You are on page 1of 74

TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Company Name : MSPGCL


Unit Name : PROJECT KHAPERKHEDA (KPKD-500X1)
Kindly go through the details, In case of any problems/ issues related to the reported data email to
cgmgpkhaperkheda@mahagenco.in

TENDER DETAILS
Tender Code 79150(Amendment - 4)
Mode Quantity Contract
Is Over All No
Tender Type OPEN
Tender Category Type SUPPLY cum WORKS
Section KHAPERKHEDA PROJECT
Type Of Bid Two Bid
Material Description Supply Erection, Commissioning & Testing of motors, Pumps,
33KV/433 V switchyard, 630 KVA transformers, breakers, isolators, CT,
PT, protection panel, Battery with battery charger, LT switch gears,
lighting transformer, lighting MLDB, laying of HT, LT & control cable
with erection of cable tray, lighting work at premises along with loading
of material at Khaperkheda 1X500MW (O&M), transport, unloading at
site premises of AWRS pump house Nandgaon.
Estimated Cost [In Rupees] 9946260.0
Submission Date Sunday, 20 January, 2019 3:00:00 PM
Tender Validity 90 Days
Delivery Period 180 Days
Tender Fees [In Rupees] 1180.0
EMD [In Rupees] 102962
Contact Email Id cgmgpkhaperkheda@mahagenco.in
Commencement Period 30 days from 'HANDING OVER OF SITE'
Basis Of Prices Firm Price
Sample Required Not Required
Deviation Yes
BID OPENING DETAILS
Techno-Commercial Bid Will be declared later
Price bid Will be declared later

TENDER DOCUMENTS
Total Number of documents : 13

Page 1 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Rev: 00 Date: 01/01/2009

Maharashtra State Power Generation Co Ltd


This Section is applicable to all Power Stations Thermal, Hydro & Gas
SECTION - I
TENDER SUPPLY: INSTRUCTIONS TO TENDERERS
 Tender form is not transferable
 The tender documents duly filled-in and digitally signed, are to be submitted online before due date & time of the submission of
tender.
 Tenderer may participate in tender opening process by login at the specified time and date of opening of the tender, if he desires so.
 The tenderer is requested to quote his lowest rates F.O.R. destination for the supply of materials.
 Please upload the documents where requested for conformance. Documents which are uploaded at registration level and are still
valid may not be uploaded and only reference may be indicated.
 The material is required at Purchasers location as specified in Section III.
1. SCOPE OF WORK
The scope of work under this tender is for design, engineering (wherever applicable), manufacture, inspection & testing before
despatch, packing and forwarding supply of material / equipments as specified in Tender document.
2. REQUIREMENT FROM TENDERERS
2.1. The tenderer shall provide satisfactory evidence concerning that:
a. The tenderer has proven experience of design, manufacture, testing and supply of similar material / equipment, which are
in operation on the date of submission of the tender.
b. The tenderer does not anticipate change in the ownership during the proposed period of contract. If such a change is
anticipated, the scope and effect thereof shall be defined.
c. The tenderer has adequate financial stability and status to meet the financial obligations pursuant to the scope of the
contract. The tenderer should attach Solvency Certificate from a Nationalized Bank to the extent of the value of the
contract at the time of submission of the tender.
d. The tenderer has adequate organization to provide the necessary management services required to successfully design,
manufacture, test and supply similar capacity material/equipment as required by the specifications and documents.
2.2. The above stated requirements are a minimum and the Purchaser reserves the right to request for any additional information /
data and also reserve the right to reject the proposal of any tender, if in the opinion of the purchaser, the qualification data is
incomplete or the tenderer is found not qualified to satisfactory perform the contract.
2.3. Besides the above requirements, the tenderer shall also fulfils the Qualifying Requirements laid down in the special terms &
conditions wherever specified. The tenderers who do not fulfil the above Qualifying Requirements including the qualifying
conditions specified in the tender documents, the tender shall be summarily rejected.
2.4. The tenderer should be a Registered Vendor for All Power Stations. The registration process is as displayed at the site
http://aps.mahagenco.in . It is the responsibility of the vendor to periodically update the details uploaded by him
3. PRICE
3.1. The lump-sum price / unit rate price (as the case may be) quoted by the tenderer in his tender with additions and deletions as
may be agreed to for the entire scope viz. design, engineering (wherever applicable) manufacturing, packing and supply of the
materials / equipment covered under these specifications and documents to the purchaser’s stores / works site and
commissioning (wherever applicable) shall be treated as the contract price. The tenderer shall quote the price per unit covering
entire scope as stated above.
3.2. The contract price shall be F.O.R. destination price. For this purpose, the tenderer shall quote Ex-Works price and element of
Freight and Insurance along with applicable rate of Excise Duty, Sales Tax / VAT will be programmatically calculated. The
Purchaser is registered dealer under the Maharashtra Value Added Tax Act and Central Sales Tax Act. Whenever applicable the
Purchaser shall issue ‘C’ form under the Central Sales Tax Act. In case Excise Duty / Sales Tax are not payable partially / fully,
tenderer shall attach the documentary evidence online along with the tender.
3.3. The tenderer possessing more than one factory at different locations shall not submit offers with different rates for each of his
factories against one tender form purchased by him. In such an event, the tender / tenders shall be rejected.
3.4. In case the tenderer desires to submit offer with different rates for each of his factories separately, he will have to submit
separate tenders for each of his factories and independently comply with all the tender conditions including tender fee, EMD,
SD, ISI / BIS / ANSI / EIA / DIN / ASME / BS License etc as applicable for each of his offer failing which, all such offers shall be
rejected. If required by the purchaser documentary evidence of such licences shall be submitted.
3.5. Tenderer is requested to quote only single price / rate for the quantity offered by the tenderer. The offers with prices of the
materials quoted in slab basis and / or with conditional discount on any account viz. payment, quantity etc. shall be rejected.
3.6. The tenderer shall quote the delivery only in the unit of the item specified in Price Bid i.e. if the quantity is in sets or in tons or
in numbers or in Kilometres, rate of delivery shall be in the same unit. Similarly, if the tenderer quotes combined delivery in
assorted sizes for all the items, he would be required to supply all the items ordered on him in fair proportion or particular item
/ items as may be required by the purchaser at his option.
3.7. The tenderer shall quote prices in Indian Rupees only, although the material requires some imported components, if any. The
tenderer shall arrange to import such material against
Page 2 of 74 his import license & Purchaser shall not be responsible for obtaining
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Import License or furnishing essentiality certificate for import of such component of the custom duty payable on such material.
The purchaser shall not be liable to pay custom duty or variation thereof including the variation on account of foreign exchange
rate. The offers requiring the Purchaser to obtain Import License or to make payment of custom duty or any variation referred
to above shall be rejected.
3.8. The tenderer should quote item wise price in the price bid.
3.9. The tenderer shall quote the prices taking into consideration the credit available on inputs under CENVAT scheme and shall
declare to pass on to the Purchaser the amount of set off, he may receive, in respect of duties on inputs as admissible under the
law without any reservation.
3.10. Prices are acceptable only on F.O.R. destination basis inclusive of Excise Duty, Sales Tax/ VAT, risk in transit, freight showing the
break-up as desired in the Price Bid. It shall be noted that quotations not conforming to FOR destination basis inclusive of Excise
Duty and Sales Tax etc. and to the unit as specified in Price Bid shall be rejected.
4. QUOTATION
Tenderer shall quote price per unit. Any variation in the rates etc. will not be allowed on any ground such as mistake,
misunderstanding etc. after the date and time of submission of tender.
5. CLARIFICATION OF TENDER DOCUMENTS
5.1. The tenderer is expected to examine all instructions, forms, terms and specifications in the tender documents. Failure to furnish
all information required under the tender documents or submission of tender not substantially responsive to the tender
documents in every respect will be at the risk of the tenderer and may result in rejection of his tender.
5.2. The tenderer requiring a clarification of the tender documents may intimate to the purchaser in writing at the Purchaser’s
mailing address before 5 days from the date of submission of tender.
5.3. Purchaser’s response, if any, including an explanation of the enquiry, but without identifying the source of enquiry will be sent
to the tenderers who have purchased the tender documents.
6. LOCAL CONDITIONS
6.1. It shall be imperative on each tenderer to fully inform himself of all local conditions and all other factors which may have any
effect on the execution of the contract covered under these documents and specifications. The tenderer shall also make
enquiry and satisfy himself about the contingencies, risk and other circumstances, which may influence or affect the execution
of the contract as specified in this tender specification. The Purchaser shall not entertain any request for clarification from the
tenders regarding such local conditions.
6.2. It is presumed by the Purchaser that all such factors, conditions etc. have been properly investigated and considered by the
tenderer while submitting his tender. Neither any change in the time schedule of the contract nor any financial adjustments
arising thereof shall be permitted by the Purchaser which are based on the lack of such clear information or its effect on the
cost of the contract to the tenderer.
7. DISCLOSING THE NAME OF THE MANUFACTURER
Whenever a material is described by name of the particular brand or being offered after purchasing from other sources, the
tenderer shall specifically disclose the name of the original supplier or the manufacturer and the tenderer shall not be allowed to
deliver the material offered from any other manufacturer unless the permission in writing is obtained from the Purchaser.
8. CONSTITUTION OF TENDERER
The tenderer having indicated the details such as nature and constitution of its organization viz. whether Proprietary, Partnership,
Public Ltd. or Private Ltd. Co., NSIC / SSI registration, permanent Bank Guarantee etc. at the time of vendor registration, renewal /
changes therein shall have to be uploaded by editing the vendor registration details with due approval of the purchaser before the
due date of submission of this tender.
9. EARNEST MONEY DEPOSIT (EMD)
9.1. The tenderer shall pay the Earnest Money Deposit as set below along with the tender. The tender without the payment of
Earnest Money Deposit shall be summarily rejected. No interest shall be paid on the Earnest Money Deposit.
9.2. Unless the tenderer is exempted on account of statutory directives as enlisted in clause below, Earnest Money Deposit shall be
paid in the office of the purchaser in Cash or by Demand Draft and if the amount of EMD is more than Rs 1,00,000/-, either in
Cash/DD or by way of Bank Guarantee from any Nationalized Bank in favour of Purchaser for the requisite amount of EMD. BG
format can be downloaded from web site.
9.3. Earnest Money Deposit should be @ 3 % (Three Percent) of the estimated value up to Rs. 1, 75,000/- and thereafter @ 1 % of
the balance offered value. The maximum Earnest money deposit payable against the tender shall be limited to Rs. 5, 00,000/-
(Rupees Five Lakhs).
9.4. Exemption of EMD: Government and semi Government Institutions / Small-scale industrial unit / NSIC
a. All Government and semi Government Institutions under Government of Maharashtra and Zilla Parishad in Maharashra
and fully owned undertaking of any State Government and Government of India (for the items’ manufactured by such
institutions / units).
b. Small-scale industrial unit permanently registered with Directorate of Industries, Maharashtra only for the items
mentioned in their permanent registration certificate.
c. Small scale industrial unit registered with National Small Industries Corporation (NSIC) and Small Industries Services,
Institute of Govt. of India, only for the items manufactured by them.
9.5. A reference to the tender number should be given in case the EMD is paid in cash / DD before the due date of the tender and
the relevant deposit amount should be mentioned inofthe
Page 3 74 tender.
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

