.

IV. As already brought out Part-A & Part-B of R-APDRP are linked therefore any change in assets is to be reported to the Nigam promptly for making changes in software for asset mapping & consumer indexing etc. The contractor is expected to coordinate with the agencies involved.

V. The contractor’s responsibility is considered to be up to the point of completion of the work under the bid.

VI. PERT chart Schedule: Distribution Transformer supply shall start after completion of ½ of scheduled completion period OR After erection of 25% of 11kV lines as mentioned in the bid document, whichever is earlier.

VII. After completion of the work against a bid, the completion proposal for each town is to be submitted to M/s PFC, New Delhi for formal closure of project. Every successful bidder executing the contract shall coordinate with the Nigam authorities in formulation of completion proposals as per requirement of PFC & other offices, as the case may be.

VIII. Unit of package shall be consider as under: Execution of One complete feeder along with its associated DTs & LT line, meter relocation and completion of all activities mentioned as others in the DPR.

IX. The energy meters are to be got tested & sealed in M&T lab before their installations. It will be the responsibility of successful firm to get the same tested & sealed in the Nigam’s M&T labs as their own cost before installation at site.

X. The work shall be got erected under the supervision of SE / Construction Circle, UHBVN, Panchkula.

XI. It has been clearly stated in the tender documents that any bidder, who wises to bid in more than two bids, shall have to submit price bid i.e. Part-B in separately envelopes, which is to be strictly adhered to, falling which the Nigam reserves the right to consider or reject the bid or all the bids made by the contractor.

XII. If a contractor bids in more than one bid in that case for technical qualification of that contractor, the qualification criteria shall be considered separately for each bid, no clubbing shall be done except in case of determining the bid capacity of a bidder.

2. QUALIFICATION OF THE BIDDER

2.1 Technical Criteria: The bidder should have erected on turnkey basis and commissioned transmission lines / feeders (overhead with conductor) of aggregate route length of 500 kms of 11kV or equal

to the length in the bid if the length in the bid is less than 500 km during the last 5 years as on the date of Bid opeing for which certificate of satisfactory completion for one year are to be submitted. Construction/ Commissioning of HT lines can be considered agasint LT line but not vice versa.

2.2 Financial Criteria: For the purpose of particular Bid, Bidder shall fulfill the following minimum criteria:- a) The total turnover in last best 2 years out of last 3 financial years sould be 1.5 times the

cost of Bid/ Package and the total turnover in last 3 years should be 2 times the cost of the Bid/ Package.

b) The Bidder shall have Liquid assests (LA) and / or evidence of access to or availability of credit facilities of NOT less than 25%, of any scheduled bank, of the Bid/ Package value as on the date of Bid opening. LA will be calculated on the basis of latest audited balance sheets and unutilized balance of LC and CC limits (fund base) will be considered on the day of Bid opening and bidder will also enclose the complete sanction order of the limits.

2.3 Joint Venture Criteria: Bids may be submitted by the individual firms or joint venture firms (having one partner as lead partner)

(a) All the partners in JV should meet 100 % qualifying criteria of financial & technical qualification jointly.

(b) In joint venture, one of the Partners shall be nominated as lead partner, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners. The lead partner shall meet not less than 40% of the minimum financial criteria.

(c) Each Joint venture Partner shall meet not less than 25% of minimum financial criteria. (d) For Bids submitted in joint venture ( having one partner as lead partner), the lead

partner shall meet 50% of the technical qualification requirements and each of the other Joint venture partners shall meet 30% of the technical qualification requirements as per Clause2.1 above.

(e) A manufacturer who must have designed, manufactured, type tested, and supplied transformers of 11 kV class or higher voltage class of cumulative capacity not less than 50 MVA, in one single accounting year (during last seven years), which are in satisfactory operation for at least 2 (two) years reckoned from the date of bid opening can also enter into a joint venture provided the other partner meet with technical qualification requirements.

2.4 Bid Capacity: The Bidder will qualify “BID CAPACITY” detailed as under in addition to other financial qualification mentioned in the Bid.

Bid capacity (C) = (2xA)

A = Maximum annual turnover of one year out of last three years on the date of opening of tender. C = Where the bidder will be qualified only if his capacity is equal or more than the estimated cost of work in question. Nigam will have the right to reject the tender of bidder who does not qualify as above.

2.4.1 In case of Joint Venture maximum turnover is to be worked out by summation of the maximum annual turnover of last three years of both or more bidder on the date of opening of tender in the ratio they are partners in the JV.

2.4.2 The bidder is required to furnish the year wise turnover of three years duly certified by a registered Chartered Accountant & duly supported by certified annual reports (Balance sheets, Profit & Loss A/C etc.).

Note: No bidder will be awarded contracts more than his capacity as defined above.

2.5 The bidder shall have the valid license for carrying out 11 kV or above voltage works from the Chief Electrical Inspector of any state in India. However, before starting the work, he shall seek CEI Haryana license also.

2.6 To be qualified for award, Bidders shall provide evidence, satisfactory to the Employer of their capability and adequacy of resources to carry out the Contract, effectively. Bids shall include the following information: a) Copies of original documents defining the constitution or legal status, place of

registration and principal place of business, written power of attorney of the signatory of the Bidder to commit the Bid.

b) Total annual turnover of erection and supply of material and equipments, over the last 3 years.

c) Performance as prime Contractor for the Erection & Supply of material and equipments of similar nature over the last 5 years and details of other Works and Contractual commitments, presently in hand. The Work-Order along with quantified details of the Works carried out be supplied for proper assessment. The Bidder shall allow assessment of his ongoing Works to the authorized representative of the Employer at any time.

d) The tenderer shall specifically furnish the details of key members of the proposed team to be employed on the project in the event of award of the contract, their respective roles and relevant experience/ qualifications. The Project Manager be nominated who shall be at least a B.Tech /MBA having minimum five years experience in similar type of turnkey works. The Assistant Project Managers to be nominated specifically for the work shall be Minimum B.E. Electrical qualified and having a minimum of Three years of experience in similar type of turnkey works.

e) Reports on the financial standing of the Bidder including profit and loss statements, balance sheets and auditors reports of the past five years and an estimated financial projection for the next two years.

f) Evidence of access to lines of credit and availability of other financial resources. g) Information regarding any litigation, current or during the last two years, in which the

Bidder is involved, the parties concerned and disputed amount. h) The declaration by the firm that it is not blacklisted by any State Govt. or Agency and

shall be liable for the consequences of wrong declaration. The bidder should submit along with the Bid no blacklisting certificate for the past three years.

i) The proposed methodology and program of construction including PERT Chart backed with equipment planning and deployment, quality control procedure to demonstrate the adequacy of Bidder’s proposal to meet the technical specification and completion schedule as per milestones.

It would be preferable to give this information in a self-contained write-up. j) Ownership Change

The Bidder shall be financially sound and must not be anticipating any ownership change during the period from Bid submission to two years after Commercial operation defined as successful completion of commissioning of the distribution lines and

acceptance of the same by the Employer. However, in case the firm is anticipating any such ownership change/take over at any stage of the entire bid process and during the execution of contract

They shall seek prior approval from the Employer well in time. It shall be the sole discretion of the Employer to grant permission for such change in ownership / take over and if allowed by the Nigam for ownership change, the new company shall own all responsibilities and liabilities under the contract and the old firm should not be blacklisted by any state/centre government or any of its agency.

k) Performance of the contractor in UHBVN shall be considered ‘POOR’ if he fails to comply with his contractual obligations up to 60% within scheduled completion period for works carried in either UHBVN or DHBVN.

l) The contractors whose performance have been rated as POOR shall not be eligible to participate in any future tender enquiries for turnkey works for a period of one (1) year.

2.7 Bids submitted by the joint venture/consortium of firms as partner shall comply with following requirements a) The Bid shall include all the information listed in sub-clause (a) to (i) and (k) above for

each joint venture/consortium partner and 2.6 (i), (j), (l) for the joint venture/consortium. b) The Bid and in case of successful Bid the form of agreement shall be signed so as to

be legally binding on all partners. One of the partners shall be nominated as lead partner, and this authorization shall be evidenced by submitting a power-of attorney signed by legally authorized signatories of all the partners

c) The lead partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the Contract including payment shall be done exclusively with the lead partner as per Performa enclosed in Section-V.

d) All partners of the joint venture/consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the Bid Form and in the Contract Form (in case of successful Bid).

e) A copy of the agreement entered in to by the joint venture/consortium partners shall be submitted along with the Bid. Failure to comply with this requirement may result in rejection of joint ventures/consortium Bid.

2.8 The above stated requirements are minimum and the UHBVN reserves the right to ask for any additional information and also reserves the right to reject the proposal of any Bidder, if, in the opinion of the UHBVN, the qualification data is incomplete or the Bidder is found not qualified to satisfactorily perform the Contract.

2.9 Not withstanding anything stated above, UHBVN reserves the right to assess the bidder’s ability and capacity to perform the work, should the circumstances warrant such assessment in the overall interest of the owner.

3 Cost of Bidding The Bidder shall bear all the cost and expenses associated with preparation and submission

of its Bid including post Bid discussions, technical and other presentation etc. and UHBVN will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.

4 One Bid per Bidder Each tenderer (prospective bidder) shall submit only one tender by himself, or as a partner in a firm, against one particular bid in the NIT. A tenderer who submits or participates in more than one tender against any bid will be disqualified. A prospective tenderer may however submit tender or participate against more than one bid under the NIT.

5 Contents of Bid Documents

The Bidding Documents are those as stated below and should be read in conjunction with any Addenda issued in accordance with Clause 7. The Bidding Documents include:

VOLUME – I

SECTION–I INVITATION FOR BIDS (IFB)

SECTION–II INSTRUCTION TO BIDDERS (ITB)

SECTION–III CONDITIONS OF CONTRACT (COC)

SECTION–IV CONTRACT DATA

SECTION–V BOQ AND SCHEDULE OF PRICES

SECTION–VI SAMPLE FORMS AND PROCEDURE

VOLUME – II

SECTION-VII TECHNICAL SPECIFICATION & DRAWINGS

6 Clarifications on Bid documents 6.1 If the prospective Bidder finds discrepancies or omission in the specifications and

document or is in doubt as to the true meaning of any part, he shall at once make a request, in writing, for any interpretation/clarifications to the UHBVN. The UHBVN then will issue interpretations and clarifications as he may think fit in writing. After receipt of such interpretations and clarifications, the Bidder may submit his Bid but within the time and date as specified in the invitation to Bid. All such interpretations and clarifications shall form a part of the Bidding document and shall accompany the Bidder’s proposal. A prospective Bidder requiring any clarification on Bidding Document may notify the UHBVN

in writing. 6.2 Verbal clarifications and information given by the UHBVN or his employee(s) shall not in

any way be binding on the UHBVN.

7 Amendment for Bidding Documents 7.1 At any time prior to the deadline for submission of Bids, the UHBVN may, for any reason,

whether at its own initiative or in response to a clarification required by a prospective Bidder, modify the Bidding Documents by amendment(s).

7.2 The amendment will be notified in writing or by telex or cable to all prospective Bidders, which have received the Bidding Document at the address contained in the letter of request for issue of Bidding Document from the Bidders. UHBVN will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

7.3 In order to afford prospective Bidder reasonable time in which to take the amendment into account in preparing their Bids, the UHBVN may, at its discretion, extend the deadline for the submission of Bids.

7.3.1 Such amendments, clarifications etc. shall be binding on Bidders and will be given due consideration by the Bidder while they submit their Bids and invariably enclose such documents as a part of the Bid.

8 Language of Bid

The Bid prepared by the Bidder and all correspondence and documents relating to the Bid, exchanged by the Bidder and the UHBVN, shall be written in the English language.

9 Local Conditions

9.1 It will be imperative on each Bidder to fully inform himself of all local conditions and factors, which may have any effect on the execution of the Contract covered under these documents and specifications. The UHBVN shall not entertain any request for clarifications from the Bidders, regarding such local conditions.

9.2 It must be understood and agreed that such factors have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the Contract awarded under these specifications and documents will be entertained by the UHBVN. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the UHBVN, which are based on the lack of such clear information or its effect on the cost of the Works, to the Bidder.

10 Documents Comprising the Bid

10.1 The Bidder shall complete the Bid Form inclusive of Price Schedules; Technical Data Requirements etc. furnished in the Bidding Documents, indicating, for the goods to be supplied and services to be rendered, a brief description of goods and services, quantity and prices.

10.2 The Bidder shall also submit documentary evidence to establish that the Bidder meets the Qualification Requirements as detailed in Clause-2.0 above.

10.3 The Bidder must enclose Income Tax clearance certificate along with the tender.

10.4 The Bid Security shall be furnished in a separate cover in accordance with clause-15.0. 11 Bid Price

11.1 The tenderer while quoting bid for turnkey works shall quote the total price for the equipment/ material plus erection charges through Schedule-1 to the bid document. The estimated unit rates and erection charges as ascertained by the employer (Nigam) shall be mentioned in the price schedule to the documents. The rates as admissible to the contract shall be the proportionate to the estimated rate and shall be calculated as under:

Unit Rate of Supply allowable = Estimated unit rate of Supply X (Total Quoted

Price / Total Estimated Price). Unit Rate of Erection allowable = Estimated unit rate of Erection X (Total Quoted

Price / Total Estimated Price).

11.2 In case any additional equipment/ material not incorporated in the original BOM is required for completion of the woks as per site conditions payment of the same shall be regulated as per above formula and the estimated unit rates/ erection shall be taken as per the rate list applicable / applied while preparing the original BOM after having approval of WTDs.

11.3 The Bidder shall complete the Bid form and shall appropriate the price and other schedules furnished in the Bidding Documents, indicating the supplies and the services to be provided.

11.4 All prices quoted by the Bidder shall be ‘FIRM’ during the performance of the Contract and shall not be subject to variation on any account, for all intents and purposes.

Statutory variation (such as Sale Tax, Excise duty, Service Tax etc.), if any, may be taken into account while quoting the price.

11.5 The prices shall be quoted in Indian Rupees. 11.6 No mobilization advance shall be paid to the successful Bidder, as such the same will

not be considered in the Bid.

12 Bid Validity

12.1 Bids shall remain valid for 120 days from the date of opening of Part-II (Price) Bids. 12.2 In exceptional circumstances, prior to expiry of the original Bid validity period, the

Employer may request the L-1 Bidder to extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by e-mail / fax. The bidder may refuse the request without forfeiting its bid security. The Bidder agreeing to the request will not be required or permitted to modify his Bid, but will be required to extend the validity of his Bid for the period of the extension. Further, in case of refusal or no response by L-1 bidder till the expiry of bid validity period, the tender shall be dropped. In any case, the EMD of bidder other than L-I shall invariably be refunded, preferably, within 14 days after expiry of bid validity.

13 Taxes and Duties

13.1 All custom duties, excise duties, sales taxes and other taxes and duties, levies payable by the Bidders in respect of the transaction between the bidders and their vendors/sub-suppliers while procuring any components, sub assemblies, raw-materials and equipment shall be included in the Bid price and no claim on this behalf will be entertained by the UHBVN. The excise duty and sales tax / VAT will be included in quoted price as per present applicable Excise / Sale Tax / VAT rule. No ED & ST / VAT in any case shall be payable to the supplier/Bidder, if became applicable in respect of bought out items directly dispatched from works of sub-suppliers as well as on erection works etc. The successful bidder after completion of supply will give a certificate that ED & Sales Tax / VAT charged from UHBVN has been paid to the concerned authorities including his self-manufactured items. Wherever Excise duty is applicable, the due credit under the MODVAT (Modified Value Added Tax) policies wherever applicable, shall be taken into account by the Bidder while quoting Bid price. The compliance of this Clause shall be confirmed by the Bidder along with his Bid. “The sale to Owner shall be made on Sales-in-Transit basis wherever possible.”

13.2 In addition to above, all the bidders are also required to include/ make the provision for Worker’s Welfare Cess (Payable on erection part only) under the provisions of the Building and other Construction Worker’s Welfare Cess Act 1996, in the Bid price or any kind of taxes and duties as mandatory as per statutory Law or instruction of Government. However the bidder shall submit the compliance/ deposit receipts (Proof) of the above provisions on monthly basis.

13.3 As regard the Income Tax, surcharge on Income Tax, Workers Welfare Cess and other taxes including tax deduction at source, the Bidder shall be responsible for such payment to the concerned authorities with in prescribed period.

13.4 The Income Tax, surcharge on Income Tax and cesses shall be deducted at source, from the payments made to the Bidder by the O/O CGM/FA/P&D UHBVN, Panchkula.

14 Work contract tax:

14.1 In case of separate work order(s) issued for supply & erection part of the contract WCT shall be payable by the contractor on the erection part of the contract only.

14.2 However, in case of single part contract i.e. composite contract for supply & erection WCT shall be payable on the total value of the contract.

15 Earnest Money Deposit

15.1 The bidder shall furnish EMD as specified in the NIT. 15.2 The Bid Security shall be 2% of estimated cost subject to maximum of Rs. 10.00 Lacs.

The EMD shall be deposited in the shape of Demand Draft upto an amount of Rs. 2.50 lacs (payable at Panchkula in favor of Accounts Officer/Cash, UHBVN, Panchkula from a reputed Nationalized/Commercial Bank) & beyond the said amount i.e. from Rs. 2.51 lacs to 10.00 lacs, it may be submitted as Bank Guarantee (valid upto Bid validity period plus 28 days) or through Demand Draft.

15.3 Any bid not secured in accordance with para 15.1 and 15.2 above will be rejected by UHBVN as non-responsive.

15.4 EMD of Unsuccessful Bidders will be refunded within 2 weeks after the award of the contract.

15.5 EMD furnished by the Successful bidders will be refunded within 7 days from the receipt of confirmation of Performance Guarantee as per contract by the Accounts wing/DDO on intimation to the CGM/PD&C, UHBVN for making necessary entry in the EMD register.

15.6 The EMD may be forfeited: a. If the bidder withdraws / modifies its bid during the period of bid validity specified by

the bidder in the tender; or b. If the bidder does not accept the corrections to arithmetical errors identified during

preliminary evaluation of his bid ;or c. If as per the qualifying requirements the bidder has to submit a Deed of Joint Under

taking and he fails to submit the same, duly attested by Notary Public of the place(s) of the respective executants (s) or registered with the Indian Embassy/High commission in that country, within ten days from the date of intimation of bid discussion; or

d. In case of a successful bidder, if the Bidder fails to sign the contract; or

e. In case of a successful bidder, if the Bidder fails to furnish the performance guarantee. 15.7 The EMD shall be submitted along with the bid in separate sealed envelop and also

photocopy thereof to be attached with the bids. Any bid not accompanied by the required in accordance with provisions of this clause will be rejected and shall not be opened.

15.8 No interest shall be payable by UHBVN on the above EMD. 16 Format of Bid

16.1 The Bidder shall prepare the BID in duplicate clearly, marking each “Original BID” and “copy of BID”, as appropriate. In the event of any discrepancy between them, the original shall govern. The BIDs must be submitted with required Bid security & other documents that may form the BID. The Bidder’s BID and the documents attached there to shall be considered as forming part of the contract documents.

16.2 BID must be submitted in a sealed envelope in two parts and each part in separate sealed envelope complete in all respects, which will be received up to 13.00 Hrs. on the due date at the following address:

Chief General Manager / PD&C,

UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula

Part I – It will comprise of terms and conditions of the NIT, technical specifications, qualifying criteria documents (Technical & Financial) and all other relevant information except the price schedule.

Part II – Price schedule Each part and envelope containing bid security should be sealed in separate / individual covers clearly marked on the outside so as to identify each envelope, without opening the covers. All the sealed envelopes should be properly tagged and placed in one common sealed cover bearing on the top “NIT No. ……………….for Bid No. _______due on __________, Name of the work, Name of bidder with address, Validity Period ___________ and particulars of bid security” against each work for establishment of Sub-stations and lines on turn-key basis.

First the BID SECURITY ENVELOPE will be opened and in case bid security is not found for the required amount or not in acceptable mode, the offer envelope will be not opened and same shall be returnable to the bidder on next working day of due date of opening.

Part - I of tender will be opened on the same day at 15.00 hrs in the office of Chief General Manager / PD&C, UHBVN, C-16, Vidyut Sadan, Panchkula for those bidders who meet / fulfill the requirement of bid security deposit.

Part - II of tender will be opened on a prefixed date which will be intimated to all those bidders who qualifies the Technical, commercial & financial qualifications criteria.

Bids which are opened before the due date by mistake, in case no indication having been given in the outside of the envelope or container to indicate that it is Bid, will be disqualified.

16.3 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The letter of authorization shall be indicated by the written power of attorney accompanying the Bid. All pages of the Bid, except for un-amended printed literature, shall be initialed by the person or persons signing the Bid.

16.4 The Bid shall contain no interpolation, erasure or overwriting except as necessary to correct errors made by the Bidder, in that case, each such correction shall be initialed by the person or persons signing the Bid.

16.5 Bids shall be fully in accordance with the requirements of these documents and the specifications attached herewith etc. Appropriate forms furnished with the bidding documents shall be used in quoting Bid prices.

16.6 Conditional Bids shall not be accepted. Consistent with the intent of bidding documents, bidders may offer alternatives to their base Bid. Such alternatives will be given careful consideration provided that: a) They are described in the applicable bidding schedule and sufficient supplementary

information is furnished in the form of specifications, drawings and literature, to permit a complete evaluation of the Bid.

b) The reasons for the desired alternatives and their relative advantages shall be clearly stated. UHBVN reserves the right to accept or reject such alternatives.

16.7 Time being the essence of the contract, the Bidders should indicate in the Bid the time of completion of work in the attached form. The desired completion period of UHBVN as

indicated in the specifications attached, should be strictly adhered to. The quality of work shall also form an essence of the contract.

16.8 Queries relevant to the Bidding Documents prior to opening of Bids shall be addressed to: -

By mail: Chief General Manager / PD&C, UHBVN, C-16, Vidyut Sadan, Panchkula

16.9 The bidder shall inspect the site of works before bidding and include in his Bid the cost of compensation payable for the standing crops, trees cutting etc. involved, if any, and any damage to third person during execution of works. The employer shall not be liable for any payment to the bidder on this account.

17 Signature of Bid

17.1 The Bid must contain the name, residence and place of business of the person or persons making the Bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing the Bid should also be typed or printed below the signature.

17.2 Bid by a partnership must be furnished with full names of the all partners and be signed with the partnership name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorised representative(s). Copy of the Partnership deed will be supplied along with the Bid.

17.3 Bid by Corporation/Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or by the Secretary/other person/or persons authorized to Bid on behalf of such Corporation/Company in the matter.

17.4 A Bid by a person who affixes to his signature the word ‘President’ ‘Managing Director’, ‘Secretary’, ‘Agent’ or other designation without disclosing his Principal will be rejected.

17.5 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid.

17.6 The Bidder’s name stated on the proposal shall be the exact legal name of the firm. 17.7 Bids not conforming to the above requirements of signing may be disqualified.

18 Sealing and Marking of Bid 18.1 The Bidder shall seal the original and each copy of the Bid in an inner and an outer

envelope, duly marking the envelopes as “Original” and “Copy”. 18.2 The inner and outer envelopes shall be: -

a) Addressed to the Owner at the following address. Chief General Manager / PD&C, UHBVN, C-16, Vidyut Sadan, Panchkula.

AND

b) Bear the name of bid, the specification number and Words “DO NOT OPEN BEFORE_______________”.

18.3 The inner envelope shall also indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “late” or “rejected”.

18.4 If the outer envelope is not sealed and marked as required by Clause 18.2, the Owner will assume no responsibility for the Bid’s misplacement or premature opening. The Bid Security (in the shape of drafts) must be submitted in a separate sealed envelope super-scribed Bid Security – Bid No.______________.

19 Deadline for submission of Bid.

19.1 The Bidders have the option of sending the Bid by registered post or submitting the Bid in person. Bids submitted by telex/telegram will not be accepted. No request from any Bidder to the UHBVN to collect the proposal from airlines, cargo agents etc. shall be entertained by the UHBVN.

19.2 Bids must be received by the UHBVN at the address specified under Clause 18.2, not later than the time and date mentioned in the invitation to Bid.

19.3 The UHBVN may, at its discretion, extend this deadline for the submission of Bids by amending the Bidding document, in which case all rights and obligation of the UHBVN and Bidder previously subject to the deadline will thereafter be subject to the deadline as extended.

20 Late Bids

Any Bid received by the UHBVN after the time and date fixed or extended for submission of Bids prescribed by the UHBVN, will be rejected and /or returned unopened to the Bidder.

21 Modification and withdrawal of Bids

21.1 The Bidder may modify or withdraw its Bid after the Bid’s submission provided that written notice of the modification or withdrawal is received by the UHBVN prior to the deadline prescribed for submission of Bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the procedure given in Clause 18.0.

21.3 No Bid may be modified subsequent to the deadline for submission of Bids. 21.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids

and the expiration of the period of Bid validity specified by the Bidder on the Bid form. Withdrawal / modification of a Bid during this interval may result in the forfeiture of Bidder’s bid security.

21.5 The tenderer, after submitting its tenders, it is permitted to submit alterations/ modifications to its tender so long such alterations / modifications are received duly sealed and marked like original tender up to the date and time of receipt of tender. Any amendment / modification received after the prescribed date & time of receipt of tender are not to be considered and any withdrawal of offer shall not be permitted.

21.6 The bidder shall quote price bid as per schedule-l(section – VI) of this volume. No letter of discount whatsoever shall be entertained at any stage. If the bidder intends to exercise the option to revise/modify his price bid, the revised/modified price bid complete in all respect is to be submitted in pursuant to clause 21.5.

22 Information required with the proposal

22.1 The Bids must clearly indicate the name of the manufacturer, the type/model of each principal item of equipment/material proposed to be furnished and erected. The Bid should also contain drawings and descriptive materials indicating general dimensions, materials from which the parts are manufactured, principles of operation, the extent of pre- assembly involved, major construction equipment proposed to be deployed, method of erection and the proposed erection organizational structure. It would be in the interest of the Bidder to supply the equipment /material from only reputed manufacturers.

22.2 The above information shall be provided by the Bidder in the form of separate sheet drawing, catalogue etc. in two copies.

22.3 The Bid not containing sufficient descriptive materials to describe accurately the

equipment/material proposed may be treated as incomplete and hence rejected. Such descriptive materials and drawings submitted by the Bidder will be retained by the UHBVN. Any major departure from these drawings and descriptive material submitted will not be permitted during the execution of the Contract without specific written permission of the UHBVN.

22.4 Oral statements made by the Bidder at any time regarding quality, quantity or arrangement of the equipment or any other matter will not be considered.

22.5 Standard catalogue pages and other documents of the Bidder may be used in the Bid to provide additional information and data as deemed necessary by the Bidder.

22.6 The Bidder, along with his proposals, shall submit a list of recommended erection equipment and materials which will be required for the purpose of erection of equipment and materials supplied under the Contract.

22.7 In case the ‘Proposal’ information contradicts specification requirements, the specification requirements will govern, unless otherwise, brought out clearly in the technical commercial deviation schedule.

23 Opening of Bids by UHBVN

23.1 The UHBVN will open Bids in the presence of Bidder’s representatives (up to 2 persons) who choose to attend, on the date and time for opening of Bids in the invitation to Bids or in case any extension has been given thereto, on the extended Bid opening date & time notified to all the Bidders who have purchased the Bidding Documents.

The Bidder’s representatives who are present shall sign a register evidencing their attendance.

23.2 ‘The Bidders’ names, Bid prices, modifications, Bid withdrawals and the presence or absence of the requisite Bid security and such other details as the UHBVN, at its discretion, may consider appropriate will be announced at the opening.

23.3 No electronic recording devices will be permitted during Bid opening. 24 Clarification of Bids.

To assist in the examination, evaluation and comparison of Bids, the UHBVN may at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

25 Examination of Bids.

25.1 The UHBVN will examine the Bids to determine whether these are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

25.2 The tenderer while quoting bid for turnkey works shall quote the total price for the equipments/material plus erection charges through Schedule-1 to the bid document. The estimate unit rates and erection charges as ascertained by the employer (Nigam) shall be mentioned in the price schedule to the documents. All arithmetical errors will be rectified on the basis of the total price (in figures or in words) whichever is more beneficial to the UHBVN.

26 Definitions and Meanings:

For the purpose of evaluation and comparison of Bids, the following meanings and definitions will apply: - ‘Bid Price’ shall mean the base price per package quoted by each Bidder in his proposal for

the complete scope of Works including Excise duty, Sales Tax, payable to the Bidder for complete jobs including Freight, Insurance, Erection, Testing and Commission charges.

27 Comparison of Bids.

27.1 The Bids shall be compared package-wise on the basis of lump sum prices (i.e. for supply portion and price for service to be rendered as quoted by the Bidder) for the entire scope of the proposal as defined in the Bidding document.

27.2 All evaluated Bid prices of all the Bidders shall be compared package wise among themselves to determine the lowest evaluated Bid. In case of any Bidder quoting for more than one package, these may also be evaluated together by the Employer in order to avail any discount or price benefit quoted by the Bidder.

28 Contacting the UHBVN

Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the UHBVN to the Bidders. While the Bids are under consideration, Bidder and/or his representatives or the interested parties are advised to refrain from contacting by any means, the UHBVN and/or his employees/representative on matter related to the Bids under consideration. The UHBVN, if necessary, will obtain clarifications on the Bids by requesting for such information from any or all the Bidders, in writing. Bidders will not be permitted to change the substance of the Bids after the Bids have been opened. Any effort by a Bidder to influence the purchaser in any way may result in rejection of the Bidder’s Bid.

28.1 Negotiations

28.1.1 The Nigam will decide the Tenders on the basis of rates quoted by the Bidding firms. Wherever the indenting department and the DS & D are of the considered view that the rates quoted by the bidders, including those quoted by the L1 are not reasonable, the negotiations would be held only with the L1 and a counter-offer shall be made by the L1. In case the L1 counter offer is not accepted, the tender would be dropped and recourse taken to invite fresh tenders.

28.1.2 Tenders shall be decided as per the prevailing instructions of Government of Haryana at the time of floating of NIT.

29 Award Criteria

29.1 Notwithstanding to the fact that the Contract is termed as Supplies cum erection contract or divisive contract for supply and erection or indicates the breakup of the contract consideration, for conveyance of operation and payment of Sale Tax on supply portion, it is in-fact supply and erection, testing & commissioning contract on single source responsibility basis and Contractor is bound to perform the total contract in it’s entirety and non performance of any part or portion of the Contracts shall be deemed to be breach of the entire Contract.

30 Owner’s right to accept any Bid and to reject any or all Bids i) The UHBVN reserves the right to accept or reject any or all NIT/Bids, and to annul the

Bidding process and reject all NIT/Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders on the grounds for the UHBVN’s action.

ii) Pooling by the bidders is strictly prohibited. If it is found at any stage that pooling has been done by the various bidders, then their bids / tender may be cancelled and action

against the defaulting bidders will be taken such as black listing /debarring them from Nigam tenders for two years.

31 Notification of Award

31.1 Prior to the expiration of the period of Bid validity and extended validity period, if any, the Owner will notify the successful Bidder in writing by registered letter or by e-mail or fax, to be confirmed in writing by registered letter, that its Bid has been accepted.

31.2 The notification of award will constitute the formation of the Contract. 31.3 Upon the successful Bidder’s furnishing of performance guarantee pursuant to Clause -

33, the Owner will promptly notify each unsuccessful Bidder and will discharge his Bid security, pursuant to Clause - 14.

31.4 The firms failing to honour LOIs shall be Blacklisted / Debarred from doing business with Nigam besides the other action as per terms & conditions of the contract. The period of blacklisting of the defaulting supplier / contractor will be upto 3 years. The blacklisting of the contractor / supplier should be notified to all Power Utilities in the country and the names of such blacklisted supplier / contractor would also be put on the website of the Nigam.

32 Signing of Contract

32.1 At the same time as the Owner notifies the successful Bidder that its Bid has been accepted the Owner will send the Bidder the Contract Form incorporating all agreements between the parties.

32.2 Within fifteen (15) days of the Notification of the Award the successful Bidder shall sign and date the Contract and return it to the Owner. In case the successful bidder fails to submit the Contract Agreements duly signed within 15 days from the date of issue of detailed contract, the payment will not be released till the bidder submits the Contract agreements and penalty @ 0.25% per week or a part thereof shall be deducted from their bill subject to maximum 1% of Contract value.

32.3 The final contract agreements shall be signed within 15 days from the date, the firm submits the final Contract Agreements in all respect.

33 Contract Performance Guarantee

33.1 Within 15 days of receipt of detailed contract from the Owner, the successful Bidder, to whom the Work is awarded, shall be required to furnish a performance Bank Guarantee from a Scheduled/ Nationalized Bank, in the form attached in Section-VI to the Vol-I in favour of the Owner. The guarantee amount shall be equal to ten percent (10%) of the total Contract Price and it shall guarantee the faithful performance of the Contract in accordance with the terms and conditions specified in these documents and specifications. Performance guarantee shall be valid upto 90 days after the end of warranty period i.e. defects liability period as per Clause - 30.1 of COC Section – III for all equipments except power transformer, distribution transformer and VCBs. In case of power transformer, distribution transformer and VCBs the performance bank guarantee is to be submitted for the period of warranty i.e. defects liability period as per clause 30.1 of COC Section – III plus 90 days.

33.2 In case successful bidder fails to submit Performance BG within 15 days from the date of issue of detailed contract, 10% amount of the contract value shall be deducted from their bill/ bills. This amount shall be released after submission of BG.

33.3 Further penalty @ 0.35% per week or part thereof of the value of the Bank Guarantee would be charged from due date of submission till the amount is deducted or the BG submitted.

33.4 The Performance Guarantee shall cover additionally the following guarantees to the Owner:

a) The Successful Bidder guarantees the successful and satisfactory operation of the material/equipment furnished and erected under the Contract, as per the specifications and documents.

b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract.

33.5 The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.

33.6 The Performance guarantee will be returned to the Contractor without any interest at the end of the Warranty period with the approval of CGM/ PD&C, UHBVN, Panchkula.

34 Quantity Variation

The Employer reserves the right to increase or decrease the Contract value or the quantity of Bid and services specified without any change in the unit price or other terms and conditions during the execution of the Contract depending upon the final route plan/actual execution required. The quantities of individual items may, therefore, vary as per the final route plan and route profile of the line. The payment shall be made on actual basis for the material supplied and services rendered. The financial variation of the contract may be plus 25% / minus 25% of the total cost of the contract/work order as a whole and not for each indivisual items. However, in addition to the above, delegation of powers for approval of variation, is as under: 1. Financial Variation up to +/- 10% shall be approved by the respective Chief Engineer. 2. Financial variation above +/-10% and up to +/- 25% shall be approval by the Whole Time

Directors. 3. Financial variation beyond +/- 25% shall be approval by the Board of Directors.

35 Site Visit

35.1 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the Bid and entering into a Contract for construction of the Works. The cost of visiting the Site shall be at the Bidder’s own expense.

35.2 The Bidder shall inspect the site of Works before Bidding and include in his Bid the cost of compensations payable for the standing crops or tree cuttings etc. involved therein, if any. The Employer shall not be liable for any payment to the Bidder on this account.

35.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit.

36 Storage of Material

The Bidder shall store all the Material/Equipment in the well-maintained Store at his cost. All the services required for maintaining the Stores shall also be at the cost of the Bidder. The successful bidder shall submit the credit facility proof, specifically for the contract awarded, from any nationalized bank/Haryana Co-op bank, of amount not less than 25% of the award cost.

37 Warranty Period The warranty of equipments shall be for the period as per provisions made in the Technical Specifications of the Nigam from date of commissioning and where the warranty period has not been specified the same shall be 12 months. The manufacturers of these materials should not be blacklisted by any SEB / Utility of any State of India. In case, it is found that the material supplied is from any blacklisting firm the same shall be out rightly rejected and the firm shall be liable to arrange the same at shortest period of time without any relaxation of extension in completion time.

38 Empanelled Supplier The material shall be supplied from the approved list of empanelled firms by the Nigam.

39 Acounting and Returning of Dismantled Materials: The dismantled material should be properly accounted and returned to Nigam’s store by the successful bidder.

40 GTPs & Drawings: All materials shall be supplied as per GTPs/ Drawings of the Nigam

conforming to relevant ISS with latest amendments as applicable. An undertaking in this regard shall be submitted with the bid. However, the Succesful bidder shall submite the required drawings/GTPs within stipulated period for approval of the Nigam.

SECTION III

CONDITIONS OF CONTRACT

TERMS AND CONDITIONS 1. Definition and Interpretations

1.1. Definition In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them: a) “Contract” means the agreement between the Employer and the Contractor

for the execution of the complete Works incorporating the Conditions, Specifications, Employer’s Drawings and Contractor’s Drawings, price and other completed Schedules, Bid, Letter of Award and such further documents as may be expressly incorporated in the Letter of Award.

b) “Conditions” means conditions of Contract c) “Commencement Date” means the date of issue of letter of intent . d) “Contract Agreement” means the documents recording the terms of the

Contract between the Employer and the Contractor. e) “Contract Price” means the sum stated in the Letter of Award as payable to

the Contractor for execution and commissioning of the Works and adjusted, after optimization, on the basis provided in the Contract. It shall be the sum total of all the amounts entered by the Contractor in the Schedule of Prices.

f) “Contractor” means the person whose Bid has been accepted by the Employer and the legal successors in title to the Contractor but not (except with the consent of the Employer) any assignee of the Contractor.

g) “Contractor’s Drawings” means all drawings, samples, patterns, models and operation and maintenance manuals to be submitted by the Contractor in accordance with Clause-6 under the Contract.

h) “Contractor’s Equipment” means all appliances or things of whatsoever nature required for the purposes of the Works but does not include Plant.

i) “Contractor’s Risk” means the risk defined in Sub-Clause-37.4 j) “Defects Liability Certificate” means the certificate to be issued by the

Employer to the Contractor in accordance with sub Clause-30.10. k) “Defect Liability Period” means one year following commissioning of line on

load and Taking Over during which the Contractor is responsible for making good defects and damage in accordance with Clause-30.

l) “Employer/Owner” means the UTTAR HARYANA BIJLI VITRAN NIGAM and the legal successors in title to the Employer/Owner but not (Except with the consent of the Contractor) any assignees of the Employer/Owner.

m) “Employer’s Drawings” means all the Drawings and information provided by the Employer to the Contractor under the Contract.

n) “Force Majeure” has the meaning assigned to it under Sub Clause 44.1. o) “Gross Misconduct” means any act or omission of the Contractor in violation

of the most elementary rules of diligence which a conscientious Contractor in the same position and under the same circumstance would have followed.

p) “Notification of Award/Letter of Award” means the formal award by the Employer of the Bid incorporating any adjustments or variation to the Bid agreed between the Employer and the Contractor.

q) “Performance Guarantee” means the security to be provided by the Contractor in accordance with Sub Clause 10.1 for the due performance of the Contract.

r) “Plant” means Poles, Lines materials and all things to be provided under the Contract for incorporation in the Works.

s) “Program” means the Program to be submitted by the Contractor in accordance with Sub Clause 12.1 and any approved revision thereto.

t) “Provisional Sum” means a sum, described as such for the execution of Works or for the supply of goods or services to be used in accordance with sub Clause 36.1.

u) “Risk Transfer Date” means the date when the risk of loss or damage to the Works passes from the Contractor to the Employer in accordance with sub Clauses 38.2 and 39.1.

v) “Schedule of Prices” means the completed price schedule or any part or individual schedule thereof, submitted by the Contractor with his Bid and forming a part of the Contract documents.

w) “Site” means the place or places, where Work is to be done by the Contractor or to which Plant is to be delivered, together with so much of the area surrounding the same as the Contractor shall with the consent of the Employer use in connection with the Works otherwise that merely for the purposes of access.

x) “Specification” means the specification of the Works included in Bidding Documents and includes the Contract and any modification thereof made under Clause 31.

y) “Taking-over Certificate” means the Certificate to be given by the Engineer to the Contractor in accordance with Clause-29.

z) “Bid” means the Contractor’s priced offer to the Employer for the execution of the Works.

aa) “Tests on Completion” means the test specified in the Contract or otherwise agreed by the Employer and the Contractor to be performed before the Works are taken over by the Employer.

bb) “Time for Completion” means the time stated in the conditions of Contract for completing the Works or any Part thereof and passing the tests on completion calculated from the commencement date unless extended in accordance with Clause-26.

cc) “Variation Order” means any written order, identified as such issued to the Contractor by the Employer under Sub Clause 31.1.

dd) “Works” means all Plant to be provided and Work to be done by the Contractor under the Contract.

ee) “Government” means the Government of India/Government of Haryana. ff) “Other Contractor” means any party or parties having a direct Contract with

the Employer for Work outside the scope of this Contract and shall include any Sub-Contractor of this “Other Contractor”

gg) “Engineer” means Assistant Engineer/ Assistant Executive Engineer , Executive Engineer , Superintending Engineer , UHBVN appointed by the Employer for this Work.

hh) “Sub Contractor”: The Sub-Contractor used herein refers to a party or parties having a direct Contract with the Contractor, whom any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer-in-charge.

ii) “Engineer-in-charge” i.e. Superidenting Engineer / Construction,UHBVN, Panchkula shall be the Nodal officer for the execution and monitoring of works in field. He will identify the Engineer/ Executive Engineer who will be directly responsible for the execution of Works, measurement and verification of bills for payments. Activities such as GTP/ Drg approval, inspections of

material, foot survey approval etc, shall be the responsibility of the office issuing the work order.

1.2. Written Communication Wherever in the Contract provision is made for communication to be “Written” or “in Writing” this means any hand-written, type written or printed communication including telex, cable and facsimile transmission addressed to the Engineer-in-Charge, Engineer or other agencies of the Owner, involved in execution of the Contract.

1.3. Notice, Consent and approvals Wherever in the Contract provision is made for the giving of notice, consent or approval by any person, such consent or approval shall not be unreasonably with-held. Unless otherwise specified, such notice, consent or approval shall be in writing and the word “notify” shall be construed accordingly. Engineer-in-charge shall be Nodal Officer in this respect. He may delegate his powers to the subordinate officer wherever required. All such letter and notices shall be addressed by the Contractor to the Engineer-in-charge as required with a copy to Chief Engineer/PD&C. However, routine correspondence may be exchanged by him with the Engineer with a copy to Engineer-in -charge.

1.4. Period In these conditions “day” means calendar day, however, “Working day” as used therein means all calendar day excluding Sundays and all Gazetted holidays as admissible to field staff within India. “Month” and “Year” and all dates shall be reckoned according to the Gregorian Calendar.

2. Employer’s Decisions and Instructions 2.1. The Contractor shall proceed with the decisions and instructions given by the

Employer or its representative in accordance with these conditions. 2.2. Confirmation in Writing

The Contractor may require the Employer to confirm in writing any decision or instruction of the Employer which is not in writing. The Contractor shall notify the Employer of such requirement without undue delay. Such a decision or instruction shall not be effective until written confirmation thereof has been received by the Contractor from Superintending Engineer /Operation Circle Concerned or the Engineer identified by him/provided in the Contract.

3. Assignment The Contractor shall not assign the Contract or any part of his obligations under the Contract without the prior written consent of the Employer (Which shall not be unreasonably withheld). A charge in favour of the Contractor’s bankers of any monies due under the Contract shall not be considered an assignment.

4. Sub Contracting 4.1. The Contractor may get whole of the erection job executed through his erection

subcontractor. Except where, otherwise, provided by the Contract, the Contractor shall not sub-Contract any part of the Works without the prior written consent of the Employer (which shall not be unreasonably withheld). Any such consent, if given, shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts defaults and neglects of any sub-Contractor, his agents, servants or Workmen as fully as if they were the acts, defaults or neglect of the Contractor, his agents or employees.

4.2. If any Sub-Contractor, engaged upon the Work either executes any Work which, in the opinion of the Employer, is not in accordance with the Contract or in the opinion of the Employer, for any other reason is undesirable, the Employer may require the Contractor by written notice to terminate the sub-contract and the Contractor shall immediately dismiss the Sub Contractor and later shall forthwith leave the Site.

4.3. All correspondence from any Sub-Contractor to the Employer shall be submitted only through the Contractor. Correspondence by the Sub-Contractor sent directly to the Employer will not be acknowledged or take cognizance of.

5. Contract documents 5.1. Ruling Language

Where versions of the Contract are prepared in different languages, the English version shall prevail.

5.2. Day to Day Communications The day to day communications shall be in English Language only.

5.3. Priority of Contract Document Unless otherwise provided in the Contract, the Contract documents shall be as follows in order of priority:- a) The letter of Award. b) The Technical Specifications. c) Conditions of Contract. d) Bidder’s Priced Offer. e) Any other documents forming part of the Contract.

5.4. Documents Mutually Explanatory. Subject to Sub Clause5.3, the Contract documents shall be taken as mutually explanatory. The Employer shall clarify any ambiguities or discrepancies. Anything mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. In case of any difference between scaled dimensions and figures on the drawings, the figure shall prevail. In case of any difference between drawings and the Specifications, the specifications shall prevail.

6. Drawings 6.1. Contractor’s Drawings

The Contractor shall submit to the Employer for approval: a) Within the time given in the Contract or in the Program such drawings,

samples, models or information as may be called for therein and in the numbers therein required, and

b) During the progress of the Works, such drawings of the general arrangement and details of the Works as specified in the Contract.

The Employer shall signify his approval or disapproval thereof. If he fails to do so within the given time frame or time given in the Contract or the Program or if no time limit is specified, within 21 days of receipt the Contractor’s drawings shall be deemed to be approved. Approved drawings, samples, models shall be signed or otherwise identified by the Employer. Mere approval of the drawings by the Employer will not deviate the responsibility of the contractor. The Contractor shall supply additional copies of approved drawings in the form and numbers stated in the Contract.

6.2. Consequences of Disapproval of Contractor’s Drawings. Any Contractor’s Drawings which the Employer disapproves shall be forthwith modified to meet the requirements and shall be re-submitted with in seven days.

6.3. Approved Contractor’s Drawings Approved Contractor’s Drawings shall not be departed from except as provided in Clause-31.

6.4. Inspection of Contractor’s Drawings The Employer shall have the right at all reasonable times to inspect, at the Contractor’s premises, all Contractors Drawings of any part of the Works. The Employer shall have the liberty to assign this job to any Engineer/Agency at his discretion.

6.5. Employer’s Use of Contractor’s Drawings Contractor’s Drawings may be used by the Employer for no other purpose than completing, operating, maintaining, adjusting and repairing the Works.

6.6. Contractor’s use of Employer’s Drawings The Employer’s Drawings, Specification and other information submitted by the Employer to the Contractor shall remain the property of the Employer. They shall not, without the consent of the Employer, be used, copied or communicated to a third party by the Contractor unless necessary for the purposes of this Contract.

6.7. Manufacturing Drawings Unless otherwise specified in the Technical Specifications (Section-VII) the Contractor shall not be required to disclose to the Employer, the Contractor’s confidential manufacturing drawings, designs, know-how or manufacturing practices, processes or operations.

7. Error in Drawings 7.1. Error in Contractor’s Drawings

The Contractor shall be responsible for any errors or omissions in the Contractor’s Drawings unless they are due to incorrect Employer’s Drawings or other written information supplied by the Employer. Approval by the Employer of the Contractor’s Drawings shall not relieve the Contractor from any responsibilities under this Sub-Clause. The Contractor shall bear any cost he may incur as a result of delay in providing Contractor’s Drawings and other information or as a result of errors or omissions therein, for which the Contractor is responsible. The Contractor shall at his own cost carry out any alterations or remedial Work necessitated by such errors or omissions for which he is responsible and modifies the Contractor’s Drawings and such other information accordingly. The performance of Contractor’s obligations under this Clause shall be in full satisfaction of his liability under this Clause but shall not relieve him of his liability under Sub-Clause 27.1.