9.6. The Tenderer may avail the scheme of lump-sum deposit of Rs 3 Lakhs (Three Lakhs only) for each power station of
MAHAGENCO which will be treated as Permanent Deposit and shall be applicable for EMD & SD exemption. It will be valid for
one year. This permanent deposit will be acceptable only in cash or by Demand Draft drawn on any Nationalized/Scheduled
Bank in favour of MAHAGENCO. In case of permanent deposit, the Tenderer should upload certificate issued by MAHAGENCO
with every tender.
9.7. The tenderer registered with N.S.I.C. and those who have attached N.S.I.C. Registration certificate at the time of vendor
registration shall avail benefits mentioned above only to those items approved during the Registration process & subsequent
updates in registration up to the date of submission of this tender.
a. Earnest Money Deposit shall stand forfeited In the event if:
b. Tender is withdrawn after opening of the technical bid
c. Tender is withdrawn during validity period
d. Tender is withdrawn before the Tenderer receives formal intimation of decision taken in this regard to this tender
e. Tenderer fails to pay Security Deposit against this order/contract.
f. Tenderer fails to execute the Stamp Agreement after receipt of Order
g. Tenderer fails to accept L.O.I. (Letter of Intent)
9.8. In such events Purchaser shall be entitled to recover the amount of EMD paid or enchasing the Bank guarantee or by resorting
any other remedy available under the law.
9.9. The successful tenderer upon award of the contract fails to pay the security deposit of the order/contract, then the EMD
amount shall be forfeited by the Purchaser without prejudice to the right of the Purchaser to recover damages, if any’.
10. EARNEST MONEY OF UNSUCCESSFUL TENDERER
10.1. Earnest Money Deposited shall be returned to the unsuccessful tenderer as soon as possible after the tender has been decided
and on submission of receipt of EMD payment to the office of The Purchaser.
10.2. Tenderers are requested to submit their applications for refund of E.M.D. / S.D. within three years from the date of Payment;
otherwise, it will be treated as forfeited.
11. SIGNING OF THE TENDER DOCUMENTS
11.1. Offer shall be submitted along with the tender documents and duly filled in with all sections / Appendices / Schedules etc.
11.2. The offer shall be signed with valid Digital signature.
12. TIMELY SUBMISSION OF OFFER
12.1. The tender is to be submitted online on or before due date & time of submission to the purchaser at website
http://aps.mahagenco.in
12.2. It is advisable to submit the digitally signed offer sufficiently in advance of due date & time so as avoid last minute trafficking at
server.
12.3. Offer received after the due date and time of submission shall not be accepted.
12.4. In case, the due date of opening of tender happens to be holiday, the offer shall be opened on the next working day at the
same time.
13. SUBMISSION / SUPER SCRIBING OF THE TENDER DOCUMENTS
The offer is to be submitted as follows:
13.1. Techno Commercial Bid (Part I): This part shall contain all Technical and Commercial aspects of the Bid and documents
supporting the same except the price bid.
13.2. Price Bid (Part II): This part shall contain only the Price Bid; strictly in the prescribed format i.e. Price schedule.
13.3. Physical submission of documents (PART III) if applicable: Envelope for this part shall contain documents like type test reports,
drawings, bill of material, catalogues etc. demanded in tender in physical form (hard copy) & is to be submitted to Purchaser if
it is not practicable to upload the documents online due to size.
13.4. Method of submission of part III and their opening: This envelope shall be individually sealed and shall be super scribed with
the name and address of tenderer and the following information before posting or delivering the same:
a. Tender No.
b. Due date and time of submission
c. Due date and time of opening
13.5. Envelope of part III as above shall be opened on the scheduled date of opening of Techno-commercial Bid (Part- I).
13.6. In respect of tenderer whose techno-commercial bid is acceptable, their Price Bid shall be scheduled for online opening.
14. QUANTITIES OFFERED
The quantity offered should be filled in Price Bid / price schedule failing which offer will be treated as ‘No Offer’ and rejected.
15. INFORMATION REQUIRED WITH TENDER
15.1. The tenderer shall clearly indicate his organizational structure such as manpower, financial position etc. available for execution
of contract. He shall also indicate the name of the subcontractor, if intended, along with the full details of the sub-contractors.
Such information should be furnished in separate sheet to be attached to the offer.
15.2. The tenderer shall upload the relevant documents in order to fulfil Qualifying Requirements.
15.3. In case of any deviation as regards the specification, the tenderer shall clearly indicate in separate sheet of technical /
commercial deviation schedule.
15.4. The tenderer shall furnish the full address along with Telephone No. FAX, E-mail etc. for the purpose of correspondence. The
letters / Notices served or left upon said address
Page shall
4 of 74be deemed to have been served upon the tenderer or contractor. The
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

tenderer shall immediately communicate and update online the change in address, Telephone, Fax, E-mail etc., if any. Failure to
intimate such change, any letter or notice served upon original address of the tenderer shall be deemed to be received by the
tenderer / contractor.
15.5. Verbal statement or information furnished by the tenderer as regards the quality, quantity, arrangement of work or any other
matter connected to the tender shall not be considered.
16. OFFERS OF SSI UNITS:
16.1. The tenderer registered with Directorate of Industries of Government of Maharashtra for manufacturing the items tendered /
offered and those who have attached valid certificate at the time of vendor registration shall be considered for concessions
applicable. These benefits shall be available only to those items approved during the Registration process & subsequent
updates in registration up to the submission of this tender.
16.2. MSSIDC or MAVIM, while submitting their offer on behalf of SSI unit, should ensure submission of copy of their registration
certificate of these SSI units at the time of registration, failing which offer shall be rejected.
16.3. The SSI units from the developing region desired to avail 33% purchase preference should submit necessary eligibility certificate
from Regional Development Authority / Implementing Agency along with certificate of commencement of production and
classification of developing region under which the unit is situated in vendor registration form.
16.4. It may be noted that if details of complete set of valid eligibility certificate from SICOM / Regional Development Authority /
Implementing Agency, duly sealed and signed, is not updated in Vendor registration form, the tenderer shall not be entitled for
concessions applicable for SICOM / Regional Development Authority units under the said Scheme.
16.5. If there are any specific Government directives such as reservation of items for units in Maharashtra, non-eligibility of
preference to SSI units etc. for particular items, price and purchase preference etc. the same would be applicable irrespective of
the fact that it has not been specifically incorporated in the tender notice and/or tender documents.
17. DELIVERY OF THE EQUIPMENT/S
17.1. Tenderer should quote clear delivery schedule in the format specified in tender documents offers.
17.2. Delivery schedule which directly or indirectly affects the Conditions of Tender & Supply shall be liable for rejection.
17.3. Offer shall not be accepted if the delivery period is not indicated.
18. FILLING IN OF PRICE SCHEDULE
Tenderer is requested to ensure that the comments against each and every item / clause of price schedule / Section shall be clearly
filled in and answered. Any item / clause shall not be left blank or unanswered. If any item / clause are not applicable, the words
“Not Applicable” shall be written against it.
19. MANDATORY REQUIREMENT OF SUBMISSION OF OFFER
The offer shall be submitted online duly filled in, attaching all the required documents, completed in all respects and should be
digitally signed.
20. LANGUAGE OF THE TENDER
The tender filled in by the tenderer and all correspondence & documents relating to the tender exchanged between the tenderer
and Purchaser shall be written in English language. Any document furnished along with the tender in a local vernacular language
shall be accompanied with the English translation.
21. AMENDMENT OF THE TENDER
At any time prior to the date of opening of the tender, the purchaser may for any reason, whether at its own initiative or in response
to a clarification required by the tenderer, modify the tender documents by an amendment which will be notified by e-mail to all the
prospective tenderers who have received the tender documents and will be binding on them. Purchaser may at its discretion extend
the date of opening of the tender.
22. DISREGARD OF TENDER CONDITIONS
22.1. The Purchaser reserves the right to reject any tender, which does not conform to any of the conditions / instructions etc.
22.2. Tender containing any deviations / additions / alterations / changes in the conditions of tender and supply as stated in sections-
I/II/III shall not be acceptable.
22.3. The tenderer having digitally signed all the tender documents indicates any deviations / additions / alterations / changes in the
covering letter, unrelated Section-I/II/III, schedules of the offer or elsewhere, the same shall be ignored and the offer shall be
treated as meeting with all specified tender conditions.
23. EXAMINATION OF TENDERS
23.1. The tenderer shall furnish all the data, drawings and other information / documents as per schedules attached to this
specification, duly signed with the seal of the company, as a token of acceptance.
23.2. The purchaser reserves the right to reject any offer for lack of any data as called for in the schedules and particularly in the
technical details.
23.3. After the opening, the purchaser shall examine the tenders to determine whether they are complete, whether required
confirmations have been furnished, whether the documents have been properly signed and whether the tenders are generally
in order, whether the essential / special terms and conditions are agreed.
24. POLICY FOR TENDERS UNDER CONSIDERATION
24.1. The tenders shall be deemed to be under consideration immediately after they are opened and until such time the official
intimation of award / rejection is made by the purchaser to the tenderers.
Page 5 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

24.2. While the tenders are under consideration, the tenderers and / or their representatives or other interested parties are advised
to refrain from contacting by any means, the purchaser and / or his employees / representatives on matters related to the
tender under consideration. The purchaser, if necessary, shall obtain clarifications on the tender by requesting for such
information from any or all the tenderers in writing, as may be necessary.
24.3. All unsolicited correspondence, discussions etc. by the tenderer after opening of the price bid shall be treated as post tender
development / information and shall not be considered for tender evaluation purpose.
25. ACCEPTANCE OF TENDER
25.1. The Purchaser does not bind himself to accept the lowest or any tender neither will any reasons be assigned for the rejection of
any tender or part of tender. It is also not binding on the Purchaser to disclose any analysis report on tender / samples. The
tenderer on the other hand binds himself to supply any item or items selected from his offer in part or whole at the option of
the Purchaser.
25.2. The Purchaser shall reserve the right to place an order for any quantity in excess to the extent of 50% or any less quantity, of
the quantities offered by the tenderer. The quantity specified may be for despatch and delivery to destination.
26. AMBIGUITY IN QUOTATION OR DEVIATIONS:
The tenderer shall ensure that he should quote the tender in clear terms and only fill in the blanks wherever required. Any ambiguity
in the terms and conditions may lead the rejection of tender. The tenderer should note that there shall be no deviation in respect of
the following terms specified in tender documents and the deviation if any; the tender shall be liable for rejection.
a. Payment of Earnest Money Deposit
b. Payment of Security Deposit
c. Liquidated damages
d. Terms of Payment
e. F.O.R. destination prices
f. Guarantee
g. Period of validity of offer
h. Jurisdiction of Court
i. Default of contractor & termination thereof
j. Non-compliance of special Condition specified
27. WITHDRAWAL OF INVITATION OF TENDER
The Purchaser reserves its right to withdraw the invitation of tender at any time before its acceptance is communicated to the
successful tenderers without assigning any reason.
28. NAME OF AGENT / REPRESENTATIVE
28.1. The Digital Certificate has been issued to the persons authorized by the firm during vendor registration process . While
submitting the bids online only valid digital certificate issued to the firm can be used. In case, the digital certificate is
compromised or the person holding the digital certificate is no longer authorized to digitally sign the tender, it is the
responsibility of the tenderer to revoke this certificate and obtain the fresh certificate. The tenderer is responsible for all the
contractual liabilities & responsibilities thereof.
28.2. In case the tenderer authorises the agent or the representative to deal on behalf of the tenderer the name and address of such
person should be informed to the purchaser. The tenderer shall submit the Power of Attorney in favour of agents /
representative duly executed before the Notary. In. the absence of the power of attorney, the Purchaser shall not deal with the
agent / representative.
29. NOTIFICATION OF AWARD OF CONTRACT
The notification of Award of contract shall be communicated to the successful tenderer by Letter of Award (LOA) by email or
registered post or hand delivery or Fax as the Purchaser deems it fit which shall be followed by letter of confirmation by registered
post. It shall be noted that the contract shall be concluded on notification of award of contract.
30. VALIDITY OF THE TENDER
The tenderer shall keep the offer valid for acceptance up to and including last date of calendar month, covering the date of
completion of 120 days (0ne twenty days) from the date of opening of the tender and shall agree to extend the period of validity
required by the Purchaser. The tenderer will not be allowed to modify or change the conditions of the tender while extending the
period of validity.
31. PROCEDURE FOR SUBMISSION OF TENDER
31.1. The tenderer shall note that all Sections / Price schedule etc. to be submitted along with the tender duly signed by digital
signature.
31.2. Failure to follow this procedure shall render the tender incomplete and shall be liable for rejection.