8. Obligation of the Contractor 8.1. General Obligations

The Contractor shall, in accordance with the Contract, with due care and diligence, carry out the Works as per the scope of Work defined in the Technical specifications within the Time for Completion. The Contractor shall also provide all necessary Contractor’s equipment, superintendence, labour and all necessary facilities thereof. The Contractor shall be deemed to have carefully examined the Bidding Documents, the Site and the existing installations, as applicable, and to have satisfied himself as

to the nature and character of the Work to be executed, the prevailing meteorological conditions as well as the local uses and conditions and any other relevant matters and details before submitting his offer. Any information received from the Employer shall not in any way relieve the Contractor from his responsibility for supplying the equipment and material and executing his Work in terms of the Contract, including all details and incidental Work and supply of all accessories or apparatus which may not have been specifically mentioned in the Contract but are necessary for ensuring the complete installation and a safe and efficient operation of the Plant.

8.2. Setting Out The Contractor shall set out the Works in relation to original points, lines and levels of reference given by the Employer in writing and provide all necessary instruments, appliances and labour for such purposes. If at any time during the execution of Works, any error appears in the positions, levels, dimensions or alignment of the Work, the Contractor shall rectify the error. The Contractor shall bear the cost of rectifying the error, unless the error results from incorrect information supplied in writing by the Employer, or from default by another Contractor of the Employer, in which case the cost together with profit shall be borne by the Employer. The checking of any setting-out by the Employer shall not relieve the Contractor of his responsibility for the accuracy thereof.

9. Contract Agreement The Contractor shall prepare and complete as per Contract Agreement signed as provided in Section-V at his cost and shall execute a Contract Agreement regarding all the terms of the Contract.

10. Performance Guarantee 10.1. The Contractor shall execute/furnish Performance Guarantee as per details given under

Clause - 33 of Section-II (Instruction to Bidders). The form of the Performance Guarantee shall be as provided in Section-VI (Form-V) of this Bidding Document or in some other format that is acceptable to the Employer. In the event of any change in the Contract price the Performance Guarantee shall be adjusted, provided that such adjustment shall be subject to the approval of Employer. The Performance Guarantee shall be paid to the Employer on first demand without conditions or proof.

10.2. Period of Validity The Performance Guarantee shall be valid until the Contractor has executed, completed and remedied defect in the Works in accordance with the Contract. No claim shall be made against the Performance Guarantee after the issue of the Defects Liability Certificate and Performance Guarantee shall be returned to the Contractor with the approval of CGM/ PD&C, UHBVN, Panchkula within 14 days of the issue of the Defects Liability Certificate as per Clause 30 of CoC.

10.3 Non-compliance of Performance Guarantee Clause

In case successful bidder fails to submit Performance BG within 15 days from the date of issue of detailed contract. 10% amount of the contract value shall be deducted from their bill/bills. This amount shall be released after submission of BG.

11 Contract Price 11.1 Sufficiency of Contract Price

The Contractor shall be deemed to have satisfied himself of and taken account of in his Bid:- a) All the conditions and circumstances affecting the Contract price b) The possibility of carrying out the Works as described in the Contract. c) The general circumstances at the Site. d) The general labour position at the Site and e) With respect to the above provision, the Contractor shall be deemed to have

also satisfied himself, before Bidding with Existing conditions, nature of existing roads and bridges and other

means of access to the Site Presence of artificial obstructions on ground or under ground or in air,

boulders, or released water from and structures constructed for the existing sub-station or the like.

Stability of existing slopes in the Site Nature of the surface and subsurface on or in which the Works are to

be executed in or in the immediate vicinity of the Works, and the nature and extent of surface water or water contained in the subsoil by which the Works may be affected under all possible climatic conditions.

If the Specifications do not contain particulars of materials and Works which are obviously necessary for the proper completion of the Works, and the intention to include which is nevertheless to be inferred, all such materials and Works shall be supplied and executed by the Contractor without extra charge. If the Contractor requires additional information, he shall so request in writing to the Employer who will provide such detailed information as necessary within a reasonable time.

The Contractor shall be responsible for checking the information given in writing by the Employer for obvious omissions or inconsistencies, and for his interpretation of information received from whatever source.

11.2 Physical Obstructions and Conditions If during the execution of the Works on Site, the Contractor encounters physical obstructions or conditions, which could not reasonably have been foreseen by the Contractor, the Employer shall certify, and these shall be added to the Contract Price, the additional cost of complying with any instruction which the Employer, after due consultation with the Contractor, issues to the Contractor in connection therewith.

12 Program 12.1 Within the time stated in the Contract Data the Contractor shall submit to the

Engineer for approval a Program showing the general methods, arrangement, order and timing for all the activities in the Works along with monthly cash flow forecast.

12.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Work including any changes to the sequence of the activities.

12.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals not longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

12.4 The Engineer’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensation Events.

13 Contractor’s Representative. 13.1 The Contractor shall, in addition to a project coordinator, employ one or more

competent representatives to superintend the carrying out the Works on Site. They shall be fluent in the language for day to day communications. Their names shall be communicated in writing to the Employer before Work on Site begins.

Any instruction or notice which the Employer gives to the Contractor’s representative shall be deemed to have been given to the Contractor.

At least one of the Contractor’s competent representatives on each Site shall be fluent in speaking, writing, reading and understanding English.

13.2 Objection to Contractor’s Employee The Contractor shall, upon the Employer’s written instruction remove from the Works any person employed by him in the execution of Works, who mis-conducts himself or is incompetent or negligent.

14 Contractor’s Construction Management 14.1 Contractor’s Equipment

All Contractors’ Equipment shall, when brought on to the Site, be, deemed to be exclusively intended for the execution of the Works. The Employer shall have lien on all such equipment brought to Site for the purpose of erection, testing and Commissioning of the 11 kV Lines. The Contractor shall not remove from the Site any such equipment, except: a) When it is no longer required for the completion of the Works, or b) When the Employer has given his consent.

14.2 Authority for Access No persons other than the employees of the Contractor and his Sub-Contractors shall be allowed on the Site except with the written consent of the Employer. Facilities to inspect the Works shall at all times be afforded by the Contractor to the Employer and his representatives, authorities and officials.

15 Compliance with Laws 15.1 Compliance with Statutes, Regulations

The Contractor shall, in all matters arising in the performance of the Contract, comply in all respects with, give all notices and pay all fees required by the provisions of any national or state statute, ordinance or other law or any regulation or by-law of any duly constituted authority. The Contract shall in all respects be prepared and interpreted in accordance with the laws in force in India, including any such laws passed or made or coming into force during the period of the Contract.

The Contractor shall be fully responsible for deducting the P.F. of the employees/labour Working under him as per statutory regulations and depositing the same with the concerned authorities.

15.2 Compliance with Laws The Contractor shall comply with the laws of India for manufacturing of equipment and erection of the lines.

16 Patents 16.1 Patent Rights

The Supplier shall indemnify the Purchaser against all claims of infringement of patent, trademark or industrial design arising from use of goods or any part thereof in India. In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the goods or any part thereof in the Purchaser’s country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all the expenses, court costs and lawyer fees. The purchaser will give notice to the supplier of such claim, if it is made, without delay.

17 Obligations of the Employer 17.1 Access to and Possession of the Site

The Employer shall in reasonable time, grant the Contractor access to and possession of the Site, which may, however, not be exclusive to the Contractor. The Contractor shall provide at his own cost any access, foot path structures, bridges and approach to the Work Sites from public roads in accordance with the requirement stipulated in the Technical Specification.

18 Labour 18.1 Engagement of Labour

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all labour and for their payment, housing, feeding and transport. The Contractor shall pay rates of wages and allowances according to the nature of the Works and observe hours and Working conditions of his employees, so as to be no less favourable to the employees than those generally prevailing in the region where the Works are to be carried out. At the same time the Contractor shall observe all regulations prescribed by the law of the Government and shall strictly comply with any agreement, custom, practice or award relating to the wages. The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with the required qualifications and experience from sources within the region of Work.

18.2 The Contractor will be expected to employ on the Work only his regular skilled employees with experience of the particular type of Work. No female labour shall be employed after darkness. No person below the age of eighteen years shall be employed. In case, the Employer becomes liable to pay any wages or dues to the labour or any Government agency under any of the provisions of the Minimum Wages Act, Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other

law due to act of omission and commission of the Contractor, the Employer may make such payments and shall recover the same from the Contractor’s bills.

19 Workmanship and Materials 19.1 Manner of Execution

All Plant to be supplied shall be manufactured and all Work to be done shall be executed in the manner set out in the Contract. Where the manner of manufacture and execution is not set out in the Contract, the Work shall be executed in a proper and Work-man-like manner in accordance with recognized good practice.

19.2 Covering up Work The Contractor shall give the Employer full opportunity to examine, measure and test any Work on Site which is about to be covered up or put out of view. The Contractor shall give due notice to the Employer whenever such Work is ready for examination, measurement or testing. The Employer shall then, unless he notifies the Contractor that he consider it unnecessary, without unreasonable delay carry out the examination, measurement or testing.

20 Inspection & Testing Independent Inspection

The Employer may at his discretion delegate inspection and testing of material to an independent inspector.

20.2. Dates for Inspection and Testing

The Contractor shall give the Employer reasonable notice in writing of the date and the place at which any material will be ready for testing as provided in the Contract and Employer shall attend at the place so named within fifteen (15) days of the date, which the Contractor has stated in his notice. The Employer shall give the Contractor twenty four (24) hours notice in writing of his intention to attend the tests. The above notices shall be given at first by the quickest possible means and confirmed later in writing.

The Contractor shall forthwith forward to the Employer duly certified copies of the test results. If the Employer has not attended the test, he shall accept the validity of the test readings. If on receipt of the Contractor’s notice of testing, the Employer’s representative does not find the material to be ready for testing, the costs incurred by the Employer for re-deputation of his representative shall be deducted from the Contract Prices.

The material after receipt in the Stores of the Nigam is liable to be inspected for its conformity to the specifications by a representative of the Contractor/supplier firm after giving one week’s registered notice to the supplier / contractor. In case the firm fails to depute a representative on the specified date the Utility would be free to get material checked on the absence of the firm’s representative for which the firm would have no reason to protest at any stage and would be fully responsible of the outcome

20.3. Facilities for Testing

Where the Contract provides for tests on the premises of the Contractor or of any Sub-Contractor, the Contractor shall provide such assistance, labour, materials, electricity, fuel, stores, apparatus and instruments as may be necessary to carry out the tests efficiently. However, the Nigam’s authorised Inspecting Officer/ Inspecting agency shall use own testing instruments/equipment for testing.

20.4. Sample testing after erection:

The losses of the DTs as offered by the firm are required to be maintained during warranty period of the transformer. Owner reserves the right for random sample testing of material dispatched at site by sending the same to Nigam’s lab or workshop / Third party inspecting agency for testing in presence of contractor, after serving a fifteen days notice to contractor for witnessing the above test in the designated test house. In case the material fails on testing, the expenditure on the test shall be borne by the contractor and entire relevant lot of the material shall be rejected. In case the contractor fails to witness the test at Testing House the Owner may carry out the same in his absence and contractor shall have no right / claims whatsoever nor would have any claims/right to challenge the test results as declared / announced by the Test house. In addition to the above, if the losses during the warranty period are found more / beyond the max. limit prescribed in technical specification, the entire lot shall be rejected & firm shall be liable to replace the same with new / fresh DTs, after observing the due procedure of inspection prescribed in Technical specification, within 45 days of such rejection.

21 Rejection 21.1 If as-a-result of the inspection, examination or testing referred to in Clause-20, the Employer

decides that any Plant is defective or otherwise not in accordance with the Contract, he may reject such Plant and shall notify the Contractor there-of, immediately. The notice shall state the Employer’s objections with reasons. The Contractor shall then with all speed make good the defect or ensure that any rejected Plant complies with the Contract. If the Employer requires such Plant to be re-tested, the tests shall be repeated under same terms and conditions. All cost incurred by the Employer in the repetition of the tests shall be deducted from the Contract Price.

21.2 The contractor shall be responsible to pay penalty of Rs 20,000/- for each occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection.

22 Permission to Deliver.

The Contractor shall apply in writing to the Employer for permission to deliver any Plant or Contractor’s equipment to the Site. No Plant or Contractor’s equipment may be delivered to the Site without the Employer’s written permission in the form of Material Inspection & Clearance Certificate (MICC) for dispatch. The Contractor shall be responsible for the receipt at Site of all Plant and Contractor’s equipment delivered for the purposes of the Contract and shall, upon arrival at Site, give a notice to the Employer when and where it has arrived and/or been stored.

23 Suspension of Works, Delivery or Erection. 23.1 Order to Suspend.

The Employer may at any time instruct the Contractor to: - a) Suspend progress of the Works, or b) Suspend delivery of Plant or Contractor’s Equipment which is ready for

delivery to the Site at the time for delivery specified in the Program or if no time is specified, at the time appropriate for it to be delivered or

c) Suspend the erection of Plant, which has been delivered, to the Site. When the Contractor is prevented from delivering or erecting Plant in accordance with the Program by reason of any delay or failure on the part of the Employer, or of

failure by the Employer to give permission to deliver or by any cause for which the Employer is responsible, the Employer shall be deemed to have instructed a suspension provided the Contractor has given the notice of the same within fifteen (15) days of such occurrence and the Employer does not respond to such a notice by the Contractor. The Contractor shall during suspension protect and secure the Works or Plant affected at the Contractor’s Works or elsewhere or at the Site, as the case may be against any deterioration, loss or damage.

24 Effects of Suspension. 24.1 Cost of Suspension.

The additional cost incurred by the Contractor in protecting, securing and insuring the Works or Plant and in following the Employer’s instructions under Sub Clause-23.1 and in resumption of the work, shall be added to the Contract Price except that no such addition to the Contract Price shall be made if the suspension or deemed suspension is for a period less than 10 days. The Contractor shall not be entitled to be paid any additional cost if such suspension is necessary, by reason of a default on the part of the Contractor or for the proper execution, or for the safety of the Works or Plant, unless such necessity results from any act or default of the Employer or in consequence of any of the Employer’s Risks. The Contractor shall not be entitled to additional cost unless he notifies the Employer of his intention to make such claim, within 10 days after receipt of the order to suspend progress or delivery of the date of deemed suspension under Sub Clause-23.1.

24.2 Prolonged Suspension. If suspension under Clause 23.1 has continued for more than 180 days and the suspension is not due to the Contractor’s default, the Contractor may give notice to the Employer requiring permission to proceed with the Works within 30 days. If permission is not granted within that time, the Contractor may treat the suspension as an omission under Clause-31 of the portion it affects, or if the suspension affects the whole of the Works, terminate the Contract and the provisions of Clause-46 shall apply.

24.3 Resumption of Work. If the Contractor chooses not to treat prolonged suspension an omission or termination under Sub Clause 24.3, the Employer shall upon the request of the Contractor, take over the responsibility for protection, storage, security and insurance of the suspended Works and of the Plant which has been delivered to the Site and which is affected by suspension and the risk of loss or damage thereto, shall thereupon, pass to the Employer. After receipt of permission or an order to proceed, the Contractor shall after due notice to the Employer, examine the Works and the Plant affected by the suspension. The Contractor shall make good any deterioration or defect in or loss of the Works or Plant that may occur during the suspension. Cost properly incurred by the Contractor, which would not have been incurred but for the suspension shall be added to the Contract Price together with profit. The Contractor shall not be entitled to payment for costs incurred in making good any deterioration, defect or loss caused by faulty Workmanship or materials or by the Contractor’s failure to take measures specified in Sub Clause-23.1.

If the Employer has taken over risk and responsibility for the suspended Works under this Sub Clause, risk and responsibility shall revert to the Contractor-15 days after receipt of the permission or order to proceed.

25 Completion Time for Completion: The work shall be completed and shall have passed the Tests on completion within 18 (eighteen) months from the date of issue of Letter of Intent (LOI). Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works.

26 Extension of Time for Completion. 26.1 Causes for Extension of Time for Completion.

The Contractor may claim an extension of the Time for Completion if he is or will be delayed in completing the Works by any of the following causes:- a) Extra or additional Work ordered in writing under Clause-31, other than those

quantity variations arising out of soil conditions or route alignment. b) Physical obstructions or conditions other than those which could reasonably have

been foreseen by the Contractor. c) Employer’s instructions, otherwise than by reason of the Contractor’s default. d) The failure of the Employer to fulfill any of his obligations under the Contract. e) Delay by any Other Contractor engaged by the Employer, affecting this Contract. f) Any suspension of the Works under Clause-23, except when due to the

Contractor’s default. g) The Employer’s risk, if and when they constitute the sole reason for the delay in

completion of Works. h) Force Majeure. The Contractor shall give to the Employer, notice of his intention to make a claim for an extension of time within 15 days of the occurrence of any of the above cause(s) for such a claim becoming known to the Contractor. The notice shall be followed as-soon-as- possible by the claim with full supporting details. The Employer shall, after due consultation with the Contractor grant the Contractor from time to time, either prospectively or retrospectively, such extension of Time for Completion as may be justified and notify the Contractor accordingly. The Contractor shall be entitled to such extension whether the delay occurs before or after Time for Completion.

26.2 Delays by Sub-Contractors. The Contractor shall be entitled to claim an extension of time if delay on the part of a Sub-Contractor is due to a cause mentioned in Clause-26.1 and such delay prevents the Contractor from meeting the Time for Completion.

26.3 The power to decide the extension in completion period of turnkey contracts shall vest with the Board of Directors, in case awarding authority is HPPC (of State Govt.) or utility’s High Power Purchase Committee. In rest of the turnkey cases (SE’s Operation contracts), the power to decide the extension in completion period of turnkey contracts shall vest with the Whole Time Directors.

27 Penalty for Delay in Work. 27.1 0.5% per week or part thereof subject to maximum of 2% of value of left over work up to 1st

4 weeks and @ one percent per week or part thereof in case the delay is beyond 4 weeks subject to maximum up to 10% of value of left over works / project. The Employer may

without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract.

28 Tests on Completion.

The Contractor, except where otherwise specified, shall arrange such labour, materials, fuel, water, stores and apparatus as may be reasonably required to carry out such tests efficiently.

29 Taking Over. 29.1 The Works shall be taken over by the Employer when they have been completed in

accordance with the Contract, except in minor respects that do not affect the use of the Works for their intended purpose, have passed the Tests on Completion and Taking-over Certificate has been issued or deemed to have been issued in accordance with Sub Clause-29.2.

29.2 Taking Over Certificate. The Contractor may apply by notice to the Employer for a Taking- Over- Certificate not earlier than 30 days before the Works will in the Contractor’s opinion be complete and ready for Taking Over under Sub Clause-29.1. The Employer shall within 30 days after the receipt of the Contractor’s application either: a) Issue the Taking Over Certificate to the Contractor stating the date on which the

Works were completed and ready for Taking Over, or b) Reject the application giving his reasons and specifying the Work required to be

done by the Contractor to enable the Taking- Over- Certificate to be issued. If the Employer fails either to issue the Taking Over Certificate or to reject the Contractor’s application within the period of 30 days he shall be deemed to have issued the Taking Over Certificate on the last day of that period.

29.3 Use before Taking Over The Employer shall not use any part of the Works unless a Taking Over Certificate has been issued in respect thereof. If nevertheless the Employer uses any part of the Works, that part which is used shall be deemed to have been taken over on the date of such use. The Employer shall on request of the Contractor issue a Taking –Over-Certificate accordingly. If the Employer uses any part of the Works before Taking Over, the Contractor shall be given the earliest opportunity of taking such steps as may be necessary to carry out the Tests on Completion. The provisions of Sub Clause-27 shall not apply to any part of the Works while being so used by the Employer, Clause-30 shall apply as if the part had been taken over on the date it was taken into use.

29.4 Interference with Tests on Completion If the Contractor is prevented from carrying out the Tests on Completion by an act of the Employer without assigning any valid reason, the Employer shall be deemed to have taken over the Works on the date when the Tests on Completion would have been completed for such prevention subject to mutual agreement between the Employer and the Contractor. The Employer shall issue a Taking Over Certificate accordingly. The Works shall not be deemed to have been taken over if they are not in accordance with the Contract.

If the Works are taken over under the Clause the Contractor shall nevertheless carryout the Tests on Completion during the Defects Liability Period. The Employer shall require the Tests on Completion to be carried out by 15 days notice and in accordance with the relevant provision of Clause-28. Defects after Taking Over.

30 Defects after Taking Over

30.1 The contract shall warrant that the equipment will be new, unused and in accordance with contract documents, and free from defects in material and workmanship for a period as specified in the warranty caluse of Technical specification (TS) from the date of commissioning. However, in case the warranty period is not defined in theTS of Nigam, the same is to be considered as 12 months from the date of commissioning. The contractor’s liability shall be limited to the replacement of any defective part in the equipment of his own manufacture or those of his sub contractors under normal use, and arising solely from faulty design, material and/or workmanship provided always that such defective parts are repairable at the site and are not in meantime essential in the commercial use of the equipment. Such replaced/defective parts shall be returned to the contractor unless otherwise arranged. No repairs of replacement shall normally be carried out by the owner when the equipment is under the supervision of contractors supervisory engineer. In case the firm/supplier/contractor fails to replace the damaged material within stipulated period of 45 days, interest @ 10% shall be charged on the value of the material remained blocked.

30.2 In case of Electronic Meters and all transformer with CSP and conventional transformer above 25 kVA the supplier shall be made responsible to replace free of cost, with no transportation or Insurance cost to the Nigam, up to the destination, the whole or any part of the material which in normal and proper use proves defective in quality or workmanship, subject to the condition that the defect is noticed within 78 months from the date the material received by the consignee or 72 months from the date of Installation which ever period may expire earlier. The consignee or any other officer of the Nigam actually using the material will give prompt notice of each such defect to the supplier as well as the Purchasing authority and the Controller of Stores. The replacement shall be effected by supplier within a reasonable time, but not, in any case, exceeding 45 days. The supplier shall also arrange to remove the defective supply within a reasonable period but not exceeding 45 days from the date of issue of the notice in respect thereof. Upon the firm failing to do so, the damages/defects may be got rectified by the Nigam and the cost adjusted from the firm’s pending dues and/or security deposit against this or any other contract in force and the balance left be got deposited good by the supplier. The Nigam may withhold the amount equal to cost of defective material. The warranty of replaced material shall be limited to the balance period of original warranty period specified in the technical specification.

30.3 In the event of any emergency, where in the judgment of the engineer, delay would cause serious loss of damages, repairs or adjustment be made by the owner or a third party chosen by the owner without advance notice to the contractor and cost of such works shall be paid by the contractor. In event, such action is taken by the Employer the contractor will be notified promptly and he shall assist in making necessary correction. This shall not relieve the contractor of his liabilities under the terms and conditions of the contractor.

30.4 If it becomes necessary for the contractor to replace or renew any defective portions, the provision of this clause shall apply to portion of the works so replaced or renewed until the expiry of twelve months from the date of replacement/renewal of the defective parts/portion of work. If any defects are not remedied within reasonable time the owner may proceed to do the work at the contractor’s risk and cost. But without prejudice to any other rights which the owner may have against the contractor in respect of such defects.

30.5 The repaired or new parts will be furnished and erected free of cost by the contractor. If any repair is carried out on his behalf at the site the contractor shall bear the cost or such repairs.

30.6 The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the equipment or defective work carried out by the contractor the same shall be borne by the contractor.

30.7 The acceptance of the equipment by the owner shall in no way relieve the contractor or his obligations under this clause.

30.8 In case of those defective parts which are not repairable at site but are essential for the commercial operation of the equipment, the contractor and the owner shall mutually agree to a program of replacement or renewal which will minimize interruptions to the maximum extent, in the operation of the equipment.

30.9 At the end of the guarantee period the contractor’s liability ceases expect for latent defects(*). For latent defects the contractor’s liability as mentioned in clause No.30.1 through 30.7 above shall remain till the end of three years from the date of completion of guarantee period.

30.10 The provisions contained in this clause will not be applicable; a) If the owner has not used the equipment according to generally approved industrial practice

and in accordance with the conditions or operation specified and in accordance with manuals, if any.

b) In case of normal wear & tear of the parts to be specifically mentioned by the contractor in the offer. (*) Latent defect shall mean such defects caused by faulty design, material or workmanship which cannot be detected during inspection, testing etc. based on the technology for carrying out such tests.

31. Variations. 31.1 Employer’s right to Vary

The Employer may issue Variation Order to the Contractor at any time before the Works are taken over, instruct the Contractor to alter, amend, omit, add to or otherwise vary any part of the Works. The Contractor shall not vary or alter any of the Works, except in accordance with a Variation Order from the Employer. The Contractor may, however, at any time propose variations of the Works to the Employer.

31.2 Variation Order Procedure Prior to any Variation Order under Sub Clause 31.1, the Employer shall notify the Contractor

of the nature and form of such variation. As soon as possible after having received such notice, the Contractor shall submit to the

Employer: - a) A description of Work, if any, to be performed and a Programme for its execution, and b) The Contractor’s proposals for any necessary modifications to the Programme according

to Sub Clause 26.1 or to any of the Contractor’s obligations under the Contract, and c) The Contractor’s proposals for adjustment to the Contract Price.

Following the receipt of the Contractor’s submission the Employer shall, after due consultation with the Contractor, decide as soon as possible whether or not the variation shall be carried out.

If the Employer decides that the variation shall be carried out, he shall issue a Variation Order clearly identified as such in accordance with the Contractor’s submission or as modified by agreement. If the Employer and the Contractor are unable to agree to the adjustment of the Contract Price, the provisions of Sub Clause 31.3 shall apply.

31.3 Disagreement on adjustment of the Contract Price If the Contractor and the Employer are unable to agree on the adjustment of the Contract

Price, the adjustments shall be determined in accordance with the rates specified in the Schedule of Prices.

If the rates contained in the Schedule of Prices are not directly applicable to the specific Work in question, suitable rates shall be established by the Employer reflecting the level of pricing in the Schedule of Prices. Where rates are not contained in the said schedule, the amount shall be such as is in all the circumstances reasonable. Due account shall be taken of any over or under recovery of overheads by the Contractor in consequence of the variation.

Whenever by these conditions the Contractor is entitled to be paid cost, such cost shall be properly incurred and shall include any overhead charges properly allocable thereto but not profit unless so stated. Any profit entitlement shall be added to cost at the percentage of 10%. The Contractor shall also be entitled to be paid:- a) The cost of any partial execution of the Works rendered useless by any such variation,

and b) The Cost of making necessary alterations to Plant already manufactured or in the course

of manufacture or of any Work done that has to be altered in consequence of such variation.

The Employer shall on this basis determine the rates and prices to enable on account payment to be included in certificates of payment.

31.4 Contractor to Proceed On receipt of a Variation Order, the Contractor shall forthwith proceed to carry out the

variation and be bound to these Conditions in so doing as if such variation was stated in the Contract.

The Work shall not be delayed pending the granting of an extension of the Time for Completion or an adjustment to the Contract Price under Sub Clause 31.3.

31.5 Records of Costs In any case where the Contractor is instructed to proceed with a variation prior to the

determination of the adjustment to the Contract Price in respect thereof the Contractor shall keep records of all the cost of undertaking the variation and of time taken on its execution. Such records shall be open to inspection/verification by the Employer at all reasonable times.

32 Ownership of Plant

Plant to be supplied pursuant to the Contract shall become the property of the Nigam, once the Plant is handed over to Nigam.

33 Terms of Payment 33.1 Terms of Payment

A. FOR ELECTRICAL WORKS

Payment for Sub-station and Line material: -

a) Price Component for Material.

(i) 50% payment of the cost of material including excise duty, sales tax, freight, insurance etc. will be made on receipt of material after verification at the project site / stores. However, the supply of material shall be monitored as per approved PERT chart. The PERT chart shall be supplied alongwith NIT. Any change in PERT Chart shall be got approved from WTDs.

(ii) 40% payment of the cost of material will be made monthly on pro-rata basis after the material has been erected / utilized at site and verified. Payment shall be released on the certification of the Engineer In charge of the work.

(iii) Balance 10% shall be paid after inspection, testing and clearance by the CEI, Govt. of Haryana and commissioning of work and inspection by the Engineer In charge and Third Party (existing, if any) jointly and handing over of the work to the Nigam. All the statutory requirement as well other formalities shall be got completed before release of final payment.

b) Price Component for Erection Services i) 90% of the total erection price component shall be paid monthly on pro-rata basis on

furnishing of certificate by the Engineer-in charge and Third Party inspecting agency, for the quantum of work completed and on successful completion of quality check.

ii) Balance 10% shall be paid after inspection, testing, clearance by the CEI, Govt. of Haryana and commissioning of work and inspection by the Engineer In charge and Third Party jointly and handing over of the work to the Nigam. All the statutory requirement as well other formalities shall be got completed before release of final payment.

33.2 Delivery and documents on Dispatch

a) Copies of the Contractor’s invoice showing letter of award reference goods description, quantity dispatched, unit price, total amount (4 copies).

b) Packing list identifying contents of each Bid/ Package (4 copies). c) Receipted LR duly verified by AE/Const. d) Manufacturer’s/Contractor’s guarantee certificate of quality. e) Material Inspection Clearance Certificate (MICC) for despatch issued by the

Employer’s representative and the Contractor’s factory inspection report (2 copies) and insurance certificate (2 copies).

The above documents should reach the Employer within seven days from the date of dispatch to enable the Employer to make timely payment to the Contractor.

33.3 Payment of Contractor’s Bills.

Payment due to the Contractor shall be made by crossed cheque. Such cheques shall be issued direct to the Contractor on furnishing a stamped receipt for the amount of the cheque or to his authorised representative who has, a power of attorney, conferring, authority of the Contractor to receive such payment from the Engineer except where the Bidders are described in their Bid as a firm, in which case the receipt must be signed in the name of the firm by one of the partners or by some other persons holding a power of attorney authorising him to do so by other partners.

33.4 The receipt of an accountant or clerk for any money paid by the Contractor will not be considered as an acknowledgement of such payment to the Executive Engineer and the

Contractor shall be responsible for ensuring that he procures receipt signed/countersigned by the Executive Engineer.

33.5 Packing

The Contractor shall provide such packing of the material as is required to prevent their damage or deterioration during transit to their destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling, during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage, packing case size and weights shall take in to consideration, where appropriate, the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit. The packing, marking and documentation within and outside the Bid/ Packages shall comply strictly with special requirements as shall be expressly provided for in the Contract and in any subsequent instructions given by the Employer.

33.6 Indemnity Bond

For the material to be provided by the Contractor, it will be the responsibility of the Contractor to take delivery, unload and store the materials at Site and execute an indemnity bond, trust receipt and obtaining authorisation letter as per Performa given at Section-V in favour of the Employer against loss, damage and risk involved for the full value of the materials. The indemnity Bond shall be furnished by the Contractor before commencement of the supplies and shall be valid till the scheduled date of testing, commissioning and handing over of the 33 kV substations, 33 kV & 11 kV lines to the Employer.

33.7 Issue of Certificate of Payment

Within 21 days after receiving an application for payment, which the Contractor was entitled, the Employer shall issue a certificate of payment to the Contractor showing the amount due. A certificate of payment, other than Final Certificate of payment, shall not be withheld on account of any part of the payment applied for being disputed. In such case a certificate of payment for the undisputed amount shall be issued.

33.8 Corrections to Certificates of Payment The Employer may in any certificate of payment make any correction or modification that should have been properly made in respect of any previous certificates.

33.9 Payment The Employer shall pay the amount certified within 15 days from the date of issue of each certificate of payment to the Contractor at his principal place of business.

33.10 Application for Final Certificate of Payment

The Contractor shall make application to the Employer for the Final Certificate of payment within 30 days after the issue of Taking Over Certificate by the Employer. The application for the Final Certificate of payment shall be accompanied by the final account prepared by the Contractor and reconciled with the Employer. The final account shall give full details of the value of all Plants supplied and Work done under the Contract together with: -

a) Such additions to or deductions from the Contract price as have been agreed, and b) All claims for additional payment to which the Contractor may consider himself entitled.

33.11 Issue of Final Certificate of Payment

The Employer shall issue to the Contractor, the Final Certificate of Payment within 30 days after receiving an application in accordance with Sub Clause 33.10. If the Contractor has not applied for a Final Certificate of Payment within the time specified in Sub Clause 33.10 the Employer shall request the Contractor to do so within a further period of 30 days. If the Contractor fails to make such an application, the Employer shall issue the Final Certificate of Payment for such amount, as he deems correct.

33.12 Final Certificate of Payment conclusive.

A Final Certificate of Payments shall be conclusive evidence of the value of the Works, that the Works are in accordance with the Contract and that the Contractor has performed all his obligations under the Contract except the obligations arising during the Defects Liability Period. Payment of the amount certified in the Final Certificate of Payment shall be conclusive evidence that the Employer has preformed all his obligations under the Contract. A Final Certificate of payment or payments shall not be conclusive:

a) To the extent that fraud or dishonesty relates to or affects any matter dealt within the certificate, or

b) If any arbitration or court proceedings under the Contract have been commenced by either party before the expiry of 90 days after the issue of the Final Certificate of Payment.

c) In the event of any defects being noticed during the Defects Liability Period.

33.13 Failure to provide Drawings

Should the Contractor fails to provide drawings, diagrams, microfilms or other information forming part of the Works, at the time specified in the Contract, the payment which becomes due to the Contractor in accordance with the Contract will be delayed by a period of time equal to the delay in providing the information.

34 Claims 34.1 Procedure

In any case where under these conditions there are circumstances which the Contractor considers entitle him to claim additional payment, the Contractor shall:- a) If he intends to make any claim for additional payment he will give to the

Employer notice of his intention to make such claim within 30 days after the said circumstances became known to the Contractor stating the reasons for his claim, and

b) As soon as reasonably practical, after the date of such notice shall submit to the Employer full and detailed particulars of his claim but not later than 45 days after such notice unless otherwise agreed by the Employer. In any event such particulars shall be submitted no later than the application for the Final Certificate of Payment. The Contractor shall thereafter promptly submit such further particulars as the Employer may reasonably require to assess the validity of the claim.

34.2 Assessment When the Employer has received full and detailed particulars of the Contractor’s claim in accordance with Sub Clause 34.1 and such further particulars as he may reasonably have required he shall after due consultation with the Contractor determine whether the Contractor is entitled to additional payment and notify him accordingly. The Employer may reject any claim for additional payment which does not comply with the requirements of Sub-Clause 34.1.

35 Currency and Rates of Exchange. All payments shall be made in Indian Rupees only.

36 Set Off & Risk Procedure

36.1 Set Off Any such money due and payable to the Contractor under the Contract may be appropriated by the Owner and set-off against any claim of the Owner for the payment of a sum of money arising out of or under this Contract or any other Contract entered into by the Contractor with the Owner.

36.2 Contractor’s Default Liability In the event of breach of any of the terms and conditions by the Contractor, the Employer can terminate the Contract without any notice to the Contractor at any stage and the Contractor shall have no claim whatsoever on the Employer on this account. But the Contractor shall be liable to pay to the Employer a sum equivalent to 10% of the value of the Contract as liquidated damages and not as penalty. The Contractor shall in addition and without prejudice to the above said damages, make good any loss or damage that may be incurred by the Employer in getting the left out Works executed from elsewhere at the risk and cost of the Contractor. In case of delay in the execution of Works, the Owner will have the right to get the Work executed from any alternative source, at the sole risk and cost of the Contractor. Any extra expenditure incurred in such action shall be recoverable in full from the Contractor in addition to Owner's right of claim for liquidated damages.

37 Risk and Responsibility 37.1 Allocation of Risk and Responsibility

The Risks of loss of or damage to physical property and the death and personal injury which arise in consequence of the performance of the Contract shall be allocated between the Employer and the Contractor as follows:- a) The Employer: The Employer’s Risks as specified in Sub Clause 37.2 & 37.3. b) The Contractor: The Contractor’s Risks as specified in Sub Clause 37.4.

37.2 Employer’s Risks Employer’s risk shall be as under :

Insofar as they relate to the country where the Works are to be erected:- * War and hostilities (Whether war be declared or not), invasion, act of foreign

enemies. * Rebellion, revolution, insurrection, military or usurped power or civil war. * Ionizing radiation or contamination by radioactivity from any nuclear fuel,

radioactive toxic explosives or other hazardous properties of any explosive nuclear assembly or nuclear component, thereof.

37.3 Employer’s Risks Under all circumstance: a) Use or occupation of the Works or any part thereof by the Employer. b) The use or occupation of the Site or any part thereof for the purposes of the

Contractor, or interference, temporary or permanent with any right-of-way, light, air or water any easement, way-leaves or right of similar nature which is the inevitable result of the construction of the Works in accordance with the Contract.

c) The act, neglect or omission or breach of Contract or of statutory duty of the Employer.

37.4 Contractor’s Risks

The Contractor’s Risks are all risks other than those identified as the Employer’s Risks.

38 Care of Works 38.1 Contractor’s Responsibility for the Care of the Works.

The Contractor shall be responsible for the care of the Works from the commencement date until the Risk Transfer Date applicable thereto under Sub Clause 38.2. The Contractor shall also be responsible for the care of any part of the Works upon which any outstanding Works is being performed by the Contractor during the Defects Liability period until completion of such outstanding Work.

38.2 Risk Transfer Date The Risk Transfer Date in relation to the Works is the date of occurrence of any of the following:- a) The date of issue of the Taking-Over-Certificate, or b) The date when the Employer is deemed to have issued the Taking-over-

Certificate or the Works are deemed to have been taken over in accordance with Clause-29, or

c) The date of expiry of the notice of termination when the Contract is terminated by the Employer or the Contractor in accordance with these conditions.

39 Passing of Risk 39.1 Passing of Risk of loss of or Damage to the Works

The Risk of loss of or Damage to the Works shall pass from the Contractor to the Employer on the Risk Transfer Date applicable thereto.

39.2 Loss or Damage Before Risk Transfer Date. Loss of or Damage to the Works occurring before the Risk Transfer Date shall:- a) To the extent caused by any of the Contractor’s Risks, be made good forthwith

by the Contractor at his own cost, and b) To the extent caused by any of the Employer’s Risks, be made good by the

Contractor at the Employer’s expense if so required by the Employer within 30 days after the occurrence of the loss or damage. The price for making good such loss and damage shall be in all circumstances reasonable and shall be agreed by the Employer and the Contractor, or in the absence of agreement, shall be resolved under Clause-50.

39.3 Loss or Damage After Risk Transfer Date. After the Risk Transfer Date, the Contractor’s liability in respect of loss or damage to any part of the Works shall, except in the case of Gross Misconduct, be limited:- a) To the fulfillment of the Contractor’s obligations under Clause-30 in respect of

defects therein, and b) To making good forthwith loss or damage caused by the Contractor during

the Defects Liability Period.

40 Damage to Property and injury to Persons 40.1 Contractor’s Liability

Except as provided under Sub Clause 41, the Contractor shall be liable for and shall indemnify the Employer against all losses, expenses and claims in respect of any loss of or damage to physical property (other than the Works), death or personal injury to the extent caused by:- a) Defective design, material or Workmanship of the Contractor, or

b) Negligence or breach of statutory duty of the Contractor, his Sub Contractors or their respective employees and agents.

40.2 Employer’s Liability The Employer shall be liable for and shall indemnify the Contractor against all losses, expenses, or claims in respect of loss or damage to any physical property (other than Works) to the extent caused by those of the Employer’s Risks listed in Sub-Clause 37.2. & 37.3., but not otherwise.

41 Accidents The Contractor shall be liable for and shall indemnify the Employer against all losses, expenses or claims arising in connection with the death of or injury to any person employed by the Contractor or his sub Contractors or employees of the Owner for the purposes of the Works, unless caused by any acts or defaults of the Employer. In the latter cases the Employer shall be liable for and shall indemnify the Contractor against all losses, expenses or claims arising in connection therewith.

42 Limitations of Liability 42.1 Liability after Expiry of Defect Liability Period.

Except in cases of criminal negligence or willful misconduct:- a) The Contractor shall not be liable to the Employer, whether in Contract, or

otherwise for any indirect or consequential loss or damage, provided that this execution shall not apply to any obligation of the Contractor to pay liquidated damages to the Employer.

b) The aggregate liability of the Contractor to the Employer under the Contract shall not exceed the Contract price, provided that this limitation shall not apply to any obligation of the Contractor to indemnify the Employer with respect to patent infringement.

42.2 Exclusive Remedies The Employer and the Contractor intend that their respective rights, obligations and liabilities as provided for in these conditions shall alone govern their rights under the Contract and in relation to the Works. Accordingly, the remedies provided under the Contract in respect of or in consequence of :- a) Any breach of Contract, or b) Any act of negligence or omission, or c) Death or personal injury, or d) Loss or damage to any property. are, save in the case of Gross Misconduct, to be to the exclusion of any other remedy that either may have against the other under the law governing the Contract or otherwise.

42.3 Mitigation of loss or Damage In all case the party claiming a breach of Contract or a right to be indemnified in accordance with the Contract shall be obliged to take all reasonable measures to mitigate the loss or damage which has occurred or may occur.

43 Insurance 43.1 The Works

a) All the equipment, including pole foundations wherever required being supplied by the Contractor shall be kept completely insured by the Contractor at his cost from the time of dispatch from the Contractor’s Works, upto the

completion of erection and final checking, testing and commissioning at Site and Taking Over of the 11 kV Line by the Employer.

b) It will be the responsibility of the Contractor to lodge, pursue and settle all claims (for all the Plant including pole foundations) with the insurance company in case of any damage, loss, theft, pilferage, fire etc. and the Employer shall be kept informed about it. The Contractor shall replace the lost/damaged Plant including pole foundations promptly irrespective of the settlement of the claims by the underwriters and ensure that the Work progress is as per agreed schedules.

43.2 Contractor’s equipment The Contractor shall insure the Contractor’s equipment for its full replacement value while in transit to the Site, from commencement of loading until completion of unloading at the Site, while on the Site and until unloading at its return destination against all loss or damage caused by any of the Contractor’s risks.

43.3 Third Party Liability The Contractor shall insure against liability to third parties for any death or personal injury and loss of or damage to any physical property including the property of the Employer other than the Works arising out of the performance of the Contract and occurring before the issue of the last Defect Liability Certificate. Such insurance shall be effected before the Contractor begins any Work on the Site.

43.4 Employees The Contractor shall insure and maintain insurance against his liability under Sub Cluse-41.

43.5 General The insurance cover shall be taken by the Contractor in the name of the Employer who shall authorize the Contractor to pursue the claims with the Insurance Company.

43.6 General Requirements of Insurance Policies. The Contractor shall a) Whenever required by the Employer produce the policies or certificates of any

insurance which he is required to effect under the Contract together with receipts for the premiums,

b) Effect all insurances for which he is responsible with an insurer and in terms approved by the Employer, and

c) Make no material alterations to the terms of any insurance without the Employer’s approval. If an insurer makes any material alteration to the terms the Contractor shall forthwith notify the Employer, and

d) In all respects comply with any conditions stipulated in the insurance policies that he is required to place under the Contract.

43.7 Permitted Exclusions from Insurance Policies. The insurance cover effected by the Contractor in the name of the Employer shall exclude the following:- a) The cost of making good any part of the Works, which is defective or other

wise does not comply with the Contract. b) Indirect or consequential loss or damage including any reductions in the

Contract Price for delays. 43.8 Remedies on the Contractor’s Failure to Insure.

If the Contractor fails to produce evidence of insurance cover as stated in Sub Clause-43.6(a) then the Employer may effect and keep in force such insurance.

Premiums paid by the Employer for this purpose shall be deducted from the Contract Price.

43.9 Amounts not recovered Any amount not recovered from the insurers shall be borne by the Employer or Contractor in accordance with their responsibilities under Clause-37.

44 Force Majeure. 44.1 Definition of Force Majeure.

Force Majeure means any circumstances beyond the control of the parties including:- a) War and other hostilities, (whether war be declared or not), invasion, act of

foreign enemies, mobilization, requisition or embargo; b) Ionizing radiation or contamination by radioactivity from any nuclear fuel or from

any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive, or other hazardous properties of any explosive nuclear assembly or nuclear components thereof;

c) Rebellion, revolution, insurrection, military or usurped power and civil war; d) Riot, commotion or disorder, except where solely restricted to employees of the

Contractor. e) Natural calamity (such as Earthquake, Cyclone, Floods etc.).

44.2 Effect of Force Majeure.

Neither party shall be considered to be in default or in breach of his obligations under the Contract to the extent that performance of such obligations is prevented by any circumstances of Force Majeure which arise after the date of the Notification of Award.

44.3 Notice of Occurrence. If either party considers that any circumstances of Force Majeure have occurred which may affect performance of his obligations he shall promptly notify the other party.

44.4 Performance to Continue. Upon the occurrence of any circumstances of Force Majeure the Contractor shall endeavor to continue to perform his obligations under the Contract so far as reasonably practicable. The Contractor shall notify the Employer of the steps he proposes to take including any reasonable alternative means for performance, which is not prevented by Force Majeure. The Contractor shall not take any such steps unless directed so to do by the Employer.

44.5 Additional Costs caused by Force Majeure. If the Contractor incurs additional costs in complying with the Employer’s directions under Sub Clause-44.4, the amount thereof shall be certified by the Employer and added to the Contract Price.

44.6 Damage caused by certain of the Employer’s risks. If in consequence of any of the Employer’s risks listed in para-graphs of Sub Clause-37.2. the Work on or adjacent to the Site shall suffer loss or damage, the Contractor shall be entitled to have the value of the Work done, without regard to the loss or damage that has occurred, included in a certificate of payment.

44.7 Termination in Consequence of Force Majeure. If circumstances of Force Majeure have occurred and shall continue for a period of 180 days, notwithstanding, the Contractor may by reason thereof, having been granted an extension of Time for Completion of the Works, either party shall be entitled to serve upon the other, 30 days notice to terminate the Contract. If at the

expiry of the period of 30 days Force Majeure shall still continue, the Contract shall terminate.

44.8 Payment on Termination for Force Majeure. If the Contract is terminated under Sub Clause-44.7 the Contractor shall be paid the value of the Work done. The Contractor shall also be entitled to receive :- a) The amounts payable in respect of any preliminary items so far as the Work

or service comprised therein has been carried out and delivered and a proper proportion of any such item in which the Work or service comprised has only been partially carried out and delivered.

b) The cost of materials or goods ordered for the Works or for use in connection with the Works which have been delivered to the Contractor or of which the Contractor is legally liable to accept delivery. Such materials or goods shall become the property of and be at the risk of the Employer when paid for by the Employer and the Contractor shall place the same at the Employer’s disposal.

45 Contractor’s Default. 45.1 Notice of Default.

If the Contractor is not executing the Works in accordance with the Contract or is neglecting to perform his obligations, there under, as seriously, to affect the Program for carrying out of the Works, the Employer may give notice to the Contractor requiring him to make good such failure or neglect.

45.2 Nature of Contractor’s default. If the Contractor :- a) Has failed to comply within a reasonable time with a notice under Sub Clause-

45.1 or b) Assigns the Contract or Sub-Contracts the whole of the Works without the

Employer’s written consent, or c) Becomes bankrupt or insolvent, has a receiving order made against him or

compounds with his creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation.

The Employer may, after giving 15 days notice to the Contractor, terminate the Contract and expel the Contractor from the Site. Any such expulsion and termination shall be without prejudice to any other rights or powers of the Employer, or the Contractor under the Contract. The Employer may upon such termination complete the Works himself or by any other Contractor. The Employer or such other Contractor may use for such completion, Contractor’s equipment which is on the Site and as he or they may think proper, and the Employer shall allow the Contractor a fair price for such use.

45.3 Valuation at Date of Termination The Employer shall, as soon as possible after such termination, certify the value of the Works and all sum then due to Contractor as at the date of termination in accordance with Clause-33.

45.4 Payment after termination The Employer shall not be liable to make any further payments to the Contractor until the Works have been completed. When the Works are so complete, the Employer shall be entitled to recover from the Contractor the extra costs, if any, of completing the Works after allowing for any sum due to the Contractor under sub

Clause 45.3. If there is no such extra cost the Employer shall pay any balance due to the Contractor.