These instructions of tender shall form part of the contract


Please, consider your environmental responsibility. Before printing this document ask yourself: "Do I really need a hard copy?"

Page 6 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Rev: 00 Date: 01/01/2009 

Maharashtra State Power Generation Co Ltd 
This Section is applicable to all Power Stations Thermal, Hydro & Gas 
SECTION - I
TENDER WORKS: INSTRUCTION TO TENDERERS 
• Tender form is not transferable 
• The tender documents duly filled‐in and digitally signed, are to be submitted online before due time & date of the submission of tender. 
• Tenderer participating in tender opening, may login at the specified time and date of opening of the tender, if he desires so. 
• The tenderer is requested to quote his lowest rates for the work specified in work schedule as per scope of work.  
• Please upload the documents where requested for conformance. Documents which are uploaded at registration level and are still valid may 
not be uploaded and only reference may be indicated. 
• The work is to be carried out at location as specified in Section III scope of work.  
1. SCOPE OF WORK: 
The scope of work under this tender is as specified in Section / Technical Specifications or any other documents attached with the tender.  
2. REQUIREMENT FROM TENDERERS: 
2.1. The tenderer shall provide satisfactory evidence concerning that:   
a. The tenderer has proven experience of carrying out such work or similar work, which are in operation on the date of submission of the 
tender.  
b. The tenderer does not anticipate change in the ownership during the proposed period of contract. If such a change is anticipated, the 
scope and effect thereof shall be defined. 
c. The tenderer has adequate financial stability and status to meet the financial obligations pursuant to the scope of the contract .The 
tenderer  should  attach  Solvency  Certificate  from  a  Nationalized  Bank  to  the  extent  of  the  value  of  the  contract  at  the  time  of 
submission of the tender.   
d. The tenderer has adequate organizational structure to provide the necessary management services required for successfully carrying 
out such work. 
2.2. The above stated requirements are a minimum and the Purchaser reserves the right to request for any additional information / data and 
also reserve the right to reject the proposal of any tender, if in the opinion of the purchaser, the qualification data is incomplete or the 
tenderer is found not qualified to satisfactory perform the contract. 
2.3. Besides  the  above  requirements,  the  tenderer  shall  also  fulfil  the  Qualifying  Requirements  laid  down  in  the  special  terms  &  conditions 
wherever specified. The tenderers who do not fulfil the above Qualifying Requirements including the qualifying conditions specified in the 
tender documents, the tender shall be summarily rejected.   
2.4. The  tenderer  should  be  a  Registered  Vendor  for  all  Power  Stations.  The  registration  process  is  as  displayed  at  the  site 
http://aps.mahagenco.in. It is the responsibility of the vendor to periodically update the details submitted by him. 
3. PRICE: 
3.1. The lump‐sum price / unit rate prices (as the case may be) quoted by the tenderer in his tender with additions and deletions as may be 
agreed  to  for  the  entire  scope  covered  under  these  specifications  and  documents  to  the  purchaser’s  works  site  shall  be  treated  as  the 
contract price. The tenderer shall quote the price per unit covering entire scope as stated above. 
3.2. The offers with conditional discount on any account viz. payment, quantity etc. shall be rejected. 
3.3. The  tenderer  shall  quote  prices  in  Indian  Rupees  only,  although  the  work  requires  some  imported  components  /  services,  if  any.  The 
tenderer shall arrange to import such material against his import license & Purchaser shall not be responsible for obtaining Import License 
or furnishing essentiality certificate for import of such component of the custom duty payable on such material. The purchaser shall not be 
liable  to  pay  custom  duty  or  variation  thereof  including  the  variation  on  account  of  foreign  exchange  rate.  The  offers  requiring  the 
Purchaser to obtain Import License or to make payment of custom duty or any variation referred to above shall be rejected. 
3.4. The tenderer should quote item wise price in the price bid / price schedule of the tender documents under the various heads indicated 
therein. 
4. QUOTATION: 
Tenderer shall quote price per unit. Any variation in the rates etc. will not be allowed on any ground such as mistake, misunderstanding etc. 
after the date and time of submission of tender.  
5. CLARIFICATION OF TENDER DOCUMENTS: 
5.1. The  tenderer  is  expected  to  examine  all  instructions,  forms,  terms  and  specifications  in  the  tender  documents.  Failure  to  furnish  all 
information required under the tender documents or submission of tender not substantially responsive to the tender documents in every 
respect will be at the risk of the tenderer and may result in rejection of his tender. 
5.2. The tenderer requiring a clarification of the tender documents may notify to the purchaser in writing at the Purchaser’s mailing address 
before 5 days from the date of submission of tender.  
5.3. Purchaser’s  response,  if  any,  including  an  explanation  of  the  enquiry,  but  without  identifying  the  source  of  enquiry  will  be  sent  to  the 
tenderers who have purchased the tender documents. 
6. LOCAL CONDITIONS: 
6.1. It shall be imperative on each tenderer to fully inform himself of all local conditions and all other factors which may have any effect on the 
execution  of  the  contract  covered  under  these  documents  and  specifications.  The  tenderer  shall  also  make  enquiry  and  satisfy  himself 
Page 7 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