45.5 Effect on Liability for delay The Contractor’s liability under Clause-27 shall immediately cease when the Employer expels him from the Site without prejudice to any liability there-under that may have already occurred.

46 Employer’s Default 46.1 Nature of Employer’s Default

The Contractor may, by giving 30 days notice to the Employer, terminate the Contract if the Employer becomes bankrupt or insolvent, has a receiving order made against him, compounds with his creditor, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation, or

46.2 Removal of Contractor’s equipment On such termination, the Contractor shall be entitled to remove immediately all Contractor’s equipment which is on the Site.

46.3 Payment on termination for Employer’s Default. In the event of such termination the Employer shall pay the Contractor as amount calculated in accordance with sub Clause 44.8.

47 Changes in Cost and Legislation 47.1 Labour, materials and transport.

The Contract price shall remain firm and shall not be subject to any variation on any account.

47.2 Statutory and other regulations. The Contract price shall be adjusted to take account of any increase or decreases in cost resulting from changes in legislation of the country. Legislation means any law, order, regulation or bye-law having the force of law, which affects the Contractor in the performance of his obligations under the Contract, made after the date of notification of award and it acceptance. The Employer shall certify the amount of the resulting increase or decrease in cost, which shall be added to or deducted from the Contract price.

48 Customs 48.1 Customs and Import duties.

The Contractor shall pay any customs, import duties and taxes, on the Contractors equipment, if any, to be imported.

49 Notices 49.1 Notice to Contractor

All certificates, notices or written order communications to be given to the Contractor by the Employer under the conditions shall be sent by Airmail, Cable, telex, Regd. Post or facsimile transmission, to or be left at the Contractor’s principal place of business or such other address as the Contractor shall notify for that purpose, or may be handed over to the Contractor’s representative under acknowledgement.

49.2 Notice to Employer

Any notice to be given to the Employer under these conditions shall be sent by Airmail, Regd. Post, cable, telex or facsimile transmission to or left at the respective address notified for that purpose in the letter of award, or handed over to the Employer’s representative, authorized, to receive it.

49.3 Minutes of meeting Instructions or notice to the Contractor and notice from the Contractor to the Employer record in a minute or protocol signed by the authorized representative of the given and of the recipient of such notice or instruction shall be valid notice or instruction for the purposes of the Contract.

50 Taxation

50.1 The Contractor shall be entirely responsible for payment of all taxes, duties, license fees etc. incurred until delivery of the Contract supplies to the Employer.

50.2 The Contractor shall be solely responsible for the taxes that may be levied on the Contractor’s persons or on earning of any of his employee and shall hold the Employer indemnified and harmless against any claims that may be made against the Employer. The Employer does not take any responsibility whatsoever regarding taxes under Income Tax Act, for the Contractor or his employees. If it is obligatory under the provisions under the Indian Tax Act, deduction of Income Tax at source shall be made by the Employer.

50.3 All custom- duties and levies, duties sales tax payable on equipment, components, sub assemblies, raw material and any other items used for their consumption or dispatches directly to the Employer from their sub supplier (i.e. sale-in-transit at concessional rate) shall be included in Bid price and any such taxes duties, levies additionally payable will be to Contractor’s account and no separate claim on this behalf will be entertained by the Employer. Employer shall however issue requisite sales Tax declaration form i.e, Form ‘C’ and road permit to the Bidder.

50.4 In case of supply of self manufactured items, Sales Tax (but not surcharge in lieu of Sales Tax), local taxes and other levies solely in respect of transaction between the Employer and Contractor. Under the Contract, if any, shall not be included in the Bid price, but those shall be included separately wherever applicable. These amounts will be payable (along subsequent variation if any) by the Employer on the supplies made by the Contractor but limited to the Tax liability on the transaction between Employer and the Contractor. Employer shall however issue requisite Sales Tax declaration forms.

51 Advertising

Any advertising stating the subject of this Contract by the Contractor in India or in other foreign countries shall be subject to approval of the Employer prior to the publication. Publication of approved articles, photographs and other similar materials shall carry approval of the Employer.

52 Material Accounts Proper account of the Plant/equipment brought at Site and actually erected shall be prepared by the Contractor on completion of the Works and final payments shall be adjusted on the basis of the same.

53 Industrial & Labour Laws The successful bidder will certify that he has complied with the provisions of Industrial & Labour Laws including PF Act, ESI Act etc. as may be applicable.

54 Corrupt or fraudulent practices

The Nigam requires that Tenderers/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of Nigam contracts. In pursuance of this policy, the Nigam:-

(a) defines, for the purposes of this provision, the terms set forth as follows: (i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to

influence the action of a public official in the procurement process or in contract execution: and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Nigam, and includes collusive practice among tenderers (prior to or after tender submission) designed to establish tender prices at artificial, non-competitive levels and to deprive the Nigam of the benefits of free and open competition;

(b) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Nigam contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Nigam contract.

55 Settlement of Disputes 55.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to

the extent possible, settled amicably between the parties.

55.2 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor, arising out of the Contract for the performance of the Works whether during the progress for the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the empowered officer to be appointed by the Owner, who, within a period of thirty (30) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor.

55.3 Unless as hereinafter provided, such decision in respect of any matter so referred shall be final and binding upon the parties until the completion of the Works and shall forthwith be given effect to by the Contractor who shall proceed with the Works with all due diligence, whether he or the Owner required arbitration as hereinafter provided or not.

55.4 If after the Empowered Officer has given written notice of his decision to the parties, no claim to arbitration has been communicated to him by either party within thirty (30) days from the receipt of such notice, the said decision shall become final and binding on the parties.

55.5 In the event of the Empowered Officer failing to notify his decision as aforesaid within thirty (30) days after being requested aforesaid, or in the event of either the Owner or the Contractor being dissatisfied with any such decision, or within thirty (30) days after the expiry of the first mentioned period of thirty (30) days, as the case may be either party may require that the matters in dispute be referred to arbitration as hereinafter provided.

56 Arbitration :

All matters, question, disputes, differences and/or claims arising out of and/or concerning and/or in connection and/or in consequences or relating to this Contract whether or not obligations of either of both parties under this Contract be subsisting at the time of such dispute and whether or not this Contract has been terminated or purported to be terminated or completed, shall be referred to the Sole Arbitration of the MD, UHBVN or an Officer appointed by the MD, UHBVN as his nominee. The Award of the Arbitrator shall be final and binding on the parties to this Contract.

Subject to aforementioned provisions, the provisions of Arbitration & Conciliation Act 1996 and the rules there under and statuary modifications thereof for the time being in force, shall be deemed to apply to the Arbitration proceedings under this Clause.

57. Blacklisting of the Firms :

The contractor will be blacklisted, 1. If the contractor backs out of the contract at any stage, the firm will be issued two 15

days notices to commence the work failing which no further notices will be issued and the firm will be straightway Blacklisted, without prejudice to other terms and conditions of the contract.

2. If the firm indulges in fraudulent and illegal practices such as forgery, cheating or

any civil/criminal wrongdoing or any grave misconduct of similar nature which has a direct impact on the contract and the Nigam. In such case no notice of default will be issued and the firm will be straightway blacklisted in addition to initiating the legal proceedings etc., without prejudice to the other terms and conditions of the contract.

3. If the contractor fails to complete the work within the delivery/completion schedule,

the deduction of the penalty will commence as per the terms and conditions of the present Bid Documents. On deduction of the complete penalty as admissible, the contractor will be issued one 15 days notice to complete the work failing which the Performance Bank Guarantee will be forfeited. Subsequent to the above two 15 days notices will be issued and the firm will be blacklisted thereafter.

The Performance Bank Guarantee of the Blacklisted firms will be forfeited and the firm shall have no claim whatsoever on the same. However, Procedure and other conditions of contract are regulated by procurement manual of UHBVN, so, these will be applicable to the contractor as per procurement manual of UHBVN and amendments thereof from time to time. “Period of Blacklisting shall be minimum three years and all power utilities in the country shall be intimated about the same.”

SECTION – IV

CONTRACT DATA

The name of the identification number of the Contract is

NIT No.- 52/RAPDRP/Part-B/2013-14/ Bid No. The Works consist of Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems, installation of Feeder pillar boxes for reduction of AT&C losses in 18 no. towns under R-APDRP Part-B under the jurisdiction of UHBVN on turnkey basis (as per listed details ). The start date shall be date of issue of letter intent. CONTRACT DATA The Engineer In charge under whose supervision the Contract will be executed. Name / Address The Superintending Engineer, Construction, UHBVN, Panchkula. Name of Engineer Concerned Executive Engineer (Construction) of UHBVN as identified by Engineer in-charge for each bid. Name of Authorized Concerned Assistant Engineer (Construction) Representative Sub-Division of UHBVN.

The Intended Completion Date for the whole of the Works is Eighteen (18) months from the date of start with the following milestones. Milestone dates:

Stage of work

Stage wise description of work to be completed

Schedule for completion of stage

Ist Completion of foot survey and submission of details of Vendors and complete drawings/ documents

One month or up to expiry date of 1/5th time of the completion schedule, whichever is earlier.

2nd Supply of 30% of the total material (matching) and completion of 15% erection work

2/5th of the contract period

3rd Supply of 80% of the total material (matching) and completion of 50% erection work

3/5th of the contract period

4th Supply of 100% of the total material (matching) and completion of 80% erection work

4/5th of the contract period

5th 100% Erection along with testing, commissioning and handing over to UHBVN

End of contractual delivery schedule

The following documents also form part of the Contract:

a)_____________________________________________ b)____________________________________________ c)_____________________________________________.

1. The Contractor shall submit a detailed Program for the Works, within 15 days of delivery of

the Letter of Acceptance: 2. The Site Possession Date shall be : 3. The Defects Liability (warranty) Period of 365 days from the date of taking- over-certificate. 4. The minimum insurance cover for physical property, injury and death is Rs. 5.0 lac per

occurrence with the number of occurrences limited to four. After each occurrence, Contractor will pay additional premium necessary to make insurance always valid for four occurrences.

5. The Period between Program updates shall be 30 days.

6. The amount to be withheld for late submission of an updated Program shall be Rs. 2500/-. 7. The language of the Contract Documents is English. 8. The laws which apply to the Contract are the laws of Union of India.

9. The currency of the Contract is Indian Rupees.

SECTION – V

SAMPLE FORMS AND PROCEDURES

ANNEXURES

CONTENTS

ANNEXURE DESCRIPTION

PAGES

Performa of Letter of Undertakings.

65

Performa of Agreement.

67

Performa of Bank Guarantee for Contract Performance.

71

Performa of Extension of Bank Guarantee.

74

Performa for Indemnity Bond. (Entire Equipment Consignment in One Lot).

75

Performa for Indemnity Bond. (Equipment handed over in Installments).

78

ANNEXURE – 1 Page 1 to 2

PROFORMA OF LETTER OF UNDERTAKINGS ( To be submitted by the Bidder along with his Bid ) (To be executed on non-Judicial Stamp Paper of requisite Value)

Ref: ………………………. Date …………………………... To Chief General Manager/PD&C, UHBVN, Vidyut Sadan, C-16, Setor- 6, Panchkula. Dear Sirs, 1. I*/We* have read and examined the following Bid Documents relating to the

………………………….. ( Full scope of work).

a) Notice Inviting Tender. b) Invitation for Bid, Instructions to Bidders, Conditions of Contract along with Contract

Data & Annexures. c) Technical Specifications. d) Drawings attached with Bidding Documents.

2. I*/We* hereby submit our Bid and undertake to keep our Bid value for a period of 120 days

from the date of opening of Part II of Bid. I*/We* hereby further undertake that during said period I/We shall not vary / alter or revoke my / our Bid.

This undertaking is in consideration of UHBVN agreeing to open my Bid and consider and evaluate the same for the purpose of award of work in terms of provisions of clause entitled “ Award of Contract” section instruction to Bidders in the Bid Document. Should this Bid be accepted, I*/We* also agree to abide by and fulfill all the terms, conditions of provision of the above mentioned bid documents. Signature along with Seal of Company ……………………………………….. (Duly authorized to sign the tender on behalf of the Contractor).

Name : ……………………………………. Designation ………………………………. Name of Company ………………………. (In Block Letters)

WITNESS : Signature …………………………….Date & Postal Address : Date………………………………… ……………………………………………. Name &Address …………………… ……………………………………………. …………………………………… Telephonic Address ……………………… …………………………………… ……………………………………………. …………………………………… ……………………………………………. Telephone No. …………………………… Telex No. ………………………………… * Strike out whichever is not applicable.

ANNEXURE - 2 Page 1 of 4

PROFORMA OF ‘AGREEMENT’ (To be executed on non-judicial Stamp Paper) This agreement made this………………..day of …………2013 between UTTAR HARYANA BIJLI VITRAN NIGAM LTD.(hereinafter referred to “Owner or UHBVN which expression shall include its administrators, Company incorporated under the Companies Act, 1956) on the one part and ………………….having its Registered office at ………………………………..(hereinafter referred to as “Contractor” or …………………”X” …………………name of the Contracting Company which expression shall include its administrators, successors, executors and permitted assigns) of the other part. WHEREAS UHBVN desirous invited bids for design, manufacture, transportation to site, supply. Erection, tested & commissions of ………… as per specification No………………………………AND WHEREAS …………………”X” ………………had participated in the above referred bidding vide their proposal No………………..dated ……………and awarded the contract to …………..”X” ………………….. on terms and conditions documents referred to therein, which have been accepted by …………………..”X” …………………Resulting into a “Contract”. NOW THEREFORE THIS DEED WITNESSETH AS UNDER :- 1.0Article 1.1 Award of Contract

UHBVN has awarded the Contract to ……………”X” …………… for the work of …………. On terms and conditions contained in its letter of Award No………….. dated …………….. and the documents referred to therein. The award has taken effect from aforesaid letter of Award. The terms and expressions used in this Agreement shall have the same meaning as are assigned to them in the “Contract Documents” referred to in the succeeding Article.

2.0Contract Documents : 2.1 The Contract shall be performed strictly as per the terms and conditions stipulated herein and

in the following documents attached herewith ( hereinafter referred to as “Contract Documents”).

i) UHBVN Bidding Documents in respect of Specification No………………….. issued vide its

letter No………………. dated ……….. Consisting of Invitation to Bid. Instruction to Bidders, General & Special Conditions of Contract and all other sections entitled “Conditions of Contract” including all amendments issued vide its letter ……………………….dated……………

ii) UHBVN Technical Specification including amendments issued vide its letter

…………………dated ………….

iii) “X” is Proposal No……………….. Dated ……………. Along with proposal sheets, Data Requirements, Payment, Terms and Work Schedules Submitted by “X” entitled as “………………………….”.

iv) Agreed Minutes of the meeting held on ……………………… between UHBVN and “X”. v) UHBVN’s letter of Award No. ………………………… Dated ………… duly accepted by “X”. vi) Quality Plans for manufacturing and field activities entitled as Quality Plan. vii) Contract Network. All the aforesaid Contract Documents shall form an integral part of this Agreement, in so as the same or any part conform to the Bidding Documents (Vol. I & II) and what has been specifically agreed to by the Owner in its Letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the Contractor in its “Proposal” (Vol. III) but not agreed to specifically by the Contractor. For the sake of brevity this agreement along with its aforesaid contract documents shall be referred to as the “Agreement”. 3.0 Conditions & Covenants :

3.1 The scope of Contract, Consideration, Terms of Payment, Taxes wherever applicable,

Insurance, Liquidated Damaged, Performance Guarantee and all other terms and conditions are contained in UHBVN letter of Award No……………. dated ……………. Read in conjunction with other aforesaid contract documents. The Contract shall be duly performed by the Contractor strictly and faithfully in accordance with the terms of the Agreement.

3.2The scope of work shall also include supply and installation of all such items which are not

specifically mentioned in the Contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the specifications under “exclusions” or “Letter of Award”.

3.3Time Schedule : 3.3.1Time is the essence of the contract and schedules shall be strictly adhered to and “X” shall

perform the work in accordance with the agreed schedule. 3.4Quality Plans :

3.4.1The Contractor is responsible for the proper execution of the Quality Plans. The work beyond

the customer’s hold points will progress only with the owner’s consent. The owner will also undertake quality surveillance and quality audit of the Contractor’s / Sub-Contractor’s works, systems and procedures and quality control activities. The Contractor further agrees that any change in the quality plan will be made only with the Owner'’ approval. The Contractor shall also perform all quality control activities, inspection and tests agreed with the owner to demonstrate full compliance with the contract requirements.

3.4.2The Contractor also agrees to provide the owner with the necessary facilities for carrying out

inspection,. Quality audit and quality surveillance of Contractor’s and its sub-contractor’s quality Assurance Systems and manufacturing activities.

These shall include but not limited to the following: i) Relevant Plant standards, drawings and procedures; ii) Detailed Quality Assurance System manuals for manufacturing activities.

3.4.3It is expressly agreed to by the Contractor that non withstanding the fact that the contract is

termed as Supply-cum-Erection Contract or indicates the break-up of the contract consideration, for convenience of operation and for payment of sales tax on supply portion, it is in fact one composite contract on single source responsibility basis and the Contractor is bond to perform the total contract in his entirety and non-performance of any part or portion of the contract shall be deemed to be a breach of the entire contract.

3.4.4 The Contractor guarantees that the equipment package under the contract shall meet the

ratings and performance parameters as stipulated in the technical specification ( Volume-II) and in the event of any of any deficiencies found in the requisite performance figures, the owner may at the opinion reject the equipment package or alternatively accept it on the terms and conditions and subject to levy of the liquidated damages so leviable shall be in accordance with the contract documents and without any limitation.

3.4.5 It is further agreed by the Contractor that the contract performance guarantee shall in no

way be constructed to limit or restrict the onwer’s right to recover the damages / compensation due to short-fall in the equipment performance figures as stated above or under any other clause of the Agreement. The amount of damages/ compensation shall be recoverable either by way of deduction from the contract price, contract performance guarantee and / or otherwise.

The contract performance guarantee furnished by the contractor is irrecoverable and

unconditional and the Owner shall have the powers to invoke it not withstanding any dispute or difference between the owner and the Contractor pending before any court, tribunal, arbitrator or any other authority.

3.4.6 This agreement constitutes full and complete understanding between the parties and terms

of the present. It shall supersede and prior correspondence terms and conditions contained in the Agreement. Any modification of the Agreement shall be effected only be a written instrument signed by the authorized representative of both the parties.

4.0 Settlement of Disputes : 4.1 It is specifically agreed by and between the parties that all the difference or disputes arising

out of the Agreement or touching the subject matter or the Agreement shall be decided by the process of settlement and Arbitration as specified in clause …………………… and ……………. of the General Conditions of the contract of the provisions of the Indian Arbitration & Conciliation, Act, 1996 shall apply and Panchkula Court alone shall have exclusive jurisdiction over the same.

4.2 Notice of Default :

Notice of default given by either party to the other party under Agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto, if

delivered against acknowledgment or by telex or by registered mail with acknowledgement due addressed to the signatories at the addresses mentioned herein above.

IN WITNESS WHEREOF, the parties through their duly authorized representatives have

executed these presents (execution where of has been approved by the competent authorities of both the parties) on the day month and year first above mentioned at Panchkula.

WITNESS : 1. ………………………………………. (Owner’s Signature ) (Printed Name) 2. ………………………………………. (Designation) (Company’s Stamp) 3. ………………………………………. (Contractor’s Signature) (Printed Name) 4. ………………………………………. (Designation) (Printed Name)

Applicable in case of single award is placed on one party on supply-cum-Erection basis. In case two separate awards are placed on single party / two different parties this clause is to be modified suitable while signing the Contract agreement to be signed separately for two awards to incorporate cross fall breach clause.

ANNEXURE – 3 Page 1 to 2

PROFORMA OF BANK GUARANTEE FOR

CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act ) Ref: ………………………. Bank Guarantee No……………… Dated …………………………... To Chief General Manager/PD&C, UHBVN, Vidyut Sadan, C-16, Setor- 6, Panchkula -134109. Dear Sir, In consideration of UTTAR Haryana Bijli Vitran Nigam ( hereinafter referred to as the ‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/S ………………………………………………….. with its registered / Head office at ………………………( herein after referred to as the Contractor which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns ), a Contract by issue of Owner’s Letter of Award No. ……………………….. dated …………… and the same having been unequivocally accepted by the Contractor, resulting in a Contact bearing No. …………………. Dated ……………………. Valued at ……………………….. for ………………………(Scope of Contract ) and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …………….(%)…………….. (percent) of the said value of the Contract to the Owner. We ………………………………………………………………………… (Name and Address of the Bank ). Having its Head Office at ……………………(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns ) do hereby guarantee and undertake to pay the Owner, on demand any and all monies payable by the Contractor to the extent of ………………………….. as aforesaid at any time upto ……………………….. ( days / month / year ) without any demur, reservation, contest recourse or protest and / or without any reference to the Contractor. Any such demand made by the owner on the Bank shall be conclusive and binding notwithstanding any difference between the owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any authority. The Bank undertakes not to revoke his guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee to postpone

from time to time the exercise of any powers vested in them or any right which they might have against the Contractor, and to exercise the same at any time in any manner and either to enforce or to for bear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contractor or any other course or remedy or security available to the owner. The Bank shall not be released or its obligations under these presents by any exercise by the Owner of its liberty without reference in the matters aforesaid or any of them or by reason of any other Act of omission or commission on the part of the Owner or any other indulgences shown by the Owner or by any other matter or thing whatsoever which under law would but for this provision have the effect of relieving the Bank. The Bank also agrees that the Owner at its option shall be entitled to enforce this a guarantee against the Bank as a principle debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantees the owner may have in relation to the Contractor’s liabilities. Notwithstanding any thing contained herein above our liability under this guarantee is restricted to ………………………. And it shall remain in force upto and including…….. and shall be extended from time to time for such period as may be desired by M/S …………………………………. On whose behalf this guarantee has been given. Dated this ……………………. Day of …………………… 2013 at ………………….. WITNESS ……………………….. ……………………………. (Name) (Signature ) ……………………….. …………………………….. (Name ) (Signature) ………………………… …………………………….. (Official Address) (Designation with Bank Stamp) Attorney as per Power Of Attorney No. ……………………. Date ………………. Note : This sum shall be ten percent (10%) of the Contract Price in two parts i.e for Power Transformer and for rest of material.

The date will be Ninety days (90 days) after the end of Warranty Period as specified in the Contract.

The stamp papers of appropriate value shall be purchased in the name of issuing Bank.

ANNEXURE –4 Page 1 of 1

PROFORMA OF EXTENSION OF BANK GUARANTEE Ref : ………………….. Dated ………………. To Chief General Manager/PD&C, UHBVN, Vidyut Sadan, C-16, Setor- 6, Panchkula -134109. Dear Sir, Sub : Extension of Bank Guarantee No. ……………… for Rs. ……………….. favouring

yourselves expiring on …………………. On account of M/S ……………………………………….. in respect of Contract No. ……………… dated ……………. (hereinafter called original Bank Guarantee ).

At the request of M/S ………………………………, We …………………………Bank, Branch office at ……………………….. and having its head office at………. ………… do hereby extend our liability under the above mentioned guarantee No. ……………… dated ………………. for a further period of ………………… years / months from …………………… to expire on …………………………. Except as provided above, all other terms and conditions of the original Bank Guarantee No. ………………… dated …………….. shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached. Yours faithfully, For………………………… Manager / Agent / Accountant Power of Attorney No………………… Dated ……………….. SEAL OF BANK Note : The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has issued the Bank Guarantee.

ANNEXURE – 5 Page 1 to 3 PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY UHBVN FOR PERFORMANCE OF ITS CONTRACT (Entire Equipment consignment in one lot) (On non-Judicial Stamp Paper of appropriate Value) INDEMNITY BOND THIS INDEMNITY BOND is made this………………. Day of ………………..2013 by …………………………. A Company registered under the Companies Act, 1956 / Partnership firm / proprietary concern having its Registered Office at ……………( here in after called as ‘Contractor’ or ‘Obligator’ which expression shall include its successors and permitted assigns) in favour of UTTAR HARYANA BIJLI VITRAN NIGAM LTD. , PANCHKULA (hereinafter called UHBVN which expression shall include its successors and assigns). WHEREAS UHBVN has awarded to the Contractor a Contract for ……………… vide its Letter of Award / Contract No………………….. dated …………. and its Amendment No………………… and Amendment No………………. (applicable when amendments have been issued) (hereinafter called the Contract ) in terms of which UHBVN is required to hand over various Equipment to the Contractor for execution of the Contract. And WHEREAS by virtue of Clause No. ………………………… of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of UHBVN for the Equipment handed over to it by UHBVN for the purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the ‘Equipment’). NOW THEREFORE, This Indemnity Bond witnessed as follows : 1. That in consideration o various Equipment as mentioned in the Contract, valued at Rs.

………………. (Rupees……………………………..) handed over to the Contractor for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep UHBVN indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipment as per dispatch title documents handed over to the Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is expressly understood by the Contractor that handing over of the dispatch title documents in respect of the said Equipment duly endorsed by UHBVN in favour of the Contractor shall be constructed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment in trust as Trustees for an on behalf of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /

protection and custody of the Equipment at UHBVN project Site against all risks whatsoever till the Equipment are duly used / erected in accordance with the terms of the Contract and the Plant / Package duly erected and commissioned in accordance with the terms of the Contract, is taken over by the UHBVN. The Contractor undertakes to keep UHBVN harmless against any loss or damage that may be caused to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and conditions and no part of the Equipment shall be utilized for any other work or purpose whatsoever, It is clearly understood by the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of Contractor for all intents and purpose including legal / penal consequences.

4. That UHBVN is and shall remain the exclusive Owner of the Equipment free from all

encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be open to inspection and checking by Chief Engineer/ Engineer or other employees / agents authorized by him in this regard. Further, UHBVN shall always be free at all times to take possession of the Equipments in whatever form the Equipments may be, if in its opinion, the Equipment are likely to be endangered, mis-utilized or converted to uses other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor or any other person or on account of any reason whatsoever and the Contractor binds himself and undertakes to comply with the directions of demand of UHBVN to return the Equipment without any demur or reservation.

5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is mis-utilized in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of UHBVN as to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged Equipment at its own cost and / or shall pay the amount of loss of UHBVN without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to UHBVN against the Contractor under the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually

comply with the terms and conditions of this Bond to the satisfaction of UHBVN THEN, the above Bond shall void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through it authorized representative under the common seal of the Company, the day, month and year first above mentioned. SCHEDULE

Particulars of the Equipment handed over.

Quantity Particulars of Dispatch title documents RR/GR No. Date Bill Carrier of lading

Value of the Equipment

Signature of Attorney in token of receipt.

For and on behalf of M/S ………………………………………………. …………………………………………………………………………… WITNESS :

1. i) Signature………………………… Signature………………………….. ii) Name …………………………… Name …………………………….. iii) Address ………………………… Designation ………………………. ………………………………… Authorized Representative 2. i) Signature………………………… ii) Name …………………………… iii) Address ………………………… (Common Seal) ………………………………… (In case of Company)

* Indemnity Bond are to be executed by the authorized person and (I) in case of contracting Company under Common Seal of the Company or (ii) having the power of attorney issue under common seal of the company with authority to execute Indemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.

ANNEXURE – 6 Page 1 to 3 PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY UHBVN FOR PERFORMANCE OF ITS CONTRACT (On non-Judicial Stamp Paper of appropriate Value) INDEMNITY BOND THIS INDEMNITY BOND is made this………………. Day of ………………..2013 by …………………………. A Company registered under the Companies Act, 1956 / Partnership firm / proprietary concern having its Registered Office at ……………( here in after called as ‘Contractor’ or ‘Obligator’ which expression shall include its successors and permitted assigns) in favour of UTTAR HARYANA BIJLI VITRAN NIGAM LTD. , PANCHKULA (hereinafter called UHBVN which expression shall include its successors and assigns). WHEREAS UHBVN has awarded to the Contractor a Contract for ……………… vide its Letter of Award / Contract No………………….. dated …………. (hereinafter called the Contract ) in terms of which UHBVN is required to hand over various Equipment to the Contractor for execution of the Contract. And WHEREAS by virtue of Clause No. ………………………… of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of UHBVN for the Equipment handed over to it by UHBVN for the purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the ‘Equipment’). NOW THEREFORE, This Indemnity Bond witnessed as follows : 1. That in consideration o various Equipment as mentioned in the Contract, valued at Rs.

………………. (Rupees……………………………..) handed over to the Contractor in installment from time to time for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep UHBVN indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the initial installment of the Equipment per details in the Schedule appended hereto. Further the Contractor agrees to acknowledge receipt of the subsequent installments of the Equipment as required by UHBVN the form of Schedules consecutively numbered which shall be attached to this Indemnity Bond so as to form integral part of this Bond. It is expressly understood by the Contractor that handing over of the dispatch title documents in respect of the said Equipments duly endorsed by UHBVN in favour of the Contractor shall be constructed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment in trust as Trustees for and on behalf of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /

protection and custody of the Equipment at UHBVN project Site against all risks whatsoever till the Equipment are duly used / erected in accordance with the terms of the Contract and the Plant / Package duly erected and commissioned in accordance with the terms of the Contract, is taken over by the UHBVN. The Contractor undertakes to keep UHBVN harmless against any loss or damage that may be caused to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and conditions and no part of the Equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of Contractor for all intents and purpose including legal / penal consequences.

4. That UHBVN is and shall remain the exclusive Owner of the Equipment free from all

encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be open to inspection and checking by Engineer-in-Charge / Engineer or other employees / agents authorized by him in this regard. Further, UHBVN shall always be free at all times to take possession of the Equipment in whatever form the Equipment may be, if in its opinion, the Equipment are likely to be endangered, mis-utilized or converted to uses other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor or any other person or on account of any reason whatsoever and the Contractor binds himself and undertakes to comply with the directions of demand of UHBVN to return the Equipment without any demur or reservation.

5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is mis-utilized in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of UHBVN as to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged Equipment at its own cost and / or shall pay the amount of loss of UHBVN without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to UHBVN against the Contractor under the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply

with the terms and conditions of this Bond to the satisfaction of UHBVN THEN, the above Bond shall void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative under the common seal of the Company, the day, month and year first above mentioned. SCHEDULE

Particulars of the Equipment handed over.

Quantity Particulars of Dispatch title documents RR/GR No. Date Bill Carrier of lading

Value of the Equipment

Signature of Attorney in token of receipt.

For and on behalf of M/S ………………………………………………. …………………………………………………………………………… WITNESS :

1. i) Signature………………………… Signature………………………….. ii) Name …………………………… Name …………………………….. iii) Address ………………………… Designation ………………………. ………………………………… Authorized Representative 2. i) Signature………………………… ii) Name …………………………… iii) Address ………………………… (Common Seal) ………………………………… (In case of Company)

* Indemnity Bond are to be executed by the authorized person and (i) in case of contracting Company under Common Seal of the Company or (ii) having the power of attorney issue under common seal of the company with authority to execute Indemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.

SCHEDULE ‘C' (Referred to in-Regulation 7)

UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED

TENDER FORM (EMD) From ………………………………………………………………………. ……………………………………………………………………….. ……………………………………………………………………….. ……………………………………………………………………….. To ……………………………………………………………………….. ……………………………………………………………………….. ……………………………………………………………………….. ………………………………………………………………………... Offer No. ……… Dated …… 2013 Subject : Submission of tender against Notice Inviting Tender No. .......................... Dated …………… of

UTTAR Haryana Bijli Vitran Nigam Ltd. Dear Sir, With reference to your above-mentioned notice inviting tender, I/we hereby offer to Supply genuine goods and materials (quantity and rates of the goods and material are described in the attached terms and conditions) and shall execute the work truly and faithfully within time specified and set forth in the attached terms and conditions. The goods and materials to be supplied will be of the quality and answerable In every respect with this tender. I/we shall be responsible for all complaints as regards the quality of material and in case of dispute the decision of the Nigam will be final and binding on me/us. 1. A Crossed postal Order/Bank Draft No…….. for the prescribed amount of Rs……… Rupees

…………..) drawn in favor or DGM/FA/P&D, UHBVN, Panchkula is enclosed, as earnest money as desired. I fully understand that in the event of my/our tender being accepted this earnest money shall be retained by you till the submission of performance guarantee by me as per clause of schedule-D

2. l/we shall have no claim to the refund of the earnest money prescribed against this tender in the

event of my/our non-compliance of the purchase Order provided such order is placed within the period of validity of my/our tender as Indicated In paragraph 4 below. I further understand that my earnest money will stand forfeited even if I withdraw my tender at any stage during the currency of the period of validity.

3. My/our tender shall remain valid for a period of 120 days from the date of opening of part-II

(price bid) against the N.I.T. No. .............................

Dated …………. 4. My/our tender along with the terms and conditions with the relevant columns and annexure duly

filled in under my/our attestation and with each page of the tender papers (including the enclosed terms and conditions signed by me/us,(in the capacity of sole owner/general or special attorney, in proof of which power of attorney is attached) is submitted for your favorable consideration.

5. I/we have read the enclosed terms and conditions carefully and have signed the same in taken of their absolute and unqualified acceptance. My/our tender constitutes a firm offer under the Indian Contract Act 1872 and is open to an acceptance in whole or in Parts. My/our offer, If accepted on the attached terms and conditions will constitute a legally binding contract and shall operate a contract as defined in the Indian Contract Act. 1872 and the Indian sale of goods Act. 1930.

Thanking You, Yours Faithfully

N.I.T No. ……….. Enquiry No. ………….

ANNEXURE 'A' TO SCHEDULE 'D'

SPECIFICATIONS Signature of Supplier Complete Address (Rubber Stamp) Cont. Next page

(TO BE FILLED IN AND SIGNED BY THE TENDERER) SCHEDULE OF DEVIATIONS

We/I have carefully gone through the technical specifications & the general conditions of the contract and We/I have satisfied ourselves/myself and hereby confirm that our/my offer strictly confirms to the requirements of the technical specifications and general conditions of the contract except for the deviations which are given below: -

Sr. No. Description Stipulation in Specification

Deviations offered

Remarks

A. Commercial Terms:

Clause No

B. Technical Specifications:

Clause No. (Please use more sheets, if required).

C. For the Drawings/GTPs/Standards which are not included in the above tender documents, latest REC standards will be followed.

Signature: Name : Status : Whether Authorized Attorney Of the Tendering Company Dated: Place: Name of the Tendering Company

AFFIDAVIT

I, ………………………………………………………………………………………Directory of M/s………………………………………………………………………… with Head quarter at……………………………………………………………being their authorized signatory, do hereby solemnly affirm and declare that M/s ……………………………………………………………….. has not been black listed by any state/ Central Govt. or any of its agencies. I understand that if upon acceptance of our offer no. ………….. dated…………….. against UHBVNL tender enquiry no. ………………. for supply of …………………. on any PO is placed upon us, the same is liable to be cancelled if this declaration is found wrong at any subsequent time and further I understand to compensate the UHBVNL, for the consequences arising out of wrong declaration. ____________________________ ____________________________ ____________________________ ____________________________ Attested by Oath Commissioner

Documents to be attached with the Bid(The bids be submitted with numbered pages and properly hard binded )

Particulars Page No.

1. Earnest Money

2. Validity 13.1 120 days from Part-II

3. Technical Criteria Clause 2.1

The bidder should have erected on turnkey basis and commissioned transmission

lines / feeders (overhead with conductor) of aggregate route length of 500 kms of

11kV or equal to the length in the bid if the length in the bid is less than 500 km

during the last 5 years as on the date of Bid opeing for which certificate of

satisfactory completion for one year are to be submitted. Construction/

Commissioning of HT lines can be considered agasint LT line but not vice versa.

4. Financial

criteria

clause 2.2

For the purpose of particular Bid, Bidder shall fulfill the following minimum criteria:- a) The total turnover in last best 2 years out of last 3 financial years sould be 1.5 times the cost of Bid/ Package and the total turnover in last 3 years should be 2 times the cost of the Bid/ Package. b) The Bidder shall have Liquid assests (LA) and / or evidence of access to or availability of credit facilities of NOT less than 25%, of any scheduled bank, of the Bid/ Package value as on the date of Bid opening. LA will be calculated on the basis of latest audited balance sheets and unutilized balance of LC and CC limits (fund base) will be considered on the day of Bid opening and bidder will also enclose the complete sanction order of the limits.

5. Joint Venture Criteria clause 2.3 (a)

All the partners in JV should meet 100 % qualifying criteria of financial & technical qualification jointly.

Joint Venture Criteria clause 2.3 (b)

In joint venture, one of the Partners shall be nominated as lead partner, and this authorization shall be evidenced by submitted a power of attorney signed by legally authorized signatories of all the partners. The lead partner shall meet not less than 40% of the minimum financial criteria.

Joint Venture Criteria clause 2.3 (c)

Each Joint venture Partner shall meet not less than 25% of minimum financial criteria.

Joint Venture Criteria clause 2.3 (d)

For Bids submitted in joint venture ( having one partner as lead partner) , the lead partner shall meet 50% of the technical qualification requirements and each of the other Joint venture partners shall meet 30% of the technical qualification requirements as per Clause 2.1

6. Bid Capacity: clause 2.4

The Bidder will qualify “BID CAPACITY” detailed as under in addition to other financial qualification mentioned in the Bid.

Bid capacity (C) = (2xA)

A = Maximum annual turn over of one year out of last three years on the date of opening of tender.

C = Where the bidder will be qualified only if his capacity is equal or more than the estimated cost of work in question.

7. Bid Capacity: clause 2.4.1.2

The bidder is required to furnish the year wise turn over of three years duly certified by a registered Charted Accountant & duly supported by certified annual reports (Balance sheets, Profit & Loss A/C etc.).

8. Electrical contractor license clause 2.5

The bidder shall have the valid license for carrying out 11 kV or above voltage works from the Chief Electrical Inspector of any state in India. However, before starting the work, he shall seek CE-I Haryana license also

9. Clause 2.6 (a) Copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the signatory of the Bidder to commit the Bid.

10. Clause 2.6 (b) amount in crore

Total annual turn over of erection and supply of material and equipment, over the last 3 years.

11. Clause 2.6 (c) Performance as prime Contractor for the Erection & Supply of material and equipment of similar nature over the last 5 years and details of other Works and Contractual commitments, presently in hand. The Work-Order along with quantified details of the Works carried out be supplied for proper assessment. The Bidder shall allow assessment of his ongoing Works to the authorized representative of the Employer at any time

12. Clause 2.6 (d) The tenderer shall specifically furnish the details of key members

13. Clause 2.6 (e) Reports on the financial standing of the Bidder including profit and loss statements, balance sheets and auditors reports of the past five years and an estimated financial projection for the next two years

14. Clause 2.6 (g) Information regarding any litigation, current or during the last two years, in which the Bidder is involved, the parties concerned and disputed amount

15. Clause 2.6 (h) The declaration by the firm that it is not blacklisted by any State Govt. or Agency and shall be liable for the consequences of wrong declaration. The bidder should submit along with the Bid no blacklisting certificate for the past three years.

16. Clause 2.6 (i) The proposed methodology and program of construction including PERT Chart

17. Clause 2.6 (j) Ownership Change

18. Clause 2.6 (k) Performance of the contractor in UHBVN

19. Clause 2.7 (b) The Bid and in case of successful Bid the form of agreement shall be signed so as to be legally binding on all partners. One of the partners shall be nominated as lead partner, and this authorization shall be evidenced by submitting a power-of attorney signed by legally authorized signatories of all the partners.

20. Clause 2.7 (e) A copy of the agreement entered in to by the joint venture/consortium partners shall be submitted along with the Bid. Failure to comply with this requirement may result in rejection of joint ventures/consortium Bid.

21. Clause 10.3 The Bidder must enclose Income Tax clearance certificate along with the tender.

22. Clause 12.4 All prices quoted by the bidder shall be ‘FIRM’ having completion schedule period up to six months.

23. Schedule of deviations

Tech. Deviation

24. Schedule of deviations

Commercial Deviation

25. Annexure-1 Annexure-1 Performa of letter of undertaking on NJSP.

Declaration to supply the material from the Nigam’s empanelled firms/ manufacturers.

Declaration to supply the material as per the Nigam's specifications and relevant ISS.

SECTION VI

SCHEDULE OF PRICES

Schedule-I

Bid No.-360 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Kaithal Distt. (Cheeka & Kaithal Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11

kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement

and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron

poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with

modems, installation of Feeder Pillar boxes etc. against Tender Enquiry Bid No. Bid No. 360 of NIT No.-

52/RAPDRP/ Part-B/2013-14 for Kaithal Distt. (Cheeka & Kaithal Town):

Rs. 521409836/- (Rs. Fifty Two Crore Fourteen Lacs Nine Thousand Eight Hundered Thirty Six only)

Dear Sir,

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Cheeka Town of Kaithal Distt. (Cheeka & Kaithal Town)

against Bid No.-360 of NIT No.- 52/RAPDRP/Part-B/2013-14 for under the jurisdiction of UHBVN on turnkey basis .

Signature_________________________________

Printed Name______________________________

* Total price shall be quoted in round figure.

Common Seal _____________________________

To

Designation _______________________________

Total Rs. In Figures :

Total Rs. in words :

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Bidder’s Name & Address: ___________________________

___________________________

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all

equipments, supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties,

levies, freight and insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay

Extension, Providing TROLLEY fitted with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.

360 of NIT No.-52/RAPDRP/Part-B/2013-14 for Kaithal Distt. (Cheeka & Kaithal Town)

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

Schedule-I

Bid No.-360 of NIT No.-52/RAPDRP/Part-B/2013-14 for Kaithal Distt. (Cheeka & Kaithal Town)

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 683 2357.50 307.50 1610172.50 210022.50 1820195

3 PCC Pole 11.0M Long. No. 1200 6181.25 806.25 7417500.00 967500.00 8385000

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 396 725.65 63.10 287357.40 24987.60 312345

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 491 502.55 43.70 246752.05 21456.70 268209

7 MS channel 75*40*6 for Pillar box Kg 33310 64.06 5.57 2133672.05 185536.70 2319209

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 509 979.80 85.20 498718.20 43366.80 542085

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 278 706.10 61.40 196295.80 17069.20 213365

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 724 711.85 61.90 515379.40 44815.60 560195

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 198 724.50 63.00 143451.00 12474.00 155925

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 377 608.35 52.90 229347.95 19943.30 249291

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 44 557.75 48.50 24541.00 2134.00 26675

14 M.S. Angle Iron 50x50x6 1430 mm No. 198 301.30 26.20 59657.40 5187.60 64845

15 Guarding Channel 100x50mm 3.75mtr No. 44 3348.80 291.20 147347.20 12812.80 160160

16 CLAMPS

17 P.G. Clamps for 30 mm2. No 36 46.00 4.00 1656.00 144.00 1800

18 P.G. Clamps for 50 mm2. No 1236 46.00 4.00 56856.00 4944.00 61800

19 P.G. Clamps for 100 mm2. No 279 46.00 4.00 12834.00 1116.00 13950

20 Half Clamps Wt. 1.47 Kg. No 4089 86.25 7.50 352676.25 30667.50 383344

21 Full Clamps Wt.2.325 Kg. No 1741 135.70 11.80 236253.70 20543.80 256798

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 887 86.25 7.50 76503.75 6652.50 83156

23Suspension Clamp with Assembly for HT/LT

AB CableNo 1142 488.75 42.50 558152.50 48535.00 606688

24Dead end clamp with Assembly for HT/LT

AB CableSet 288 280.60 24.40 80812.80 7027.20 87840

25 PG Clamp with Nut Bolt for Pole Nos. 88 253.00 22.00 22264.00 1936.00 24200

26 Polymeric Insulators

27 11 kV Pin Insulator No 4767 37.95 3.30 180907.65 15731.10 196639

28 11kV G.I. Pins No 4767 65.55 5.70 312476.85 27171.90 339649

29 11 KV Disc. Insulator (45 KN. T&C type) No 1991 209.30 18.20 416716.30 36236.20 452953

30 Guy Insulator No 470 11.50 1.00 5405.00 470.00 5875

31 CONDUCTOR

32 ACSR Conductor 50mm2 ( Rabbit) Km 71 32011.40 2783.60 2272809.40 197635.60 2470445

33 ACSR Conductor 100mm2( Dog) Km 76 63790.50 5547.00 4848078.00 421572.00 5269650

34 ACSR Conductor 100mm2 (Dog) insulatedKm

9 74382.00 6468.00 669438.00 58212.00 727650

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 16897 71.40 6.21 1206504.94 104913.47 1311418

37 GSL 8 SWG Kg 15536 69.38 6.03 1077879.91 93728.69 1171609

38 Barbed wire Kg 1342 57.50 5.00 77165.00 6710.00 83875

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 491 768.20 66.80 377186.20 32798.80 409985

40 7/8 SWG GI wire for guard wires and lacings Kg 1100 71.40 6.21 78543.85 6829.90 85374

41Distribution T/F Three Phase Aluminum

Wound

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 50 131197.75 2281.70 6559887.50 114085.00 6673973

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 134 243474.55 4234.34 32625589.70 567401.56 33192991

44 VCB's

45 Rating 400 Amps. For Outgoing Panel.No.

6 247250.00 12900.00 1483500.00 77400.00 1560900

46 Polymeric Lightening Arrestors (LAs)

47 Lightening Arrestor 9 KV No. 428 483.00 25.20 206724.00 10785.60 217510

4811 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 618 2783.00 145.20 1719894.00 89733.60 1809628

49 G.O. SWITCH

5011 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

No156 5980.00 312.00 932880.00 48672.00 981552

51 M.S. Nuts & Bolts

52 M.S Nuts Bolts off sizes Kg 1615 64.40 5.60 104006.00 9044.00 113050

53 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1844 31.05 2.70 57256.20 4978.80 62235

54 G.I. Nuts, Bolts & washers off sizes Kg. 2970 82.80 7.20 245916.00 21384.00 267300

55 Eye Bolt 16x190mm length Kg. 110 100.05 8.70 11005.50 957.00 11963

56 CAPACITORS

5712.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 1 48300.00 4200.00 48300.00 4200.00 52500

5812.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 10 58650.00 5100.00 586500.00 51000.00 637500

59 SINGLE PHASE ENERGY METER

60

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1710 1041.90 90.60 1781649.00 154926.00 1936575

61 THREE PHASE ENERGY METER

62

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No325 2415.00 210.00 784875.00 68250.00 853125

63 LT PVC CABLES

64 LT PVC Cable 2C 4 mm2 Km 54 12317.65 535.55 665153.10 28919.70 694073

65 LT PVC Cable 2C 6 mm2 Km 6 15865.40 689.80 95192.40 4138.80 99331

66 LT PVC 3.5 Core Cable 95 mm2 Km. 2 255639.25 11114.75 511278.50 22229.50 533508

67L.T. ARMOURED CABLES

68 LT Armoured Cable 3.5/C 25 mm2 Km 6 108809.55 4730.85 652857.30 28385.10 681242

69 LT Armoured Cable 3.5/C 50 mm2 Km 45 168947.65 7345.55 7602644.25 330549.75 7933194

70L.T ARMOURED SINGLE CORE XLPE

CABLE

71 Single Core 50mm2 Km 4 69857.90 3037.30 279431.60 12149.20 291581

72 Single Core 95mm2 Km 2 107327.20 4666.40 214654.40 9332.80 223987

73LT AERIAL BUNCHED CABLE (ABC)

74 LT ABC Cable 3CX95+70 mm2 Km 49 228041.55 9914.85 11174035.95 485827.65 11659864

75 INDOOR CABLE BOXES

76 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

77 MISCELLENEOUS MATERIALS

78Transformer plat form complete set Wt.58.85

Kg.