about  the  contingencies,  risk  and  other  circumstances,  which  may  influence  or  affect  the  execution  of  the  contract  as  specified  in  this 
tender specification. The Purchaser shall not entertain any request for clarification from the tenders regarding such local conditions. 
6.2. It shall be presumed by the Purchaser that all such factors, conditions etc. have been properly investigated and considered by the tenderer 
while submitting his tender. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be 
permitted by the Purchaser which are based on the lack of such clear information or its effect on the cost of the contract to the tenderer. 
7. CONSTITUTION OF TENDERER: 
The tenderer having indicated the details such as nature and constitution of its organization viz. whether Proprietary, Partnership, Public Ltd. or 
Private Ltd. Co., NSIC / SSI registration, permanent Bank Guarantee etc. at the time of vendor registration, renewal / changes therein shall have 
to be uploaded by editing the vendor registration details with due approval of the purchaser before the due date of submission of this tender. 
8. SECURITY DEPOSIT: 
8.1. The Contractor whose tender is accepted will have to intimate the acceptance of the Order and shall be required to pay within Seven days 5 
% of the contract value as Security Deposit in cash of by Demand Draft or if the amount exceeds Rs. 1,00,000/‐ either by Cash/DD or in the 
form of Bank Guarantee from any Nationalized Bank on Stamp Paper of Rs. 100/‐ valid for the period of 18 months from the date of Order. 
Stamp Paper charges to be borne by the Contractor.   
8.2. Contractor will have to pay additional Security Deposit for the Extension order if issued. 
9. EARNEST MONEY DEPOSIT (EMD): 
9.1. The tenderer shall pay the Earnest Money Deposit as set below along with the tender. The tender without the payment of Earnest Money 
Deposit shall be summarily rejected. No interest shall be paid on the Earnest Money Deposit  
9.2. Unless the tenderer is exempted on account of statutory directives as enlisted in clause below, Earnest Money Deposit shall be paid in the 
office of the purchaser in Cash or by Demand Draft and if the amount of EMD is more than Rs. 1,00,000/‐, either in Cash/DD or by way of 
Bank Guarantee from any Nationalized Bank in favour of Purchaser for the requisite amount of EMD. BG format may be downloaded from 
web site. 
9.3. Earnest Money Deposit should be @ 3% (Three Percent) of the estimated value up to       Rs. 1,75,000/‐ and thereafter @ 1% of the balance 
offered value. The maximum Earnest money deposit payable against the tender shall be limited to Rs. 5, 00,000/‐ (Rupees Five Lakhs). 
9.4. Exemption of EMD: Government and semi Government Institutions / Small‐scale industrial unit / NSIC 
a. All    Government  and  semi  Government  Institutions  under  Government  of  Maharashtra  and  Zilla  Parishad  in  Maharashra  and  fully 
owned undertaking of any State Government and Government of India (for the items’ manufactured by such institutions / units). 
b. Small‐scale industrial unit permanently registered with Directorate of Industries, Maharashtra only for the items mentioned in their 
permanent registration certificate. 
c. Small scale industrial unit registered with National Small Industries Corporation (NSIC) and Small Industries Services, Institute of Govt. 
of India, only for the items registered. 
9.5. A  reference  to  the  tender  number  should  be  given  in  case  the  EMD  is  paid  in  cash  before  the  due  date  of  the  tender  and  the  relevant 
deposit amount should be mentioned in the tender.  
9.6. The Tenderer may avail the scheme of lump‐sum deposit of Rs. 3 Lakhs (Three Lakhs only) for each power station of MAHAGENCO which 
will be treated as Permanent Deposit and shall be applicable for EMD & SD exemption. It will be valid for one year. This permanent deposit 
will  be  acceptable  only  in  cash  or  by  Demand  Draft  drawn  on  any  Nationalized/Scheduled  Bank  in  favour  of  MAHAGENCO.  In  case  of 
permanent deposit, the Tenderer should enclose certificate issued by MAHAGENCO with every tender. 
9.7. The tenderer registered with N.S.I.C. and those who have attached N.S.I.C. Registration certificate at the time of vendor registration shall 
avail benefits mentioned above only to those items approved during the Registration process & subsequent updates in registration up to 
the date of submission of this tender. 
9.8. Earnest Money Deposit shall stand forfeited In the event if: 
a. Tender is withdrawn after opening of the technical bid 
b. Tender is withdrawn during validity period 
c. Tender is withdrawn before the Tenderer receives formal intimation of decision taken in this regard to this tender 
d. Tenderer fails to pay Security Deposit against this order. 
e. Tenderer fails to execute the Stamp Agreement after receipt of Order 
f. Tenderer fails to accept L.O.I. (Letter of Intent) 
9.9. In such events Purchaser shall be entitled to recover the amount of EMD paid or enchasing the Bank guarantee or by resorting any other 
remedy available under the law. 
9.10. The  successful  tenderer upon  award  of  the  contract  fails  to  pay  the security  deposit  of  the  order  /  contract  then  the  Purchaser  without 
prejudice to the right of the Purchaser to recover damages, if any.  
10. EARNEST MONEY OF UNSUCCESSFUL TENDERER: 
10.1. Earnest  money  deposited  shall  be  returned  to  the  unsuccessful  tenderer  as  soon  as  possible  after  the  tender  has  been  decided  and  on 
submission of receipt of EMD payment to the office of the purchaser.  
10.2. Tenderers are requested to submit their applications for refund of E.M.D. / S.D. within three years from the date of Payment; otherwise, it 
will be treated as forfeited 
11. SIGNING OF THE TENDER DOCUMENTS: 
11.1. Offer shall be submitted along with the tender documents and duly filled in with all sections  / Appendices / Schedules etc.  
11.2. The offer shall be signed with valid Digital signature. 
12. TIMELY SUBMISSION OF OFFER: 
12.1. The tender is to be submitted online on or before due date & time of submission to the purchaser at website http://aps.mahagenco.in  .  
12.2. Page 8 of 74
It is advisable to submit the digitally signed offer sufficiently in advance of due date & time so as avoid last minute trafficking at server. 
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

12.3. Offer received after the due date and time of submission shall not be accepted. 
12.4. In case, the due date of opening of tender happens to be holiday, the offer shall be opened on the next working day at the same time. 
13. SUBMISSION / SUPER SCRIBING OF THE TENDER DOCUMENTS: 
The offer is to be submitted as follows:   
13.1. Techno Commercial Bid (Part I): This part shall contain all Technical and Commercial aspects of the Bid and documents supporting the same 
except the price bid.  
13.2. Price Bid (Part II): This part shall contain only the Price Bid; strictly in the prescribed format i.e. Annexure ‐ 'B'. 
13.3. Physical submission of documents (PART III) if applicable: Envelope for this part shall contain documents like type test reports, drawings, 
bill of material, catalogues etc. demanded in tender in physical form (hard copy) & is to be submitted to Purchaser if it is not practicable to 
upload the documents online due to size.  
13.4. Method of submission of part III and their opening: This envelope shall be individually sealed and shall be super scribed with the name and 
address of tenderer and the following information before posting or delivering the same: 
a. Tender No. 
b. Due date and time of submission 
c. Due date and time of opening 
13.5. Envelope as above shall be opened on the scheduled date of opening of Techno‐commercial Bid (Part‐ I).  
13.6. In respect of tenderer whose techno‐commercial bid is acceptable, their Price Bid shall be scheduled for online opening. 
14. QUANTITIES OFFERED: 
The quantity offered should be filled in prescribed Column of Price Bid, failing which offer will be treated as ‘No Offer’ and rejected. 
15. INFORMATION REQUIRED WITH TENDER: 
15.1. The tenderer shall clearly indicate his organizational structure such as machinery, manpower, financial position etc. available for execution 
of contract. He shall also indicate the name of the subcontractor, if intended, along with the full details of the sub‐contractors. 
Such information should be furnished in separate sheet to be attached to the offer. 
15.2. The tenderer shall upload the relevant documents in order to fulfil Qualifying Requirements. 
15.3. In case of any deviation as regards the specification, the tenderer shall clearly indicate in separate sheet of technical / commercial deviation 
schedule.   
15.4. The tenderer shall give the full address along with Telephone No. FAX, E‐mail etc. for the purpose of correspondence. The letters / Notices 
served or left upon said address shall be deemed to have been served upon the tenderer or contractor. The tenderer shall immediately 
communicate the change in address, Telephone, Fax, E‐mail etc., if any. Failure to intimate such change, any letter or notice served upon 
original address of the tenderer shall be deemed to be received by the tenderer / contractor. 
15.5. Verbal  statement  or  information  furnished  by  the  tenderer  as  regards  the  quality,  quantity,  arrangement  of  work  or  any  other  matter 
connected to the tender shall not be considered. 
16. WORK COMPLETION PERIOD: 
16.1. Tenderer is requested to quote work completion period clearly as per schedule in the format specified in tender documents offers.  Work 
completion period which directly or indirectly affects the Conditions of Tender & Work shall be liable for rejection. 
16.2. Offer shall not be accepted if the work completion period is not indicated. 
17. FILLING IN OF PRICE SCHEDULE: 
Tenderer is requested to ensure that the comments against each and every item / clause of price schedule / Section shall be clearly filled in and 
answered. Any item / clause shall not be left blank or unanswered. If any item / clause are not applicable, the words “Not Applicable” shall be 
written against it. 
18. MANDATORY REQUIREMENT OF SUBMISSION OF OFFER: 
The offer shall be submitted online duly filled in, attaching all the required documents, completed in all respects and should be 
digitally signed.  
19. LANGUAGE OF THE TENDER: 
The tender filled in by the tenderer and all correspondence & documents relating to the tender exchanged between the tenderer and Purchaser 
shall be written in English language. Any document furnished along with the tender in a local vernacular language shall be accompanied with the 
English translation. 
20. AMENDMENT OF THE TENDER: 
At  any  time  prior  to  the  date  of  opening  of  the  tender,  the  purchaser  may  for  any  reason,  whether  at  its  own  initiative  or  in  response  to  a 
clarification required by the tenderer, modify the tender documents by an amendment which will be notified by e‐mail to all the prospective 
tenderers who have received the tender documents and will be binding on them. Purchaser may at its discretion extend the date of opening of 
the tender.  
21. DISREGARD OF TENDER CONDITIONS: 
21.1. The Purchaser reserves the right to reject any tender, which does not conform to any of the conditions / instructions etc. 
21.2. Tender containing any deviations / additions / alterations / changes in the conditions of tender as stated in section‐I/II/III /price schedule 
shall not be acceptable.  
21.3. The tenderer having digitally signed all the tender documents indicates any deviations / additions / alterations / changes in the covering 
letter, unrelated annexure, schedules of the offer or elsewhere, the same shall be ignored and the offer shall be treated as meeting with all 
specified tender conditions. 
22. EXAMINATION OF TENDERS:  Page 9 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

22.1. The tenderer shall furnish all the data, drawings and other information / documents as per schedules attached to this specification, duly 
signed with the seal of the company, as a token of acceptance.  
22.2. The  purchaser  reserves  the  right  to  reject  any  offer  for  lack  of  any  data  as  called  for  in  the  schedules  and  particularly  in  the  technical 
details.  
22.3. After the opening, the purchaser shall examine the tenders to determine whether they are complete, whether required confirmations have 
been furnished, whether the documents have been properly signed and whether the tenders are generally in order, whether the essential / 
special terms and conditions are agreed. 
23. POLICY FOR TENDERS UNDER CONSIDERATION:  
23.1. The tenders shall be deemed to be under consideration immediately after they are opened and until such time the official intimation of 
award / rejection is made by the purchaser to the tenderers.  
23.2. While the tenders are under consideration, the tenderers and / or their representatives or other interested parties are advised to refrain 
from  contacting  by  any  means,  the  purchaser  and  /  or  his  employees  /  representatives  on  matters  related  to  the  tender  under 
consideration. The purchaser, if necessary, shall obtain clarifications on the tender by requesting for such information from any or all the 
tenderers in writing by e_mail, as may be necessary.  
23.3. All unsolicited correspondence, discussions etc. by the tenderer after opening of the price bid shall be treated as post tender development 
/ information and shall not be considered for tender evaluation purpose. 
24. ACCEPTANCE OF TENDER: 
24.1. The Purchaser does not bind itself to accept the lowest or any tender neither will any reasons be assigned for the rejection of any tender or 
part of tender. It is also not binding on the Purchaser to disclose any analysis report on tender / samples. The tenderer on the other hand 
binds himself to carry out work on any item or items selected from his offer in part or whole at the option of the Purchaser. 
24.2. The Purchaser shall reserve the right to place an order for any quantity in excess to the extent of 50% or any less quantity, of the quantities 
offered by the tenderer. 
25. AMBIGUITY IN QUOTATION OR DEVIATIONS: 
The tenderer shall ensure that  he should quote the tender in clear terms and only fill in  the blanks wherever required. Any ambiguity in the 
terms and conditions may lead the rejection of tender. The tenderer should note that there shall be no deviation in respect of the following 
terms specified in tender documents and the deviation if any; the tender shall be liable for rejection. 
a. Payment of Earnest Money Deposit 
b. Payment of Security Deposit 
c. Terms of Payment 
d. Guarantee 
e. Period of validity of offer 
f. Jurisdiction of Court 
g. Default of contractor & termination thereof 
h. Non‐compliance of special Condition specified  
26. WITHDRAWAL OF INVITATION OF TENDER: 
The  Purchaser  reserves  its  right  to  withdraw  the  invitation  of  tender  at  any  time  before  its  acceptance  is  communicated  to  the  successful 
tenderers. 
27. NAME OF AGENT / REPRESENTATIVE: 
27.1. The digital certificate has been issued to the persons authorized by the firm during vendor registration process .While submitting the bids 
online only valid digital certificate issued to the firm can be used. In case, the digital certificate is compromised or the person holding the 
digital certificate is no longer authorized to digitally sign the tender, it is the responsibility of the tenderer to revoke this certificate and 
obtain the fresh certificate. The tenderer is responsible for all the contractual liabilities & responsibilities thereof. 
27.2. In case the tenderer authorises the agent or the representative to deal on behalf of the tenderer the name and address of such person 
should be informed to the purchaser. The tenderer shall submit the Power of Attorney in favour of agents / representative duly executed 
before the Notary.  In. the absence of the power of attorney, the Purchaser shall not deal with the agent / representative. 
28. NOTIFICATION OF AWARD OF CONTRACT: 
The  notification  of  Award  of  contract  will  be  communicated  to  the  successful  tenderer  by  Letter  of  Award  (LOA)  by  registered  post  or  hand 
delivery or Fax or e_mail as the Purchaser deems it fit which shall be followed by letter of confirmation by registered post. It shall be noted that 
the contract shall be concluded on notification of award of contract. 
29. VALIDITY OF THE TENDER: 
The tenderer will keep the offer valid for acceptance up to and including last date of calendar month, covering the date of completion of 120 
days (one hundred twenty days) from the date of opening of the tender and shall also agree to extend the period of validity required by the 
Purchaser. The tenderer shall not be allowed to modify or change the conditions of the tender while extending the period of validity. 
30. PROCEDURE FOR SUBMISSION OF TENDER  
30.1. The tenderer shall note that all Sections / price schedule etc. to be submitted along with the tender duly signed by digital signature. 
30.2. Failure to follow this procedure shall render the tender incomplete and shall be liable for rejection. 
30.3. The offer of the tenderer shall be submitted in the form of covering letter prescribed in Annexure. 
 