No.139 3519.00 183.60 489141.00 25520.40 514661

79

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.1799 807.30 42.12 1452332.70 75773.88 1528107

80G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.3065 1771.00 92.40 5428115.00 283206.00 5711321

81Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set299 63.25 3.30 18911.75 986.70 19898

82 Danger Plate Enamalled with Clamp No 1877 75.90 3.96 142464.30 7432.92 149897

83 Number Plate with Clamp No. 1125 75.90 3.96 85387.50 4455.00 89843

84

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 139 575.00 30.00 79925.00 4170.00 84095

85Pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 139 17250.00 900.00 2397750.00 125100.00 2522850

86Pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 86 13800.00 720.00 1186800.00 61920.00 1248720

87Pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 528 11500.00 600.00 6072000.00 316800.00 6388800

88Pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 319 2875.00 150.00 917125.00 47850.00 964975

89 Deep drawn MS MCB for single phase meter No. 4441 575.00 30.00 2553575.00 133230.00 2686805

90 MCCB (20 - 30 Amp) No. 2035 345.00 18.00 702075.00 36630.00 738705

91

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 44 20022.00 1320.00 880968.00 58080.00 939048

92

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 204 11500.00 600.00 2346000.00 122400.00 2468400

93 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 6 5750.00 300.00 34500.00 1800.00 36300

94 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 6 5750.00 300.00 34500.00 1800.00 36300

95 100 mm dia ISI marked gi pipe with clamps Mtr. 150 442.75 23.10 66412.50 3465.00 69878

96Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

97 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

98 Lugs No. 1410 460.00 24.00 648600.00 33840.00 682440

99 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 697 5278.50 275.40 3679114.50 191953.80 3871068

100 Piercing connector Type-I for single phase No. 960 126.50 6.60 121440.00 6336.00 127776

101 Piercing connector Type-I for three phase No. 1921 126.50 6.60 243006.50 12678.60 255685

102 Piercing connector Type-II No. 384 103.50 5.40 39744.00 2073.60 41818

103G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 576 1318.45 68.79 759428.35 39622.35 799051

104 Mid span jointing sleeve(95 sqmm.) No. 192 3162.50 165.00 607200.00 31680.00 638880

105 Concreting of Stay No. 664 326.60 17.04 216862.40 11314.56 228177

106 Nuts and bolts Kg. 1441 100.05 5.22 144172.05 7522.02 151694

107

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 960 4522.38 235.95 4341480.00 226512.00 4567992

1081x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 9604 40.25 2.10 386561.00 20168.40 406729

1091x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1441 23.00 1.20 33143.00 1729.20 34872

110 Service rings No. 960 262.20 13.68 251712.00 13132.80 264845

111 Four/Five pin cross arm No. 1921 550.28 28.71 1057078.28 55151.91 1112230

112 Rod Type Earthing complete for LT lines No. 960 517.50 27.00 496800.00 25920.00 522720

113 LT Panel with MCCB protection No. 44 16100.00 840.00 708400.00 36960.00 745360

114 Concreting of pole including kicking Block No. 88 1189.10 62.04 104640.80 5459.52 110100

115Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

116Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 1072 1725.00 90.00 1849200.00 96480.00 1945680

117 Concreting of Structure (1:3:6) Cmt. 8 2783.00 145.20 22264.00 1161.60 23426

118 Cable trench for control Kiosks LS 6 764.75 39.90 4588.50 239.40 4828

135503885.58 6972358.18 142476244

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 1017 2357.50 307.50 2397577.50 312727.50 2710305

3 PCC Pole 11.0M Long. No. 4442 6181.25 806.25 27457112.50 3581362.50 31038475

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1319 725.65 63.10 957132.35 83228.90 1040361

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1838 502.55 43.70 923686.90 80320.60 1004008

7 MS channel 75*40*6 for Pillar box Kg 37750 64.06 5.57 2418076.25 210267.50 2628344

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 1764 979.80 85.20 1728367.20 150292.80 1878660

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1052 706.10 61.40 742817.20 64592.80 807410

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 2325 711.85 61.90 1655051.25 143917.50 1798969

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 634 724.50 63.00 459333.00 39942.00 499275

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 1369 608.35 52.90 832831.15 72420.10 905251

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 104 557.75 48.50 58006.00 5044.00 63050

14 M.S. Angle Iron 50x50x6 1430 mm No. 634 301.30 26.20 191024.20 16610.80 207635

15 Guarding Channel 100x50mm 3.75mtr No. 110 3348.80 291.20 368368.00 32032.00 400400

16 CLAMPS

17 P.G. Clamps for 30 mm2. No 102 46.00 4.00 4692.00 408.00 5100

Total of Cheeka Town

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Kaithal Town of Kaithal Distt. (Cheeka & Kaithal Town)

against Bid No.-360 of NIT No.- 52/RAPDRP/Part-B/2013-14 for under the jurisdiction of UHBVN on turnkey basis.

18 P.G. Clamps for 50 mm2. No 4660 46.00 4.00 214360.00 18640.00 233000

19 P.G. Clamps for 100 mm2. No 607 46.00 4.00 27922.00 2428.00 30350

20 Half Clamps Wt. 1.47 Kg. No 14554 86.25 7.50 1255282.50 109155.00 1364438

21 Full Clamps Wt.2.325 Kg. No 6406 135.70 11.80 869294.20 75590.80 944885

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 3157 86.25 7.50 272291.25 23677.50 295969

23Suspension Clamp with Assembly for HT/LT

AB CableNo 1225 488.75 42.50 598718.75 52062.50 650781

24Dead end clamp with Assembly for HT/LT

AB CableSet 490 280.60 24.40 137494.00 11956.00 149450

25 PG Clamp with Nut Bolt for Pole Nos. 220 253.00 22.00 55660.00 4840.00 60500

26 Polymeric Insulators

27 11 kV Pin Insulator No 16969 37.95 3.30 643973.55 55997.70 699971

28 11kV G.I. Pins No 16969 65.55 5.70 1112317.95 96723.30 1209041

29 11 KV Disc. Insulator (45 KN. T&C type) No 7408 209.30 18.20 1550494.40 134825.60 1685320

30 LT insulator No. 375 11.50 1.00 4312.50 375.00 4688

31 CONDUCTOR

32 ACSR Conductor 50mm2 ( Rabbit) Km 267 32011.40 2783.60 8547043.80 743221.20 9290265

33 ACSR Conductor 100mm2( Dog) Km 255 63790.50 5547.00 16266577.50 1414485.00 17681063

34 ACSR Conductor 100mm2 (Dog) insulatedKm

30 74382.00 6468.00 2231460.00 194040.00 2425500

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 45602 71.40 6.21 3256142.41 283142.82 3539285

37 GSL 8 SWG Kg 46993 69.38 6.03 3260350.84 283508.77 3543860

38 Barbed wire Kg 5054 57.50 5.00 290605.00 25270.00 315875

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 1419 768.20 66.80 1090075.80 94789.20 1184865

40 7/8 SWG GI wire for guard wires and lacings Kg 2750 71.40 6.21 196359.63 17074.75 213434

41Distribution T/F Three Phase Aluminum

Wound

42100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

No. 278 131197.75 2281.70 36472974.50 634312.60 37107287

43200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

No. 433 243474.55 4234.34 105424480.15 1833469.22 107257949

44 VCB's

45

46

47 Polymeric Lightening Arrestors (LAs) 0

48 Lightening Arrestor 9 KV No. 1604 483.00 25.20 774732.00 40420.80 815153

4911 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 2417 2783.00 145.20 6726511.00 350948.40 7077459

50 G.O. SWITCH 0

5111 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

No569 5980.00 312.00 3402620.00 177528.00 3580148

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

rupturing capacity, 24V DC operated indoor

type with a set of CTs, PTs, KWH Meter,

Relays, Instruments etc. & conforming to

No.17 247250.00 12900.00 4203250.00 219300.00 4422550

52 M.S. Nuts & Bolts 0

53 M.S Nuts Bolts off sizes Kg 3149 64.40 5.60 202795.60 17634.40 220430

54 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 5918 31.05 2.70 183753.90 15978.60 199733

55 G.I. Nuts, Bolts & washers off sizes Kg. 10333 82.80 7.20 855572.40 74397.60 929970

56 Eye Bolt 16x190mm length Kg. 275 100.05 8.70 27513.75 2392.50 29906

57 CAPACITORS 0

5812.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 26 58650.00 5100.00 1524900.00 132600.00 1657500

59 SINGLE PHASE ENERGY METER 0

60Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

No. 1376 1041.90 90.60 1433654.40 124665.60 1558320

61 THREE PHASE ENERGY METER 0

62Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

No25 2415.00 210.00 60375.00 5250.00 65625

63 LT PVC CABLES 0

64 LT PVC Cable 2C 4 mm2 Km 165 12317.65 535.55 2032412.25 88365.75 2120778

65 LT PVC Cable 2C 6 mm2 Km 1 15865.40 689.80 15865.40 689.80 16555

66 LT PVC 3.5 Core Cable 95 mm2 Km. 7 255639.25 11114.75 1789474.75 77803.25 1867278

67L.T. ARMOURED CABLES

0

68 LT Armoured Cable 3.5/C 25 mm2 Km 15 108809.55 4730.85 1632143.25 70962.75 1703106

69 LT Armoured Cable 3.5/C 50 mm2 Km 40 168947.65 7345.55 6757906.00 293822.00 7051728

70L.T ARMOURED SINGLE CORE XLPE

CABLE0

71 Single Core 50mm2 Km 15 69857.90 3037.30 1047868.50 45559.50 1093428

72 Single Core 95mm2 Km 7 107327.20 4666.40 751290.40 32664.80 783955

73 H.T. XLPE CABLES 0

74 11kV XLPE Cable 3C 185mm2 Km. 1 747465.50 32498.50 747465.50 32498.50 779964

75LT AERIAL BUNCHED CABLE (ABC)

0

76 LT ABC Cable 3CX95+70 mm2 Km 63 228041.55 9914.85 14366617.65 624635.55 14991253

77HT AERIAL BUNCHED CABLE (ABC)

0

78

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.13 842728.05 36640.35 10955464.65 476324.55 11431789

79 INDOOR CABLE BOXES 0

80 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 6 862.50 45.00 5175.00 270.00 5445

81 MISCELLENEOUS MATERIALS 0

82Transformer plat form complete set Wt.58.85

Kg.

No.526 3519.00 183.60 1850994.00 96573.60 1947568

83

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.5144 807.30 42.12 4152751.20 216665.28 4369416

84G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.4671 1771.00 92.40 8272341.00 431600.40 8703941

85Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole)

Set1502 63.25 3.30 95001.50 4956.60 99958

86 Danger Plate Enamalled with Clamp No 5456 75.90 3.96 414110.40 21605.76 435716

87 Number Plate with Clamp No. 4431 75.90 3.96 336312.90 17546.76 353860

88 D-Straps No. 375 75.90 3.96 28462.50 1485.00 29948

89L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

No. 526 575.00 30.00 302450.00 15780.00 318230

90Pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 56 17250.00 900.00 966000.00 50400.00 1016400

91Pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 74 13800.00 720.00 1021200.00 53280.00 1074480

92Pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 623 11500.00 600.00 7164500.00 373800.00 7538300

93Pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 763 2875.00 150.00 2193625.00 114450.00 2308075

94 Deep drawn MS MCB for single phase meter No. 8062 575.00 30.00 4635650.00 241860.00 4877510

95 MCCB (20 - 30 Amp) No. 1401 345.00 18.00 483345.00 25218.00 508563

96

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 451 20022.00 1320.00 9029922.00 595320.00 9625242

97

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 800 11500.00 600.00 9200000.00 480000.00 9680000

98 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 17 5750.00 300.00 97750.00 5100.00 102850

99 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 17 5750.00 300.00 97750.00 5100.00 102850

100 100 mm dia ISI marked gi pipe with clamps Mtr. 425 442.75 23.10 188168.75 9817.50 197986

101Fabricated Trailor with 4 Tyre wheels to

house transformerNo 3 103500.00 5400.00 310500.00 16200.00 326700

102 200 KVA Distribution Box with MCBs No 3 14950.00 780.00 44850.00 2340.00 47190

103 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 1763 5278.50 275.40 9305995.50 485530.20 9791526

104 Piercing connector Type-I for single phase No. 1223 126.50 6.60 154709.50 8071.80 162781

105 Piercing connector Type-I for three phase No. 2445 126.50 6.60 309292.50 16137.00 325430

106 Piercing connector Type-II No. 489 103.50 5.40 50611.50 2640.60 53252

107G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 734 1318.45 68.79 967743.77 50490.98 1018235

108 Mid span jointing sleeve(95 sqmm.) No. 245 3162.50 165.00 774812.50 40425.00 815238

109 Concreting of Stay No. 1098 326.60 17.04 358606.80 18709.92 377317

110 Nuts and bolts Kg. 1834 100.05 5.22 183491.70 9573.48 193065

111

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1223 4522.38 235.95 5530864.63 288566.85 5819431

1121x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 12226 40.25 2.10 492096.50 25674.60 517771

1131x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1834 23.00 1.20 42182.00 2200.80 44383

114 Service rings No. 1223 262.20 13.68 320670.60 16730.64 337401

115 Four/Five pin cross arm No. 2445 550.28 28.71 1345422.38 70195.95 1415618

116 Rod Type Earthing complete for LT Lines No. 1348 517.50 27.00 697590.00 36396.00 733986

117 LT Panel with MCCB protection No. 182 16100.00 840.00 2930200.00 152880.00 3083080

118 Concreting of pole including kicking Block No. 364 1189.10 62.04 432832.40 22582.56 455415

119Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 3 5750.00 300.00 17250.00 900.00 18150

120Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 1516 1725.00 90.00 2615100.00 136440.00 2751540

121 Concreting of Structure (1:3:6) Cmt. 22 2783.00 145.20 61226.00 3194.40 64420

122 Cable trench for control Kiosks LS 17 764.75 39.90 13000.75 678.30 13679

360959010.89 17974582.29 378933593

496462896.47 24946940.47 521409837

Total of Kaithal Town

Total of Kaithal District

Schedule-I

Bid No. 361 of NIT No.-52RAPDRP/Part-B/2013-14 for Ambala Distt. (Ambala Cantt. & Ambala City Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV

lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and

relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles,

provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems,

installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No. 361 of NIT No.-52/RAPDRP/ Part-

B/2013-14 for Ambala Distt. (Ambala Cantt. & Ambala City Town):

Rs.1178840258/- (Rs. One Hundered Seventeen Crore Eighty Eight Lacs Forty Thousand Two Hundered Fifty

Eight only)

Dear Sir,

Common Seal _____________________________

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all

equipments, supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties,

levies, freight and insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay

Extension, Providing TROLLEY fitted with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.

361 of NIT No.-52RAPDRP/ Part-B/2013-14 for Ambala Distt. (Ambala Cantt. & Ambala City Town)

Total Rs. In Figures :

Schedule-I

Bid No. 361 of NIT No.-52/RAPDRP/Part-B/2013-14 for Ambala Distt. (Ambala Cantt. & Ambala City Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Bidder’s Name & Address: ___________________________

___________________________

To

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material

(In Rs.)

Total

Estimated

Cost for

Erection of

material

(In Rs.)

Total Estimated cost for supply

and erection

(In Rs)

a b c d=a*b e=a*c f

1

2 PCC Pole 9.0M Long. No. 2382 2357.50 307.50 5615565.00 732465.00 6348030

3 PCC Pole 11.0M Long. No. 2977 6181.25 806.25 18401581.25 2400206.25 20801788

4

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1474 725.65 63.10 1069608.10 93009.40 1162618

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 678 502.55 43.70 340728.90 29628.60 370358

7 MS channel 75*40*6 for pillar box Kg 39090 64.06 5.57 2503909.95 217731.30 2721641

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 620 979.80 85.20 607476.00 52824.00 660300

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1674 706.10 61.40 1182011.40 102783.60 1284795

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 658 711.85 61.90 468397.30 40730.20 509128

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 179 724.50 63.00 129685.50 11277.00 140963

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 450 608.35 52.90 273757.50 23805.00 297563

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 108 557.75 48.50 60237.00 5238.00 65475

14 M.S. Angle Iron 50x50x6 1430 mm No. 179 301.30 26.20 53932.70 4689.80 58623

15 Guarding Channel 100x50mm 3.75mtr No. 14 3348.80 291.20 46883.20 4076.80 50960

16

17 P.G. Clamps for 30 mm2. No 66 46.00 4.00 3036.00 264.00 3300

18 P.G. Clamps for 50 mm2. No 1372 46.00 4.00 63112.00 5488.00 68600

19 P.G. Clamps for 100 mm2. No 463 46.00 4.00 21298.00 1852.00 23150

20 Half Clamps Wt. 1.47 Kg. No 9236 86.25 7.50 796605.00 69270.00 865875

21 Full Clamps Wt.2.325 Kg. No 3315 135.70 11.80 449845.50 39117.00 488963

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 1830 86.25 7.50 157837.50 13725.00 171563

23Suspension Clamp with Assembly for HT/LT

CableNo 2182 488.75 42.50 1066452.50 92735.00 1159188

24Dead end clamp with Assembly for HT/LT

CableSet 1333 280.60 24.40 374039.80 32525.20 406565

25 PG Clamp with Nut Bolt for Pole Nos. 28 253.00 22.00 7084.00 616.00 7700

26

27 11 kV Pin Insulator No 11737 37.95 3.30 445419.15 38732.10 484151

28 11kV G.I. Pins No 11737 65.55 5.70 769360.35 66900.90 836261

29 11 KV Disc. Insulator (45 KN. T&C type) No 4287 209.30 18.20 897269.10 78023.40 975293

30 Guy Insulator No 90 11.50 1.00 1035.00 90.00 1125

31

32 ACSR Conductor 50mm2 ( Rabbit) Km 61 32011.40 2783.60 1952695.40 169799.60 2122495

33 ACSR Conductor 80mm2 ( Raccoon) Km 24 45901.10 3991.40 1101626.40 95793.60 1197420

34 ACSR Conductor 100mm2( Dog) Km 129 63790.50 5547.00 8228974.50 715563.00 8944538

35 ACSR Conductor 100mm2 (Dog) insulatedKm

11 74382.00 6468.00 818202.00 71148.00 889350

36

37 Stay wire 7/8 SWG Kg 30507 71.40 6.21 2178306.57 189417.96 2367725

38 GSL 8 SWG Kg 94729 69.38 6.03 6572250.66 571500.06 7143751

39 Barbed wire Kg 3886 57.50 5.00 223445.00 19430.00 242875

40G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 1450 768.20 66.80 1113890.00 96860.00 1210750

41 7/8 SWG GI wire for guard wires and lacings Kg 350 71.40 6.21 24991.23 2173.15 27164

42 Distribution T/F Three Phase Aluminum Wound

X-ARMS

CLAMPS

Polymeric Insulators

CONDUCTOR

G.I. WIRE

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Ambala Cantt. Town of Ambala Distt. (Ambala Cantt. &

Ambala City Town) against Bid No. 361 of NIT No.-52RAPDRP/Part-B/2013-14 for under the jurisdiction of UHBVN on turnkey basis.

LINE SUPPORTS

43

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 88 131197.75 2281.70 11545402.00 200789.60 11746192

44

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 190 243474.55 4234.34 46260164.50 804524.60 47064689

45

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 384 477250.00 8300.00 183264000.00 3187200.00 186451200

46

47

48

49

50 Lightening Arrestor 9 KV No. 1881 483.00 25.20 908523.00 47401.20 955924

5111 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 371 2783.00 145.20 1032493.00 53869.20 1086362

52

53

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No756 5980.00 312.00 4520880.00 235872.00 4756752

54

55 M.S Nuts Bolts off sizes Kg 2636 64.40 5.60 169758.40 14761.60 184520

56 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1674 31.05 2.70 51977.70 4519.80 56498

57 G.I. Nuts, Bolts & washers off sizes Kg. 6005 82.80 7.20 497214.00 43236.00 540450

58 Eye Bolt 16x190mm length Kg. 35 100.05 8.70 3501.75 304.50 3806

59

6012.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 20 48300.00 4200.00 966000.00 84000.00 1050000

6112.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 7 58650.00 5100.00 410550.00 35700.00 446250

62

63

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 10820 1041.90 90.60 11273358.00 980292.00 12253650

64

65

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No1158 2415.00 210.00 2796570.00 243180.00 3039750

66

67 LT PVC Cable 2C 4 mm2 Km 638 12317.65 535.55 7858660.70 341680.90 8200342

68 LT PVC Cable 2C 6 mm2 Km 84 15865.40 689.80 1332693.60 57943.20 1390637

69 LT PVC 3.5 Core Cable 95 mm2 Km. 1 255639.25 11114.75 255639.25 11114.75 266754

70

71 LT Armoured Cable 3.5/C 25 mm2 Km 9 108809.55 4730.85 979285.95 42577.65 1021864

72 LT Armoured Cable 3.5/C 50 mm2 Km 64 168947.65 7345.55 10812649.60 470115.20 11282765

73

74 Single Core 50mm2 Km 16 69857.90 3037.30 1117726.40 48596.80 1166323

75 Single Core 95mm2 Km 8 107327.20 4666.40 858617.60 37331.20 895949

76

77 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

78

79 LT ABC Cable 3CX95+70 mm2 Km 63 228041.55 9914.85 14366617.65 624635.55 14991253

80

LT AERIAL BUNCHED CABLE (ABC)

HT AERIAL BUNCHED CABLE (ABC)

THREE PHASE ENERGY METER

LT PVC CABLES

L.T. ARMOURED CABLES

L.T ARMOURED SINGLE CORE XLPE CABLE

H.T. XLPE CABLES

Polymeric Lightening Arrestors (LAs)

G.O. SWITCH

M.S. Nuts & Bolts

CAPACITORS

SINGLE PHASE ENERGY METER

VCB's

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA No. 15 247250.00 12900.00 3708750.00 193500.00 3902250

81

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.25 513416.35 22322.45 12835408.75 558061.25 13393470

82

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.16 842728.05 36640.35 13483648.80 586245.60 14069894

83

84 S/C 95mm2 Cable No. 1662 471.50 20.50 783633.00 34071.00 817704

85

86 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

87

88

NI-Cd Alkaline Batteries (Partial

recombination type) with charger for

33/11KV

& 66/11 KV S/Stn. As per Nigam’s tech.

specification ,relevent ISS with latest

amendments.

Set.1 66240.00 2880.00 66240.00 2880.00 69120

89

90Transformer plat form complete set Wt.58.85

Kg.

No.457 3519.00 183.60 1608183.00 83905.20 1692088

91

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.3707 807.30 42.12 2992661.10 156138.84 3148800

92G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.4295 1771.00 92.40 7606445.00 396858.00 8003303

93Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1475 63.25 3.30 93293.75 4867.50 98161

94 Danger Plate Enamalled with Clamp No 4099 75.90 3.96 311114.10 16232.04 327346

95 Number Plate with Clamp No. 3420 75.90 3.96 259578.00 13543.20 273121

96

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 618 575.00 30.00 355350.00 18540.00 373890

97C.I Pipe 250 mm dia 14 mm thick for U/G

RAILWAY *-INGMtr. 1 1543.30 80.52 1543.30 80.52 1624

98pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 367 17250.00 900.00 6330750.00 330300.00 6661050

99pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 114 13800.00 720.00 1573200.00 82080.00 1655280

100pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 438 11500.00 600.00 5037000.00 262800.00 5299800

101pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 233 2875.00 150.00 669875.00 34950.00 704825

102 Deep drawn MS MCB for single phase meter No. 40877 575.00 30.00 23504275.00 1226310.00 24730585

103 MCCB (20 - 30 Amp) No. 11978 345.00 18.00 4132410.00 215604.00 4348014

104

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no.LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 660 20022.00 1320.00 13214520.00 871200.00 14085720

105 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 11 5750.00 300.00 63250.00 3300.00 66550

106 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 31 5750.00 300.00 178250.00 9300.00 187550

107 100 mm dia ISI marked gi pipe with clamps Mtr. 275 442.75 23.10 121756.25 6352.50 128109

108Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

109 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

110 Lugs No. 270 460.00 24.00 124200.00 6480.00 130680

MISCELLENEOUS MATERIALS

OUTDOOR SINGLE CORE CABLE TERMINATION KIT

INDOOR CABLE BOXES

Battery & Battery Charger

111 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 2004 5278.50 275.40 10578114.00 551901.60 11130016

112 Piercing connector Type-I for single phase No. 1230 126.50 6.60 155595.00 8118.00 163713

113 Piercing connector Type-I for three phase No. 2460 126.50 6.60 311190.00 16236.00 327426

114 Piercing connector Type-II No. 492 103.50 5.40 50922.00 2656.80 53579

115G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 738 1318.45 68.79 973017.58 50766.13 1023784

116 Mid span jointing sleeve(95 sqmm.) No. 246 3162.50 165.00 777975.00 40590.00 818565

117 Concreting of Stay No. 1144 326.60 17.04 373630.40 19493.76 393124

118 Nuts and bolts Kg. 1845 100.05 5.22 184592.25 9630.90 194223

119

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1230 4522.38 235.95 5562521.25 290218.50 5852739

1201x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 12300 40.25 2.10 495075.00 25830.00 520905

1211x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1845 23.00 1.20 42435.00 2214.00 44649

122 Service rings No. 1230 262.20 13.68 322506.00 16826.40 339332

123 Four/Five pin cross arm No. 2460 550.28 28.71 1353676.50 70626.60 1424303

124 Rod Type Earthing complete for LT line No. 1230 517.50 27.00 636525.00 33210.00 669735

125 LT Panel with MCCB protection No. 203 16100.00 840.00 3268300.00 170520.00 3438820

126 T/F Platform complete set No. 161 3519.00 183.60 566559.00 29559.60 596118

127 Concreting of pole including kicking Block No. 406 1189.10 62.04 482774.60 25188.24 507962

128Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

129Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 1152 1725.00 90.00 1987200.00 103680.00 2090880

130 Concreting of Structure (1:3:6) Cmt. 14 2783.00 145.20 38962.00 2032.80 40994

131 Cable trench for control Kiosks LS 11 764.75 39.90 8412.25 438.90 8851

132Govt. Security Deposit for Railway Line

CrossingLS 5 805000.00 0.00 4025000.00 0.00 4025000

492299931.43 20320609.55 512620541Total of Ambala Cantt Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1

2 PCC Pole 9.0M Long. No. 5407 2357.50 307.50 12747002.50 1662652.50 14409655

3 PCC Pole 11.0M Long. No. 3827 6181.25 806.25 23655643.75 3085518.75 26741163

4

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 2258 725.65 63.10 1638517.70 142479.80 1780998

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1350 502.55 43.70 678442.50 58995.00 737438

7 MS channel 75*40*6 for pillar box Kg 90110 64.06 5.57 5771996.05 501912.70 6273909

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 1751 979.80 85.20 1715629.80 149185.20 1864815

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1634 706.10 61.40 1153767.40 100327.60 1254095

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 1825 711.85 61.90 1299126.25 112967.50 1412094

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 498 724.50 63.00 360801.00 31374.00 392175

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 1403 608.35 52.90 853515.05 74218.70 927734

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 132 557.75 48.50 73623.00 6402.00 80025

14 M.S. Angle Iron 50x50x6 1430 mm No. 498 301.30 26.20 150047.40 13047.60 163095

15 Guarding Channel 100x50mm 3.75mtr No. 40 3348.80 291.20 133952.00 11648.00 145600

16

17 P.G. Clamps for 30 mm2. No 72 46.00 4.00 3312.00 288.00 3600

18 P.G. Clamps for 50 mm2. No 4397 46.00 4.00 202262.00 17588.00 219850

19 P.G. Clamps for 100 mm2. No 822 46.00 4.00 37812.00 3288.00 41100

20 Half Clamps Wt. 1.47 Kg. No 15653 86.25 7.50 1350071.25 117397.50 1467469

21 Full Clamps Wt.2.325 Kg. No 5588 135.70 11.80 758291.60 65938.40 824230

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 3400 86.25 7.50 293250.00 25500.00 318750

23Suspension Clamp with Assembly for HT/LT

CableNo 4879 488.75 42.50 2384611.25 207357.50 2591969

24Dead end clamp with Assembly for HT/LT

CableSet 1433 280.60 24.40 402099.80 34965.20 437065

25 PG Clamp with Nut Bolt for Pole Nos. 80 253.00 22.00 20240.00 1760.00 22000

26

27 11 kV Pin Insulator No 18682 37.95 3.30 708981.90 61650.60 770633

28 11kV G.I. Pins No 18682 65.55 5.70 1224605.10 106487.40 1331093

29 11 KV Disc. Insulator (45 KN. T&C type) No 7297 209.30 18.20 1527262.10 132805.40 1660068

30 Guy Insulator No 1750 11.50 1.00 20125.00 1750.00 21875

31

32 ACSR Conductor 50mm2 ( Rabbit) Km 193 32011.40 2783.60 6178200.20 537234.80 6715435

33 ACSR Conductor 80mm2 ( Raccoon) Km 2 45901.10 3991.40 91802.20 7982.80 99785

34 ACSR Conductor 100mm2( Dog) Km 251 63790.50 5547.00 16011415.50 1392297.00 17403713

35 ACSR Conductor 100mm2 (Dog) insulatedKm

24 74382.00 6468.00 1785168.00 155232.00 1940400

36

37 Stay wire 7/8 SWG Kg 61371 71.40 6.21 4382104.20 381052.54 4763157

38 GSL 8 SWG Kg 109827 69.38 6.03 7619742.35 662586.29 8282329

39 Barbed wire Kg 4814 57.50 5.00 276805.00 24070.00 300875

40G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 2251 768.20 66.80 1729218.20 150366.80 1879585

41 7/8 SWG GI wire for guard wires and lacings Kg 1000 71.40 6.21 71403.50 6209.00 77613

42

G.I. WIRE

Distribution T/F Three Phase Aluminum Wound

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Ambala City Town of Ambala Distt. (Ambala Cantt. &

Ambala City Town)against Bid No. 361 of NIT No.-52RAPDRP/Part-B/2013-14 for under the jurisdiction of UHBVN on turnkey basis

LINE SUPPORTS

X-ARMS

CLAMPS

Polymeric Insulators

CONDUCTOR

43

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 232 131197.75 2281.70 30437878.00 529354.40 30967232

44

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 467 243474.55 4234.34 113702614.85 1977436.78 115680052

45

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 220 477250.00 8300.00 104995000.00 1826000.00 106821000

46

47

48

49

50 Lightening Arrestor 9 KV No. 2244 483.00 25.20 1083852.00 56548.80 1140401

5111 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 2502 2783.00 145.20 6963066.00 363290.40 7326356

52

53

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1182 5980.00 312.00 7068360.00 368784.00 7437144

54

55 M.S Nuts Bolts off sizes Kg 8112 64.40 5.60 522412.80 45427.20 567840

56 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 4645 31.05 2.70 144227.25 12541.50 156769

57 G.I. Nuts, Bolts & washers off sizes Kg. 10311 82.80 7.20 853750.80 74239.20 927990

58 Eye Bolt 16x190mm length Kg. 100 100.05 8.70 10005.00 870.00 10875

59

6012.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 22 48300.00 4200.00 1062600.00 92400.00 1155000

6112.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 11 58650.00 5100.00 645150.00 56100.00 701250

62

63

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 6852 1041.90 90.60 7139098.80 620791.20 7759890

64

65

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No731 2415.00 210.00 1765365.00 153510.00 1918875

66

67 LT PVC Cable 2C 4 mm2 Km 604 12317.65 535.55 7439860.60 323472.20 7763333

68 LT PVC Cable 2C 6 mm2 Km 133 15865.40 689.80 2110098.20 91743.40 2201842

69 LT PVC 3.5 Core Cable 95 mm2 Km. 6 255639.25 11114.75 1533835.50 66688.50 1600524

70

71 LT Armoured Cable 3.5/C 25 mm2 Km 42 108809.55 4730.85 4570001.10 198695.70 4768697

72 LT Armoured Cable 3.5/C 50 mm2 Km 104 168947.65 7345.55 17570555.60 763937.20 18334493

73

74 Single Core 50mm2 Km 23 69857.90 3037.30 1606731.70 69857.90 1676590

75 Single Core 95mm2 Km 11 107327.20 4666.40 1180599.20 51330.40 1231930

76

77 11kV XLPE Cable 3C 185mm2 Km. 3 747465.50 32498.50 2242396.50 97495.50 2339892

78

79 LT ABC Cable 3CX95+70 mm2 Km 215 228041.55 9914.85 49028933.25 2131692.75 51160626

80

H.T. XLPE CABLES

LT AERIAL BUNCHED CABLE (ABC)

HT AERIAL BUNCHED CABLE (ABC)

SINGLE PHASE ENERGY METER

THREE PHASE ENERGY METER

LT PVC CABLES

L.T. ARMOURED CABLES

L.T ARMOURED SINGLE CORE XLPE CABLE

M.S. Nuts & Bolts

CAPACITORS

G.O. SWITCH

Polymeric Lightening Arrestors (LAs)

VCB's

No. 12 247250.00 12900.00 2967000.00 154800.00 312180011kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

81

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km. 5 513416.35 22322.45 2567081.75 111612.25 2678694

82

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km. 2 842728.05 36640.35 1685456.10 73280.70 1758737

83

84 S/C 95mm2 Cable No. 336 471.50 20.50 158424.00 6888.00 165312

85

86 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

87

88Transformer plat form complete set Wt.58.85

Kg. No. 633 3519.00 183.60 2227527.00 116218.80 2343746

89

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No. 7585 807.30 42.12 6123370.50 319480.20 6442851

90G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - ClassNo. 11752 1771.00 92.40 20812792.00 1085884.80 21898677

91Phase plate for each phase set of 3 (on each H-

Pole & 4-PoleSet 1276 63.25 3.30 80707.00 4210.80 84918

92 Danger Plate Enamalled with Clamp No 7332 75.90 3.96 556498.80 29034.72 585534

93 Number Plate with Clamp No. 4521 75.90 3.96 343143.90 17903.16 361047

94

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 737 575.00 30.00 423775.00 22110.00 445885

95C.I Pipe 250 mm dia 14 mm thick for U/G

RAILWAY *-INGMtr. 1 1543.30 80.52 1543.30 80.52 1624

96Pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 325 17250.00 900.00 5606250.00 292500.00 5898750

97Pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 156 13800.00 720.00 2152800.00 112320.00 2265120

98Pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 1277 11500.00 600.00 14685500.00 766200.00 15451700

99Pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 1979 2875.00 150.00 5689625.00 296850.00 5986475

100 Deep drawn MS MCB for single phase meter No. 37057 575.00 30.00 21307775.00 1111710.00 22419485

101 MCCB (20 - 30 Amp) No. 7583 345.00 18.00 2616135.00 136494.00 2752629

MISCELLENEOUS MATERIALS

OUTDOOR SINGLE CORE CABLE TERMINATION KIT

INDOOR CABLE BOXES

102

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 633 20022.00 1320.00 12673926.00 835560.00 13509486

103 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 12 5750.00 300.00 69000.00 3600.00 72600

104 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 36 5750.00 300.00 207000.00 10800.00 217800

105 100 mm dia ISI marked gi pipe with clamps Mtr. 300 442.75 23.10 132825.00 6930.00 139755

106Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

107 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

108 Lugs No. 5250 460.00 24.00 2415000.00 126000.00 2541000

109Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 2959 5278.50 275.40 15619081.50 814908.60 16433990

110 Piercing connector Type-I for single phase No. 4168 126.50 6.60 527252.00 27508.80 554761

111 Piercing connector Type-I for three phase No. 8335 126.50 6.60 1054377.50 55011.00 1109389

112 Piercing connector Type-II No. 1667 103.50 5.40 172534.50 9001.80 181536

113G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 2501 1318.45 68.79 3297448.45 172040.79 3469489

114 Mid span jointing sleeve(95 sqmm.) No. 834 3162.50 165.00 2637525.00 137610.00 2775135

115 Concreting of Stay No. 3069 326.60 17.04 1002335.40 52295.76 1054631

116 Nuts and bolts Kg. 6252 100.05 5.22 625512.60 32635.44 658148

117

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 4168 4522.38 235.95 18849259.00 983439.60 19832699

1181x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 41677 40.25 2.10 1677499.25 87521.70 1765021

1191x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 6252 23.00 1.20 143796.00 7502.40 151298

120 Service rings No. 4168 262.20 13.68 1092849.60 57018.24 1149868

121 Four/Five pin cross arm No. 8335 550.28 28.71 4586542.13 239297.85 4825840

122 Rod Type Earthing complete for LT line No. 4168 517.50 27.00 2156940.00 112536.00 2269476

123 LT Panel with MCCB protection No. 284 16100.00 840.00 4572400.00 238560.00 4810960

124 T/F Platform complete set No. 104 3519.00 183.60 365976.00 19094.40 385070

125 Concreting of pole including kicking Block No. 568 1189.10 62.04 675408.80 35238.72 710648

126Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

127Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 3737 1725.00 90.00 6446325.00 336330.00 6782655

128 Concreting of Structure (1:3:6) Cmt. 16 2783.00 145.20 44528.00 2323.20 46851

129 Cable trench for control Kiosks LS 12 764.75 39.90 9177.00 478.80 9656

130Govt. Security Deposit for Railway Line

CrossingLS 6 805000.00 0.00 4830000.00 0.00 4830000

637129012.77 29090704.66 666219717

1129428944.20 49411314.21 1178840258Total of Ambala District

Total of Ambala City Town

Schedule-I

Bid No. 362 of NIT No.-52/RAPDRP/Part-B/2013-14 for Panchkula Distt. (Panchkula & Kalka Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11

kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement

and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron

poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with

modems, installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No. 362 of NIT No.-

52/RAPDRP/ Part-B/2013-14 for Panchkula Distt. (Panchkula & Kalka Town):

Rs. 798780643/- (Rs. Seventy Nine Crore Eighty Seven Lacs Eight Thousand Six Hundered Forty Three

only)

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Common Seal _____________________________

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Schedule-I

Bid No. 362 of NIT No.-52/RAPDRP/Part-B/2013-14 for Panchkula Distt. (Panchkula & Kalka Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Bidder’s Name & Address: ___________________________

___________________________

To

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

Dear Sir,

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted

with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No. 362 of NIT No.-52/RAPDRP/ Part-B/2013-

14 for Panchkula Distt. (Panchkula & Kalka Town)

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 1438 2357.50 307.50 3390085.00 442185.00 3832270

3 PCC Pole 11.0M Long. No. 7481 6181.25 806.25 46241931.25 6031556.25 52273488

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1226 725.65 63.10 889646.90 77360.60 967008

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 4024 502.55 43.70 2022261.20 175848.80 2198110

7 MS channel 75*40*6 for pillar box Kg 10940 64.06 5.57 700761.70 60935.80 761698

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 3257 979.80 85.20 3191208.60 277496.40 3468705

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 2390 706.10 61.40 1687579.00 146746.00 1834325

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 4359 711.85 61.90 3102954.15 269822.10 3372776

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 1189 724.50 63.00 861430.50 74907.00 936338

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 2528 608.35 52.90 1537908.80 133731.20 1671640

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 112 557.75 48.50 62468.00 5432.00 67900

14 M.S. Angle Iron 50x50x6 1430 mm No. 1189 301.30 26.20 358245.70 31151.80 389398

15 Guarding Channel 100x50mm 3.75mtr No. 64 3348.80 291.20 214323.20 18636.80 232960

16 CLAMPS

17 P.G. Clamps for 50 mm2. No 8846 46.00 4.00 406916.00 35384.00 442300

18 P.G. Clamps for 100 mm2. No 747 46.00 4.00 34362.00 2988.00 37350

19 Half Clamps Wt. 1.47 Kg. No 26867 86.25 7.50 2317278.75 201502.50 2518781

20 Full Clamps Wt.2.325 Kg. No 11630 135.70 11.80 1578191.00 137234.00 1715425

21 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 4946 86.25 7.50 426592.50 37095.00 463688

22Suspension Clamp with Assembly for HT/LT

Cable No 427 488.75 42.50 208696.25 18147.50 226844

23Dead end clamp with Assembly for HT/LT

Cable Set 183 280.60 24.40 51349.80 4465.20 55815

24 PG Clamp with Nut Bolt for Pole Nos. 128 253.00 22.00 32384.00 2816.00 35200

25 Polymeric Insulators

26 11 kV Pin Insulator No 30427 37.95 3.30 1154704.65 100409.10 1255114

27 11kV G.I. Pins No 30343 65.55 5.70 1988983.65 172955.10 2161939

28 11 KV Disc. Insulator (45 KN. T&C type) No 14504 209.30 18.20 3035687.20 263972.80 3299660

29 LT insulator No. 630 11.50 1.00 7245.00 630.00 7875

30 CONDUCTOR

31 ACSR Conductor 50mm2 ( Rabbit) Km 539 32011.40 2783.60 17254144.60 1500360.40 18754505

32 ACSR Conductor 100mm2( Dog) Km 177 63790.50 5547.00 11290918.50 981819.00 12272738

33 ACSR Conductor 100mm2 (Dog) insulatedKm

57 74382.00 6468.00 4239774.00 368676.00 4608450

34 G.I. WIRE

35 Stay wire 7/8 SWG Kg 77879 71.40 6.21 5560833.18 483550.71 6044384

36 GSL 8 SWG Kg 84892 69.38 6.03 5889764.51 512153.44 6401918

37 Barbed wire Kg 7769 57.50 5.00 446717.50 38845.00 485563

38G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 2312 768.20 66.80 1776078.40 154441.60 1930520

39 7/8 SWG GI wire for guard wires and lacings Kg 1600 71.40 6.21 114245.60 9934.40 124180

40Distribution T/F Three Phase Aluminum

Wound

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in forPanchkula Town under Panchkula Distt.

(Panchkula Town & Kalka Town) against Bid No. 362 of NIT No.-52/RAPDRP/Part-B/2013-14 for under the jurisdiction of UHBVN on turnkey basis

41

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 150 131197.75 2281.70 19679662.50 342255.00 20021918

42

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 723 243474.55 4234.34 176032099.65 3061427.82 179093527

43

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 371 477250.00 8300.00 177059750.00 3079300.00 180139050

44 VCB's

45 Rating 400 Amps. For Outgoing Panel.No.

25 247250.00 12900.00 6181250.00 322500.00 6503750

46 Polymeric Lightening Arrestors (LAs)

47 Lightening Arrestor 9 KV No. 3385 483.00 25.20 1634955.00 85302.00 1720257

4811 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 4291 2783.00 145.20 11941853.00 623053.20 12564906

49 G.O. SWITCH

50

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1647 5980.00 312.00 9849060.00 513864.00 10362924

51 M.S. Nuts & Bolts

52 M.S Nuts Bolts off sizes Kg 3289 64.40 5.60 211811.60 18418.40 230230

53 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 11095 31.05 2.70 344499.75 29956.50 374456

54 G.I. Nuts, Bolts & washers off sizes Kg. 19180 82.80 7.20 1588104.00 138096.00 1726200

55 Eye Bolt 16x190mm length Kg. 160 100.05 8.70 16008.00 1392.00 17400

5612.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 7 48300.00 4200.00 338100.00 29400.00 367500

5712.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 21 58650.00 5100.00 1231650.00 107100.00 1338750

58

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 2060 1041.90 90.60 2146314.00 186636.00 2332950

59 THREE PHASE ENERGY METER

60

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No1908 2415.00 210.00 4607820.00 400680.00 5008500

61 LT PVC CABLES

62 LT PVC Cable 2C 4 mm2 Km 240 12317.65 535.55 2956236.00 128532.00 3084768

63 LT PVC Cable 2C 6 mm2 Km 60 15865.40 689.80 951924.00 41388.00 993312

64 LT PVC 3.5 Core Cable 95 mm2 Km. 11 255639.25 11114.75 2812031.75 122262.25 2934294

65 L.T. PVC 4Cx50mm2 Km. 17 146771.05 6381.35 2495107.85 108482.95 2603591

66L.T. ARMOURED CABLES

67 LT Armoured Cable 3.5/C 25 mm2 Km 3 108809.55 4730.85 326428.65 14192.55 340621

68L.T ARMOURED SINGLE CORE XLPE

CABLE

69 Single Core 50mm2 Km 22 69857.90 3037.30 1536873.80 66820.60 1603694

70 Single Core 95mm2 Km 11 107327.20 4666.40 1180599.20 51330.40 1231930

71 H.T. XLPE CABLES

72 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

73LT AERIAL BUNCHED CABLE (ABC)

74 LT ABC Cable 3CX95+70 mm2 Km 31 228041.55 9914.85 7069288.05 307360.35 7376648

75 INDOOR CABLE BOXES

76 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 8 862.50 45.00 6900.00 360.00 7260

77 MISCELLENEOUS MATERIALS

78Transformer plat form complete set Wt.58.85

Kg.

No.967 3519.00 183.60 3402873.00 177541.20 3580414

79

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.8634 807.30 42.12 6970228.20 363664.08 7333892

80G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.5119 1771.00 92.40 9065749.00 472995.60 9538745

81Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1969 63.25 3.30 124539.25 6497.70 131037

82 Danger Plate Enamalled with Clamp No 8342 75.90 3.96 633157.80 33034.32 666192

83 Number Plate with Clamp No. 6659 75.90 3.96 505418.10 26369.64 531788

84 D-Straps No. 630 75.90 3.96 47817.00 2494.80 50312

85

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 1119 575.00 30.00 643425.00 33570.00 676995

86pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 10 17250.00 900.00 172500.00 9000.00 181500

87pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 177 13800.00 720.00 2442600.00 127440.00 2570040

88pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 346 2875.00 150.00 994750.00 51900.00 1046650

89 Deep drawn MS MCB for single phase meter No. 15960 575.00 30.00 9177000.00 478800.00 9655800

90 MCCB (20 - 30 Amp) No. 3968 345.00 18.00 1368960.00 71424.00 1440384

91

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 1240 20022.00 1320.00 24827280.00 1636800.00 26464080

92

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 1422 11500.00 600.00 16353000.00 853200.00 17206200

93 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 25 5750.00 300.00 143750.00 7500.00 151250

94 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 25 5750.00 300.00 143750.00 7500.00 151250

95 100 mm dia ISI marked gi pipe with clamps Mtr. 625 442.75 23.10 276718.75 14437.50 291156

96Fabricated Trailor with 4 Tyre wheels to

house transformerNo 4 103500.00 5400.00 414000.00 21600.00 435600

97 200 KVA Distribution Box with MCBs No 4 14950.00 780.00 59800.00 3120.00 62920

98 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 5382 5278.50 275.40 28408887.00 1482202.80 29891090

99 Piercing connector Type-I for single phase No. 611 126.50 6.60 77291.50 4032.60 81324

100 Piercing connector Type-I for three phase No. 1221 126.50 6.60 154456.50 8058.60 162515

101 Piercing connector Type-II No. 244 103.50 5.40 25254.00 1317.60 26572

102G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 366 1318.45 68.79 482553.43 25176.70 507730

103 Mid span jointing sleeve(95 sqmm.) No. 122 3162.50 165.00 385825.00 20130.00 405955

104 Concreting of Stay No. 912 326.60 17.04 297859.20 15540.48 313400

105 Nuts and bolts Kg. 916 100.05 5.22 91645.80 4781.52 96427

106

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 611 4522.38 235.95 2763171.13 144165.45 2907337

1071x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 6106 40.25 2.10 245766.50 12822.60 258589

1081x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 916 23.00 1.20 21068.00 1099.20 22167

109 Service rings No. 611 262.20 13.68 160204.20 8358.48 168563

110 Four/Five pin cross arm No. 1221 550.28 28.71 671885.78 35054.91 706941

111 Rod Type Earthing complete for LT lines No. 821 517.50 27.00 424867.50 22167.00 447035

112 LT Panel with MCCB protection No. 273 16100.00 840.00 4395300.00 229320.00 4624620

113 T/F Platform complete set No. 152 3519.00 183.60 534888.00 27907.20 562795

114 Concreting of pole including kicking Block No. 394 1189.10 62.04 468505.40 24443.76 492949

115Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 4 5750.00 300.00 23000.00 1200.00 24200

116Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 533 1725.00 90.00 919425.00 47970.00 967395

117 Concreting of Structure (1:3:6) Cmt. 33 2783.00 145.20 91839.00 4791.60 96631

118 Cable trench for control Kiosks LS 25 764.75 39.90 19118.75 997.50 20116

674199056.67 29138723.36 703337780Total of Panchkula Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 205 2357.50 307.50 483287.50 63037.50 546325

3 PCC Pole 11.0M Long. No. 973 6181.25 806.25 6014356.25 784481.25 6798838

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 76 725.65 63.10 55149.40 4795.60 59945

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 560 502.55 43.70 281428.00 24472.00 305900

7 MS channel 75*40*6 for pillar box Kg 20710 64.06 5.57 1326579.05 115354.70 1441934

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 389 979.80 85.20 381142.20 33142.80 414285

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 246 706.10 61.40 173700.60 15104.40 188805

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 590 711.85 61.90 419991.50 36521.00 456513

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 161 724.50 63.00 116644.50 10143.00 126788

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 303 608.35 52.90 184330.05 16028.70 200359

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 8 557.75 48.50 4462.00 388.00 4850

14 M.S. Angle Iron 50x50x6 1430 mm No. 161 301.30 26.20 48509.30 4218.20 52728

15 Guarding Channel 100x50mm 3.75mtr No. 4 3348.80 291.20 13395.20 1164.80 14560

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 6 46.00 4.00 276.00 24.00 300

18 P.G. Clamps for 50 mm2. No 1111 46.00 4.00 51106.00 4444.00 55550

19 P.G. Clamps for 100 mm2. No 54 46.00 4.00 2484.00 216.00 2700

20 Half Clamps Wt. 1.47 Kg. No 3289 86.25 7.50 283676.25 24667.50 308344

21 Full Clamps Wt.2.325 Kg. No 1431 135.70 11.80 194186.70 16885.80 211073

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 620 86.25 7.50 53475.00 4650.00 58125

23Suspension Clamp with Assembly for HT/LT

Cable No 276 488.75 42.50 134895.00 11730.00 146625

24Dead end clamp with Assembly for HT/LT

Cable Set 103 280.60 24.40 28901.80 2513.20 31415

25 PG Clamp with Nut Bolt for Pole Nos. 8 253.00 22.00 2024.00 176.00 2200

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 3574 37.95 3.30 135633.30 11794.20 147428

28 11kV G.I. Pins No 3574 65.55 5.70 234275.70 20371.80 254648

29 11 KV Disc. Insulator (45 KN. T&C type) No 1862 209.30 18.20 389716.60 33888.40 423605

30 LT insulator No. 145 11.50 1.00 1667.50 145.00 1813

31 Guy Insulator No 35 11.50 1.00 402.50 35.00 438

32 CONDUCTOR 0

33 ACSR Conductor 50mm2 ( Rabbit) Km 91 32011.40 2783.60 2913037.40 253307.60 3166345

34 ACSR Conductor 100mm2( Dog) Km 13 63790.50 5547.00 829276.50 72111.00 901388

35 ACSR Conductor 100mm2 (Dog) insulatedKm

8 74382.00 6468.00 595056.00 51744.00 646800

36 G.I. WIRE 0

37 Stay wire 7/8 SWG Kg 9928 71.40 6.21 708893.95 61642.95 770537

38 GSL 8 SWG Kg 13361 69.38 6.03 926979.50 80606.91 1007586

39 Barbed wire Kg 1097 57.50 5.00 63077.50 5485.00 68563

40G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 336 768.20 66.80 258115.20 22444.80 280560

41 7/8 SWG GI wire for guard wires and lacings Kg 105 71.40 6.21 7497.37 651.95 8149

42Distribution T/F Three Phase Aluminum

Wound0

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Kalka Town of Panchkula Distt. (Panchkula &

Kalka Town) under the jurisdiction of UHBVN on turnkey basis against Bid No. 362 of NIT No.-52/RAPDRP/Part-B/2013-14.

43

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 5 131197.75 2281.70 655988.75 11408.50 667397

44

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 92 243474.55 4234.34 22399658.60 389559.28 22789218

45

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 33 477250.00 8300.00 15749250.00 273900.00 16023150

46 VCB's 0

47

48

49 Polymeric Lightening Arrestors (LAs) 0

50 Lightening Arrestor 9 KV No. 359 483.00 25.20 173397.00 9046.80 182444

5111 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 205 2783.00 145.20 570515.00 29766.00 600281

52 G.O. SWITCH 0

53

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No122 5980.00 312.00 729560.00 38064.00 767624

54 M.S. Nuts & Bolts 0

55 M.S Nuts Bolts off sizes Kg 322 64.40 5.60 20736.80 1803.20 22540

56 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1503 31.05 2.70 46668.15 4058.10 50726

57 G.I. Nuts, Bolts & washers off sizes Kg. 2398 82.80 7.20 198554.40 17265.60 215820

58 Eye Bolt 16x190mm length Kg. 11 100.05 8.70 1100.55 95.70 1196

59 CAPACITORS 0

6012.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 2 58650.00 5100.00 117300.00 10200.00 127500

61 SINGLE PHASE ENERGY METER 0

62

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 333 1041.90 90.60 346952.70 30169.80 377123

63 THREE PHASE ENERGY METER 0

64

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No7 2415.00 210.00 16905.00 1470.00 18375

65 LT PVC CABLES 0

66 LT PVC Cable 2C 4 mm2 Km 49 12317.65 535.55 603564.85 26241.95 629807

67 LT PVC Cable 2C 6 mm2 Km 3 15865.40 689.80 47596.20 2069.40 49666

68 LT PVC 3.5 Core Cable 95 mm2 Km. 1 255639.25 11114.75 255639.25 11114.75 266754

69L.T. ARMOURED CABLES

0

70 LT Armoured Cable 3.5/C 25 mm2 Km 2 108809.55 4730.85 217619.10 9461.70 227081

71 LT Armoured Cable 3.5/C 50 mm2 Km 38 168947.65 7345.55 6420010.70 279130.90 6699142

72L.T ARMOURED SINGLE CORE XLPE

CABLE0

73 Single Core 50mm2 Km 1 69857.90 3037.30 69857.90 3037.30 72895

74 Single Core 95mm2 Km 1 107327.20 4666.40 107327.20 4666.40 111994

75LT AERIAL BUNCHED CABLE (ABC)

0

76 LT ABC Cable 3CX95+70 mm2 Km 18 228041.55 9914.85 4104747.90 178467.30 4283215

77 INDOOR CABLE BOXES 0

78 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.0 0.00 0.00 0.00 00.00

79 MISCELLENEOUS MATERIALS 0

80Transformer plat form complete set Wt.58.85

Kg.

No.111 3519.00 183.60 390609.00 20379.60 410989

81

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.1039 807.30 42.12 838784.70 43762.68 882547

82G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.1828 1771.00 92.40 3237388.00 168907.20 3406295

83Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set230 63.25 3.30 14547.50 759.00 15307

84 Danger Plate Enamalled with Clamp No 1160 75.90 3.96 88044.00 4593.60 92638

85 Number Plate with Clamp No. 924 75.90 3.96 70131.60 3659.04 73791

86 D-Straps No. 125 75.90 3.96 9487.50 495.00 9983

87

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 119 575.00 30.00 68425.00 3570.00 71995

88Pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 270 17250.00 900.00 4657500.00 243000.00 4900500

89Pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 79 13800.00 720.00 1090200.00 56880.00 1147080

90Pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 144 11500.00 600.00 1656000.00 86400.00 1742400

91Pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 99 2875.00 150.00 284625.00 14850.00 299475

92 Deep drawn MS MCB for single phase meter No. 2425 575.00 30.00 1394375.00 72750.00 1467125

93 MCCB (20 - 30 Amp) No. 340 345.00 18.00 117300.00 6120.00 123420

94

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 33 20022.00 1320.00 660726.00 43560.00 704286

95

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 35 11500.00 600.00 402500.00 21000.00 423500

96 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 1 5750.00 300.00 5750.00 300.00 6050

97 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 1 5750.00 300.00 5750.00 300.00 6050

98 100 mm dia ISI marked gi pipe with clamps Mtr. 25 442.75 23.10 11068.75 577.50 11646

99Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

100 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

101 Lugs No. 105 460.00 24.00 48300.00 2520.00 50820

102 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 257 5278.50 275.40 1356574.50 70777.80 1427352

103 Piercing connector Type-I for single phase No. 345 126.50 6.60 43642.50 2277.00 45920

104 Piercing connector Type-I for three phase No. 689 126.50 6.60 87158.50 4547.40 91706

105 Piercing connector Type-II No. 138 103.50 5.40 14283.00 745.20 15028

106G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 207 1318.45 68.79 272919.56 14239.28 287159

107 Mid span jointing sleeve(95 sqmm.) No. 69 3162.50 165.00 218212.50 11385.00 229598

108 Concreting of Stay No. 243 326.60 17.04 79363.80 4140.72 83505

109 Nuts and bolts Kg. 517 100.05 5.22 51725.85 2698.74 54425

110

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 345 4522.38 235.95 1560219.38 81402.75 1641622

1111x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 3446 40.25 2.10 138701.50 7236.60 145938

1121x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 517 23.00 1.20 11891.00 620.40 12511

113 Service rings No. 345 262.20 13.68 90459.00 4719.60 95179

114 Four/Five pin cross arm No. 689 550.28 28.71 379139.48 19781.19 398921

115 Rod Type Earthing complete for LT line. No. 345 517.50 27.00 178537.50 9315.00 187853

116 LT Panel with MCCB protection No. 18 16100.00 840.00 289800.00 15120.00 304920

117 T/F Platform complete set No. 8 3519.00 183.60 28152.00 1468.80 29621

118 Concreting of pole including kicking Block No. 36 1189.10 62.04 42807.60 2233.44 45041

119Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

120Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 592 1725.00 90.00 1021200.00 53280.00 1074480

121 Concreting of Structure (1:3:6) Cmt. 1 2783.00 145.20 2783.00 145.20 2928

122 Cable trench for control Kiosks LS 1 764.75 39.90 764.75 39.90 805

91216351.83 4226511.38 95442863

765415408.50 33365234.74 798780643Total ofPanchkula District

Total of Kalka Town

Schedule-I

Bid No. 363 of NIT No.-52/RAPDRP/Part-B/2013-14 for Karnal Distt. (Gharaunda & Karnal Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11

kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement

and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron

poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with

modems, installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No. 363 of NIT No.-

52/RAPDRP/ Part-B/2013-14 for Karnal Distt. (Gharaunda & Karnal Town):

Rs.930777679/- (Rs. Ninty Three Crore Seven Lacs Seventy Seven Thousand Six Hundered Seventy Nine

only)

Schedule-I

Bid No. 363 of NIT No.-52/RAPDRP/Part-B/2013-14 for Karnal Distt. (Gharaunda & Karnal Town)

Dear Sir,

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted with

200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No. 363 of NIT No.-52/RAPDRP/ Part-B/2013-14 for

Karnal Distt. (Gharaunda & Karnal Town)

Total Rs. In Figures :

Total Rs. in words :

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Bidder’s Name & Address: ___________________________

___________________________

To

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Common Seal _____________________________

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 816 2357.50 307.50 1923720.00 250920.00 2174640

3 PCC Pole 11.0M Long. No. 711 6181.25 806.25 4394868.75 573243.75 4968113

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 301 725.65 63.10 218420.65 18993.10 237414

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 101 502.55 43.70 50757.55 4413.70 55171

7 MS channel 75*40*6 for pillar box Kg 21180 64.06 5.57 1356684.90 117972.60 1474658

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 107 979.80 85.20 104838.60 9116.40 113955

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 253 706.10 61.40 178643.30 15534.20 194178

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 136 711.85 61.90 96811.60 8418.40 105230

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 37 724.50 63.00 26806.50 2331.00 29138

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 71 608.35 52.90 43192.85 3755.90 46949

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 24 557.75 48.50 13386.00 1164.00 14550

14 M.S. Angle Iron 50x50x6 1430 mm No. 37 301.30 26.20 11148.10 969.40 12118

15 Guarding Channel 100x50mm 3.75mtr No. 10 3348.80 291.20 33488.00 2912.00 36400

16 CLAMPS

17 P.G. Clamps for 30 mm2. No 18 46.00 4.00 828.00 72.00 900

18 P.G. Clamps for 50 mm2. No 239 46.00 4.00 10994.00 956.00 11950

19 P.G. Clamps for 100 mm2. No 76 46.00 4.00 3496.00 304.00 3800

20 Half Clamps Wt. 1.47 Kg. No 1846 86.25 7.50 159217.50 13845.00 173063

21 Full Clamps Wt.2.325 Kg. No 689 135.70 11.80 93497.30 8130.20 101628

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 402 86.25 7.50 34672.50 3015.00 37688

23Suspension Clamp with Assembly for HT/LT

cablesNo 809 488.75 42.50 395398.75 34382.50 429781

24Dead end clamp with Assembly for HT/LT

cablesSet 441 280.60 24.40 123744.60 10760.40 134505

25 PG Clamp with Nut Bolt for Pole Nos. 20 253.00 22.00 5060.00 440.00 5500

26 Polymeric Insulators

27 11 kV Pin Insulator No 2091 37.95 3.30 79353.45 6900.30 86254

28 11kV G.I. Pins No 2091 65.55 5.70 137065.05 11918.70 148984

29 11 KV Disc. Insulator (45 KN. T&C type) No 765 209.30 18.20 160114.50 13923.00 174038

30 Guy Insulator No 30 11.50 1.00 345.00 30.00 375

31 CONDUCTOR

32 ACSR Conductor 50mm2 ( Rabbit) Km 16 32011.40 2783.60 512182.40 44537.60 556720

33 ACSR Conductor 100mm2( Dog) Km 41 63790.50 5547.00 2615410.50 227427.00 2842838

34 ACSR Conductor 100mm2 (Dog) insulatedKm

2 74382.00 6468.00 148764.00 12936.00 161700

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 6682 71.40 6.21 477118.19 41488.54 518607

37 GSL 8 SWG Kg 8570 69.38 6.03 594582.32 51702.81 646285

38 Barbed wire Kg 810 57.50 5.00 46575.00 4050.00 50625

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 166 768.20 66.80 127521.20 11088.80 138610

40 7/8 SWG GI wire for guard wires and lacings Kg 250 71.40 6.21 17850.88 1552.25 19403

41Distribution T/F Three Phase Aluminum

Wound

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Gharaunda Town of Karnal Distt. (Gharaunda

& Karnal Town) Bid No. 363 of NIT No.-52/RAPDRP/Part-B/2013-14 under the jurisdiction of UHBVN on turnkey basis

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 32 131197.75 2281.70 4198328.00 73014.40 4271342

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 100 243474.55 4234.34 24347455.00 423434.00 24770889

44 VCB's

45

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

rupturing capacity, 24V DC operated indoor

type with a set of CTs, PTs, KWH Meter,

Relays, Instruments etc. & conforming to

Nigam’s Tech. Spcn. & all relevant ISS/IEC

with latest amendments

46 Rating 400 Amps. For Outgoing Panel.No.

3 247250.00 12900.00 741750.00 38700.00 780450

47 Polymeric Lightening Arrestors (LAs)

48 Lightening Arrestor 9 KV No. 285 483.00 25.20 137655.00 7182.00 144837

4911 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 444 2783.00 145.20 1235652.00 64468.80 1300121

50 G.O. SWITCH

51

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No167 5980.00 312.00 998660.00 52104.00 1050764

52 M.S. Nuts & Bolts

53 M.S Nuts Bolts off sizes Kg 573 64.40 5.60 36901.20 3208.80 40110

54 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 346 31.05 2.70 10743.30 934.20 11678

55 G.I. Nuts, Bolts & washers off sizes Kg. 1227 82.80 7.20 101595.60 8834.40 110430

56 Eye Bolt 16x190mm length Kg. 25 100.05 8.70 2501.25 217.50 2719

57 CAPACITORS

5812.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 6 58650.00 5100.00 351900.00 30600.00 382500

59 SINGLE PHASE ENERGY METER

60

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 801 1041.90 90.60 834561.90 72570.60 907133

61 THREE PHASE ENERGY METER

62

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No127 2415.00 210.00 306705.00 26670.00 333375

63 LT PVC CABLES

64 LT PVC Cable 2C 4 mm2 Km 51 12317.65 535.55 628200.15 27313.05 655513

65 LT PVC Cable 2C 6 mm2 Km 6 15865.40 689.80 95192.40 4138.80 99331

66L.T. ARMOURED CABLES

67 LT Armoured Cable 3.5/C 25 mm2 Km 7 108809.55 4730.85 761666.85 33115.95 794783

68 LT Armoured Cable 3.5/C 50 mm2 Km 26 168947.65 7345.55 4392638.90 190984.30 4583623

69L.T ARMOURED SINGLE CORE XLPE

CABLE

70 Single Core 50mm2 Km 3 69857.90 3037.30 209573.70 9111.90 218686

71 Single Core 95mm2 Km 2 107327.20 4666.40 214654.40 9332.80 223987

72 H.T. XLPE CABLES

73 11 kV XLPE cable3C 300mm2 Km 1 1030014.75 44783.25 1030014.75 44783.25 1074798

74LT AERIAL BUNCHED CABLE (ABC)

75 LT ABC Cable 3CX95+70 mm2 Km 36 228041.55 9914.85 8209495.80 356934.60 8566430

76HT AERIAL BUNCHED CABLE (ABC)

77

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.10 513416.35 22322.45 5134163.50 223224.50 5357388

78OUTDOOR SINGLE CORE CABLE

TERMINATION KIT

79 S/C 95mm2 Cable No. 402 471.50 20.50 189543.00 8241.00 197784

80 INDOOR CABLE BOXES

81 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

823/Cx300 mm Sq.I/D Heat Shrinkable cable

boxNo. 2 1219.00 63.60 2438.00 127.20 2565

83 OUT-DOOR CABLE BOXES

843/Cx300mm Sq.O/D Heat Shrinkable cable

box

No.2 1403.00 73.20 2806.00 146.40 2952

85 MISCELLENEOUS MATERIALS

86Transformer plat form complete set Wt.58.85

Kg.

No.93 3519.00 183.60 327267.00 17074.80 344342

87

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.758 807.30 42.12 611933.40 31926.96 643860

88Earthing Rod Wt. 6.175 Kg.DHBVN

Drg.No.DD-104

No1 361.10 18.84 361.10 18.84 380

89G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.1787 1771.00 92.40 3164777.00 165118.80 3329896

90Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set180 63.25 3.30 11385.00 594.00 11979

91 Danger Plate Enamalled with Clamp No 891 75.90 3.96 67626.90 3528.36 71155

92 Number Plate with Clamp No. 711 75.90 3.96 53964.90 2815.56 56780

93

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 93 575.00 30.00 53475.00 2790.00 56265

94pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 81 17250.00 900.00 1397250.00 72900.00 1470150

95pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 101 13800.00 720.00 1393800.00 72720.00 1466520

96pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 261 11500.00 600.00 3001500.00 156600.00 3158100

97pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 346 2875.00 150.00 994750.00 51900.00 1046650

98 Deep drawn MS MCB for single phase meter No. 3202 575.00 30.00 1841150.00 96060.00 1937210

99 MCCB (20 - 30 Amp) No. 928 345.00 18.00 320160.00 16704.00 336864

100

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 96 20022.00 1320.00 1922112.00 126720.00 2048832

101

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 147 11500.00 600.00 1690500.00 88200.00 1778700

102 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 5 5750.00 300.00 28750.00 1500.00 30250

103 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 3 5750.00 300.00 17250.00 900.00 18150

104 100 mm dia ISI marked gi pipe with clamps Mtr. 75 442.75 23.10 33206.25 1732.50 34939

105Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

106 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

107 Lugs No. 90 460.00 24.00 41400.00 2160.00 43560

108 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 299 5278.50 275.40 1578271.50 82344.60 1660616

109 Piercing connector Type-I for single phase No. 708 126.50 6.60 89562.00 4672.80 94235

110 Piercing connector Type-I for three phase No. 1416 126.50 6.60 179124.00 9345.60 188470

111 Piercing connector Type-II No. 283 103.50 5.40 29290.50 1528.20 30819

112G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 425 1318.45 68.79 560342.10 29235.24 589577

113 Mid span jointing sleeve(95 sqmm.) No. 142 3162.50 165.00 449075.00 23430.00 472505

114 Concreting of Stay No. 503 326.60 17.04 164279.80 8571.12 172851

115 Nuts and bolts Kg. 1062 100.05 5.22 106253.10 5543.64 111797

116

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 708 4522.38 235.95 3201841.50 167052.60 3368894

1171x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 7078 40.25 2.10 284889.50 14863.80 299753

1181x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1062 23.00 1.20 24426.00 1274.40 25700

119 Service rings No. 708 262.20 13.68 185637.60 9685.44 195323

120 Four/Five pin cross arm No. 1416 550.28 28.71 779189.40 40653.36 819843

121 Rod Type Earthing complete for LT lines No. 708 517.50 27.00 366390.00 19116.00 385506

122 LT Panel with MCCB protection No. 38 16100.00 840.00 611800.00 31920.00 643720

123 Concreting of pole including kicking Block No. 78 1189.10 62.04 92749.80 4839.12 97589

124Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

125Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 789 1725.00 90.00 1361025.00 71010.00 1432035

126 Concreting of Structure (1:3:6) Cmt. 4 2783.00 145.20 11132.00 580.80 11713

127 Cable trench for control Kiosks LS 3 764.75 39.90 2294.25 119.70 2414

128Horizontal and cross bracings 4' centre

with set of four back clampsSet 1 2509.30 218.20 2509.30 218.20 2728

129 11 kV strain set with hardware Set 3 341.55 29.70 1024.65 89.10 1114

87199452.33 3662281.39 90861734Total of Garaundha Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 3664 2357.50 307.50 8637880.00 1126680.00 9764560

3 PCC Pole 11.0M Long. No. 5291 6181.25 806.25 32704993.75 4265868.75 36970863

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 3340 725.65 63.10 2423671.00 210754.00 2634425

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1952 502.55 43.70 980977.60 85302.40 1066280

7 MS channel 75*40*6 for pillar box Kg 131230 64.06 5.57 8405937.65 730951.10 9136889

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 2356 979.80 85.20 2308408.80 200731.20 2509140

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 2149 706.10 61.40 1517408.90 131948.60 1649358

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 2750 711.85 61.90 1957587.50 170225.00 2127813

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 750 724.50 63.00 543375.00 47250.00 590625

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 1981 608.35 52.90 1205141.35 104794.90 1309936

13 M.S. Angle Iron 50x50x6 1430 mm No. 750 301.30 26.20 225975.00 19650.00 245625

14 Guarding Channel 100x50mm 3.75mtr No. 74 3348.80 291.20 247811.20 21548.80 269360

15 CLAMPS 0

16 P.G. Clamps for 30 mm2. No 174 46.00 4.00 8004.00 696.00 8700

17 P.G. Clamps for 50 mm2. No 6119 46.00 4.00 281474.00 24476.00 305950

18 P.G. Clamps for 100 mm2. No 949 46.00 4.00 43654.00 3796.00 47450

19 Half Clamps Wt. 1.47 Kg. No 20977 86.25 7.50 1809266.25 157327.50 1966594

20 Full Clamps Wt.2.325 Kg. No 7792 135.70 11.80 1057374.40 91945.60 1149320

21 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 4930 86.25 7.50 425212.50 36975.00 462188

22Suspension Clamp with Assembly for HT/LT

Cable No 2758 488.75 42.50 1347972.50 117215.00 1465188

23Dead end clamp with Assembly for HT/LT

Cable Set 894 280.60 24.40 250856.40 21813.60 272670

24 PG Clamp with Nut Bolt for Pole Nos. 148 253.00 22.00 37444.00 3256.00 40700

25 Polymeric Insulators 0

26 11 kV Pin Insulator No 26982 37.95 3.30 1023966.90 89040.60 1113008

27 11kV G.I. Pins No 26982 65.55 5.70 1768670.10 153797.40 1922468

28 11 KV Disc. Insulator (45 KN. T&C type) No 10057 209.30 18.20 2104930.10 183037.40 2287968

29 LT insulator No. 191 11.50 1.00 2196.50 191.00 2388

30 Guy Insulator No 636 11.50 1.00 7314.00 636.00 7950

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 262 32011.40 2783.60 8386986.80 729303.20 9116290

33 ACSR Conductor 100mm2( Dog) Km 476 63790.50 5547.00 30364278.00 2640372.00 33004650

34 ACSR Conductor 100mm2 (Dog) insulatedKm

36 74382.00 6468.00 2677752.00 232848.00 2910600

35 G.I. WIRE 0

36 Stay wire 7/8 SWG Kg 67033 71.40 6.21 4786390.82 416207.90 5202599

37 GSL 8 SWG Kg 113862 69.38 6.03 7899688.63 686929.45 8586618

38 Barbed wire Kg 6478 57.50 5.00 372485.00 32390.00 404875

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 2984 768.20 66.80 2292308.80 199331.20 2491640

40 7/8 SWG GI wire for guard wires and lacings Kg 1850 71.40 6.21 132096.48 11486.65 143583

41Distribution T/F Three Phase Aluminum

Wound

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Karnal Town of Karnal Distt. (Gharaunda &

Karnal Town) Bid No. 363 of NIT No.-52/RAPDRP/Part-B/2013-14 under the jurisdiction of UHBVN on turnkey basis.

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 305 131197.75 2281.70 40015313.75 695918.50 40711232

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 664 243474.55 4234.34 161667101.20 2811601.76 164478703

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 313 477250.00 8300.00 149379250.00 2597900.00 151977150

45 VCB's 0

46

47

48 Polymeric Lightening Arrestors (LAs) 0

49 Lightening Arrestor 9 KV No. 2952 483.00 25.20 1425816.00 74390.40 1500206

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 4901 2783.00 145.20 13639483.00 711625.20 14351108

51 G.O. SWITCH 0

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1813 5980.00 312.00 10841740.00 565656.00 11407396

53 M.S. Nuts & Bolts

54 M.S Nuts Bolts off sizes Kg 8347 64.40 5.60 537546.80 46743.20 584290

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 6999 31.05 2.70 217318.95 18897.30 236216

56 G.I. Nuts, Bolts & washers off sizes Kg. 14029 82.80 7.20 1161601.20 101008.80 1262610

57 Eye Bolt 16x190mm length Kg. 185 100.05 8.70 18509.25 1609.50 20119

58 SINGLE PHASE ENERGY METER

59

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1692 1041.90 90.60 1762894.80 153295.20 1916190

60 THREE PHASE ENERGY METER

61

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No547 2415.00 210.00 1321005.00 114870.00 1435875

62 LT PVC CABLES

63 LT PVC Cable 2C 4 mm2 Km 494 12317.65 535.55 6084919.10 264561.70 6349481

64 LT PVC Cable 2C 6 mm2 Km 177 15865.40 689.80 2808175.80 122094.60 2930270

65 LT 3.5 Core Cable 95 mm2 Km. 8 255639.25 11114.75 2045114.00 88918.00 2134032

66L.T. ARMOURED CABLES

67 LT Armoured Cable 3.5/C 25 mm2 Km 56 108809.55 4730.85 6093334.80 264927.60 6358262

68 LT Armoured Cable 3.5/C 50 mm2 Km 143 168947.65 7345.55 24159513.95 1050413.65 25209928

69L.T ARMOURED SINGLE CORE XLPE

CABLE

70 Single Core 50mm2 Km 38 69857.90 3037.30 2654600.20 115417.40 2770018

71 Single Core 95mm2 Km 19 107327.20 4666.40 2039216.80 88661.60 2127878

72 H.T. XLPE CABLES

73 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

74LT AERIAL BUNCHED CABLE (ABC)

75 LT ABC Cable 3CX95+70 mm2 Km 144 228041.55 9914.85 32837983.20 1427738.40 34265722

76HT AERIAL BUNCHED CABLE (ABC)

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.29 247250.00 12900.00 374100.00 75443507170250.00

77

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.5 842728.05 36640.35 4213640.25 183201.75 4396842

78 INDOOR CABLE BOXES

79 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

80 MISCELLENEOUS MATERIALS

81Transformer plat form complete set Wt.58.85

Kg.

No.803 3519.00 183.60 2825757.00 147430.80 2973188

82

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.8787 807.30 42.12 7093745.10 370108.44 7463854

83G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.15000 1771.00 92.40 26565000.00 1386000.00 27951000

84Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1880 63.25 3.30 118910.00 6204.00 125114

85 Danger Plate Enamalled with Clamp No 8721 75.90 3.96 661923.90 34535.16 696459

86 Number Plate with Clamp No. 6611 75.90 3.96 501774.90 26179.56 527954

87 D-Straps No. 164 75.90 3.96 12447.60 649.44 13097

88

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 984 575.00 30.00 565800.00 29520.00 595320

89pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 246 17250.00 900.00 4243500.00 221400.00 4464900

90pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 238 13800.00 720.00 3284400.00 171360.00 3455760

91pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 2134 11500.00 600.00 24541000.00 1280400.00 25821400

92pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 2651 2875.00 150.00 7621625.00 397650.00 8019275

93 Deep drawn MS MCB for single phase meter No. 29100 575.00 30.00 16732500.00 873000.00 17605500

94 MCCB (20 - 30 Amp) No. 2239 345.00 18.00 772455.00 40302.00 812757

95

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 1482 20022.00 1320.00 29672604.00 1956240.00 31628844

96 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 29 5750.00 300.00 166750.00 8700.00 175450

97 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 29 5750.00 300.00 166750.00 8700.00 175450

98 100 mm dia ISI marked gi pipe with clamps Mtr. 725 442.75 23.10 320993.75 16747.50 337741

99Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

100 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

101 Lugs No. 1908 460.00 24.00 877680.00 45792.00 923472

102 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 5862 5278.50 275.40 30942567.00 1614394.80 32556962

103 Piercing connector Type-I for single phase No. 2804 126.50 6.60 354706.00 18506.40 373212

104 Piercing connector Type-I for three phase No. 5608 126.50 6.60 709412.00 37012.80 746425

105 Piercing connector Type-II No. 1122 103.50 5.40 116127.00 6058.80 122186

106G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 1682 1318.45 68.79 2217636.26 115702.76 2333339

107 Mid span jointing sleeve(95 sqmm.) No. 561 3162.50 165.00 1774162.50 92565.00 1866728

108 Concreting of Stay No. 2636 326.60 17.04 860917.60 44917.44 905835

109 Nuts and bolts Kg. 4206 100.05 5.22 420810.30 21955.32 442766

110

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 2804 4522.38 235.95 12680739.50 661603.80 13342343

1111x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 28040 40.25 2.10 1128610.00 58884.00 1187494

1121x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 4206 23.00 1.20 96738.00 5047.20 101785

113 Service rings No. 2804 262.20 13.68 735208.80 38358.72 773568

114 Four/Five pin cross arm No. 5608 550.28 28.71 3085942.20 161005.68 3246948

115 Rod Type Earthing complete for Lt line No. 2804 517.50 27.00 1451070.00 75708.00 1526778

116 LT Panel with MCCB protection No. 477 16100.00 840.00 7679700.00 400680.00 8080380

117 T/F Platform complete set No. 181 3519.00 183.60 636939.00 33231.60 670171

118 Concreting of pole including kicking Block No. 954 1189.10 62.04 1134401.40 59186.16 1193588

119Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

120Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 5269 1725.00 90.00 9089025.00 474210.00 9563235

121 Concreting of Structure (1:3:6) Cmt. 38 2783.00 145.20 105754.00 5517.60 111272

122 Cable trench for control Kiosks LS 29 764.75 39.90 22177.75 1157.10 23335

804068859.53 35847085.88 839915945

891268311.86 39509367.27 930777679Total of Karnal District

Total of Karnal Town

Schedule-I

Bid No. 364 of NIT No.-52/RAPDRP/Part-B/2013-14 for Kurukshetra Distt.

(Pehowa, Shahabad & Thanesar Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV

lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and

relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles,

provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems,

installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No. 364 of NIT No.-52/RAPDRP/ Part-

B/2013-14 for Kurukshetra Distt. (Pehowa, Shahabad & Thanesar Town):

Rs. 747318125/- (Rs. Seventy Four Crore Seventy Three Lacs eighteen Thousand One Hundered Twenty Five

only)

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Thanesar Town of Kurukshetra District

(Pehowa, Shahabad & Thanesar Town) under the jurisdiction of UHBVN on turnkey basis against Bid No. 364 of NIT No.-52/RAPDRP/ Part-B/2013-14.

Schedule-I

Bid No. 364 of NIT No.-52/RAPDRP/Part-B/2013-14 for Kurukshetra Distt.

(Pehowa, Shahabad & Thanesar Town)

Common Seal _____________________________

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Bidder’s Name & Address: ___________________________

___________________________

To

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

Dear Sir,

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the specifications

and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted with

200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No. 364 of NIT No.-52/RAPDRP/ Part-B/2013-14 for

Kurukshetra Distt. (Pehowa, Shahabad & Thanesar Town)

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 1825 2357.50 307.50 4302437.50 561187.50 4863625

3 PCC Pole 11.0M Long. No. 5257 6181.25 806.25 32494831.25 4238456.25 36733288

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1831 725.65 63.10 1328665.15 115536.10 1444201

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1826 502.55 43.70 917656.30 79796.20 997453

7 MS channel 75*40*6 for pillar box Kg 33000 64.06 5.57 2113815.00 183810.00 2297625

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 2602 979.80 85.20 2549439.60 221690.40 2771130

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1844 706.10 61.40 1302048.40 113221.60 1415270

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 2558 711.85 61.90 1820912.30 158340.20 1979253

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 698 724.50 63.00 505701.00 43974.00 549675

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 2193 608.35 52.90 1334111.55 116009.70 1450121

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 80 557.75 48.50 44620.00 3880.00 48500

14 M.S. Angle Iron 50x50x6 1430 mm No. 698 301.30 26.20 210307.40 18287.60 228595

15 Guarding Channel 100x50mm 3.75mtr No. 110 3348.80 291.20 368368.00 32032.00 400400

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 90 46.00 4.00 4140.00 360.00 4500

18 P.G. Clamps for 50 mm2. No 7026 46.00 4.00 323196.00 28104.00 351300

19 P.G. Clamps for 100 mm2. No 759 46.00 4.00 34914.00 3036.00 37950

20 Half Clamps Wt. 1.47 Kg. No 21634 86.25 7.50 1865932.50 162255.00 2028188

21 Full Clamps Wt.2.325 Kg. No 7919 135.70 11.80 1074608.30 93444.20 1168053

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 3656 86.25 7.50 315330.00 27420.00 342750

23Suspension Clamp Assembly for HT/LT AB

CableNo 1356 488.75 42.50 662745.00 57630.00 720375

24Dead end clamp Assembly for HT/LT AB

CableSet 440 280.60 24.40 123464.00 10736.00 134200

25 PG Clamp with Nut Bolt for Pole Nos. 220 253.00 22.00 55660.00 4840.00 60500

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 22444 37.95 3.30 851749.80 74065.20 925815

28 11kV G.I. Pins No 22444 65.55 5.70 1471204.20 127930.80 1599135

29 11 KV Disc. Insulator (45 KN. T&C type) No 9228 209.30 18.20 1931420.40 167949.60 2099370

30 Guy Insulator No 300 11.50 1.00 3450.00 300.00 3750

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 274 32011.40 2783.60 8771123.60 762706.40 9533830

33 ACSR Conductor 100mm2( Dog) Km 325 63790.50 5547.00 20731912.50 1802775.00 22534688

34 ACSR Conductor 100mm2 (Dog) insulated Km 33 74382.00 6468.00 2454606.00 213444.00 2668050

35 G.I. WIRE 0

36 Stay wire 7/8 SWG Kg 64900 71.40 6.21 4634087.15 402964.10 5037051

37 GSL 8 SWG Kg 69464 69.38 6.03 4819377.59 419076.31 5238454

38 Barbed wire Kg 6051 57.50 5.00 347932.50 30255.00 378188

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 2280 768.20 66.80 1751496.00 152304.00 1903800

40 7/8 SWG GI wire for guard wires and lacings Kg 2750 71.40 6.21 196350.00 17074.75 213425

41Distribution T/F Three Phase Aluminum

Wound0

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 317 131197.75 2281.70 41589686.75 723298.90 42312986

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 606 243474.55 4234.34 147545577.30 2566010.04 150111587

44 VCB's 0

45

46

47 Polymeric Lightening Arrestors (LAs) 0

48 Lightening Arrestor 9 KV No. 2786 483.00 25.20 1345638.00 70207.20 1415845

4911 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty No. 2544 2783.00 145.20 7079952.00 369388.80 7449341

50

51

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No957 5980.00 312.00 5722860.00 298584.00 6021444

52

53 M.S Nuts Bolts off sizes Kg 3081 64.40 5.60 198416.40 17253.60 215670

54 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 6512 31.05 2.70 202197.60 17582.40 219780

55 G.I. Nuts, Bolts & washers off sizes Kg. 14801 82.80 7.20 1225522.80 106567.20 1332090

56 Eye Bolt 16x190mm length Kg. 275 100.05 8.70 27513.75 2392.50 29906

57

5812.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 4 48300.00 4200.00 193200.00 16800.00 210000

5912.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 16 58650.00 5100.00 938400.00 81600.00 1020000

60

61

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1191 1041.90 90.60 1240902.90 107904.60 1348808

62

63

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No258 2415.00 210.00 623070.00 54180.00 677250

64

65 LT PVC Cable 2C 4 mm2 Km 305 12317.65 535.55 3756883.25 163342.75 3920226

66 LT PVC Cable 2C 6 mm2 Km 25 15865.40 689.80 396635.00 17245.00 413880

67 LT 3.5 Core Cable 95 mm2 Km. 12 255639.25 11114.75 3067671.00 133377.00 3201048

68

69 LT Armoured Cable 3.5/C 25 mm2 Km 12 108809.55 4730.85 1305714.60 56770.20 1362485

70 LT Armoured Cable 3.5/C 50 mm2 Km 39 168947.65 7345.55 6588958.35 286476.45 6875435

71

72 11kV XLPE Cable 3C 185mm2 Km. 1 747465.50 32498.50 747465.50 32498.50 779964

73

74 LT ABC Cable 3CX95+70 mm2 Km 68 228041.55 9914.85 15506825.40 674209.80 16181035

75

76

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km. 5 842728.05 36640.35 4213640.25 183201.75 4396842

77

78 3/Cx95 mm Sq. I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

79

80Transformer plat form complete set Wt.

58.85 Kg

No.922 3519.00 183.60 3244518.00 169279.20 3413797

81

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.6860 807.30 42.12 5538078.00 288943.20 5827021

82G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.5536 1771.00 92.40 9804256.00 511526.40 10315782

LT PVC CABLES

L.T. ARMOURED CABLES

INDOOR CABLE BOXES

MISCELLENEOUS MATERIALS

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.15 247250.00 12900.00 3902250193500.003708750.00

G.O. SWITCH

M.S. Nuts & Bolts

CAPACITORS

SINGLE PHASE ENERGY METER

THREE PHASE ENERGY METER

H.T. XLPE CABLES

LT AERIAL BUNCHED CABLE (ABC)

HT AERIAL BUNCHED CABLE (ABC)

83Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1690 63.25 3.30 106892.50 5577.00 112470

84 Danger Plate Enamalled with Clamp No 6655 75.90 3.96 505114.50 26353.80 531468

85 Number Plate with Clamp No. 5085 75.90 3.96 385951.50 20136.60 406088

86

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers with

holes for incoming cable and O/G cable with

rubber glands.

No. 922 575.00 30.00 530150.00 27660.00 557810

87Pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 112 17250.00 900.00 1932000.00 100800.00 2032800

88Pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 87 13800.00 720.00 1200600.00 62640.00 1263240

89Pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 470 11500.00 600.00 5405000.00 282000.00 5687000

90Pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 624 2875.00 150.00 1794000.00 93600.00 1887600

91 Deep drawn MS MCB for single phase meter No. 14661 575.00 30.00 8430075.00 439830.00 8869905

92 MCCB (20 - 30 Amp) No. 1449 345.00 18.00 499905.00 26082.00 525987

93

DTR Meter Cubical with Meter, Modem, TTB

, cabling and LT CTs ( Indoor CTs 200/5 for

100 kVA and Out door type Bushing CTs of

400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 912 20022.00 1320.00 18260064.00 1203840.00 19463904

94 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 15 5750.00 300.00 86250.00 4500.00 90750

95 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 19 5750.00 300.00 109250.00 5700.00 114950

96 100 mm dia ISI marked G.I. pipe with clamps Mtr. 375 442.75 23.10 166031.25 8662.50 174694

97Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

98 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

99 Lugs No. 900 460.00 24.00 414000.00 21600.00 435600

100 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 3530 5278.50 275.40 18633105.00 972162.00 19605267

101 Piercing connector Type-I for single phase No. 1316 126.50 6.60 166474.00 8685.60 175160

102 Piercing connector Type-I for three phase No. 2633 126.50 6.60 333074.50 17377.80 350452

103 Piercing connector Type-II No. 527 103.50 5.40 54544.50 2845.80 57390

104G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 790 1318.45 68.79 1041575.50 54343.15 1095919

105 Mid span jointing sleeve(95 sqmm.) No. 263 3162.50 165.00 831737.50 43395.00 875133

106 Concreting of Stay No. 790 326.60 17.04 258014.00 13461.60 271476

107 Nuts and bolts Kg. 1975 100.05 5.22 197598.75 10309.50 207908

108

Dist. Box for housing 5 No. 10 Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1316 4522.38 235.95 5951445.50 310510.20 6261956

1091x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 13163 40.25 2.10 529810.75 27642.30 557453

1101x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1975 23.00 1.20 45425.00 2370.00 47795

111 Service rings No. 1316 262.20 13.68 345055.20 18002.88 363058

112 Four/Five pin cross arm No. 2633 550.28 28.71 1448874.08 75593.43 1524468

113 Rod Type Earthing complete for LT Line No. 1316 517.50 27.00 681030.00 35532.00 716562

114Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

115Sundries - Jumpers, sleeves, lugs etc. (Pillar

Boxes installed on plateform)Lot 1293 1725.00 90.00 2230425.00 116370.00 2346795

116 Concreting of Structure (1:3:6) Cmt. 20 2783.00 145.20 55660.00 2904.00 58564

117 Cable trench for control Kiosks LS 15 764.75 39.90 11471.25 598.50 12070

118Govt. Security Deposit for Railway Line

CrossingLS 1 805000.00 0.00 805000.00 0.00 805000

441101475.11 21634687.06 462736162Total of Thanesar Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material

(In Rs.)

Total

Estimated

Cost for

Erection of

material

(In Rs.)

Total Estimated cost for supply

and erection

(In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 287 2357.50 307.50 676602.50 88252.50 764855

3 PCC Pole 11.0M Long. No. 1238 6181.25 806.25 7652387.50 998137.50 8650525

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 120 725.65 63.10 87078.00 7572.00 94650

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 662 502.55 43.70 332688.10 28929.40 361618

7 MS channel 75*40*6 for pillar box Kg 13120 64.06 5.57 840401.60 73078.40 913480

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 582 979.80 85.20 570243.60 49586.40 619830

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 380 706.10 61.40 268318.00 23332.00 291650

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 674 711.85 61.90 479786.90 41720.60 521508

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 184 724.50 63.00 133308.00 11592.00 144900

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 472 608.35 52.90 287141.20 24968.80 312110

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 24 557.75 48.50 13386.00 1164.00 14550

14 M.S. Angle Iron 50x50x6 1430 mm No. 184 301.30 26.20 55439.20 4820.80 60260

15 Guarding Channel 100x50mm 3.75mtr No. 10 3348.80 291.20 33488.00 2912.00 36400

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 12 46.00 4.00 552.00 48.00 600

18 P.G. Clamps for 50 mm2. No 1682 46.00 4.00 77372.00 6728.00 84100

19 P.G. Clamps for 100 mm2. No 57 46.00 4.00 2622.00 228.00 2850

20 Half Clamps Wt. 1.47 Kg. No 4778 86.25 7.50 412102.50 35835.00 447938

21 Full Clamps Wt.2.325 Kg. No 1878 135.70 11.80 254844.60 22160.40 277005

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 783 86.25 7.50 67533.75 5872.50 73406

23Suspension Clamp with Assembly for HT/LT

cableNo 465 488.75 42.50 227268.75 19762.50 247031

24Dead end clamp with Assembly for HT/LT

cableSet 180 280.60 24.40 50508.00 4392.00 54900

25 PG Clamp with Nut Bolt for Pole Nos. 20 253.00 22.00 5060.00 440.00 5500

26 Polymeric Insulators

27 11 kV Pin Insulator No 4942 37.95 3.30 187548.90 16308.60 203858

28 11kV G.I. Pins No 4942 65.55 5.70 323948.10 28169.40 352118

29 11 KV Disc. Insulator (45 KN. T&C type) No 2424 209.30 18.20 507343.20 44116.80 551460

30 Guy Insulator No 43 11.50 1.00 494.50 43.00 538

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 96 32011.40 2783.60 3073094.40 267225.60 3340320

33 ACSR Conductor 100mm2( Dog) Km 28 63790.50 5547.00 1786134.00 155316.00 1941450

34 ACSR Conductor 100mm2 (Dog) insulatedKm

9 74382.00 6468.00 669438.00 58212.00 727650

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Pehowa Town of Kurukshetra District

(Pehowa, Shahabad & Thanesar Town) under the jurisdiction of UHBVN on turnkey basis against Bid No. 364 of NIT No.-52/RAPDRP/ Part-B/2013-14.

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 14123 71.40 6.21 1008431.63 87689.71 1096121

37 GSL 8 SWG Kg 15299 69.38 6.03 1061436.97 92298.87 1153736

38 Barbed wire Kg 1376 57.50 5.00 79120.00 6880.00 86000

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 466 768.20 66.80 357981.20 31128.80 389110

40 7/8 SWG GI wire for guard wires and lacings Kg 250 71.40 6.21 17850.88 1552.25 19403

41Distribution T/F Three Phase Aluminum

Wound0

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 57 131197.75 2281.70 7478271.75 130056.90 7608329

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 154 243474.55 4234.34 37495080.70 652088.36 38147169

44 VCB's 0

45

46

47 Polymeric Lightening Arrestors (LAs) 0

48 Lightening Arrestor 9 KV No. 576 483.00 25.20 278208.00 14515.20 292723

4911 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 458 2783.00 145.20 1274614.00 66501.60 1341116

50 G.O. SWITCH 0

51

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No198 5980.00 312.00 1184040.00 61776.00 1245816

52 M.S. Nuts & Bolts 0

53 M.S Nuts Bolts off sizes Kg 454 64.40 5.60 29237.60 2542.40 31780

54 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1715 31.05 2.70 53250.75 4630.50 57881

55 G.I. Nuts, Bolts & washers off sizes Kg. 3370 82.80 7.20 279036.00 24264.00 303300

56 Eye Bolt 16x190mm length Kg. 25 100.05 8.70 2501.25 217.50 2719

57 CAPACITORS 0

5812.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 6 58650.00 5100.00 351900.00 30600.00 382500

59 SINGLE PHASE ENERGY METER 0

60

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 165 1041.90 90.60 171913.50 14949.00 186863

61 THREE PHASE ENERGY METER 0

62

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No25 2415.00 210.00 60375.00 5250.00 65625

63 LT PVC CABLES 0

64 LT PVC Cable 2C 4 mm2 Km 56 12317.65 535.55 689788.40 29990.80 719779

65 LT PVC Cable 2C 6 mm2 Km 6 15865.40 689.80 95192.40 4138.80 99331

66 LT 3.5 Core Cable 95 mm2 Km. 3 255639.25 11114.75 766917.75 33344.25 800262

67L.T. ARMOURED CABLES

0

68 LT Armoured Cable 3.5/C 25 mm2 Km 3 108809.55 4730.85 326428.65 14192.55 340621

69 LT Armoured Cable 3.5/C 50 mm2 Km 18 168947.65 7345.55 3041057.70 132219.90 3173278

70L.T ARMOURED SINGLE CORE XLPE

CABLE0

71 Single Core 50mm2 Km 2 69857.90 3037.30 139715.80 6074.60 145790

72 Single Core 95mm2 Km 1 107327.20 4666.40 107327.20 4666.40 111994

73 H.T. XLPE CABLES 0

74 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

211kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.52030025800.00494500.0012900.00247250.00

75LT AERIAL BUNCHED CABLE (ABC)

0

76 LT ABC Cable 3CX95+70 mm2 Km 28 228041.55 9914.85 6385163.40 277615.80 6662779

77 INDOOR CABLE BOXES 0

78 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

79 MISCELLENEOUS MATERIALS 0

80Transformer plat form complete set Wt.58.85

Kg.