These instructions of tender shall form part of the contract 
3Please, consider your environmental responsibility. Before printing this document ask yourself: "Do I really need a hard copy?" 
Page 10 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Rev: 00, Date: 01/01/2009

Maharashtra State Power Generation Co Ltd


This Section is applicable to all Power Stations Thermal, Hydro & Gas
SECTION – II
TENDER SUPPLY: GENERAL REQUIREMENTS, TERMS & CONDITIONS
1. DEFINITION OF TERMS:
1.1. The following words shall have the meanings herein assigned to them unless there is something in the subject or context inconsistent
with such construction:
1.2. The Purchaser shall mean Maharashtra State Power Generation Co. Ltd.
1.3. The Supplier / Contract or shall mean the tenderer whose tender has been accepted by the Purchaser for award of Contract and shall
include such tenderers legal representatives, successors and permitted assigns.
1.4. Sub-Contract shall mean the person other than the Contractor named in the Contract for any part of the work or any reason to whom
any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer and shall include the legal
representatives, successors and permitted assigns of such person.
1.5. Contract Operating Authority (COA) / Engineer shall mean the officer appointed & duly authorized by the Purchaser to act for the
purposes of the Contract by Purchaser.
1.6. Plant Equipment / material shall mean and include any plant, equipment, stores, and materials to be provided by the Contractor
under the Contract.
1.7. The Site shall mean the whole of the premises, buildings, and grounds in or upon which the plant, work(s) is / are to be provided,
executed, erected, done or carried out.
1.8. The Contract shall mean the letter of Intent / Award, Letter of Acceptance of Tender and shall include the conditions of Contract ,
specifications, schedules, tender, guarantee, drawings and any further conditions which may be specifically agreed to between the
parties as forming a part of the Contract .
1.9. The Specifications shall mean the specifications appended to these general conditions and the schedules and annexure thereto, if
any.
1.10. Manufacturer’s works or Contractors works shall mean the place of work used by the manufacturer, the Contractor, or sub-
Contractors for the performance of the works.
1.11. Notice of Award to Contract / Letter of Award shall mean the official notice / letters issued by the Purchaser notifying the Contractor
that his tender has been accepted.
1.12. Contract Price shall mean the sum named in the Contract agreement subject to such additions thereto or deductions there from as
may be made under the provisions hereinafter contained.
1.13. Manufacturers Personnel shall mean the personnel deputed by the Contractor or any other manufacturer who has supplied the
materials or under whose supervision the installation of the equipment is to be carried out.
1.14. Guaranteed Test shall mean such test as prescribed in the Contract and as instructed by the Engineer to be performed by the
Contractor before the works are finally accepted by the Purchaser ready for commercial use complete with all items to the
satisfaction of the Engineer.
1.15. Commissioning shall mean the first successful operation of the equipment after all the initial adjustments, trials etc., cleaning, and re-
assembly required at site, if any, have been completed and the equipment is made ready for commercial use.
1.16. Guarantee Period shall mean the period during which the Contractor shall remain liable for repair / replacement of any defective
part of the works performed under the Contract.
1.17. Transport shall mean transport by Rail or Road of all the plant & equipment covered by the Contract and similar expression shall
include all transport from the manufacturer’s works to the works site.
1.18. Month shall mean the Gregorian calendar month.
1.19. Day or Days unless herein otherwise expressly defined shall mean calendar day or day of 24 hours each.
1.20. Writing shall include any manuscript, under or over signature and / or seal as the case may be.
1.21. Consignee shall mean the name and place of the office of the Purchaser as intimated in this tender, where the supply for the
items/materials covered in the contract is to be delivered by the tenderer
2. INTERPRETATION:
2.1. Words importing the singular only shall also include the plural and vice versa, where the context is required.
2.2. Words importing ‘Person shall include firms, companies, corporations and associations or bodies of individuals, whether incorporated
or not.
2.3. Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act
(1930) failing that in the Indian Contract Act (1872) and failing that in the General Clauses Act (1897).
3. EFFECT OF CONTRACT:
The Contract shall be considered as having come in to force from the date of Notification of Award. The tenderer whose offer is
accepted is hereinafter called “the Supplier / Contract or”.
4. SCOPE OF CONTRACT:
4.1. The scope of Contract shall be the design and engineering, wherever applicable, manufacturer, inspection and testing before
despatch, packing and supply on FOR Destination basis of the materials and equipment in accordance with the enclosed technical
specification and bill of material.

Page 11 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

4.2. The equipment shall be complete in every respect with all mountings, fixtures and standard accessories, which are normally supplied,
though not specifically detailed herein.
4.3. Where required, the scope of Contract shall include supervision of erection and commissioning of the equipment including
performance of the guarantee tests as desired by the engineer.
5. CONTRACT DOCUMENT:
The term Contract document shall mean and include the following, which shall be deemed to form an integral part of the Contract.
5.1. Tender specification of the Purchaser, covering the instructions to tenderers, general terms, and conditions of Contract, special terms
and condition if any, technical specification, annexure, schedules etc.
5.2. Contractor’s tender proposal including the letters of clarifications thereto between the Contractor and the Purchaser prior to the
award of Contract
5.3. All the data and information of any sort given by the Contractor along with his tender, subject to the approval of the Purchaser /
Engineer
5.4. Any mutually agreed variation to the conditions of the documents and specifications and terms and conditions of Contract, if any in
writing.
6. ASSIGNMENT AND SUBLETTING OF CONTRACT:
6.1. The Contractor shall not assign the Contractor any part thereof or any benefit or interest therein or there under without the prior
written consent of the Purchaser.
6.2. The Contractor shall not sublet any part of the works without prior written consent of the Purchaser.
6.3. 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 of his sub-Contractor, his agents, servants or workman as fully as if they were the acts,
defaults, neglect of the Contract or, his agents, servants or workman.
6.4. The Purchaser shall have the right to obtain from the Contractor any agreement in writing entered into by the Contractor with any of
his sub Contract ors of any purchase orders placed for supplies and services in respect of the works included in the Contract, provided
that the Contractor shall not be bound to disclose the sub Contract value. The Contractor shall supply the Engineer with full technical
and commercial details of orders placed on his sub Contract ors. The technical specification of all the items ordered on sub Contractor
shall be subject to the approval of the Engineer.
7. CONTRACTOR TO INFORM HIMSELF FULLY:
7.1. The Contractor shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the Contract price and
as to the possibility of executing the work as shown and described in the Contract. The Contractor shall be deemed to have examined
the availability of all inputs, transport facilities etc. and to have fixed his price taking into account all such relevant conditions and also
the risk, contingencies and other circumstances, which may influence or affect the supply of plant and equipment as specified in the
Contract.
7.2. The Contractor shall be responsible for any misunderstanding or incorrect information, however obtained, on which the Contract
price has been based except the written information furnished by the Purchaser.
8. SECURITY DEPOSIT:
8.1. The supplier shall pay security deposit @ 10% of the value of the order within 7 days from the date of LOA/ order. Contractor will
have to pay additional security deposit for the extension order if issued.
8.2. Security Deposit applicable to SSI Units in Maharashtra will be 3% (Three percent) of the order value subject to a maximum of Rs.
50,000/-. However, in respect of the following categories of Supplier’s, the Security Deposit applicable shall be as under:
a. For the order value up to Rs. 25,000/-, no Security Deposit shall be payable by the registered Supplier’s on the list of
Development Commissioner (Industries).
b. Small Scale Industries registered with the Directorate of Industries and Maharashtra Khadi & Gramodyog Mandal shall be
exempted from payment of Security Deposit for value of order up to Rs. 50,000/-.
c. The supplier having SSI certificate and completed 7 years from the date of production are not eligible for Security Deposit
exemption.
d. The SSI Unit having industries outside Maharashtra State will not be eligible for exemption of concession in the security
deposit. They will have to pay full security deposit at 10 % of the value of order, unless having deposited permanent deposit of
Rs. 3 lakhs with the purchaser.
8.3. The failure to make payment of Security Deposit within 7 days from the date of receipt of order as above will be viewed seriously and
the Contract awarded shall be liable to be terminated at the risk and cost of the Contractor and the Contractor shall be responsible
for the consequences arising out of such termination.
8.4. The Security Deposit shall be paid in favour of Purchaser by way of:
a. Cash or
b. Demand Draft on any Nationalized / Scheduled Bank in favour of Purchaser or
c. When the amount exceeds Rs. 1,00,000/-, the same can be paid either by cash/Demand Draft or in the form of Bank
Guarantee from any nationalized Bank in favour of MAHAGENCO which shall be valid for the guarantee period of last
consignment of materials as given in Guarantee Clause of the conditions of Tender and Supply in the standard form of the
purchaser or
8.5. This Security Deposit in cash / DD or in the form of Bank Guarantee is for the due performance of the material / Contract and the
same shall be liable to apportion towards amount due or becoming due by the Supplier on his failure to execute this order or any
other Contract and in the event of non fulfillment of the terms and conditions of the Contract.
8.6. The Security Deposit shall be refunded on the expiry of the Guarantee Period specified in condition Guarantee stated herein below.