No.190 3519.00 183.60 668610.00 34884.00 703494

81

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.1475 807.30 42.12 1190767.50 62127.00 1252895

82G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.1434 1771.00 92.40 2539614.00 132501.60 2672116

83Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set336 63.25 3.30 21252.00 1108.80 22361

84 Danger Plate Enamalled with Clamp No 1447 75.90 3.96 109827.30 5730.12 115557

85 Number Plate with Clamp No. 1102 75.90 3.96 83641.80 4363.92 88006

86

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 190 575.00 30.00 109250.00 5700.00 114950

87 Eye Hook No . 38 57.50 3.00 2185.00 114.00 2299

88pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 74 17250.00 900.00 1276500.00 66600.00 1343100

89pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 42 13800.00 720.00 579600.00 30240.00 609840

90pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 171 11500.00 600.00 1966500.00 102600.00 2069100

91pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 164 2875.00 150.00 471500.00 24600.00 496100

92 Deep drawn MS MCB for single phase meter No. 2676 575.00 30.00 1538700.00 80280.00 1618980

93 MCCB (20 - 30 Amp) No. 190 345.00 18.00 65550.00 3420.00 68970

94

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 102 20022.00 1320.00 2042244.00 134640.00 2176884

95

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 152 11500.00 600.00 1748000.00 91200.00 1839200

96 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 2 5750.00 300.00 11500.00 600.00 12100

97 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 2 5750.00 300.00 11500.00 600.00 12100

98 100 mm dia ISI marked gi pipe with clamps Mtr. 50 442.75 23.10 22137.50 1155.00 23293

99Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

100 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

101 Lugs No. 129 460.00 24.00 59340.00 3096.00 62436

102 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 311 5278.50 275.40 1641613.50 85649.40 1727263

103 Piercing connector Type-I for single phase No. 549 126.50 6.60 69448.50 3623.40 73072

104 Piercing connector Type-I for three phase No. 1098 126.50 6.60 138897.00 7246.80 146144

105 Piercing connector Type-II No. 220 103.50 5.40 22770.00 1188.00 23958

106G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 329 1318.45 68.79 433770.71 22631.52 456402

107 Mid span jointing sleeve(95 sqmm.) No. 110 3162.50 165.00 347875.00 18150.00 366025

108 Concreting of Stay No. 369 326.60 17.04 120515.40 6287.76 126803

109 Nuts and bolts Kg. 823 100.05 5.22 82341.15 4296.06 86637

110

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 549 4522.38 235.95 2482783.88 129536.55 2612320

1111x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 5488 40.25 2.10 220892.00 11524.80 232417

1121x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 823 23.00 1.20 18929.00 987.60 19917

113 Service rings No. 549 262.20 13.68 143947.80 7510.32 151458

114 Four/Five pin cross arm No. 1098 550.28 28.71 604201.95 31523.58 635726

115 Rod Type Earthing complete for LT lines No. 549 517.50 27.00 284107.50 14823.00 298931

116 LT Panel with MCCB protection No. 20 16100.00 840.00 322000.00 16800.00 338800

117 Concreting of pole including kicking Block No. 40 1189.10 62.04 47564.00 2481.60 50046

118Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

119Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 451 1725.00 90.00 777975.00 40590.00 818565

120 Concreting of Structure (1:3:6) Cmt. 3 2783.00 145.20 8349.00 435.60 8785

121 Cable trench for control Kiosks LS 2 764.75 39.90 1529.50 79.80 1609

106214059.81 5038401.61 111252461Total of Pehowa Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 1033 2357.50 307.50 2435297.50 317647.50 2752945

3 PCC Pole 11.0M Long. No. 1538 6181.25 806.25 9506762.50 1240012.50 10746775

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 155 725.65 63.10 112475.75 9780.50 122256

6V-Shape X Arm 75x40x6 mm Wt. 8.4 kg.

HVPN No. 602 502.55 43.70 302535.10 26307.40 328843

7 MS channel 75*40*6 for pillar box Kg 36140 64.06 5.57 2314947.70 201299.80 2516248

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 447 979.80 85.20 437970.60 38084.40 476055

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 327 706.10 61.40 230894.70 20077.80 250973

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 560 711.85 61.90 398636.00 34664.00 433300

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 153 724.50 63.00 110848.50 9639.00 120488

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 340 608.35 52.90 206839.00 17986.00 224825

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 40 557.75 48.50 22310.00 1940.00 24250

14 M.S. Angle Iron 50x50x6 1430 mm No. 153 301.30 26.20 46098.90 4008.60 50108

15 Guarding Channel 100x50mm 3.75mtr No. 12 3348.80 291.20 40185.60 3494.40 43680

16 CLAMPS 0

17 P.G. Clamps for 50 mm2. No 1250 46.00 4.00 57500.00 5000.00 62500

18 P.G. Clamps for 100 mm2. No 80 46.00 4.00 3680.00 320.00 4000

19 Half Clamps Wt. 1.47 Kg. No 3572 86.25 7.50 308085.00 26790.00 334875

20 Full Clamps Wt.2.325 Kg. No 1599 135.70 11.80 216984.30 18868.20 235853

21 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 715 86.25 7.50 61668.75 5362.50 67031

22Suspension Clamp with Assembly for HT/LT

cableNo 1811 488.75 42.50 885126.25 76967.50 962094

23Dead end clamp with Assembly for HT/LT

cableSet 522 280.60 24.40 146473.20 12736.80 159210

24 PG Clamp with Nut Bolt for Pole Nos. 24 253.00 22.00 6072.00 528.00 6600

25 Polymeric Insulators 0

26 11 kV Pin Insulator No 4286 37.95 3.30 162653.70 14143.80 176798

27 11kV G.I. Pins No 4286 65.55 5.70 280947.30 24430.20 305378

28 11 KV Disc. Insulator (45 KN. T&C type) No 2176 209.30 18.20 455436.80 39603.20 495040

29 Guy Insulator No 490 11.50 1.00 5635.00 490.00 6125

30 CONDUCTOR 0

31 ACSR Conductor 50mm2 ( Rabbit) Km 81 32011.40 2783.60 2592923.40 225471.60 2818395

32 ACSR Conductor 100mm2( Dog) Km 37 63790.50 5547.00 2360248.50 205239.00 2565488

33 ACSR Conductor 100mm2 (Dog) insulatedKm

7 74382.00 6468.00 520674.00 45276.00 565950

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Shahbad Town of Kurukshetra District (Pehowa,

Shahabad & Thanesar Town) under the jurisdiction of UHBVN on turnkey basis against Bid No. 364 of NIT No.-52/RAPDRP/ Part-B/2013-14.

34 G.I. WIRE 0

35 Stay wire 7/8 SWG Kg 16913 71.40 6.21 1207647.40 105012.82 1312660

36 GSL 8 SWG Kg 13881 69.38 6.03 963056.84 83744.07 1046801

37 Barbed wire Kg 1640 57.50 5.00 94300.00 8200.00 102500

38G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 407 768.20 66.80 312657.40 27187.60 339845

39 7/8 SWG GI wire for guard wires and lacings Kg 300 71.40 6.21 21421.05 1862.70 23284

40Distribution T/F Three Phase Aluminum

Wound0

41

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 37 131197.75 2281.70 4854316.75 84422.90 4938740

42

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 56 243474.55 4234.34 13634574.80 237123.04 13871698

43

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 79 477250.00 8300.00 37702750.00 655700.00 38358450

44 Polymeric Lightening Arrestors (LAs) 0

45 Lightening Arrestor 9 KV No. 469 483.00 25.20 226527.00 11818.80 238346

4611 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 582 2783.00 145.20 1619706.00 84506.40 1704212

47 G.O. SWITCH 0

48

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No163 5980.00 312.00 974740.00 50856.00 1025596

49 M.S. Nuts & Bolts 0

50 M.S Nuts Bolts off sizes Kg 1547 64.40 5.60 99626.80 8663.20 108290

51 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1425 31.05 2.70 44246.25 3847.50 48094

52 G.I. Nuts, Bolts & washers off sizes Kg. 2541 82.80 7.20 210394.80 18295.20 228690

53 Eye Bolt 16x190mm length Kg. 30 100.05 8.70 3001.50 261.00 3263

54 CAPACITORS 0

5512.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 1 48300.00 4200.00 48300.00 4200.00 52500

5612.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 9 58650.00 5100.00 527850.00 45900.00 573750

57 SINGLE PHASE ENERGY METER 0

58

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 246 1041.90 90.60 256307.40 22287.60 278595

59 THREE PHASE ENERGY METER 0

60

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No117 2415.00 210.00 282555.00 24570.00 307125

61 LT PVC CABLES 0

62 LT PVC Cable 2C 4 mm2 Km 55 12317.65 535.55 677470.75 29455.25 706926

63 LT PVC Cable 2C 6 mm2 Km 7 15865.40 689.80 111057.80 4828.60 115886

64 LT 3.5 Core Cable 95 mm2 Km. 1 255639.25 11114.75 255639.25 11114.75 266754

65L.T. ARMOURED CABLES

0

66 LT Armoured Cable 3.5/C 25 mm2 Km 11 108809.55 4730.85 1196905.05 52039.35 1248944

67 LT Armoured Cable 3.5/C 50 mm2 Km 45 168947.65 7345.55 7602644.25 330549.75 7933194

68L.T ARMOURED SINGLE CORE XLPE

CABLE0

69 Single Core 50mm2 Km 3 69857.90 3037.30 209573.70 9111.90 218686

70 Single Core 95mm2 Km 2 107327.20 4666.40 214654.40 9332.80 223987

71LT AERIAL BUNCHED CABLE (ABC)

0

72 LT ABC Cable 3CX95+70 mm2 Km 63 228041.55 9914.85 14366617.65 624635.55 14991253

73HT AERIAL BUNCHED CABLE (ABC)

0

74

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.9 513416.35 22322.45 4620747.15 200902.05 4821649

75

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.7 842728.05 36640.35 5899096.35 256482.45 6155579

76 INDOOR CABLE BOXES 0

77 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

78 MISCELLENEOUS MATERIALS 0

79Transformer plat form complete set Wt.58.85

Kg.

No.132 3519.00 183.60 464508.00 24235.20 488743

80

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.1804 807.30 42.12 1456369.20 75984.48 1532354

81G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.3677 1771.00 92.40 6511967.00 339754.80 6851722

82Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set542 63.25 3.30 34281.50 1788.60 36070

83 Danger Plate Enamalled with Clamp No 2204 75.90 3.96 167283.60 8727.84 176011

84 Number Plate with Clamp No. 1488 75.90 3.96 112939.20 5892.48 118832

85

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 153 575.00 30.00 87975.00 4590.00 92565

86pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 127 17250.00 900.00 2190750.00 114300.00 2305050

87pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 47 13800.00 720.00 648600.00 33840.00 682440

88pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 606 11500.00 600.00 6969000.00 363600.00 7332600

89pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 494 2875.00 150.00 1420250.00 74100.00 1494350

90 Deep drawn MS MCB for single phase meter No. 2841 575.00 30.00 1633575.00 85230.00 1718805

91 MCCB (20 - 30 Amp) No. 363 345.00 18.00 125235.00 6534.00 131769

92

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 98 20022.00 1320.00 1962156.00 129360.00 2091516

93

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 194 11500.00 600.00 2231000.00 116400.00 2347400

94Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

95 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

96 Lugs No. 1470 460.00 24.00 676200.00 35280.00 711480

97 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 398 5278.50 275.40 2100843.00 109609.20 2210452

98 Piercing connector Type-I for single phase No. 1221 126.50 6.60 154456.50 8058.60 162515

99 Piercing connector Type-I for three phase No. 2441 126.50 6.60 308786.50 16110.60 324897

100 Piercing connector Type-II No. 488 103.50 5.40 50508.00 2635.20 53143

101G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 732 1318.45 68.79 965106.86 50353.40 1015460

102 Mid span jointing sleeve(95 sqmm.) No. 244 3162.50 165.00 771650.00 40260.00 811910

103 Concreting of Stay No. 810 326.60 17.04 264546.00 13802.40 278348

104 Nuts and bolts Kg. 1831 100.05 5.22 183191.55 9557.82 192749

105

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1221 4522.38 235.95 5521819.88 288094.95 5809915

1061x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 12206 40.25 2.10 491291.50 25632.60 516924

1071x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1831 23.00 1.20 42113.00 2197.20 44310

108 Service rings No. 1221 262.20 13.68 320146.20 16703.28 336849

109 Four/Five pin cross arm No. 2441 550.28 28.71 1343221.28 70081.11 1413302

110 Rod Type Earthing complete for LT Line. No. 1221 517.50 27.00 631867.50 32967.00 664835

111 LT Panel with MCCB protection No. 39 16100.00 840.00 627900.00 32760.00 660660

112 T/F Platform complete set No. 21 3519.00 183.60 73899.00 3855.60 77755

113 Concreting of pole including kicking Block No. 78 1189.10 62.04 92749.80 4839.12 97589

114Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

115Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 1274 1725.00 90.00 2197650.00 114660.00 2312310

165428056.45 7901445.46 173329502

712743591.37 34574534.13 747318126

Total of Shahbad Town

Total of Thanesar District

Schedule-I

Bid No.-365 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Yamunanagar Distt. (Yamunanagar Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV

lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and

relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles,

provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems,

installation of meter pillar boxes etc. against Tender Enquiry Bid No. Bid No.-365 of NIT No.- 52/RAPDRP/ Part-

B/2013-14 for Yamunanagar Distt. (Yamunanagar Town):

Rs. 896710722/- (Rs. Eighty Nine Crore Sixty Seven Lacs Ten Thousand Seven Hundered Twenty Two only)

Printed Name______________________________

Designation _______________________________

Common Seal _____________________________

Bid No.-365 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Yamunanagar Distt. (Yamunanagar Town)

Schedule-I

Bidder’s Name & Address: ___________________________

___________________________

To

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted with

200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.-365 of NIT No.- 52/RAPDRP/Part-B/2013-14 for

Yamunanagar Distt. (Yamunanagar Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

* Total price shall be quoted in round figure.

Signature_________________________________

Total Rs. In Figures :

Total Rs. in words :

Dear Sir,

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 6779 2357.50 307.50 15981492.50 2084542.50 18066035

3 PCC Pole 11.0M Long. No. 4873 6181.25 806.25 30121231.25 3928856.25 34050088

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1601 725.65 63.10 1161765.65 101023.10 1262789

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 2138 502.55 43.70 1074451.90 93430.60 1167883

7 MS channel 75*40*6 for pillar box Kg 104370 64.06 5.57 6685420.35 581340.90 7266761

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 2440 979.80 85.20 2390712.00 207888.00 2598600

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 2754 706.10 61.40 1944599.40 169095.60 2113695

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 1830 711.85 61.90 1302685.50 113277.00 1415963

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 499 724.50 63.00 361525.50 31437.00 392963

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 2037 608.35 52.90 1239208.95 107757.30 1346966

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 204 557.75 48.50 113781.00 9894.00 123675

14 M.S. Angle Iron 50x50x6 1430 mm No. 499 301.30 26.20 150348.70 13073.80 163423

15 Guarding Channel 100x50mm 3.75mtr No. 62 3348.80 291.20 207625.60 18054.40 225680

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 162 46.00 4.00 7452.00 648.00 8100

18 P.G. Clamps for 50 mm2. No 6812 46.00 4.00 313352.00 27248.00 340600

19 P.G. Clamps for 100 mm2. No 457 46.00 4.00 21022.00 1828.00 22850

20 Half Clamps Wt. 1.47 Kg. No 21799 86.25 7.50 1880163.75 163492.50 2043656

21 Full Clamps Wt.2.325 Kg. No 8209 135.70 11.80 1113961.30 96866.20 1210828

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 3371 86.25 7.50 290748.75 25282.50 316031

23Suspension Clamp with Assembly for HT/LT

CableNo 4832 488.75 42.50 2361640.00 205360.00 2567000

24Dead end clamp with Assembly for HT/LT

CableSet 2283 280.60 24.40 640609.80 55705.20 696315

25 PG Clamp with Nut Bolt for Pole Nos. 124 253.00 22.00 31372.00 2728.00 34100

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 24467 37.95 3.30 928522.65 80741.10 1009264

28 11kV G.I. Pins No 24467 65.55 5.70 1603811.85 139461.90 1743274

29 11 KV Disc. Insulator (45 KN. T&C type) No 10107 209.30 18.20 2115395.10 183947.40 2299343

30 LT insulator No. 600 11.50 1.00 6900.00 600.00 7500

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 269 32011.40 2783.60 8611066.60 748788.40 9359855

33 ACSR Conductor 100mm2( Dog) Km 203 63790.50 5547.00 12949471.50 1126041.00 14075513

34 ACSR Conductor 100mm2 (Dog) insulatedKm

25 74382.00 6468.00 1859550.00 161700.00 2021250

35 G.I. WIRE 0

36 Stay wire 7/8 SWG Kg 66295 71.40 6.21 4733695.03 411625.66 5145321

37 GSL 8 SWG Kg 68693 69.38 6.03 4765885.99 414424.87 5180311

38 Barbed wire Kg 6732 57.50 5.00 387090.00 33660.00 420750

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 1696 768.20 66.80 1302867.20 113292.80 1416160

40 7/8 SWG GI wire for guard wires and lacings Kg 1550 71.40 6.21 110675.43 9623.95 120299

41Distribution T/F Three Phase Aluminum

Wound0

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Yamunanagar Town of Yamunanagar Distt.

(Yamunanagar Town) under the jurisdiction of UHBVN on turnkey basis against Bid No.-365 of NIT No.- 52/RAPDRP/Part-B/2013-14.

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 320 131197.75 2281.70 41983280.00 730144.00 42713424

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 634 243474.55 4234.34 154362864.70 2684571.56 157047436

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 369 477250.00 8300.00 176105250.00 3062700.00 179167950

45 VCB's 0

46

47

48 Polymeric Lightening Arrestors (LAs) 0

49 Lightening Arrestor 9 KV No. 3699 483.00 25.20 1786617.00 93214.80 1879832

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 6021 2783.00 145.20 16756443.00 874249.20 17630692

51 G.O. SWITCH 0

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1844 5980.00 312.00 11027120.00 575328.00 11602448

53 M.S. Nuts & Bolts 0

54 M.S Nuts Bolts off sizes Kg 4828 64.40 5.60 310923.20 27036.80 337960

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 4657 31.05 2.70 144599.85 12573.90 157174

56 G.I. Nuts, Bolts & washers off sizes Kg. 14312 82.80 7.20 1185033.60 103046.40 1288080

57 Eye Bolt 16x190mm length Kg. 155 100.05 8.70 15507.75 1348.50 16856

58 CAPACITORS 0

5912.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 22 48300.00 4200.00 1062600.00 92400.00 1155000

6012.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 29 58650.00 5100.00 1700850.00 147900.00 1848750

61 SINGLE PHASE ENERGY METER 0

62

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 8782 1041.90 90.60 9149965.80 795649.20 9945615

63 THREE PHASE ENERGY METER 0

64

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No854 2415.00 210.00 2062410.00 179340.00 2241750

65 LT PVC CABLES 0

66 LT PVC Cable 2C 4 mm2 Km 350 12317.65 535.55 4311177.50 187442.50 4498620

67 LT PVC Cable 2C 6 mm2 Km 5 15865.40 689.80 79327.00 3449.00 82776

68 LT 3.5 Core Cable 95 mm2 Km. 9 255639.25 11114.75 2300753.25 100032.75 2400786

69L.T. ARMOURED CABLES

0

70 LT Armoured Cable 3.5/C 25 mm2 Km 40 108809.55 4730.85 4352382.00 189234.00 4541616

71 LT Armoured Cable 3.5/C 50 mm2 Km 118 168947.65 7345.55 19935822.70 866774.90 20802598

72L.T ARMOURED SINGLE CORE XLPE

CABLE0

73 Single Core 50mm2 Km 23 69857.90 3037.30 1606731.70 69857.90 1676590

74 Single Core 95mm2 Km 12 107327.20 4666.40 1287926.40 55996.80 1343923

75 H.T. XLPE CABLES 0

76 11kV XLPE Cable 3C 185mm2 Km. 37 747465.50 32498.50 27656223.50 1202444.50 28858668

77LT AERIAL BUNCHED CABLE (ABC)

0

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.7024050348300.006675750.0012900.00247250.0027

78 LT ABC Cable 3CX95+70 mm2 Km 261 228041.55 9914.85 59518844.55 2587775.85 62106620

79HT AERIAL BUNCHED CABLE (ABC)

0

80

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.13 513416.35 22322.45 6674412.55 290191.85 6964604

81

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.1 842728.05 36640.35 842728.05 36640.35 879368

82OUTDOOR SINGLE CORE CABLE

TERMINATION KIT0

83 S/C 95mm2 Cable No. 828 471.50 20.50 390402.00 16974.00 407376

84 INDOOR CABLE BOXES 0

85 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

86 MISCELLENEOUS MATERIALS 0

87Transformer plat form complete set Wt.58.85

Kg.

No.1032 3519.00 183.60 3631608.00 189475.20 3821083

88

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.7838 807.30 42.12 6327617.40 330136.56 6657754

89G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.10264 1771.00 92.40 18177544.00 948393.60 19125938

90Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1914 63.25 3.30 121060.50 6316.20 127377

91 Danger Plate Enamalled with Clamp No 7302 75.90 3.96 554221.80 28915.92 583138

92 Number Plate with Clamp No. 5916 75.90 3.96 449024.40 23427.36 472452

93 D-Straps No. 600 75.90 3.96 45540.00 2376.00 47916

94

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 1216 575.00 30.00 699200.00 36480.00 735680

95 Eye Hook No . 871 57.50 3.00 50082.50 2613.00 52696

96pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 210 17250.00 900.00 3622500.00 189000.00 3811500

97pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 250 13800.00 720.00 3450000.00 180000.00 3630000

98pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 1696 11500.00 600.00 19504000.00 1017600.00 20521600

99pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 1813 2875.00 150.00 5212375.00 271950.00 5484325

100 Deep drawn MS MCB for single phase meter No. 23836 575.00 30.00 13705700.00 715080.00 14420780

101 MCCB (20 - 30 Amp) No. 9636 345.00 18.00 3324420.00 173448.00 3497868

102

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 1323 20022.00 1320.00 26489106.00 1746360.00 28235466

103 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 27 5750.00 300.00 155250.00 8100.00 163350

104 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 27 5750.00 300.00 155250.00 8100.00 163350

105 100 mm dia ISI marked gi pipe with clamps Mtr. 675 442.75 23.10 298856.25 15592.50 314449

106Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

107 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

108 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 6060 5278.50 275.40 31987710.00 1668924.00 33656634

109 Piercing connector Type-I for single phase No. 5066 126.50 6.60 640849.00 33435.60 674285

110 Piercing connector Type-I for three phase No. 10132 126.50 6.60 1281698.00 66871.20 1348569

111 Piercing connector Type-II No. 2026 103.50 5.40 209691.00 10940.40 220631

112G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 3040 1318.45 68.79 4008094.08 209117.95 4217212

113 Mid span jointing sleeve(95 sqmm.) No. 1013 3162.50 165.00 3203612.50 167145.00 3370758

114 Concreting of Stay No. 3618 326.60 17.04 1181638.80 61650.72 1243290

115 Nuts and bolts Kg. 7599 100.05 5.22 760279.95 39666.78 799947

116

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 5066 4522.38 235.95 22910351.75 1195322.70 24105674

1171x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 50660 40.25 2.10 2039065.00 106386.00 2145451

1181x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 7599 23.00 1.20 174777.00 9118.80 183896

119 Service rings No. 5066 262.20 13.68 1328305.20 69302.88 1397608

120 Four/Five pin cross arm No. 10132 550.28 28.71 5575386.30 290889.72 5866276

121 Rod Type Earthing complete No. 5266 517.50 27.00 2725155.00 142182.00 2867337

122 LT Panel with MCCB protection No. 289 16100.00 840.00 4652900.00 242760.00 4895660

123 T/F Platform complete set No. 184 3519.00 183.60 647496.00 33782.40 681278

124 Concreting of pole including kicking Block No. 578 1189.10 62.04 687299.80 35859.12 723159

125Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

126Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 3969 1725.00 90.00 6846525.00 357210.00 7203735

127 Concreting of Structure (1:3:6) Cmt. 35 2783.00 145.20 97405.00 5082.00 102487

128 Cable trench for control Kiosks LS 27 764.75 39.90 20648.25 1077.30 21726

859260140.83 37450581.60 896710722

859260140.83 37450581.60 896710722

Total of Yamunanagar Town

Total of Yamunanagar District

Schedule-I

Bid No.-366 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Rohtak Distt. ( Rohtak Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV

lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and

relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles,

provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems,

installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No.-366 of NIT No.- 52/RAPDRP/ Part-

B/2013-14 for Rohtak Distt. ( Rohtak Town):

Rs. 824797116/- (Rs. Eighty Two Crore Forty Seven Lacs Ninty Seven Thousand One Hundered Sixteen only)

Bid No.-366 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Rohtak Distt. ( Rohtak Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Common Seal _____________________________

To

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the specifications

and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted

with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.-366 of NIT No.- 52/RAPDRP/Part-B/2013-

14 for Rohtak Distt. ( Rohtak Town)

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Dear Sir,

Bidder’s Name & Address: ___________________________

___________________________

Schedule-I

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material

(In Rs.)

Total

Estimated

Cost for

Erection of

material

(In Rs.)

Total Estimated cost for supply

and erection

(In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 2579 2357.50 307.50 6079992.50 793042.50 6873035

3 PCC Pole 11.0M Long. No. 6322 6181.25 806.25 39077862.50 5097112.50 44174975

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 2998 725.65 63.10 2175498.70 189173.80 2364673

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1097 502.55 43.70 551297.35 47938.90 599236

7 MS channel 75*40*6 for pillar box Kg 116310 64.06 5.57 7450237.05 647846.70 8098084

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 1233 979.80 85.20 1208093.40 105051.60 1313145

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 3222 706.10 61.40 2275054.20 197830.80 2472885

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 1342 711.85 61.90 955302.70 83069.80 1038373

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 366 724.50 63.00 265167.00 23058.00 288225

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 891 608.35 52.90 542039.85 47133.90 589174

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 212 557.75 48.50 118243.00 10282.00 128525

14 M.S. Angle Iron 50x50x6 1430 mm No. 366 301.30 26.20 110275.80 9589.20 119865

15 Guarding Channel 100x50mm 3.75mtr No. 60 3348.80 291.20 200928.00 17472.00 218400

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 156 46.00 4.00 7176.00 624.00 7800

18 P.G. Clamps for 50 mm2. No 2697 46.00 4.00 124062.00 10788.00 134850

19 P.G. Clamps for 100 mm2. No 948 46.00 4.00 43608.00 3792.00 47400

20 Half Clamps Wt. 1.47 Kg. No 19560 86.25 7.50 1687050.00 146700.00 1833750

21 Full Clamps Wt.2.325 Kg. No 6934 135.70 11.80 940943.80 81821.20 1022765

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 3698 86.25 7.50 318952.50 27735.00 346688

23Suspension Clamp with Assembly for HT/LT

CableNo 4315 488.75 42.50 2108956.25 183387.50 2292344

24Dead end clamp with Assembly for HT/LT

CableSet 2779 280.60 24.40 779787.40 67807.60 847595

25 PG Clamp with Nut Bolt for Pole Nos. 120 253.00 22.00 30360.00 2640.00 33000

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 22567 37.95 3.30 856417.65 74471.10 930889

28 11kV G.I. Pins No 22567 65.55 5.70 1479266.85 128631.90 1607899

29 11 KV Disc. Insulator (45 KN. T&C type) No 8093 209.30 18.20 1693864.90 147292.60 1841158

30 Guy Insulator No 310 11.50 1.00 3565.00 310.00 3875

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 119 32011.40 2783.60 3809356.60 331248.40 4140605

33 ACSR Conductor 100mm2( Dog) Km 345 63790.50 5547.00 22007722.50 1913715.00 23921438

34 ACSR Conductor 100mm2 (Dog) insulatedKm

22 74382.00 6468.00 1636404.00 142296.00 1778700

35 G.I. WIRE 0

36 Stay wire 7/8 SWG Kg 65648 71.40 6.21 4687496.97 407608.43 5095105

37 GSL 8 SWG Kg 205823 69.38 6.03 14279896.83 1241730.16 15521627

38 Barbed wire Kg 7202 57.50 5.00 414115.00 36010.00 450125

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 2261 768.20 66.80 1736900.20 151034.80 1887935

40 7/8 SWG GI wire for guard wires and lacings Kg 1500 71.40 6.21 107105.25 9313.50 116419

41Distribution T/F Three Phase Aluminum

Wound0

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Rohtak Town of Rohtak District ( Rohtak

Town) against Bid No.-366 of NIT No.- 52/RAPDRP/ Part-B/2013-14 under the jurisdiction of UHBVN on turnkey basis

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 385 131197.75 2281.70 50511133.75 878454.50 51389588

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 531 243474.55 4234.34 129284986.05 2248434.54 131533421

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 314 477250.00 8300.00 149856500.00 2606200.00 152462700

45 VCB's 0

46 6763900

47

48 Polymeric Lightening Arrestors (LAs) 0

49 Lightening Arrestor 9 KV No. 3629 483.00 25.20 1752807.00 91450.80 1844258

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 5513 2783.00 145.20 15342679.00 800487.60 16143167

51 G.O. SWITCH 0

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1302 5980.00 312.00 7785960.00 406224.00 8192184

53 M.S. Nuts & Bolts 0

54 M.S Nuts Bolts off sizes Kg 4398 64.40 5.60 283231.20 24628.80 307860

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 3416 31.05 2.70 106066.80 9223.20 115290

56 G.I. Nuts, Bolts & washers off sizes Kg. 12868 82.80 7.20 1065470.40 92649.60 1158120

57 Eye Bolt 16x190mm length Kg. 150 100.05 8.70 15007.50 1305.00 16313

58 CAPACITORS 0

5912.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 41 48300.00 4200.00 1980300.00 172200.00 2152500

6012.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 12 58650.00 5100.00 703800.00 61200.00 765000

61 SINGLE PHASE ENERGY METER 0

62

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 11557 1041.90 90.60 12041238.30 1047064.20 13088303

63 THREE PHASE ENERGY METER 0

64

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No870 2415.00 210.00 2101050.00 182700.00 2283750

65 LT PVC CABLES 0

66 LT PVC Cable 2C 4 mm2 Km 1505 12317.65 535.55 18538063.25 806002.75 19344066

67 LT PVC Cable 2C 6 mm2 Km 72 15865.40 689.80 1142308.80 49665.60 1191974

68 LT 3.5 Core Cable 95 mm2 Km. 4 255639.25 11114.75 1022557.00 44459.00 1067016

69L.T. ARMOURED CABLES

0

70 LT Armoured Cable 3.5/C 25 mm2 Km 57 108809.55 4730.85 6202144.35 269658.45 6471803

71 LT Armoured Cable 3.5/C 50 mm2 Km 119 168947.65 7345.55 20104770.35 874120.45 20978891

72L.T ARMOURED SINGLE CORE XLPE

CABLE0

73 Single Core 50mm2 Km 19 69857.90 3037.30 1327300.10 57708.70 1385009

74 Single Core 95mm2 Km 9 107327.20 4666.40 965944.80 41997.60 1007942

75 H.T. XLPE CABLES 0

76 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

77LT AERIAL BUNCHED CABLE (ABC)

0

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.26 247250.00 12900.00 6428500.00 335400.00

78 LT ABC Cable 3CX95+70 mm2 Km 126 228041.55 9914.85 28733235.30 1249271.10 29982506

79HT AERIAL BUNCHED CABLE (ABC)

0

80

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.59 513416.35 22322.45 30291564.65 1317024.55 31608589

81

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.19 842728.05 36640.35 16011832.95 696166.65 16708000

82OUTDOOR SINGLE CORE CABLE

TERMINATION KIT0

83 S/C 95mm2 Cable No. 3840 471.50 20.50 1810560.00 78720.00 1889280

84 INDOOR CABLE BOXES 0

85 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

86 MISCELLENEOUS MATERIALS 0

87Transformer plat form complete set Wt.58.85

Kg.

No.994 3519.00 183.60 3497886.00 182498.40 3680384

88

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.7273 807.30 42.12 5871492.90 306338.76 6177832

89G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.13891 1771.00 92.40 24600961.00 1283528.40 25884489

90Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set2487 63.25 3.30 157302.75 8207.10 165510

91 Danger Plate Enamalled with Clamp No 7986 75.90 3.96 606137.40 31624.56 637762

92 Number Plate with Clamp No. 6463 75.90 3.96 490541.70 25593.48 516135

93

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 1192 575.00 30.00 685400.00 35760.00 721160

94pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 104 17250.00 900.00 1794000.00 93600.00 1887600

95pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 186 13800.00 720.00 2566800.00 133920.00 2700720

96pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 1990 11500.00 600.00 22885000.00 1194000.00 24079000

97pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 2511 2875.00 150.00 7219125.00 376650.00 7595775

98 Deep drawn MS MCB for single phase meter No. 75516 575.00 30.00 43421700.00 2265480.00 45687180

99 MCCB (20 - 30 Amp) No. 12427 345.00 18.00 4287315.00 223686.00 4511001

100

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 1228 20022.00 1320.00 24587016.00 1620960.00 26207976

101 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 26 5750.00 300.00 149500.00 7800.00 157300

102 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 26 5750.00 300.00 149500.00 7800.00 157300

103 100 mm dia ISI marked gi pipe with clamps Mtr. 650 442.75 23.10 287787.50 15015.00 302803

104Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

105 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

106 Lugs No. 930 460.00 24.00 427800.00 22320.00 450120

107 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 5931 5278.50 275.40 31306783.50 1633397.40 32940181

108 Piercing connector Type-I for single phase No. 2453 126.50 6.60 310304.50 16189.80 326494

109 Piercing connector Type-I for three phase No. 4906 126.50 6.60 620609.00 32379.60 652989

110 Piercing connector Type-II No. 981 103.50 5.40 101533.50 5297.40 106831

111G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 1472 1318.45 68.79 1940761.34 101257.11 2042018

112 Mid span jointing sleeve(95 sqmm.) No. 491 3162.50 165.00 1552787.50 81015.00 1633803

113 Concreting of Stay No. 1940 326.60 17.04 633604.00 33057.60 666662

114 Nuts and bolts Kg. 3680 100.05 5.22 368184.00 19209.60 387394

115

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 2453 4522.38 235.95 11093385.88 578785.35 11672171

1161x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 24532 40.25 2.10 987413.00 51517.20 1038930

1171x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 3680 23.00 1.20 84640.00 4416.00 89056

118 Service rings No. 2453 262.20 13.68 643176.60 33557.04 676734

119 Four/Five pin cross arm No. 4906 550.28 28.71 2699649.15 140851.26 2840500

120 Rod Type Earthing complete for LT lines No. 2453 517.50 27.00 1269427.50 66231.00 1335659

121 LT Panel with MCCB protection No. 234 16100.00 840.00 3767400.00 196560.00 3963960

122 T/F Platform complete set No. 198 3519.00 183.60 696762.00 36352.80 733115

123 Concreting of pole including kicking Block No. 468 1189.10 62.04 556498.80 29034.72 585534

124Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

125Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 4791 1725.00 90.00 8264475.00 431190.00 8695665

126 Concreting of Structure (1:3:6) Cmt. 34 2783.00 145.20 94622.00 4936.80 99559

127 Cable trench for control Kiosks LS 26 764.75 39.90 19883.50 1037.40 20921

792458103.32 32339012.76 824797116

792458103.32 32339012.76 824797116

Total of Rohtak Town

Total of Rohtak District

Schedule-I

Bid No. 367 of NIT No.-52/RAPDRP/Part-B/2013-14 for Sonepat Distt. (Sonepat & GohanaTown)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of

11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines,

replacement and relocation of consumer meters and other activities such as provision of LT unit on DTs,

replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation

of DT meters with modems, installation of Feeder pillar boxes etc. against Tender Enquiry Bid No.Bid No.

367 of NIT No.-52/RAPDRP/ Part-B/2013-14 for Sonepat Distt. (Sonepat & GohanaTown):

Rs. 682700835/- (Rs. Sixty Eight Crore Twenty Seven Lacs Eight Hundered Thirty Five only)

Dear Sir,

Common Seal _____________________________

To

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all

equipments, supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties,

levies, freight and insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay

Extension, Providing TROLLEY fitted with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.

367 of NIT No.-52/RAPDRP/ Part-B/2013-14 for Sonepat Distt. (Sonepat & GohanaTown)

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -134109.

Bidder’s Name & Address: ___________________________

___________________________

Schedule-I

Bid No. 367 of NIT No.-52/RAPDRP/Part-B/2013-14 for Sonepat Distt. (Sonepat & GohanaTown)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 2842 2357.50 307.50 6700015.00 873915.00 7573930

3 PCC Pole 11.0M Long. No. 3071 6181.25 806.25 18982618.75 2475993.75 21458613

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1163 725.65 63.10 843930.95 73385.30 917316

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1352 502.55 43.70 679447.60 59082.40 738530

7 MS channel 75*40*6 for pillar box Kg 65340 64.06 5.57 4185353.70 363943.80 4549298

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 1544 979.80 85.20 1512811.20 131548.80 1644360

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1605 706.10 61.40 1133290.50 98547.00 1231838

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 1503 711.85 61.90 1069910.55 93035.70 1162946

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 410 724.50 63.00 297045.00 25830.00 322875

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 1231 608.35 52.90 748878.85 65119.90 813999

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 144 557.75 48.50 80316.00 6984.00 87300

14 M.S. Angle Iron 50x50x6 1430 mm No. 410 301.30 26.20 123533.00 10742.00 134275

15 Guarding Channel 100x50mm 3.75mtr No. 32 3348.80 291.20 107161.60 9318.40 116480

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 144 46.00 4.00 6624.00 576.00 7200

18 P.G. Clamps for 50 mm2. No 3913 46.00 4.00 179998.00 15652.00 195650

19 P.G. Clamps for 100 mm2. No 683 46.00 4.00 31418.00 2732.00 34150

20 Half Clamps Wt. 1.47 Kg. No 12776 86.25 7.50 1101930.00 95820.00 1197750

21 Full Clamps Wt.2.325 Kg. No 4677 135.70 11.80 634668.90 55188.60 689858

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 2183 86.25 7.50 188283.75 16372.50 204656

23Suspension Clamp with Assembly for HT/LT

cableNo 2493 488.75 42.50 1218453.75 105952.50 1324406

24Dead end clamp with Assembly for HT/LT

cableSet 582 280.60 24.40 163309.20 14200.80 177510

25 PG Clamp with Nut Bolt for Pole Nos. 64 253.00 22.00 16192.00 1408.00 17600

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 15742 37.95 3.30 597408.90 51948.60 649358

28 11kV G.I. Pins No 15742 65.55 5.70 1031888.10 89729.40 1121618

29 11 KV Disc. Insulator (45 KN. T&C type) No 6129 209.30 18.20 1282799.70 111547.80 1394348

30 Guy Insulator No 1240 11.50 1.00 14260.00 1240.00 15500

31 CONDUCTOR 0

32 ACSR Conductor 50mm2 ( Rabbit) Km 171 32011.40 2783.60 5473949.40 475995.60 5949945

33 ACSR Conductor 100mm2( Dog) Km 147 63790.50 5547.00 9377203.50 815409.00 10192613

34 ACSR Conductor 100mm2 (Dog) insulatedKm

20 74382.00 6468.00 1487640.00 129360.00 1617000

35 G.I. WIRE 0

36 Stay wire 7/8 SWG Kg 48451 71.40 6.21 3459570.98 300832.26 3760403

37 GSL 8 SWG Kg 75571 69.38 6.03 5243078.19 455919.84 5698998

38 Barbed wire Kg 3642 57.50 5.00 209415.00 18210.00 227625

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 1311 768.20 66.80 1007110.20 87574.80 1094685

40 7/8 SWG GI wire for guard wires and lacings Kg 800 71.40 6.21 57122.80 4967.20 62090

41Distribution T/F Three Phase Aluminum

Wound0

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Sonepat Town of Sonepat Distt. (Sonepat & GohanaTown)

under the jurisdiction of UHBVN on turnkey basis against Bid No. 367 of NIT No.-52/RAPDRP/Part-B/2013-14.

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 157 131197.75 2281.70 20598046.75 358226.90 20956274

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 381 243474.55 4234.34 92763803.55 1613283.54 94377087

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 240 477250.00 8300.00 114540000.00 1992000.00 116532000

45 VCB's 0

46

47

48 Polymeric Lightening Arrestors (LAs) 0

49 Lightening Arrestor 9 KV No. 2154 483.00 25.20 1040382.00 54280.80 1094663

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 2457 2783.00 145.20 6837831.00 356756.40 7194587

51 G.O. SWITCH 0

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No1166 5980.00 312.00 6972680.00 363792.00 7336472

53 M.S. Nuts & Bolts 0

54 M.S Nuts Bolts off sizes Kg 5244 64.40 5.60 337713.60 29366.40 367080

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 3826 31.05 2.70 118797.30 10330.20 129128

56 G.I. Nuts, Bolts & washers off sizes Kg. 8679 82.80 7.20 718621.20 62488.80 781110

57 Eye Bolt 16x190mm length Kg. 80 100.05 8.70 8004.00 696.00 8700

58 CAPACITORS 0

5912.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 14 48300.00 4200.00 676200.00 58800.00 735000

6012.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 22 58650.00 5100.00 1290300.00 112200.00 1402500

61 SINGLE PHASE ENERGY METER 0

62

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1289 1041.90 90.60 1343009.10 116783.40 1459793

63 THREE PHASE ENERGY METER 0

64

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No711 2415.00 210.00 1717065.00 149310.00 1866375

65 LT PVC CABLES 0

66 LT PVC Cable 2C 4 mm2 Km 442 12317.65 535.55 5444401.30 236713.10 5681114

67 LT PVC Cable 2C 6 mm2 Km 40 15865.40 689.80 634616.00 27592.00 662208

68 LT 3.5 Core Cable 95 mm2 Km. 6 255639.25 11114.75 1533835.50 66688.50 1600524

69L.T. ARMOURED CABLES

0

70 LT Armoured Cable 3.5/C 25 mm2 Km 22 108809.55 4730.85 2393810.10 104078.70 2497889

71 LT Armoured Cable 3.5/C 50 mm2 Km 76 168947.65 7345.55 12840021.40 558261.80 13398283

72L.T ARMOURED SINGLE CORE XLPE

CABLE0

73 Single Core 50mm2 Km 19 69857.90 3037.30 1327300.10 57708.70 1385009

74 Single Core 95mm2 Km 9 107327.20 4666.40 965944.80 41997.60 1007942

75 H.T. XLPE CABLES 0

76 11kV XLPE Cable 3C 185mm2 Km. 5 747465.50 32498.50 3737327.50 162492.50 3899820

77LT AERIAL BUNCHED CABLE (ABC)

0

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.247250.0024 6243600309600.005934000.0012900.00

78 LT ABC Cable 3CX95+70 mm2 Km 81 228041.55 9914.85 18471365.55 803102.85 19274468

79HT AERIAL BUNCHED CABLE (ABC)

0

80

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.2 513416.35 22322.45 1026832.70 44644.90 1071478

81OUTDOOR SINGLE CORE CABLE

TERMINATION KIT0

82 S/C 95mm2 Cable No. 162 471.50 20.50 76383.00 3321.00 79704

83 INDOOR CABLE BOXES 0

84 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

85 MISCELLENEOUS MATERIALS 0

86Transformer plat form complete set Wt.58.85

Kg.

No.540 3519.00 183.60 1900260.00 99144.00 1999404

87

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.5627 807.30 42.12 4542677.10 237009.24 4779686

88G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.8015 1771.00 92.40 14194565.00 740586.00 14935151

89Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1065 63.25 3.30 67361.25 3514.50 70876

90 Danger Plate Enamalled with Clamp No 5263 75.90 3.96 399461.70 20841.48 420303

91 Number Plate with Clamp No. 3208 75.90 3.96 243487.20 12703.68 256191

92

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 706 575.00 30.00 405950.00 21180.00 427130

93 Eye Hook No . 83 57.50 3.00 4772.50 249.00 5022

94pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 130 17250.00 900.00 2242500.00 117000.00 2359500

95pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 122 13800.00 720.00 1683600.00 87840.00 1771440

96pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 1128 11500.00 600.00 12972000.00 676800.00 13648800

97pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 1014 2875.00 150.00 2915250.00 152100.00 3067350

98 Deep drawn MS MCB for single phase meter No. 21280 575.00 30.00 12236000.00 638400.00 12874400

99 MCCB (20 - 30 Amp) No. 2000 345.00 18.00 690000.00 36000.00 726000

100

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 776 20022.00 1320.00 15537072.00 1024320.00 16561392

102 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 24 5750.00 300.00 138000.00 7200.00 145200

103 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 24 5750.00 300.00 138000.00 7200.00 145200

104 100 mm dia ISI marked gi pipe with clamps Mtr. 600 442.75 23.10 265650.00 13860.00 279510

110Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

111 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

112 Lugs No. 3720 460.00 24.00 1711200.00 89280.00 1800480

113 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 3178 5278.50 275.40 16775073.00 875221.20 17650294

114 Piercing connector Type-I for single phase No. 1568 126.50 6.60 198352.00 10348.80 208701

115 Piercing connector Type-I for three phase No. 3136 126.50 6.60 396704.00 20697.60 417402

116 Piercing connector Type-II No. 627 103.50 5.40 64894.50 3385.80 68280

117G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 941 1318.45 68.79 1240663.33 64730.26 1305394

118 Mid span jointing sleeve(95 sqmm.) No. 314 3162.50 165.00 993025.00 51810.00 1044835

119 Concreting of Stay No. 1413 326.60 17.04 461485.80 24077.52 485563

120 Nuts and bolts Kg. 2352 100.05 5.22 235317.60 12277.44 247595

121

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1568 4522.38 235.95 7091084.00 369969.60 7461054

1221x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 15680 40.25 2.10 631120.00 32928.00 664048

1231x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 2352 23.00 1.20 54096.00 2822.40 56918

124 Service rings No. 1568 262.20 13.68 411129.60 21450.24 432580

125 Four/Five pin cross arm No. 3136 550.28 28.71 1725662.40 90034.56 1815697

126 Rod Type Earthing complete for LT lines. No. 1568 517.50 27.00 811440.00 42336.00 853776

127 LT Panel with MCCB protection No. 236 16100.00 840.00 3799600.00 198240.00 3997840

128 T/F Platform complete set No. 166 3519.00 183.60 584154.00 30477.60 614632

129 Concreting of pole including kicking Block No. 472 1189.10 62.04 561255.20 29282.88 590538

130Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

131Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 2394 1725.00 90.00 4129650.00 215460.00 4345110

132 Concreting of Structure (1:3:6) Cmt. 31 2783.00 145.20 86273.00 4501.20 90774

133 Cable trench for control Kiosks LS 24 764.75 39.90 18354.00 957.60 19312

134Govt. Security Deposit for Railway Line

CrossingLS 2 805000.00 0.00 1610000.00 0.00 1610000

13533 KV Cable Jointing Kit 3C 300 mm2

(Outdoor)No. 8 5750.00 300.00 46000.00 2400.00 48400

487059918.71 20934375.64 507994294Total of Sonepat Town

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 672 2357.50 307.50 1584240.00 206640.00 1790880

3 PCC Pole 11.0M Long. No. 2282 6181.25 806.25 14105612.50 1839862.50 15945475

4 X-ARMS

5V-Shape X Arm 100x50x6 mm Wt. 12.135 kg.

HNo. 225 725.65 63.10 163271.25 14197.50 177469

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1069 502.55 43.70 537225.95 46715.30 583941

7 MS channel 75*40*6 for pillar box Kg 23110 64.06 5.57 1480311.05 128722.70 1609034

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 745 979.80 85.20 729951.00 63474.00 793425

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 426 706.10 61.40 300798.60 26156.40 326955

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 1069 711.85 61.90 760967.65 66171.10 827139

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 292 724.50 63.00 211554.00 18396.00 229950

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 572 608.35 52.90 347976.20 30258.80 378235

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 36 557.75 48.50 20079.00 1746.00 21825

14 M.S. Angle Iron 50x50x6 1430 mm No. 292 301.30 26.20 87979.60 7650.40 95630

15 Guarding Channel 100x50mm 3.75mtr No. 40 3348.80 291.20 133952.00 11648.00 145600

16 CLAMPS

17 P.G. Clamps for 30 mm2. No 24 46.00 4.00 1104.00 96.00 1200

18 P.G. Clamps for 50 mm2. No 2153 46.00 4.00 99038.00 8612.00 107650

19 P.G. Clamps for 100 mm2. No 72 46.00 4.00 3312.00 288.00 3600

20 Half Clamps Wt. 1.47 Kg. No 6220 86.25 7.50 536475.00 46650.00 583125

21 Full Clamps Wt.2.325 Kg. No 2742 135.70 11.80 372089.40 32355.60 404445

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 1294 86.25 7.50 111607.50 9705.00 121313

23Suspension Clamp with Assembly for HT/LT

cablesNo 1321 488.75 42.50 645638.75 56142.50 701781

24Dead end clamp with Assembly for HT/LT

cablesSet 372 280.60 24.40 104383.20 9076.80 113460

25 PG Clamp with Nut Bolt for Pole Nos. 80 253.00 22.00 20240.00 1760.00 22000

26 Polymeric Insulators

27 11 kV Pin Insulator No 6929 37.95 3.30 262955.55 22865.70 285821

28 11kV G.I. Pins No 6929 65.55 5.70 454195.95 39495.30 493691

29 11 KV Disc. Insulator (45 KN. T&C type) No 3719 209.30 18.20 778386.70 67685.80 846073

30 Guy Insulator No 360 11.50 1.00 4140.00 360.00 4500

31 CONDUCTOR

32 ACSR Conductor 50mm2 ( Rabbit) Km 163 32011.40 2783.60 5217858.20 453726.80 5671585

33 ACSR Conductor 100mm2( Dog) Km 32 63790.50 5547.00 2041296.00 177504.00 2218800

34 ACSR Conductor 100mm2 (Dog) insulatedKm

14 74382.00 6468.00 1041348.00 90552.00 1131900

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 22947 71.40 6.21 1638496.11 142477.92 1780974

37 GSL 8 SWG Kg 23173 69.38 6.03 1607731.15 139802.71 1747534

38 Barbed wire Kg 2479 57.50 5.00 142542.50 12395.00 154938

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 741 768.20 66.80 569236.20 49498.80 618735

40 7/8 SWG GI wire for guard wires and lacings Kg 1000 71.40 6.21 71403.50 6209.00 77613

41Distribution T/F Three Phase Aluminum

Wound

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Gohana Town of Sonepat Distt. (Sonepat &

GohanaTown) under the jurisdiction of UHBVN on turnkey basis against Bid No. 367 of NIT No.-52/RAPDRP/Part-B/2013-14.

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 130 131197.75 2281.70 17055707.50 296621.00 17352329

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 148 243474.55 4234.34 36034233.40 626682.32 36660916

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 1 477250.00 8300.00 477250.00 8300.00 485550

45 VCB's

46

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

rupturing capacity, 24V DC operated indoor

type with a set of CTs, PTs, KWH Meter,

Relays, Instruments etc. & conforming to

Nigam’s Tech. Spcn. & all relevant ISS/IEC

with latest amendments

47 Rating 400 Amps. For Outgoing Panel.No.

4 247250.00 12900.00 989000.00 51600.00 1040600

48 Polymeric Lightening Arrestors (LAs)

49 Lightening Arrestor 9 KV No. 648 483.00 25.20 312984.00 16329.60 329314

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 706 2783.00 145.20 1964798.00 102511.20 2067309

51 G.O. SWITCH

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No291 5980.00 312.00 1740180.00 90792.00 1830972

53 M.S. Nuts & Bolts

54 M.S Nuts Bolts off sizes Kg 1599 64.40 5.60 102975.60 8954.40 111930

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 2722 31.05 2.70 84518.10 7349.40 91868

56 G.I. Nuts, Bolts & washers off sizes Kg. 4463 82.80 7.20 369536.40 32133.60 401670

57 Eye Bolt 16x190mm length Kg. 100 100.05 8.70 10005.00 870.00 10875

58 CAPACITORS

5912.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 9 58650.00 5100.00 527850.00 45900.00 573750

60 SINGLE PHASE ENERGY METER

61

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1542 1041.90 90.60 1606609.80 139705.20 1746315

62 THREE PHASE ENERGY METER

63

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No30 2415.00 210.00 72450.00 6300.00 78750

64 LT PVC CABLES

65 LT PVC Cable 2C 4 mm2 Km 83 12317.65 535.55 1022364.95 44450.65 1066816

66 LT PVC Cable 2C 6 mm2 Km 9 15865.40 689.80 142788.60 6208.20 148997

67 LT 3.5 Core Cable 95 mm2 Km. 3 255639.25 11114.75 766917.75 33344.25 800262

68L.T. ARMOURED CABLES

69 LT Armoured Cable 3.5/C 25 mm2 Km 6 108809.55 4730.85 652857.30 28385.10 681242

70 LT Armoured Cable 3.5/C 50 mm2 Km 28 168947.65 7345.55 4730534.20 205675.40 4936210

71L.T ARMOURED SINGLE CORE XLPE

CABLE

72 Single Core 50mm2 Km 5 69857.90 3037.30 349289.50 15186.50 364476

73 Single Core 95mm2 Km 3 107327.20 4666.40 321981.60 13999.20 335981

74 H.T. XLPE CABLES

75 11kV XLPE Cable 3C 185mm2 Km. 1 747465.50 32498.50 747465.50 32498.50 779964

76LT AERIAL BUNCHED CABLE (ABC)

77 LT ABC Cable 3CX95+70 mm2 Km 40 228041.55 9914.85 9121662.00 396594.00 9518256

78HT AERIAL BUNCHED CABLE (ABC)

79

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.2 513416.35 22322.45 1026832.70 44644.90 1071478

80

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.13 842728.05 36640.35 10955464.65 476324.55 11431789

81 INDOOR CABLE BOXES

82 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

83 MISCELLENEOUS MATERIALS

84Transformer plat form complete set Wt.58.85

Kg.

No.213 3519.00 183.60 749547.00 39106.80 788654

85

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.2515 807.30 42.12 2030359.50 105931.80 2136291

86G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.2298 1771.00 92.40 4069758.00 212335.20 4282093

87Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set880 63.25 3.30 55660.00 2904.00 58564

88 Danger Plate Enamalled with Clamp No 2928 75.90 3.96 222235.20 11594.88 233830

89 Number Plate with Clamp No. 2145 75.90 3.96 162805.50 8494.20 171300

90

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 213 575.00 30.00 122475.00 6390.00 128865

91pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 59 17250.00 900.00 1017750.00 53100.00 1070850

92pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 55 13800.00 720.00 759000.00 39600.00 798600

93pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 389 11500.00 600.00 4473500.00 233400.00 4706900

94pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 299 2875.00 150.00 859625.00 44850.00 904475

95 Deep drawn MS MCB for single phase meter No. 5253 575.00 30.00 3020475.00 157590.00 3178065

96 MCCB (20 - 30 Amp) No. 1572 345.00 18.00 542340.00 28296.00 570636

97

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 121 20022.00 1320.00 2422662.00 159720.00 2582382

98

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 234 11500.00 600.00 2691000.00 140400.00 2831400

99 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 4 5750.00 300.00 23000.00 1200.00 24200

100 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 8 5750.00 300.00 46000.00 2400.00 48400

101 100 mm dia ISI marked gi pipe with clamps Mtr. 100 442.75 23.10 44275.00 2310.00 46585

102Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

103 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

104 Lugs No. 1080 460.00 24.00 496800.00 25920.00 522720

105 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 836 5278.50 275.40 4412826.00 230234.40 4643060

106 Piercing connector Type-I for single phase No. 771 126.50 6.60 97531.50 5088.60 102620

107 Piercing connector Type-I for three phase No. 1542 126.50 6.60 195063.00 10177.20 205240

108 Piercing connector Type-II No. 308 103.50 5.40 31878.00 1663.20 33541

109G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 463 1318.45 68.79 610443.28 31849.21 642292

110 Mid span jointing sleeve(95 sqmm.) No. 154 3162.50 165.00 487025.00 25410.00 512435

111 Concreting of Stay No. 593 326.60 17.04 193673.80 10104.72 203779

112 Nuts and bolts Kg. 1156 100.05 5.22 115657.80 6034.32 121692

113

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 771 4522.38 235.95 3486751.13 181917.45 3668669

1141x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 7709 40.25 2.10 310287.25 16188.90 326476

1151x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1156 23.00 1.20 26588.00 1387.20 27975

116 Service rings No. 771 262.20 13.68 202156.20 10547.28 212703

117 Four/Five pin cross arm No. 1542 550.28 28.71 848524.05 44270.82 892795

118 Rod Type Earthing complete for LT lines No. 771 517.50 27.00 398992.50 20817.00 419810

119 LT Panel with MCCB protection No. 65 16100.00 840.00 1046500.00 54600.00 1101100

120 Concreting of pole including kicking Block No. 130 1189.10 62.04 154583.00 8065.20 162648

121Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

122Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 802 1725.00 90.00 1383450.00 72180.00 1455630

123 Concreting of Structure (1:3:6) Cmt. 5 2783.00 145.20 13915.00 726.00 14641

124 Cable trench for control Kiosks LS 4 764.75 39.90 3059.00 159.60 3219

125Govt. Security Deposit for Railway Line

CrossingLS 1 805000.00 0.00 805000.00 0.00 805000

166132749.77 8573791.59 174706541

653192668.47 29508167.23 682700836

Total of Gohana Town

Total of Sonepat District

Schedule-I

Bid No.-368 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Panipat Distt. ( Panipat Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of

Dear Sir,

Common Seal _____________________________

To

Chief General Manager/PD&C,

UHBVN, Vidyut Sadan,

C-16, Setor- 6, Panchkula -

134109.

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the

specifications and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all

equipments, supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties,

levies, freight and insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay

Extension, Providing TROLLEY fitted with 200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No.-

368 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Panipat Distt. ( Panipat Town)

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Bidder’s Name & Address: ___________________________

___________________________

Schedule-I

Bid No.-368 of NIT No.- 52/RAPDRP/Part-B/2013-14 for Panipat Distt. ( Panipat Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material

(In Rs.)

Total

Estimated

Cost for

Erection of

material

(In Rs.)

Total Estimated cost for supply

and erection

(In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 3820 2357.50 307.50 9005650.00 1174650.00 10180300

3 PCC Pole 11.0M Long. No. 6199 6181.25 806.25 38317568.75 4997943.75 43315513

4 X-ARMS 0

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 2592 725.65 63.10 1880884.80 163555.20 2044440

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 1762 502.55 43.70 885493.10 76999.40 962493

7 MS channel 75*40*6 for pillar box Kg 86770 64.06 5.57 5558052.35 483308.90 6041361

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 1627 979.80 85.20 1594134.60 138620.40 1732755

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1599 706.10 61.40 1129053.90 98178.60 1227233

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 2700 711.85 61.90 1921995.00 167130.00 2089125

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 736 724.50 63.00 533232.00 46368.00 579600

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 1106 608.35 52.90 672835.10 58507.40 731343

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 204 557.75 48.50 113781.00 9894.00 123675

14 M.S. Angle Iron 50x50x6 1430 mm No. 736 301.30 26.20 221756.80 19283.20 241040

15 Guarding Channel 100x50mm 3.75mtr No. 180 3348.80 291.20 602784.00 52416.00 655200

16 CLAMPS 0

17 P.G. Clamps for 30 mm2. No 174 46.00 4.00 8004.00 696.00 8700

18 P.G. Clamps for 50 mm2. No 3521 46.00 4.00 161966.00 14084.00 176050

19 P.G. Clamps for 100 mm2. No 1310 46.00 4.00 60260.00 5240.00 65500

20 Half Clamps Wt. 1.47 Kg. No 16574 86.25 7.50 1429507.50 124305.00 1553813

21 Full Clamps Wt.2.325 Kg. No 10070 135.70 11.80 1366499.00 118826.00 1485325

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 4187 86.25 7.50 361128.75 31402.50 392531

23Suspension Clamp with Assembly for HT/LT

cableNo 3941 488.75 42.50 1926163.75 167492.50 2093656

24Dead end clamp with Assembly for HT/LT

cableSet 1336 280.60 24.40 374881.60 32598.40 407480

25 PG Clamp with Nut Bolt for Pole Nos. 360 253.00 22.00 91080.00 7920.00 99000

26 Polymeric Insulators 0

27 11 kV Pin Insulator No 20528 37.95 3.30 779037.60 67742.40 846780

28 11kV G.I. Pins No 20528 65.55 5.70 1345610.40 117009.60 1462620

29 11 KV Disc. Insulator (45 KN. T&C type) No 8499 209.30 18.20 1778840.70 154681.80 1933523

30 LT insulator No. 2910 11.50 1.00 33465.00 2910.00 36375

31 Guy Insulator No 1484 11.50 1.00 17066.00 1484.00 18550

32 CONDUCTOR 0

33 ACSR Conductor 50mm2 ( Rabbit) Km 245 32011.40 2783.60 7842793.00 681982.00 8524775

34 ACSR Conductor 80mm2 ( Raccoon) Km 16 45901.10 3991.40 734417.60 63862.40 798280

35 ACSR Conductor 100mm2( Dog) Km 298 63790.50 5547.00 19009569.00 1653006.00 20662575

36 ACSR Conductor 100mm2 (Dog) insulatedKm

37 74382.00 6468.00 2752134.00 239316.00 2991450

37 G.I. WIRE 0

38 Stay wire 7/8 SWG Kg 76865 71.40 6.21 5488430.03 477254.79 5965685

39 GSL 8 SWG Kg 119250 69.38 6.03 8273505.38 719435.25 8992941

40 Barbed wire Kg 6970 57.50 5.00 400775.00 34850.00 435625

41G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 1439 768.20 66.80 1105439.80 96125.20 1201565

42 7/8 SWG GI wire for guard wires and lacings Kg 4500 71.40 6.21 321315.75 27940.50 349256

43Distribution T/F Three Phase Aluminum

Wound0

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Panipat Town of Panipat District ( Panipat Town) against

Bid No.-368 of NIT No.- 52/RAPDRP/Part-B/2013-14 under the jurisdiction of UHBVN on turnkey basis

44

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 178 131197.75 2281.70 23353199.50 406142.60 23759342

45

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 630 243474.55 4234.34 153388966.50 2667634.20 156056601

46

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 109 477250.00 8300.00 52020250.00 904700.00 52924950

47 VCB's 0

48

49

50Rating 400 Amps. For Capacitor control

Panel

No.4 253000.00 13200.00 1012000.00 52800.00 1064800

51 Polymeric Lightening Arrestors (LAs) 0

52 Lightening Arrestor 9 KV No. 2019 483.00 25.20 975177.00 50878.80 1026056

5311 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 4220 2783.00 145.20 11744260.00 612744.00 12357004

54 G.O. SWITCH 0

55

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No2133 5980.00 312.00 12755340.00 665496.00 13420836

56 M.S. Nuts & Bolts 0

57 M.S Nuts Bolts off sizes Kg 9352 64.40 5.60 602268.80 52371.20 654640

58 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 6872 31.05 2.70 213375.60 18554.40 231930

59 G.I. Nuts, Bolts & washers off sizes Kg. 11631 82.80 7.20 963046.80 83743.20 1046790

60 Eye Bolt 16x190mm length Kg. 450 100.05 8.70 45022.50 3915.00 48938

61 CAPACITORS 0

6212.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 51 58650.00 5100.00 2991150.00 260100.00 3251250

63 SINGLE PHASE ENERGY METER 0

64

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 3853 1041.90 90.60 4014440.70 349081.80 4363523

65 THREE PHASE ENERGY METER 0

66

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No669 2415.00 210.00 1615635.00 140490.00 1756125

67 LT PVC CABLES 0

68 LT PVC Cable 2C 4 mm2 Km 610 12317.65 535.55 7513766.50 326685.50 7840452

69 LT PVC Cable 2C 6 mm2 Km 125 15865.40 689.80 1983175.00 86225.00 2069400

70 LT 3.5 Core Cable 95 mm2 Km. 5 255639.25 11114.75 1278196.25 55573.75 1333770

71L.T. ARMOURED CABLES

0

72 LT Armoured Cable 3.5/C 25 mm2 Km 17 108809.55 4730.85 1849762.35 80424.45 1930187

73 LT Armoured Cable 3.5/C 50 mm2 Km 120 168947.65 7345.55 20273718.00 881466.00 21155184

74L.T ARMOURED SINGLE CORE XLPE

CABLE0

75 Single Core 50mm2 Km 27 69857.90 3037.30 1886163.30 82007.10 1968170

76 Single Core 95mm2 Km 14 107327.20 4666.40 1502580.80 65329.60 1567910

77 H.T. XLPE CABLES 0

78 11kV XLPE Cable 3C 185mm2 Km. 3 747465.50 32498.50 2242396.50 97495.50 2339892

79 11 kV XLPE cable3C 300mm2 Km 3 1030014.75 44783.25 3090044.25 134349.75 3224394

11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA

No.10145850503100.0012900.00 9642750.00247250.0039

80LT AERIAL BUNCHED CABLE (ABC)

0

81 LT ABC Cable 3CX95+70 mm2 Km 55 228041.55 9914.85 12542285.25 545316.75 13087602

82 LT ABC Cable 3CX120+95+16 mm2 Km 27 272045.15 11828.05 7345219.05 319357.35 7664576

83HT AERIAL BUNCHED CABLE (ABC)

0

84

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.39 513416.35 22322.45 20023237.65 870575.55 20893813

85

HT ABC XLPE insulated cores twisted with

bare messenger Al. alloy wire cable

11 KV grade as per Specification size

3Cx185mm2 + 150mm2

Km.7 842728.05 36640.35 5899096.35 256482.45 6155579

86OUTDOOR SINGLE CORE CABLE

TERMINATION KIT0

87 S/C 95mm2 Cable No. 1230 471.50 20.50 579945.00 25215.00 605160

88 INDOOR CABLE BOXES 0

89 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 8 862.50 45.00 6900.00 360.00 7260

903/Cx300 mm Sq.I/D Heat Shrinkable cable

boxNo. 6 1219.00 63.60 7314.00 381.60 7696

91 OUT-DOOR CABLE BOXES 0

923/Cx300mm Sq.O/D Heat Shrinkable cable

box

No.6 1403.00 73.20 8418.00 439.20 8857

93 MISCELLENEOUS MATERIALS 0

94Transformer plat form complete set Wt.58.85

Kg.

No.574 3519.00 183.60 2019906.00 105386.40 2125292

95

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.8887 807.30 42.12 7174475.10 374320.44 7548796

96Earthing Rod Wt. 6.175 Kg.DHBVN

Drg.No.DD-104

No3 361.10 18.84 1083.30 56.52 1140

97G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.8866 1771.00 92.40 15701686.00 819218.40 16520904

98Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set1642 63.25 3.30 103856.50 5418.60 109275

99 Danger Plate Enamalled with Clamp No 9050 75.90 3.96 686895.00 35838.00 722733

100 Number Plate with Clamp No. 6367 75.90 3.96 483255.30 25213.32 508469

101 D-Straps No. 2910 75.90 3.96 220869.00 11523.60 232393

102

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 656 575.00 30.00 377200.00 19680.00 396880

103C.I Pipe 250 mm dia 14 mm thick for U/G

RAILWAY *-INGMtr. 1 1543.30 80.52 1543.30 80.52 1624

104pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 404 17250.00 900.00 6969000.00 363600.00 7332600

105pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 491 13800.00 720.00 6775800.00 353520.00 7129320

106pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 1094 11500.00 600.00 12581000.00 656400.00 13237400

107pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 721 2875.00 150.00 2072875.00 108150.00 2181025

108 Deep drawn MS MCB for single phase meter No. 33918 575.00 30.00 19502850.00 1017540.00 20520390

109 MCCB (20 - 30 Amp) No. 4522 345.00 18.00 1560090.00 81396.00 1641486

110

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 478 20022.00 1320.00 9570516.00 630960.00 10201476

111

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 1397 11500.00 600.00 16065500.00 838200.00 16903700

112 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 35 5750.00 300.00 201250.00 10500.00 211750

113 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 45 5750.00 300.00 258750.00 13500.00 272250

114 100 mm dia ISI marked gi pipe with clamps Mtr. 725 442.75 23.10 320993.75 16747.50 337741

115Fabricated Trailor with 4 Tyre wheels to

house transformerNo 4 103500.00 5400.00 414000.00 21600.00 435600

116 200 KVA Distribution Box with MCBs No 4 14950.00 780.00 59800.00 3120.00 62920

117 Lugs No. 4452 460.00 24.00 2047920.00 106848.00 2154768

118 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 3942 5278.50 275.40 20807847.00 1085626.80 21893474

119 Piercing connector Type-I for single phase No. 1597 126.50 6.60 202020.50 10540.20 212561

120 Piercing connector Type-I for three phase No. 3194 126.50 6.60 404041.00 21080.40 425121

121 Piercing connector Type-II No. 639 103.50 5.40 66136.50 3450.60 69587

122G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 958 1318.45 68.79 1263077.02 65899.67 1328977

123 Mid span jointing sleeve(95 sqmm.) No. 319 3162.50 165.00 1008837.50 52635.00 1061473

124 Concreting of Stay No. 1642 326.60 17.04 536277.20 27979.68 564257

125 Nuts and bolts Kg. 2395 100.05 5.22 239619.75 12501.90 252122

126

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1597 4522.38 235.95 7222232.88 376812.15 7599045

1271x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 15969 40.25 2.10 642752.25 33534.90 676287

1281x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 2395 23.00 1.20 55085.00 2874.00 57959

129 Service rings No. 1597 262.20 13.68 418733.40 21846.96 440580

130 Four/Five pin cross arm No. 3194 550.28 28.71 1757578.35 91699.74 1849278

131 Rod Type Earthing complete for LT lines No. 2567 517.50 27.00 1328422.50 69309.00 1397732

132 LT Panel with MCCB protection No. 339 16100.00 840.00 5457900.00 284760.00 5742660

133 T/F Platform complete set No. 82 3519.00 183.60 288558.00 15055.20 303613

134 Concreting of pole including kicking Block No. 684 1189.10 62.04 813344.40 42435.36 855780

135Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 4 5750.00 300.00 23000.00 1200.00 24200

136Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 2710 1725.00 90.00 4674750.00 243900.00 4918650

137 Concreting of Structure (1:3:6) Cmt. 38 2783.00 145.20 105754.00 5517.60 111272

138 Cable trench for control Kiosks LS 29 764.75 39.90 22177.75 1157.10 23335

139Horizontal and cross bracings 4' centre

with set of four back clampsSet 3 2509.30 218.20 7527.90 654.60 8183

140Govt. Security Deposit for Railway Line

CrossingLS 4 805000.00 0.00 3220000.00 0.00 3220000

141 11 kV strain set with hardware Set 9 341.55 29.70 3073.95 267.30 3341

637208072.99 31016010.40 668224083

637208072.99 31016010.40 668224083

Total of Panipat Town

Total of Panipat District

Schedule-I

Bid No. 369 of NIT No.-52/RAPDRP/Part-B/2013-14 for Jhajjar Distt. (Bahadurgarh & Jhajjar Town)

Total Estimated price for Supply of material and Erection, testing and commissioning of new/ augmentation of 11 kV

lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and

relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles,

provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems,

installation of Feeder pillar boxes etc. against Tender Enquiry Bid No. Bid No. 369 of NIT No.-52/RAPDRP/ Part-

B/2013-14 for Jhajjar Distt. (Bahadurgarh & Jhajjar Town):

Rs. 483664014/- (Rs. Forty Eight Crore Thirty Six Lacs Sixty Four Thousand Fourteen only)

Dear

Sir,

Total Rs. In Figures :

Total Rs. in words :

* Total price shall be quoted in round figure.

Signature_________________________________

Printed Name______________________________

Designation _______________________________

Bidder’s Name & Address: ___________________________

___________________________

Schedule-I

Bid No. 369 of NIT No.-52/RAPDRP/Part-B/2013-14 for Jhajjar Distt. (Bahadurgarh & Jhajjar Town)

11 kV lines, LT Lines and Civil work etc. – Summary of Price Proposal

Common Seal _____________________________

To

Chief General Manager/PD&C,

We declare that the following is the lump-sum price in rupees for the entire scope of Work specified in the specifications

and documents.

Total price for supply of equipment/material, erection charges including testing and commissioning all equipments,

supply and erection charges for Civil Work inclusive of concessional tax i.e. CST/VAT (As the case may be), duties, levies, freight and

insurance for 11 kV Lines, LT Lines, reconductoring, DTs with Meter and Modem, Shifting of Consumer Meters into Pillar Boxes and

outside premises, Replacement of Electromechanical Meters by Electronic Meters, 11 kV Bay Extension, Providing TROLLEY fitted with

200 kVA Transformer & wiring etc. works covered under Tender Enquiry No. Bid No. 369 of NIT No.-52/RAPDRP/Part-B/2013-14 for

Jhajjar Distt. (Bahadurgarh & Jhajjar Town)

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1

2 PCC Pole 9.0M Long. No. 2138 2357.50 307.50 5040335.00 657435.00 5697770

3 PCC Pole 11.0M Long. No. 2159 6181.25 806.25 13345318.75 1740693.75 15086013

4

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 1203 725.65 63.10 872956.95 75909.30 948866

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 508 502.55 43.70 255295.40 22199.60 277495

7 MS channel 75*40*6 for pillar box Kg 32250 64.06 5.57 2065773.75 179632.50 2245406

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 624 979.80 85.20 611395.20 53164.80 664560

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 1142 706.10 61.40 806366.20 70118.80 876485

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 695 711.85 61.90 494735.75 43020.50 537756

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 190 724.50 63.00 137655.00 11970.00 149625

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 457 608.35 52.90 278015.95 24175.30 302191

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 96 557.75 48.50 53544.00 4656.00 58200

14 M.S. Angle Iron 50x50x6 1430 mm No. 190 301.30 26.20 57247.00 4978.00 62225

15 Guarding Channel 100x50mm 3.75mtr No. 28 3348.80 291.20 93766.40 8153.60 101920

16

17 P.G. Clamps for 30 mm2. No 72 46.00 4.00 3312.00 288.00 3600

18 P.G. Clamps for 50 mm2. No 1379 46.00 4.00 63434.00 5516.00 68950

19 P.G. Clamps for 100 mm2. No 467 46.00 4.00 21482.00 1868.00 23350

20 Half Clamps Wt. 1.47 Kg. No 7855 86.25 7.50 677493.75 58912.50 736406

21 Full Clamps Wt.2.325 Kg. No 2768 135.70 11.80 375617.60 32662.40 408280

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 1562 86.25 7.50 134722.50 11715.00 146438

23Suspension Clamp with Assembly for HT/LT

CableNo 2633 488.75 42.50 1286878.75 111902.50 1398781

24Dead end clamp with Assembly for HT/LT

CableSet 1078 280.60 24.40 302486.80 26303.20 328790

25 PG Clamp with Nut Bolt for Pole Nos. 56 253.00 22.00 14168.00 1232.00 15400

26

27 11 kV Pin Insulator No 9252 37.95 3.30 351113.40 30531.60 381645

28 11kV G.I. Pins No 9252 65.55 5.70 606468.60 52736.40 659205

29 11 KV Disc. Insulator (45 KN. T&C type) No 3352 209.30 18.20 701573.60 61006.40 762580

30 Guy Insulator No 870 11.50 1.00 10005.00 870.00 10875

31

32 ACSR Conductor 50mm2 ( Rabbit) Km 64 32011.40 2783.60 2048729.60 178150.40 2226880

33 ACSR Conductor 100mm2( Dog) Km 122 63790.50 5547.00 7782441.00 676734.00 8459175

34 ACSR Conductor 100mm2 (Dog) insulatedKm

10 74382.00 6468.00 743820.00 64680.00 808500

35 G.I. WIRE

36

37 GSL 8 SWG Kg 112524 69.38 6.03 7806858.86 678857.29 8485716

38 Barbed wire Kg 2664 57.50 5.00 153180.00 13320.00 166500

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 542 768.20 66.80 416364.40 36205.60 452570

40 7/8 SWG GI wire for guard wires and lacings Kg 700 71.40 6.21 49982.45 4346.30 54329

41Distribution T/F Three Phase Aluminum

Wound

CONDUCTOR

Stay wire 7/8 SWG

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of LT

Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of Consumer

Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in existing HT & LT

Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV HT line,

Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Bahadurgarh Town of Jhajjar District under the

jurisdiction of UHBVN on turnkey basis

LINE SUPPORTS

X-ARMS

CLAMPS

Polymeric Insulators

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 146 131197.75 2281.70 19154871.50 333128.20 19488000

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 247 243474.55 4234.34 60138213.85 1045881.98 61184096

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 126 477250.00 8300.00 60133500.00 1045800.00 61179300

45 VCB's

46 Rating 400 Amps. For Outgoing Panel.No.

12 247250.00 12900.00 2967000.00 154800.00 3121800

47 Polymeric Lightening Arrestors (LAs)

48 Lightening Arrestor 9 KV No. 1347 483.00 25.20 650601.00 33944.40 684545

4911 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 4251 2783.00 145.20 11830533.00 617245.20 12447778

50 G.O. SWITCH

51

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No607 5980.00 312.00 3629860.00 189384.00 3819244

52

53 M.S Nuts Bolts off sizes Kg 3696 64.40 5.60 238022.40 20697.60 258720

54 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1769 31.05 2.70 54927.45 4776.30 59704

55 G.I. Nuts, Bolts & washers off sizes Kg. 5176 82.80 7.20 428572.80 37267.20 465840

56 Eye Bolt 16x190mm length Kg. 70 100.05 8.70 7003.50 609.00 7613

57

5812.1 kV Capacitor Bank (450 kVAr) consisting

of 3 unit of 150 kVAr eachSet 13 48300.00 4200.00 627900.00 54600.00 682500

5912.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 11 58650.00 5100.00 645150.00 56100.00 701250

60 SINGLE PHASE ENERGY METER

61

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 335 1041.90 90.60 349036.50 30351.00 379388

62 THREE PHASE ENERGY METER

63

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No20 2415.00 210.00 48300.00 4200.00 52500

64 LT PVC CABLES

65 LT PVC Cable 2C 4 mm2 Km 772 12317.65 535.55 9509225.80 413444.60 9922670

66 LT PVC Cable 2C 6 mm2 Km 97 15865.40 689.80 1538943.80 66910.60 1605854

67 LT 3.5 Core Cable 95 mm2 Km. 2 255639.25 11114.75 511278.50 22229.50 533508

68L.T. ARMOURED CABLES

69 LT Armoured Cable 3.5/C 25 mm2 Km 11 108809.55 4730.85 1196905.05 52039.35 1248944

70 LT Armoured Cable 3.5/C 50 mm2 Km 39 168947.65 7345.55 6588958.35 286476.45 6875435

71L.T ARMOURED SINGLE CORE XLPE

CABLE

72 Single Core 50mm2 Km 12 69857.90 3037.30 838294.80 36447.60 874742

73L.T ARMOURED SINGLE CORE XLPE

CABLEKm 6 107327.20 4666.40 643963.20 27998.40 671962

74 H.T. XLPE CABLES

75 11kV XLPE Cable 3C 185mm2 Km. 2 747465.50 32498.50 1494931.00 64997.00 1559928

M.S. Nuts & Bolts

CAPACITORS

76LT AERIAL BUNCHED CABLE (ABC)

77 LT ABC Cable 3CX95+70 mm2 Km 93 228041.55 9914.85 21207864.15 922081.05 22129945

78HT AERIAL BUNCHED CABLE (ABC)

79

HT AB Cable XLPE insulated cores twisted

with bare messenger Al. alloy wire cable 11

KV grade as per Specification size

3Cx95mm2 + 80mm2

Km.17 513416.35 22322.45 8728077.95 379481.65 9107560

80OUTDOOR SINGLE CORE CABLE

TERMINATION KIT

81 S/C 95mm2 Cable No. 1110 471.50 20.50 523365.00 22755.00 546120

82 INDOOR CABLE BOXES

83 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 4 862.50 45.00 3450.00 180.00 3630

84 MISCELLENEOUS MATERIALS

85Transformer plat form complete set Wt.58.85

Kg.

No.366 3519.00 183.60 1287954.00 67197.60 1355152

86

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.3734 807.30 42.12 3014458.20 157276.08 3171734

87G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.4619 1771.00 92.40 8180249.00 426795.60 8607045

88Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set687 63.25 3.30 43452.75 2267.10 45720

89 Danger Plate Enamalled with Clamp No 3717 75.90 3.96 282120.30 14719.32 296840

90 Number Plate with Clamp No. 2310 75.90 3.96 175329.00 9147.60 184477

91

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 441 575.00 30.00 253575.00 13230.00 266805

92pillar box for 20 energy meter with insulated

moulded cleats for service cablesNo. 96 17250.00 900.00 1656000.00 86400.00 1742400

93pillar box for 16 energy meter with insulated

moulded cleats for service cablesNo. 93 13800.00 720.00 1283400.00 66960.00 1350360

94pillar box for 12 energy meter with insulated

moulded cleats for service cablesNo. 504 11500.00 600.00 5796000.00 302400.00 6098400

95pillar box for 4 energy meter with insulated

moulded cleats for service cablesNo. 453 2875.00 150.00 1302375.00 67950.00 1370325

96 Deep drawn MS MCB for single phase meter No. 35116 575.00 30.00 20191700.00 1053480.00 21245180

97 MCCB (20 - 30 Amp) No. 355 345.00 18.00 122475.00 6390.00 128865

98

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 517 20022.00 1320.00 10351374.00 682440.00 11033814

99 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 12 5750.00 300.00 69000.00 3600.00 72600

100 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 24 5750.00 300.00 138000.00 7200.00 145200

101 100 mm dia ISI marked gi pipe with clamps Mtr. 300 442.75 23.10 132825.00 6930.00 139755

102Fabricated Trailor with 4 Tyre wheels to

house transformerNo 2 103500.00 5400.00 207000.00 10800.00 217800

103 200 KVA Distribution Box with MCBs No 2 14950.00 780.00 29900.00 1560.00 31460

104 Lugs No. 2610 460.00 24.00 1200600.00 62640.00 1263240

105 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 3860 5278.50 275.40 20375010.00 1063044.00 21438054

106 Piercing connector Type-I for single phase No. 1805 126.50 6.60 228332.50 11913.00 240246

107 Piercing connector Type-I for three phase No. 3609 126.50 6.60 456538.50 23819.40 480358

108 Piercing connector Type-II No. 722 103.50 5.40 74727.00 3898.80 78626

109G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 1083 1318.45 68.79 1427883.52 74498.27 1502382

110 Mid span jointing sleeve(95 sqmm.) No. 361 3162.50 165.00 1141662.50 59565.00 1201228

111 Concreting of Stay No. 1385 326.60 17.04 452341.00 23600.40 475941

112 Nuts and bolts Kg. 2707 100.05 5.22 270835.35 14130.54 284966

113

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 1805 4522.38 235.95 8162886.88 425889.75 8588777

1141x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 18046 40.25 2.10 726351.50 37896.60 764248

1151x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 2707 23.00 1.20 62261.00 3248.40 65509

116 Service rings No. 1805 262.20 13.68 473271.00 24692.40 497963

117 Four/Five pin cross arm No. 3609 550.28 28.71 1985942.48 103614.39 2089557

118 Rod Type Earthing complete for LT Line No. 1805 517.50 27.00 934087.50 48735.00 982823

119 LT Panel with MCCB protection No. 151 16100.00 840.00 2431100.00 126840.00 2557940

120 T/F Platform complete set No. 75 3519.00 183.60 263925.00 13770.00 277695

121 Concreting of pole including kicking Block No. 302 1189.10 62.04 359108.20 18736.08 377844

122Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 2 5750.00 300.00 11500.00 600.00 12100

123Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 1146 1725.00 90.00 1976850.00 103140.00 2079990

124 Concreting of Structure (1:3:6) Cmt. 16 2783.00 145.20 44528.00 2323.20 46851

125 Cable trench for control Kiosks LS 12 764.75 39.90 9177.00 478.80 9656

126Govt. Security Deposit for Railway Line

CrossingLS 3 805000.00 0.00 2415000.00 0.00 2415000

363639090.51 16300431.38 379939522

Sr. No. Descriptions UnitTotal

Quantity

required

Unit

Supply

Rate after

adding

overhead

charges

(In Rs.)

Unit

Erection

Charges

(In Rs)

Total Estimated

Cost for Supply

of material (In

Rs.)

Total

Estimated

Cost for

Erection of

material (In

Rs.)

Total Estimated cost for supply

and erection (In Rs)

a b c d=a*b e=a*c f

1 LINE SUPPORTS

2 PCC Pole 9.0M Long. No. 650 2357.50 307.50 1532375.00 199875.00 1732250

3 PCC Pole 11.0M Long. No. 919 6181.25 806.25 5680568.75 740943.75 6421513

4 X-ARMS

5 V-Shape X Arm 100x50x6 mm Wt. 12.135 kg. No. 250 725.65 63.10 181412.50 15775.00 197188

6 V-Shape X Arm 75x40x6 mm Wt. 8.4 kg. No. 484 502.55 43.70 243234.20 21150.80 264385

7 MS channel 75*40*6 for pillar box Kg 12320 64.06 5.57 789157.60 68622.40 857780

8M.S. Channel (X-Arm) 100x50x6mm 2200mm

(for H pole) Wt. 17.38 kg.No. 351 979.80 85.20 343909.80 29905.20 373815

9MS Channel 75x40x6mm (2200mm) For fuse

unit. Wt. 12.54 kg.No. 172 706.10 61.40 121449.20 10560.80 132010

10MS Channel T-off 100x50x6 mm 1600mm).

Wt. 12.64 kg.No. 592 711.85 61.90 421415.20 36644.80 458060

11M.S. Angle 50x50x6mm-2860mm (Bracing H.

Pole) Wt. 12.87 kg.No. 161 724.50 63.00 116644.50 10143.00 126788

12M.S.Angle Iron 50x50x6mm 2400mm (for

earth wire) Wt.10.80 kg.No. 247 608.35 52.90 150262.45 13066.30 163329

13M.S Angle 50x50x6mm-2200mm (Belting for

H-pole) Wt. 9.90 kg.No. 32 557.75 48.50 17848.00 1552.00 19400

14 M.S. Angle Iron 50x50x6 1430 mm No. 161 301.30 26.20 48509.30 4218.20 52728

15 Guarding Channel 100x50mm 3.75mtr No. 44 3348.80 291.20 147347.20 12812.80 160160

16 CLAMPS

17 P.G. Clamps for 30 mm2. No 24 46.00 4.00 1104.00 96.00 1200

18 P.G. Clamps for 50 mm2. No 891 46.00 4.00 40986.00 3564.00 44550

19 P.G. Clamps for 100 mm2. No 156 46.00 4.00 7176.00 624.00 7800

Total of Bahdurgarh Town

Estimate for Supply of material and erection, testing & commissioning of New 11 kV Lines, Reconductoring of 11 kV Lines, New LT Lines, Reconductoring of

LT Lines, New DTs with Meter and Modem, Augmentation of DTs, Lightening Arresters, LT Protection Unit and Earthing on Existing DTs, Shifting of

Consumer Meters into Pillar Boxes and outside premises, Replacement of Electromechanical Meters by Electronic Meters, Providing Additional Poles in

existing HT & LT Lines, 11 kV Bay Extension, Providing TROLLEY fitted with 200 KVA Transformer & wiring Accessories Providing cradle guard to 11 kV

HT line, Dismantlement of obsolete material and returning it to respective stores under Part-B of R-APDRP in Jhajjar Town of Jhajjar District under the

jurisdiction of UHBVN on turnkey basis

20 Half Clamps Wt. 1.47 Kg. No 2870 86.25 7.50 247537.50 21525.00 269063

21 Full Clamps Wt.2.325 Kg. No 1301 135.70 11.80 176545.70 15351.80 191898

22 11 KV Top Brackets / hamper Wt. 1.480 Kg. No. 730 86.25 7.50 62962.50 5475.00 68438

23Suspension Clamp with Assembly with eye

hookNo 862 488.75 42.50 421302.50 36635.00 457938

24Dead end clamp with Assembly with eye

hookSet 232 280.60 24.40 65099.20 5660.80 70760

25 PG Clamp with Nut Bolt for Pole Nos. 88 253.00 22.00 22264.00 1936.00 24200

26 Polymeric Insulators

27 11 kV Pin Insulator No 3526 37.95 3.30 133811.70 11635.80 145448

28 11kV G.I. Pins No 3526 65.55 5.70 231129.30 20098.20 251228

29 11 KV Disc. Insulator (45 KN. T&C type) No 1657 209.30 18.20 346810.10 30157.40 376968

30 Guy Insulator No 320 11.50 1.00 3680.00 320.00 4000

31 CONDUCTOR

32 ACSR Conductor 50mm2 ( Rabbit) Km 69 32011.40 2783.60 2208786.60 192068.40 2400855

33 ACSR Conductor 100mm2( Dog) Km 47 63790.50 5547.00 2998153.50 260709.00 3258863

34 ACSR Conductor 100mm2 (Dog) insulatedKm

8 74382.00 6468.00 595056.00 51744.00 646800

35 G.I. WIRE

36 Stay wire 7/8 SWG Kg 11879 71.40 6.21 848202.18 73756.71 921959

37 GSL 8 SWG Kg 16402 69.38 6.03 1137962.56 98953.27 1236916

38 Barbed wire Kg 1022 57.50 5.00 58765.00 5110.00 63875

39G.I. Strip 25x6 mm 9 mtr. For earthling

Wt.10.80 Kg.No. 536 768.20 66.80 411755.20 35804.80 447560

40 7/8 SWG GI wire for guard wires and lacings Kg 1100 71.40 6.21 78543.85 6829.90 85374

41Distribution T/F Three Phase Aluminum

Wound

42

100 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

with the losses confirming to 4 star rating of

B.E.E and confirming to Nigam Tech.

Specifications and relevant ISS with latest

amendments

No. 76 131197.75 2281.70 9971029.00 173409.20 10144438

43

200 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 42 243474.55 4234.34 10225931.10 177842.28 10403773

44

400 KVA, 11/0.433 KV three phase Al. wound

conventional out door type Distribution T/F

with CSP (Completely Self Protected) feature

and with matellic enclosure housing LV

bushings and MCCB

No. 2 477250.00 8300.00 954500.00 16600.00 971100

45 VCB's

46

47

48 Polymeric Lightening Arrestors (LAs)

49 Lightening Arrestor 9 KV No. 263 483.00 25.20 127029.00 6627.60 133657

5011 KV Lightening Arrestor S/Stn. Type 9 KV

10KA Heavy Duty.No. 1525 2783.00 145.20 4244075.00 221430.00 4465505

51 G.O. SWITCH

52

11 KV 400 Amps. GO Switch complete with

handle, pipe & Supporting Channel. As per

Nigam’s technical specification,relevent ISS

and latest amendments

No97 5980.00 312.00 580060.00 30264.00 610324

53 M.S. Nuts & Bolts

54 M.S Nuts Bolts off sizes Kg 1200 64.40 5.60 77280.00 6720.00 84000

55 Eye Screw Bolts 9”x5/8" Wt. 0.483 Kg. No 1507 31.05 2.70 46792.35 4068.90 50861

56 G.I. Nuts, Bolts & washers off sizes Kg. 2122 82.80 7.20 175701.60 15278.40 190980

57 Eye Bolt 16x190mm length Kg. 110 100.05 8.70 11005.50 957.00 11963

58 CAPACITORS

5912.1 kV Capacitor Bank (600 kVAr) consisting

of 3 unit of 200 kVAr eachSet 8 58650.00 5100.00 469200.00 40800.00 510000

60 SINGLE PHASE ENERGY METER

1040600No.11kV VCB panels ( Incoming, out going &

capacitor panels) 18.4 KA, 350 MVA 4 247250.00 12900.00 989000.00 51600.00

61

Single Phase whole current static energy

meters Class of Accuracy 1.00 of rating 10-

60A with Communication and upgrading

facility as per Nigam’s technical specification,

relevant ISS with upto date amendments.

No. 1282 1041.90 90.60 1335715.80 116149.20 1451865

62 THREE PHASE ENERGY METER

63

Three phase 4-wire whole current static

energy meters class-I accuracy of rating 10-

60A, with communication & upgrading

facility as per Nigam’s Tech. Specn. , relevent

ISS with upto date amendments.

No640 2415.00 210.00 1545600.00 134400.00 1680000

64 LT PVC CABLES

65 LT PVC Cable 2C 4 mm2 Km 64 12317.65 535.55 788329.60 34275.20 822605

66 LT PVC Cable 2C 6 mm2 Km 16 15865.40 689.80 253846.40 11036.80 264883

67 LT 3.5 Core Cable 95 mm2 Km. 1 255639.25 11114.75 255639.25 11114.75 266754

68L.T. ARMOURED CABLES

69 LT Armoured Cable 3.5/C 25 mm2 Km 7 108809.55 4730.85 761666.85 33115.95 794783

70 LT Armoured Cable 3.5/C 50 mm2 Km 12 168947.65 7345.55 2027371.80 88146.60 2115518

71L.T ARMOURED SINGLE CORE XLPE

CABLE

72 Single Core 50mm2 Km 3 69857.90 3037.30 209573.70 9111.90 218686

73 Single Core 95mm2 Km 1 107327.20 4666.40 107327.20 4666.40 111994

74LT AERIAL BUNCHED CABLE (ABC)

75 LT ABC Cable 3CX95+70 mm2 Km 40 228041.55 9914.85 9121662.00 396594.00 9518256

76 INDOOR CABLE BOXES

77 3/Cx95 mm Sq.I/D Heat Shrinkable cable box No. 2 862.50 45.00 1725.00 90.00 1815

78 MISCELLENEOUS MATERIALS

79Transformer plat form complete set Wt.58.85

Kg.

No.83 3519.00 183.60 292077.00 15238.80 307316

80

Stay Sets 8' long complete with X-Plat

460mm of Angle 65x65x6 Elbow & rod Wt.

13.80 kg

No.1295 807.30 42.12 1045453.50 54545.40 1099999

81G.I. Pipe 40 mm dia 6 mtr. Long for earthing

set. B - Class

No.1779 1771.00 92.40 3150609.00 164379.60 3314989

82Phase plate for each phase set of 3 (on each H-

Pole & 4-Pole

Set213 63.25 3.30 13472.25 702.90 14175

83 Danger Plate Enamalled with Clamp No 1413 75.90 3.96 107246.70 5595.48 112842

84 Number Plate with Clamp No. 896 75.90 3.96 68006.40 3548.16 71555

85

L.T. Distribution box (sealable with lock

facility) suitable for 10 No. Consumers. (2mm

CRCA sheet box, Bus bars for load as per 25

KVA DT/Fs only with holes for incoming

cable and O/G cable with rubber glands.

No. 85 575.00 30.00 48875.00 2550.00 51425

86pillar box for 20 energy meter along with

insulated moulded cleats for service cablesNo. 8 17250.00 900.00 138000.00 7200.00 145200

87pillar box for 16 energy meter along with

insulated moulded cleats for service cablesNo. 16 13800.00 720.00 220800.00 11520.00 232320

88pillar box for 12 energy meter along with

insulated moulded cleats for service cablesNo. 198 11500.00 600.00 2277000.00 118800.00 2395800

89pillar box for 4 energy meter along with

insulated moulded cleats for service cablesNo. 344 2875.00 150.00 989000.00 51600.00 1040600

90 Deep drawn MS MCB for single phase meter No. 5132 575.00 30.00 2950900.00 153960.00 3104860

91 MCCB (20 - 30 Amp) No. 1922 345.00 18.00 663090.00 34596.00 697686

92

DTR Meter Cubical with Meter, Modem, TTB

, cabling and 4 no. LT CTs ( Indoor CTs 200/5

for 100 kVA and Out door type Bushing CTs

of 400/5 and 600/5 for 200 KVA and 400 kVA

DTs respectively)

No. 120 20022.00 1320.00 2402640.00 158400.00 2561040

93

Two sets having 3 no per set of LT Kit Kat 600

A of reputed make with all acessories for two

LT circuits with mounting wooden board

No. 507 11500.00 600.00 5830500.00 304200.00 6134700

94 Cable Jointing Kit 3C 185 mm2 (Indoor) No. 4 5750.00 300.00 23000.00 1200.00 24200

95 Cable Jointing Kit 3C 185 mm2 (Outdoor) No. 4 5750.00 300.00 23000.00 1200.00 24200

96 100 mm dia ISI marked gi pipe with clamps Mtr. 100 442.75 23.10 44275.00 2310.00 46585

97Fabricated Trailor with 4 Tyre wheels to

house transformerNo 1 103500.00 5400.00 103500.00 5400.00 108900

98 200 KVA Distribution Box with MCBs No 1 14950.00 780.00 14950.00 780.00 15730

99 Lugs No. 960 460.00 24.00 441600.00 23040.00 464640

100 Maintenance Free Earthing for DTs with

Ground Enhancement Material(GEM) Set 866 5278.50 275.40 4571181.00 238496.40 4809677

101 Piercing connector Type-I for single phase No. 775 126.50 6.60 98037.50 5115.00 103153

102 Piercing connector Type-I for three phase No. 1550 126.50 6.60 196075.00 10230.00 206305

103 Piercing connector Type-II No. 310 103.50 5.40 32085.00 1674.00 33759

104G.I. Stay Set complete ( 1800x20mm) with

stay wire 7/10 SWGSet 465 1318.45 68.79 613080.18 31986.79 645067

105 Mid span jointing sleeve(95 sqmm.) No. 155 3162.50 165.00 490187.50 25575.00 515763

106 Concreting of Stay No. 537 326.60 17.04 175384.20 9150.48 184535

107 Nuts and bolts Kg. 1162 100.05 5.22 116258.10 6065.64 122324

108

Dist. Box for housing 5 No. 10Amps MCCB

including accessories for fixing with pole

suitable for AB XLPE Cable-Three Phase 1 in

3 out

No. 775 4522.38 235.95 3504840.63 182861.25 3687702

1091x35 mm2 XLPE/PVC insulated Al. cable for

energising the distribution boxes/ kiosks.Mt. 7748 40.25 2.10 311857.00 16270.80 328128

1101x16 mm2 XLPE insulated Al. cable for

energising the Street lightMt. 1162 23.00 1.20 26726.00 1394.40 28120

111 Service rings No. 775 262.20 13.68 203205.00 10602.00 213807

112 Four/Five pin cross arm No. 1550 550.28 28.71 852926.25 44500.50 897427

113 Rod Type Earthing complete for LT lines No. 775 517.50 27.00 401062.50 20925.00 421988

114 LT Panel with MCCB protection No. 36 16100.00 840.00 579600.00 30240.00 609840

115 T/F Platform complete set No. 2 3519.00 183.60 7038.00 367.20 7405

116 Concreting of pole including kicking Block No. 72 1189.10 62.04 85615.20 4466.88 90082

117Misc materials such as MS Channels &Angles

of various sizes, Bolts &Nuts.No. 1 5750.00 300.00 5750.00 300.00 6050

118Sundries - Jumpers, sleeves, lugs etc. ( For

Pillar Boxes installed on Platform)Lot 566 1725.00 90.00 976350.00 50940.00 1027290

119 Concreting of Structure (1:3:6) Cmt. 5 2783.00 145.20 13915.00 726.00 14641

120 Cable trench for control Kiosks LS 4 764.75 39.90 3059.00 159.60 3219

98284056.14 5440436.59 103724493

461923146.65 21740867.97 483664014

Total of Jhajjar Town

Total of Jhajjar District

Annexure-‘A’

PERT CHART-Supply of material against

Bid No. B-360 to B-369

NIT No.- 52/RAPDRP/ Part-B/2013-14

-         As per Milestones mentioned in the tender document.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 1 of

26

UTTAR HARYANA BIJLI VITRAN NIGAM

(NIT No.- 52/RAPDRP/Part-B/2013-14)

(Bid No. B-360 to B-369)

TECHNICAL SPECIFICATIONS

&

DESIGN GUIDELINES

VOLUME-II

Chief Engineer/PD&C, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109. Ph-0172 – 3019135

General Manager/R-APDRP, UHBVN, Vidyut Sadan, C-16, 1st Floor, Sector 6, Panchkula – 134109 Ph-0172 – 3019148

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 2 of

26

INDEX

SECTION VII A & B

Sr. No.

Description Page No.

1. Technical Specification

2. Meteorological Detail

SECTION VII C

Sr. No.

Description Page No.

1. Technical Specification of Equipment

SECTION VII D

Sr. No.

Description Page No.

1. Technical Drawing of Material

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 3 of

26

SECTION VII A & B

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 4 of

26

SECTION – VII A Introduction: The scope of this specification covers supply of materials, survey, installation, testing and commissioning of construction of 11 kV lines, LT lines, replacement of conductors in existing 11 kV and LT lines, distribution transformer S/Stn. 11/0.433 kV, replacement of bare conductor of existing LT line by LT cable, wherever proposed as per survey, installation of meter piller boxes, new LT 3 phase line, renovation of existing service line & shifting/installation/ relocation of energy meters etc. under Part-B of R-APDRP for reduction of AT&C losses as detailed in technical specification of tender in 18 towns in 10 district under the jurisdiction of Uttar Haryana Bijli Vitran Nigam (UHBVN) in Haryana State on turnkey basis. The scope of work under the NIT covers under Part-B of R-APDRP Project which is an ambitious project partially funded by Ministry of Power, GOI with an objective of reduction of AT&C losses of selected towns to a level of 15% and further maintaining the losses at the same level for the next 5 years by strengthening of existing distribution network. Accordingly the quality of material procured, work under taken, manpower employed and norms observed by the contractor/ executing agency shall be of the high standards supported by the latest technology and best practices being adopted in the industry now a days. 1.1 Scope: 1.1.1 The scope of work covers Supply of material and Erection, testing and

commissioning of New/ Augmentation of 11 kV lines, 11 kV line with HT AB Cable, New/ Augmentation of DTs, new/ augmentation of LT lines, replacement and relocation of consumer meters and other activities such as provision of LT unit on DTs, replacement of iron poles, provision of LAs, Guarding of existing lines, Earthing of all existing DTs, installation of DT meters with modems, installation of Feeder Pillar Boxes etc. under R-APDRP Part-B for reduction of AT&C losses in 18 no. towns in 10 districts under the jurisdiction of UHBVN on turnkey basis.

1.1.2 Poles to be used / supplied by the turnkey contractor shall be marked by stencil with Black ink with name of contractor/firm along with bid number & year of allotment of work.

1.1.3 This specification also includes the supply of 9.0 m PCC poles, GO switches, insulators and their hardware, conductor and earth wire etc. The bidder shall clearly indicate in his offer the sources from where he proposes to procure the raw material/completed material and its components.

1.1.4 Any material not specifically mentioned in the contract but required to complete the job is deemed to be included in the scope of work of Contractor.

1.1.5 The entire stringing work of the conductor and earth wire shall be carried out by standard practice. The bidder shall indicate in his offer the detailed description of procedure to be deployed for stringing operation.

1.1.6 Location Details: The lines shall be laid in the areas covered under UHBVN in Haryana.

1.2 Details of Line route and terrain: 1.2.1 The 11 kV Lines will be running almost through plain, Urban and cultivated area.

Preliminary route alignment maps of Power lines covered under this package giving the general topography and major crossings like river, power lines, railway lines and roads are in the Bidder scope. Wherever special river crossings are involved proper strengthening of the normal pole locations will be done by the Contractor.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 5 of

26

1.3 Access to the Line and Right of Way: Right of way clearance shall be arranged by employer in accordance with work

schedule. Employer will secure way leave and right of way in the forest area.

1.4 Detailed Survey of Optimization Pole Location: 1.4.1 The detailed survey for the line route and optimization of pole location alongwith

profiling shall be carried out by the successful bidder. The provisional quantity has been indicated in the Bill of Material for each package.

1.4.2 The bidder will examine the site of works and its surroundings and obtained

himself at his own responsibility and expenses, all information regarding general site characteristics, crossings accessibility, infrastructure detail etc. The purchaser will however assist the interested bidder to see and inspect the site of work. For this purpose the bidders are requested to contact respective S.E./Construction, UHBVN or the respective Executive Engineer Construction / Operation/SDO Const., / ‘OP’ of the area as indicated on the list.

2-Pole & 4-Pole Structure as per site requirements shall be provided where the situation so demands. Drawing of 2/4 Pole Structure is provided for guidance.

1.4.3 The bidder should note that the Employer will not furnish the topographical map

prepared by survey of India but will make available any assistance that may be required for obtaining topographical map.

1.4.4 Route Marking:

At the starting point of the commencement of route survey the peg marking shall be done with iron spikes, driven firmly into the ground. A Bench mark on top section of the angle iron shall be made to indicate the location of the survey instrument. Teakwood peg shall be driven at prominent position at intervals of not more than 750 meters along the Power line to be surveyed upto the next angle point. At angle position stone/concrete pillar with UHBVN marked on it shall be put firmly on the ground for easy identification. Route will be got approved from the Engineer-in-Charge within one month of issue of detailed PO.

1.4.5 Pole Locations: With the help of pole spotting data, pole locations shall be marked on the profiles prepared to check the required ground clearance. While locating the poles on the profile sheets the following shall be borne in the mind.

a) Extension: An individual span shall be as near to the normal design span as possible. In case an individual span becomes too short or long with normal supports on account of ground profile, one or both supports of the spans may be extended with standard design or provision of a special structure for the purpose according to technical specifications. The design of such extension shall be prepared & supplied by the Contractor and shall be got approved from the Employer.

b) Road Crossings:

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 6 of

26

At all the important road crossings, the protective cradle guarding will be provided and poles shall be fitted with normal tension insulator strings depending upon the location but the ground clearance at the roads at the maximum temperature and in the still air shall be such that even with the conductor broken at adjacent span, the ground clearance of the conductor from the road surfaces will not be less than 5.125m in case of HT lines and 4.60 m in case of LT line.

c) Railway Crossings: The Contractor will make preliminary survey to assess the requirement of railway Crossing and take the same into account in his Bid. The work of Railway Crossings will be got executed by him as a deposit work with the Railways or otherwise as per rules of Railway department. However, Nigam shall deposit the refundable part of the security payable to Railways. The interest lost shall be recovered from the contractor for the period from date of deposit till the date of refund by the Railways, at the rate of interest payable at that time on Short Term Loans by the Nigam plus 2% more. In case, security deposited by the Nigam with the Railway Authorities is forfeited by them due to contractor’s fault, then the amount of security deposit along with interest shall be recovered from the contractor’s pending bill/ bills. The case for approval will be submitted by the Contractor on the behalf of the Employer well in time The Employer will arrange to get the approval from Railway authorities expedited.

d) Power Line Crossings: Wherever the line is to cross over/below the other line of the same voltage or higher or low voltage the requisite clearances will be ensured in accordance with the Indian Electricity Rules. The Contractor shall submit and get approved from the Employer any special design where required in order to achieve such clearances.

e) River Crossing: The route of 11 kV New line if routed through a river bed/nullas or rivulet must have concrete foundation for erection of poles and must be supported by a good number of stay-supports capable to withstand water/wind pressure and must be executed to the entire satisfaction of the Engineer.

1.4.6 Clearance from ground, Building, Trees etc.: Clearance from Ground, Building, Trees and telephone lines shall be provided in conformity with the Indian Electricity Rules 1956.

1.4.7 The tree cutting shall be the responsibility of the Contractor at the time of survey as well as during actual execution. However, the Contractor shall count, mark and put proper Nos. with suitable quality of paint at his own cost on all the trees that are to be cut by him at the time of actual execution of work. Contractor may please note that Employer shall not pay any compensation for any loss or damage to the properties or for tree cutting necessitated due to Contractor’s work.

1.4.8 Any way leave which may be required by the Contractor shall be arranged by the Employer.

1.4.9 The profile sheets duly spotted alongwith preliminary schedule indicating position of poles, wind span, weight span, angle of deviation, river or road crossings and other details shall be submitted for the approval of the Employer. After approval the Contractor shall submit six more sets of approved reports alongwith one set of reproducible final profile drawings to the Employer for record purpose.

1.5 Environmental Conditions:

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 7 of

26

1.5.1 General Climatic Conditions:

The area is in extreme climate belt. Monsoons are generally active in the area from the month of July to September. The area is also prone to dust storms during the month of March to May. The maximum temperature shall be of the order of 50°C and minimum temperature shall be of the order of - 2°C. Normal every day temperature is 32°C.

1.6 Technical Data: The bidder shall furnish all technical data as per relevant schedules in five copies.

1.7 Statutory Regulations and Standards 1.7.1 Statutory Regulations:

The Contractor is required to follow Statutory Regulations stipulated in Electricity Act 1948 and Indian Electricity Rules 1956 as amended to-date and other local rules and regulations referred to in this specification.

1.7.2 Reference Standards: The work shall be carried out in accordance with specifications & construction standards attached hereto. The Codes or standards referred to in this specification shall govern in all cases wherever such references are made. In case of conflict between such codes or standards and specifications, latter shall govern. Such codes or standards referred to shall mean the latest revision, amendments/changes adopted and published by relevant agencies. Other internationally accepted standards which ensure equivalent or better performance than those specified shall also be accepted. All tested steel sections shall be supplied conforming to relevant Indian standard Specifications.

1.8 Quality Assurance, Inspection and Testing: The material procured by the contractor shall be of good quality meeting with industry norms. The relatively new products like polymeric insulators, Polymeric LAs , AB cable Assembly ( Suspension/Tension Clamps, Dead End Clamps) along with termination kits and LT AB Cable allied products ( Insulation Piercing Connectors, Distribution Box etc.) shall be procured from renowned branded manufacturers.

1.8.1 Quality Assurance:

The Contractor shall adopt suitable quality assurance programme to control each activity. Such programs shall be outlined by the Contractor and shall be finally accepted by the Employer.

1.8.2 Quality Assurance document: The Contractor shall be required to submit all quality assurance documents as

stipulated in quality plan at the time of Employer’s inspection of material. The

Employer through his duly authorized representative reserves the right to carry

out quality inspection/audit & checks to see the adequacy of the Contractor’s

quality management programme.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 8 of

26

1.8.3 Inspection and testing:

The Employer shall inspect the major material i.e. GO Switches, Poles, ACSR

Conductors, LAs, Insulators, Pins, Distribution Transformers & LT Cables etc. at

the works of supplier before dispatch. The requisite original type-test certificates,

wherever required, will be submitted by the Contractor/Supplier at the time of

inspection for verification/examination by the Inspector. The material shall not be

dispatched without instructions by the Employer. Other material shall be

inspected and approved by him at the Contractor’s/Supplier’s works, before/after

the same are erected at the site. If following the latter, the material is found

defective then the Contractor shall bear the cost of this inspection and re-

installation according to specifications. The Employer shall get the material

inspected from his Engineers or from any other Inspection agency at its

discretion. The approval for the testing & commissioning of HT works from CEI

Haryana shall be obtained by the contractor.

1.8.4 Post Receipt Inspection The material after receipt in the Stores of the Nigam is liable to be inspected for its conformity to the specifications by a representative of the Contractor/supplier firm after giving one week’s registered notice to the supplier / contractor. In case the firm fails to depute a representative on the specified date the Utility would be free to get material checked on the absence of the firm’s representative for which the firm would have no reason to protest at any stage and would be fully responsible of the outcome.

2.0 Technical Parameters of 11 kV Line: Electrical System Data: a) Normal Voltage: 11 kV

b) Maximum System Voltage 12 kV

c) BIL (Impulse) 75 kV (Peak)

d) Power frequency withstand voltage 28 KV

4. Bolts & Nuts:

All Bolts and Nuts shall conform to IS:1363-1967 (amended to-date) or equivalent to IEC Standard. All Bolts & Nuts shall have Hexagonal head Nuts, the heads being forged out of the solid steel rods and shall be truly pen centric and square with the shank, which must be perfectly straight. Small Nuts & Bolts both shall be fully threaded whereas long bolts shall be partially threaded.

5. Spans and Clearances:

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 9 of

26

5.1 Normal span: The normal running span of the line shall be approx. 50 meters for 11 kV & LT line in the Cross Country.

5.2 Wind span: The wind span is the sum of two half spans adjacent to the support under consideration. For normal horizontal spans this equals to normal running span.

5.3 Electrical Clearance: 5.3.1 Ground Clearance:

The minimum ground clearance from the bottom conductor shall not be less than 5.125 meter at the maximum sag conditions i.e. at maximum temperature and still air. Any LT/HT/Telecommunication line falling enroute of new 11 kV line should have enough clearances as prescribed in I.E. rules applicable in this respect.

5.3.2 For river crossing, the minimum electrical clearance including ground clearance will be the same, as for normal poles.

5.4 Conductor and Earth Wire Configuration:

The three phases shall be in triangular formation. The phase to phase spacing shall not be less than 1.070 mtr. in case of HT line.

6. Drawings: 6.1 The design and drawings submitted by the Contractor shall be approved /

commented by the Employer as the case may be within 20 days of receipt of design/drawings in the office of the Engineer. If the design/drawings are commented by the Employer, the Contractor shall submit revised design/drawings within 15 days of date of issue of comments. The drawing will also be submitted by the Contractor to the Engineer who will take further necessary action to approve the same of get it approved from the competent authority.

6.2 The Contractor is required to furnish the progress of submission and approvals of design and drawings on 25th day of every month till the completion of all the design activities.

7. Excavation & Erection of Poles: 7.1 The Pits for the Poles are to be excavated in the direction of the line, as this will

facilitate the erection of pole and given internal stability. The depth of the foundations to be excavated for the poles shall be approximately 1/6th of the Pole’s length. The alignment of the Poles are to be set right and the earth filling will be done after checking the alignment vertically and earth will be rammed afterwards properly.

7.2 H-Poles are to be erected on almost 10th location when the line is going straight and it is also to be provided wherever there is an angle of deviation in the line. When the angle of deviation is > 60o, 4 Pole structure will be provided. In case of angle H-Pole, the pits are to be excavated along the bi-section of the angle of deviation. It will be ensured that the poles are held in vertical position and earth is filled in the pits and proper ramming is done so that pole remains in proper position. On every H-Pole, 4 stays are to be provided along the line i.e. 2 on each direction and in addition two more stays along the bi-section of the angle of

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 10 of

26

deviation are to be provided as required depending upon the site conditions as per the drawings attached with the specification.

7.3 The stays will be provided at all dead end locations, angle locations and T-Off points and also on normal locations as wind stays to counter the pressure of the winds. Normally every fourth pole of the line shall be provided with two wind stays one on either side of the pole. The angle of the stays will be generally kept on 30 to 45 degrees depending upon the tension and the location of the line. Every stay shall be provided with 11 kV Disc Insulators as per drawing & every stay on LT Line shall be provided with egg insulator.

7.4 Earthing shall be provided on every 4th pole as per the design attached hereto, in addition to the continuous Earth Wire. H-Pole & 4-pole structures will be provided with 2 Nos. Earthing. Maintance Free Earthing with Ground Enhancement Material(GEM) will be provide on all new DTs and on existing DTs wherever required.

7.5 The danger plate will be provided on every structure. 2 Nos. danger Plates will be provided on H/4 Pole structures.

7.6 Number plate shall be provided on each location indicating the No. of Structure S1, S2 etc. 2 Pole and 4 Pole structure will be numbered both for structure Nos. as well as H-Pole/4-Pole marking. For example if Ist H-Pole appear at Structure No. 10, No. Plate will be denoted as S-10/H-1. Similarly If Ist 4-Pole appear at structure No. 25, the same will be denoted by S-25/4P-I & so on.

7.7 All unpainted/galvanized Iron sections like Channel, Angle/Clamp Stay sets etc. shall be given a coating of Red Oxide before installation to prevent rusting. To avoid rusting anti-corrosion paint shall also be provided.

8. Handling of Conductor and Earth Wire: 8.1 The Contractor shall be entirely responsible for any damage to the poles,

insulators and conductors during transportation & stringing. While running out the conductors, care shall be taken that the conductors do not touch or rub against the ground or objects, which could cause scratches or damages to the strands. The conductors shall be run out of the drums from the top in order to avoid damage due to chaffing. Proper care shall be taken while dismantling the old conductor and material to avoid any damage to the same.

8.2 The stringing blocks shall be suspended in a manner to suit the design of the X arms. Proper T&P shall also be made available to the Employer by the Contractor for checking the tensions in the guy wires. The drums shall be provided with a suitable braking device to avoid damages, loose running out and kicking of the conductor. The conductor shall be continuously observed for loose or broken strands or any other damage. When approaching end of a drum length at least three coils shall be left when the stringing operations are to be stopped. These coils are to be removed carefully and if another length is required to be run, a joint shall be made as per the recommendations of the manufacturers.

8.3 Repairs to Conductors if necessary shall be carried out during the running out

operations with repair sleeves. Repairing of Conductors surface shall be done only in case of minor damage scuff marks etc. keeping in view both electrical and mechanical safe requirements. The final conductors shall be cleaned smooth and without any projections, sharp points cuts, abrasions.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 11 of

26

8.4 Conductors Splices shall be made so that they do not crack or get damaged in the stringing operation. The Contractor shall use only such equipment/methods during Conductors stringing which ensures complete compliance in this regard.

8.5 Derricks shall be used where roads, rivers, channels, telecommunications or

overhead power lines, railway lines, fences or walls have to be crossed during stringing operations. It shall be seen that normal services are not interrupted or damage caused to properly. Shut down shall be obtained when working at crossing of overhead power lines as per para 8.8. Contractor shall be responsible for proper handling of the Conductor, Earth wire and accessories in the field.

8.6 The sequence of stringing of Conductor/Earth wire shall be from top to

downwards i.e conductors will be run out in succession & earth wire will be strung in the last.

8.7 The proposed 11 kV power lines may run parallel for certain distance with the existing power lines, which may remain energized during the stringing period. As a result there is a possibility of dangerous voltage build up due to electromagnetic and electrostatic coupling in the pulling wire, conductors and earth wires which although comparatively small during normal operations can be severe during switching. It shall be Contractor’s responsibility to take adequate safety precautions to protect his employees and others from this potential danger.

8.8 The Contractor shall inform the Engineer whenever he wants to avail the ‘Permit

to Work’ from the local sub-division for erecting the new 11 kV line or augmenting the existing 11 kV line. A minimum 48 hours advance notice in writing for availing the shutdown on any live 11 kV feeder/lines shall be given to the engineer. The 11 kV/LT line on which permit is taken should be made clear from all the temporary earth, men & material before cancellation of the ‘Permit to Work’. It is worth mentioning here that the ‘Permit to Work’ on existing line shall be arranged through the Engineer or his representative and the same shall also be got cancelled through the same agency only. No Permit to Work shall be got cancelled through the same agency only. No Permit to Work shall be issued on any line directly to Contractor or his staff from any 33 kV or 66 kV Sub-station.

9. Stringing of Conductor, AB Cables & Earth Wire: 9.1 The stringing of conductor shall be done by standard stringing method. 9.1.1 After being pulled the Conductor/earth wire shall not be allowed to hand in the

stringing blocks for more than 6 hours before being pulled to the specified sag. 9.1.2 Conductors creep in respect of ACSR 80 mm2 Conductors are to be

compensated by over tensioning the Conductor at a temperature of 21o C or lower during stringing. Various temperatures and spans alongwith equivalent spans to the Engineer for the approval of the Employer.

9.1.3 The Laying and erection/stringing of HT/LT AB cables/ ACSR conductor shall be performed with the latest state of the art tool and gadgetry and adopting best practices being exercises now a days in Power distribution sector.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 12 of

26

9.2 Sagging in Operation: 9.2.1 The Conductor shall be pulled up to the desired sag and left in running blocks for

at least one hour after which the sag shall be re-checked and adjusted if necessary before transferring the Conductor from the running blocks to the pin insulators. The Conductor shall be clamped within 36 hours of sagging.

9.2.2 The sage will be checked in the first and the last span of the section in case of

sections upto 8 spans and in one intermediate span also for sections with more than eight Spans. The sag shall also be checked when the Conductor have been drawn up and transferred from running blocks to the insulators.

9.2.3 The running blocks when suspended from the structures for sagging shall be so

adjusted that the Conductors on running blocks will be on the same height as a 11 kV Pin insulators to which it is to be secured.

At sharp vertical angle, the sag and tensions shall be checked on both sides of the angle, the conductor wire shall be checked from the running blocks for equality of tension on both sides.

9.2.4 Tensioning and sagging operations shall be carried out in calm weather when

rapid changes in temperature are not likely to occur. 9.3 Tensioning and Sagging of Conductor and Earth Wire:

The Tensioning and sagging shall be done in accordance with the approved

stringing chart before the Conductor and earth wire are finally attached to the

poles through the earth wire clamps and insulators for the Conductor. The

relevant stringing charts for the Conductor and earth wire should be employed for

this purpose.

9.4 Final Checking, testing and Commissioning:

After completion of the works, final checking of the line shall be carried out by the

Contractor to ensure that all the foundation works, pole erection and stringing

has been done according to the specifications and as approved by the Employer.

All the works shall be thoroughly inspected keeping in view the following main

points:

a) All the structures are straight & erect and in proper alignment. Sufficient back

filled earth is lying over each pit and it is adequately rammed/compacted.

b) All bolts are properly tightened and punched/tack welded.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 13 of

26

c) The stringing of the Conductors and Earth Wire has been done as per the

approved sag and tension charts and desired clearances are clearly

available.

d) All Conductor and Earth wire accessories are properly installed & fixed.

e) All other requirements to complete the work like fixing of danger plate, phase

plate, number plate, barbed wire etc. are properly installed.

f) The insulation of line as a whole is tested by the Contractor by providing his

own equipment, labour etc. to the satisfaction of the Employer.

g) The line is tested satisfactorily for commissioning purpose.

h) Earth resistance of every earth wire will be measured and result shall be

supplied and same will also be checked by the Engineer or his

representative.

i) LT cables shall be erected / laid through separate routes as per relevant ISS

Specification/drawings together with adequate loops on both ends. Sufficient

clearances will be provided from other cables and brick lining and filling of

sand will be made.

10. General Technical Conditions: 10.1 The above provisions shall supplement all the detailed technical specifications

and requirements brought out herein. The Contractor’s proposal shall be based

on the use of materials complying fully with the requirements specified herein.

10.2 Engineering Data: 10.2.1 The furnishing of engineering data by the Contractor shall be in accordance with

the schedule as specified in the technical specifications. The review of these data by the Employer will cover only general conformance of the data to the specifications and not a thorough review of all dimensions quantities and details of the materials or items indicated or the accuracy of the information submitted. The review of the Employer shall not be considered by the Contractor as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements specified under these specifications.

10.2.2 All engineering data submitted by the Contractor after review by the Employer shall form part of contract document. If errors are discovered any time during the validity of the contract then the Contractor shall be responsible for their consequences.

10.2.3 The quantities worked out here are only tentative. The Contractor shall work out

actual requirement and get it approved from the Engineer-in-Charge. The payment shall be made on actual basis.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 14 of

26

SECTION-VII B

Drawings:

1.1 All drawing submitted by the contractor including those submitted at the time of Bid shall be with sufficient detail to indicate the type, size, arrangement dimensions, material description, Bill of materials, weight of each components, break-up for packing and transportation, fixing arrangement requirement, the dimensions requirement for installation and any other information specifically requested in theses specifications.

1.2 Each drawing submitted by the contractor shall be clearly marked with the name of the

Employer, the specification title, the specification number and the name of the project. All titles, nothings and writings on the drawing shall be in English. All the dimensions should be to the scale and in merit units.

1.3 The contractor shall submit the necessary detailed route plan or other necessary construction

drawing for approval to the Employer within 20 days of Letter of Internet. 1.4 The route plan drawings submitted by the Contractor shall be examined by the Employer as

far as practicable within 20 days and shall be modified by the contractor if any modifications and/or corrections are required by the Employer. The Contractor shall incorporate such modification and/or correct ions and submit drawings for approval. Any delay arising out of failure by the Contractor to rectify the drawings in good time shall not alter the contract completion date.

1.5 The drawing submitted for approval to the Employer shall be in quadruplicate. One print of

such drawings shall be returned to the Contractor by the Employer marked “approved/approved with corrections”. The Contractor shall thereupon furnish the Employer additional prints as may be required along with one reproducible in original of the drawings after incorporating all corrections.

1.6 The work shall be performed by the Contractor strictly in accordance with these drawings and

no devotion shall be permitted without the approval of the Employer, if so required.

1.7 All manufacturing, fabrication and erection work under the Scope of Contractor, prior to the

approval of the drawings shall be at the Contractor’s risk. The Contractor may make any

changes in the design which are necessary to conform to the provisions and intent of the

Contract and such changes will again be subject to the approval by the Employer.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 15 of

26

1.8 The approval of the documents and drawings by the Employer shall mean that the Employer is satisfied that:

a) The Contractor has completed the part of the Works covered by the subject documents

(i.e. confirmations of progress of work). b) The work appears to comply with requirements of specifications.

In no case the approval by the Employer of any documents does imply compliance with all technical requirements, nor the absence of errors in such documents. 1.9 The following is the general list of the documents and drawings that are to be approved by the

employer a) Work Schedule (Master Network) Plan

b) Sag tensions calculation and sag template curve drawings.

c) Pole spotting data

d) Detailed survey report and profile drawings showing ground clearness and pole locations.

e) Pole earthling drawing.

f) Pole accessories drawings like danger plate, number plate, phase plates etc.

g) Pert Chart.

1.10 Design Improvements: 1.10.1The Employer or the Contractor may propose changes in the specifications and if the parties

agree upon any such changes and the cost implication, the specification shall be modified

accordingly.

1.10.2 If any such agreement affects the price and schedule of completion, the parties shall agree

in writing as to the extent of any changes in the price and schedule of completion before the

Contractor proceeds with the change. Following such agreement, the provisions thereof, shall be

deemed to have been amended accordingly.

1.11 Design Co-ordination

The Contractor shall be responsible for the selection and design of appropriate material/item

to provide the best co-ordinated performance of the entire system. The basic design requirements

are detailed out in this specification. The design of various components, sub-assembly and

assemblies shall be so done that it facilities easy field assembly and assemblers shall be so done

that it facilities easy field assembly and maintenance.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 16 of

26

1.12 Design Review Meetings The Contractor will be called upon to attend design review meetings with the Employer and the

consultants of the Employer during the period of contract. The Contractor shall attend such

meetings at his own cost at Panchkula or at mutual agreed venue as and when required. Such

review meeting shall be held as & when required.

2. Packing

2.1 All the material shall be suitably protected, coated, covered or boxed and created to prevent damage or deterioration during transit, handling & storage at site till the time of erection. The Contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. 2.2 The Contractor shall include and provide for securely protecting and packing the materials

so as to avoid loss or damage during transport by air, sea, rail and road.

2.3 All packing shall allow for easy removal and checking at site. Wherever necessary, proper arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked for with sign showing ‘up’ & ‘down’ on. 3. Progress Report Appropriate visual charts shall accompany the monthly progress report detailing out the

progress achieved on all erection activities as compared to the schedules. The report shall

also indicate the reasons for variance between the schedules. The report shall also indicate

the reasons for variance between the scheduled and actual progress and actual progress and

the action proposed as corrective measures wherever necessary,

4. Manpower Deployment Report 4.1 The Contractor shall submit to the employer on the first day of every month a manpower

deployment schedule for each activity.

4.2 The Contractor shall also submit to the employer on the first day of every month a

manpower deployment report of the previous month derailing the No. of persons schedule to

have been employed and actually employed.

4.3 Tools, Tackle and Scaffolding: The Contractor shall provide all the construction equipment, tools,tackle and Scaffolding

required for construction, erection and commissioning of the transmission line covered under

the contract. He shall submit a list of all such material to the employer before the

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 17 of

26

commencement of work at site. These tools and tackles shall not be removed from the site

without the written permission of the Employer.

4.4 First Aid and General Hygiene

The Contractor shall provide necessary first aid & reasonable Hygiene facilities for all hjs

employees, representatives and workmen at the site. Adequate number of Contractor’s

personnel shall be trained in administering the first aid.

4.5 Security

The Contractor shall have total responsibility for all equipment and materials in his custody, stored, loose, semi- assembled and or erected by him at site. The Contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, pilferage and any other damages and loss.

4.6 Materials Handling and Storage : 4.6.1 All the supplies under the Contractor as well as arriving at site shall be promptly received,

unloaded and transported and stored in the stores by the Contractor.

4.6.2 Contractor shall be responsible for examining all the shipment and notify the Employer

immediately of any damage, shortage, discrepancy etc. for the purpose of Employer’s

information only. The Contractor shall submit to the Employer every week a report detailing

all the receipts during the week. However, the Contractor, shall be solely responsible for

any shortage or damages in transit, handling and/or in storage and erection at site.

4.6.3 The Contractor shall maintain an accurate and exhaustive record detailing out the list of all

items received by him for the purpose of erection and keep such record open for the

inspection of the Employer.

4.6.4 Each package shall be legible marked by the Contractor at his expenses showing the

details such as description and quantity of contents, the name of consignee and address,

the gross and net weights of the package, the name of Contractor etc.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 18 of

26

5. Erection Conditions

5.1 The following shall supplement the conditions already contained in the other parts of these

specifications and documents and shall govern that portion of the work on this Contract to

be performed at site.

5.2 Regulations of Local Authorities and Statutes

5.2.1 The contractor shall comply with all the rules & regulations of local authorities during the

performance of his field activities. He shall also comply with the Minimum Wages Act,

1948 and the payment of Wages Act ( both of the Govt. of India) and the rules made there

under in respect of any employee or workman employed or engaged by him or his Sub-

Contractor.

5.2.2 All registration and statutory inspection fees, if any, in respect of his work pursuant to this

contract shall be to the account of the Contractor. However, any registration, statutory

inspection fees lawfully, payable under the provisions in respect of the 11 kV Line,

ultimately to be owned by the Employer, shall be to the account of the Employer. Should

any such inspection or registration need to be re-arranged due to the fault of the

Contractor or his Sub-Contractor, the additional fees to such inspection an / or inspection

shall be borne by the Contractor.

5.3 Contractor’s Field Operation 5.1 The Contractor shall keep the Employer informed in advance regarding his field activity

plans and schedules or mention of work by the Employer shall not relive the Contractor of

any of his responsibilities towards, the field activities. Such reviews shall also not be

considered as an assumption of any risk or liability by the Employer or any of his

representatives and claim of the Contractor will be entertained because of the failure or

inefficiency of any such plan or schedule or method of work reviewed. The Contractor

shall be solely responsible for the safety, adequacy and efficiency of tools and plants and

his erection methods.

5.2 All the material stores in the open or duty location must be covered with suitable weather-

proof and flameproof covering material as applicable.

5.3.3 The Contractor shall be responsible for making suitable indoor storage facilities at various

locations to store all items/materials which require indoor storage.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 19 of

26

6. Construction Management

This is the essence of the Contract and the Contractor shall be responsible for

performance of his works in accordance with the specified construction schedule. If at any

time, the Contractor is lagging behind the schedule for reasons attributable to him, he shall

take necessary action to make good for such delays by increasing his work force or by

working overtime or otherwise to accelerate the progress of the work and to comply with

schedule and shall communicate such actions in writing to the Employer satisfying that his

action will compensate for the delay. The Contractor shall not be allowed any extra

compensation for such action.

7. Field Office Records

The contractor shall set up his site offices at different locations to facilitate smooth working.

The site offices shall be manned by his supervisors other staff. The Contractor shall

maintain at his Site office up-to-date copies of all Drawings, specifications and other

supplementary data complete with all the latest revisions thereto. The Contractor shall also

maintain, in addition, the continuous record of all changes to the above Contract

Documents, drawings, specifications, supplementary data etc. effected in the field and on

completion of his total assignment under the Contract shall incorporate data to indicate as

installed conditions of the material supplied and erected under the contract. Such drawings

and engineering data shall be submitted to the Employer in required number of copies.

8. Protection of Property and Contractor’s Liability

The Contractor will ensure provisions of necessary safety equipment such as barriers,

sign-boards, warning lights and alarms etc. to provide adequate protection to persons and

properly. The Contractor shall be responsible to give reasonable notice to the Employer

and the Owners of public or private property and utilities when such property and utilities

are likely to get damaged or injured during the performance of his works and shall make all

necessary arrangements with such owners, related to removal and/or replacement or

protection of such property and utilities.

9. Insurance

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 20 of

26

The Contractor shall arrange & keep above all the required insurance covers for his employees/third parties as under:-

9.1 Workmen’s Compensation Insurance

This insurance shall protect the Contractor against all claims applicable under the

Workmen’s Compensation Act, 1948 (Government of India). This policy shall also cover

the Contractor against claims for injury, disability disease or death of his or his Sub-

Contractor’s employees, which for any reason are not covered user the Workmen’s

Compensation Act, 1948. The liabilities shall not be less than:-

Workmen’s compensation As per statutory Provisions Employee’s Liability As per statutory Provisions 9.2 Comprehensive Automobile Insurance

This insurance shall be in such a form to protect the Contractor against all claims for

injuries, disability, disease and death to members of public including the Employer’s men

and damage to the property of others arising from the use of motor vehicles during on or

off the Site operations, irrespective of the ownership of such vehicles. The minimum

liability covered shall be as herein indicated:

Fatal Injury : Rs. 100,000 each person

: Rs. 200,000 each occurrence Property Damage : Rs. 100,000 each occurrence

In case the Employer is made to pay such compensation, the Contractor will be liable to

reimburse the Employer such amount even in addition to the compensation indicated above.

9.3 Comprehensive General Liability Insurance 9.3.1 The insurance shall protect the Contractor against all claims arising from injuries,

disabilities, disease or death of members of public or damage to property of others, due to

any act or omission on the part of the Contractor, its agents, its employees, its

representatives and Sub-Contractors or from riots, strikes and civil commotion.

9.3.2 The hazards to be covered will pertain to all the works and areas where the contractor, its

sub-contractors, its agents and employees have to perform work pursuant to the Contract.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 21 of

26

9.3.3 The above are only illustrative list of insurance covers normally required and it will be the

responsibility of the Contractor to maintain all necessary insurance coverage to the extent

both in time and amount to take care of all its liabilities either direct or indirect, in

pursuance of the contract.

10. Protection of Monuments and Reference Points The contractor shall ensure that any finds such as relics, antiques, coins, fossils, etc.

which he may come across during the course of performance of his works either during

excavation or elsewhere, are properly protected and handed over to the Employer.

Similarly, the Contractor shall ensure that the bench marks, reference points etc. which are

marked either with the help of Employer or by the Employer shall not be disturbed in any

way during the performance of its works. If, any work, is to be performed which disturbs

such reference, the same shall be done only after these are transferred to other suitable

reference, the same shall be done only after these are transferred to other suitable

locations under the direction of the Employer. The Contractor shall provide all necessary

materials and assistance to such relocation of reference points etc.

11. Work and Safety Regulations 11.1 The contractor shall ensure safety of all the workmen, material, plant and equipment

belonging to him or to the others, working at the Site. The Contractor shall also provide for

all safety notices and safety equipment required by the relevant legislations and deemed

necessary by the Employer.

11.2 The Contractor will notify, well in advance to the Employer, its intention to bring to the Site

any container filled with liquid or gaseous fuel or explosive or petroleum substance or such

chemicals which may involve hazards. The Employer shall have the right to prescribe the

conditions, under which such a container is to be stored, handled and used during the

performance of the works and the Contractor shall strictly adhere to and comply with such

instructions. The Employer shall also have the right, at his sole discretion, to inspect any

such container or such construction plant / equipment for which materials in the container

is required to be used and if in his opinion, its use is not safe, he may forbid its use.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 22 of

26

No claim due to such prohibition or towards additional safety provisions called for by him

shall be entertained by the Employer.

Further, any such decision of the Employer shall not, in any way, absolve the contractor of

his responsibilities under the Laws of land and in case use of such a Container or entry

there-of into the Site area is forbidden by the Employer, the Contractor shall use

alternative methods with the approval of the Employer without any cost implication to the

Employer or extension of work schedule.

11.3 Where it is necessary to provide and / or store petroleum products or petroleum mixtures

and explosives, the Contractor shall be responsible for carrying out such provision and / or

storage in accordance with the rules and regulations laid down in Petroleum Act 1934,

Explosives Act 1948 or any other statuary acts in regard thereof and amendments thereof,

and petroleum and carbide of Calcium Manual published by the Chief Inspector of

Explosives of India. All such storage shall have prior approval of the Employer. In case,

any approval is necessary from the Chief Inspector (Explosives) or any statutory

authorities, the contractor shall be responsible for obtaining the same.

11.4 All equipment used in construction and erection by Contractor shall meet Indian /

International Standards and where such standards do not exist, the Contractor shall

ensure these to be absolutely safe. All equipment shall be strictly operated and

maintained by the Contractor in accordance with manufacturer’s operation manual and

safety instructions and as per any existing Guidelines / rules in this regard.

11.5 Periodical examinations and all tests for all lifting/hoisting equipment and tackle shall be

carried-out in accordance with the relevant provisions of Factories Act, 1948, Indian

Electricity Supply Act and associated Laws / Rules in force from time to time. A register of

such examinations and tests shall be properly maintained by the Contractor and will be

promptly produced as and when desired by Employer or by the persons authorized by him.

11.6 The Contractor shall provide suitable safety equipment of prescribed standard to all

employees and workmen according to the need, as may be directed by the Employer who

will also have the right to examine this safety equipment to determine their suitability,

reliability, acceptability and adaptability.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 23 of

26

11.7 The Contractor employing more than 250 workmen whether temporary, casual,

probationer, regular or permanent or on contract, shall employ at least one full time officer

exclusively as safety officer to supervise safety aspects of the equipment and workmen.

The name and address of such Safety Officer of the Contractor will be promptly informed in

writing to the Employer with a copy to the Safety Officer-Incharge before he starts work or

immediately after any change of the incumbent is made during currency of the Contract.

11.8 In case any accident occurs during the construction/erection or other associated activities

undertaken by the Contractor thereby causing any minor or major or fatal injury to his

employees due to any reason whatsoever, it shall be the responsibility of the contractor to

promptly inform the same to the Employer and also to all the authorities envisaged under

the applicable laws.

11.9 The Employer shall have the right to stop the work, if in its opinion the work is being carried

out in such a way as may cause accidents and endanger the safety of the persons and/or

property. In such cases, the Contractor shall be informed in writing about the nature of

the hazards and possible injury/accident and he shall remove shortcomings promptly. The

Contractor, after stopping the specific work , can if felt necessary, appeal against the order

of stoppage the specific of work to the Employer within 3 days of such stoppage of work

and the decision of the Employer in this respect shall be conclusive.

11.10 The Contractor shall not be entitled for any damages/compensation for stoppage of work

due to safety reasons and the period of such stoppage of work will not be taken as an

extension of time for completion of work and will not be the ground for waiver of any part of

Contractors liability for timely completion of the works.

11.11 The Contractor shall follow and comply with all Safety Rules, relevant provisions of

applicable laws pertaining to the safety of workmen employees plant and equipment as

may be prescribed from time to time without any demur, protest or contest or reservation.

In case of any conflict between statutory requirement and safety rules referred above the

most stringent clauses shall be applicable.

11.12 If the Contractor fails in providing safe working environment as per Safety, Rules or

continues the work ever after being instructed to stop work by the Employer, the Contractor

shall promptly pay to the Employer on demand, compensation at the rate of Rs. 5000/- per

day or part thereof till the instructions are compiled with and so certified by the Employer.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 24 of

26

11.13 If the Contractor does not take all safety precautions and /or fails to comply with the Safety

Rules as prescribed by the Employer or as prescribed under the applicable law for the

safety of the equipment, plant and personnel and the Contractor does not prevent

hazardous conditions which may cause injury to his own employees or employees of other

Contractors, or Employer or any other person at Site or adjacent thereto, the Contractor

shall be responsible for payment of compensation as per the following schedule:-

a) Fatal Injury or accident

causing death

Rs. 1,00,000/-

per person

: Applicable for

death / injury

b) Major injuries or accident

causing 25% or more

permanent disability

Rs. 20,000/- per

person

: To any person

whosoever

Permanent disability shall have the same meaning as indicated in Workmen’s

Compensation Act. The compensation mentioned above shall be in addition to the

compensation payable to the workmen/employees under the relevant provisions of

the Workmen’s Compensation Act and rules framed there under or any other

applicable law as applicable from time to time. In case the Employer is made to

pay any such compensation, the contractor will be liable to reimburse the

Employer such amount(s) even in addition to the compensation indicated above.

12. Code Requirements

The erection requirements and procedures to be followed during the execution of

the project shall be in accordance with the applicable Indian / International

Standards / regulations as indicated in Technical Specifications, good engineering

practices, Drawings and other applicable Indian codes, laws and regulations.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 25 of

26

ANNEXURE-I

METEROLOGICAL DATA

1.1 The Equipment to be supplied against this specification shall be suitable for

satisfactory continuous operation under the following tropical conditions:-

1 Location In the State of Haryana

2 Max. Ambient Air Temp. (deg.C) 60oC

3 Min. Ambient Air Temp. (deg.C) -5 oC

4 Daily Average Air Temp (deg.C) 35

5 Average No. of Thunder Storm days per annum 45

6 Max. Relative Humidity (%) 100

7 Min. Relative Humidity (%) 26

8 Average annual rainfall (mm) 900

9 Max. Wind Pressure (Kg/Sq.mm) 195

10 Max. altitude above mean seal level (meters) 1000

11 Isoceraunic level (days/year) 45

12 Seismic level (horizontal acceleration) 0.3 g

13 Average No. of rainy days per annum 120

NOTE:

Moderately hot and humid tropical climate conductive to rust and fungus growth. The

climate conditions are also prone to wide variations in ambient condition. Smoke is also

present in the atmosphere. Heavy lightning also occurring during June to October.

C:\Users\Sukhdev\Desktop\Final Nit Part_B\Final Nit 52\Jasnit\Final Nit 52\Bid Docs Vol-II RAPDRP PART_B.Doc Page 26 of

26

SECTION VII C

Sr. No.

Description Page No.

1 Technical Specification for PCC Poles 8 & 9 M Long (WL-200 Kg)

2 Technical Specification for Galvanized Steel Barbed Wire

3 Technical Specification for GSS Wire of 7/8 SWG (4 MM)

4 Technical Specification for G.I Wire

5 Technical Specification for Composite Insulators for 11 kV Works

6 Technical Specification for Porcelain Insulators and Insulators Fittings for 11 kV Overhead Power Lines

7 Technical Specification for 11 kV 400 Amp. G.O Switches

8 Technical Specification for Hard Drawn Stranded Steel Cored Aluminium Conductors (20, 30 & 50mm2)

9 Technical Specification for MS Nuts & Bolts

10 Technical Specification of 9 kV Lightning Arrestor (5 kA)

11 Technical Specification for LT PVC Cables 4-C 50 mm2

12 Technical Specification for C-Wedge Connectors