Page 12 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

9. PERFORMANCE DEPOSIT / BANK GUARANTEE:


9.1. The Contract Performance Deposit shall be of an amount equal to 10 % of the Contract value and shall be paid for all the types of
Contracts. The Security Deposit paid by the Contractor shall be refunded on furnishing the Contract Performance Deposit / Bank
Guarantee within 30 days. The Contract Performance Deposit can be furnished in either of the forms prescribed for Security Deposit.
9.2. The Contract Performance Deposit shall be refunded within 90 days from the date of expiry of the Guarantee Period of the
equipment supplied. The Purchaser shall not be liable to pay any interest or compensation to the Contractor for retaining the deposit
after the end of the said period.
9.3. The Contract Performance Deposit is intended to secure the performance of the Contract for Guarantee Period of the equipments
supplied. However, it is not to be construed as limiting the damages stipulated in other clauses of the Contract.
9.4. 100 % payment will be released only after submission of performance Bank Guarantee.
10. CONTRACT DRAWINGS:
10.1. The tenderer shall submit the drawings and bill of material confirming with the tender specification wherever applicable. In such
cases, the offers without drawings & Bill of Material shall not be evaluated and considered for evaluation of the offer, but the
drawings & Bill of Material of the successful tenderers shall be scrutinized when the Purchaser decides to accept such tender.
10.2. The tenderer shall be required to depute his representative immediately either on hearing from the Purchaser for discussion on
drawings or after receipt of Letter of Award. The supplies against the Contract shall confirm to the approved detailed drawings and
Bill of Material along with detailed technical specification. It may, however, be noted that Purchaser’s action of evaluation of tender
bid would not mean approval of the drawings and bill of material submitted along with tender bids.
11. WORKMANSHIP AND MATERIALS:
11.1. All materials supplied shall be strictly as per specification laid down and in strict accordance with approved standard samples
wherever applicable. In case of materials of which there are no standard approved sample, the supplies shall be of the best
workmanship materials as far as applicable and practicable and confirm to the latest specification of ISI, where applicable.
11.2. All materials used in the manufacture of the equipment shall be of high grade, free from defects, any imperfection, of recent
manufacture and unused.
11.3. All work shall be performed and completed in accordance with the best shop practice. Manufacture of high grade equipment casting
shall be free from blow holes, flaws, cracks or other defects and shall be smooth, close grained and of correct dimensions. All
materials, supplies, parts supplied under this Contract shall be tested as far as reasonably practical.
12. CONSIGNEE:
Material shall be delivered to Purchasers Major Store / store address as specified.
13. BILL OF MATERIAL:
Before effecting despatches, the Contractor shall furnish final bill of material for each type of equipment ordered. The bill should also
carry certificate to the effect that all the material and components are despatched out of approved bill of material. i.e. the equipment is
despatched in totality.
14. PACKING LIST:
Each packing shall contain, in waterproof cover, the detailed list indicating the order reference, date, list of content and reference to the
bill of material and enclosed in the package. Each item contained in the package shall be described sufficiently to enable identification of
the quantity, weight etc. Copy of the packing list should be sent to the Consignee and should be enclosed with the bills along with other
documents.
15. TEST REPORT, MANUALS & DRAWINGS:
Material test certificate are to be dispatched along with material and shall only from recognized Government Laboratory / reputed
testing lab would be acceptable. All expenses towards testing / inspections of material shall be borne by the Tenderer. The Contractor
should ensure that a copy of the O & M manuals and approved drawings are despatched along with the equipment itself duly packed
properly for its safe receipt.
16. DELIVERY PERIOD:
16.1. The time stipulated in the Contract for the delivery of the plant and equipment shall be deemed to be the essence of the Contract.
The Contractor shall so organize his resources as to complete the delivery within the stipulated date.
16.2. If sample is to be got approved before supply of bulk quantity. Sample shall be presented for site inspection as specified from the
date of issue of order. Balance quantity after approval of sample shall be ensured within delivery period.
16.3. Delivery period for the total quantity under the scope shall be from the date of issue of order.
17. PACKING, FORWARDING & TRANSPORTATION ETC.:
17.1. The Contractor shall be fully responsible for packing, forwarding the equipment by road or any other authorized mode of transport.
17.2. The Contractor, wherever applicable, shall after proper painting, pack and crate all the equipment in such a manner as to protect
them from deterioration and damage during rail, road or any other authorized mode of transportation to the site.
17.3. Where the equipment is to be transported by rail, the packing shall be done to railway standards. The Contractor shall be held
responsible for all damages / losses due to improper packing. While packing the materials, the limitations from the point of view of
availability of railway wagons, trailers etc. and their size should be taken into account. It shall be the responsibility of the Contractor
to obtain permission from the concerned authorities for transport of over-dimensioned consignments.
17.4. The Contractor shall properly clean the equipment and apply an initial coat of rust inhibitor and a flat shop coat of paint. All close-
machined parts shall be covered with an approved protective coating to prevent deterioration of surfaces during transportation and
storage.
17.5. All equipments and parts susceptible to damage by exposure to moisture and all electrical equipment shall be thoroughly protected
against damage during transit and storage.
Page 13 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

17.6. The Contractor shall notify the Purchaser the date of each shipment from his works and the expected date of arrival at the site for the
information of the Purchaser. The Contractor shall also give all shipping information concerning the weight, size and content of each
package including any other information the Purchaser may require.
18. RAILWAY RECEIPTS (RR) AND LORRY RECEIPTS (LR):
18.1. The RR/LR shall be forwarded directly to the Consignee. In case of late receipt of R.R. by the Consignee due to any reasons including
routing through Bank, demurrage, warfare charges and other charges etc, shall be to the account of the Contractor.
18.2. The RR/LR shall be clear in all respects without having any remarks. Any loss to the Purchaser due to non-compliance of this
requirement by the Contractor shall be to the account of the Contractor. In case of Lorry Transport, care shall be taken by the
Contractor to ensure that there would be no transshipment of the material en-route. In case of Rail Transport, the route shall be
chosen by the Contractor so that transshipment is avoided.
18.3. Fax / e_mail intimation about the despatches with all the details shall be sent to the Consignee immediately on despatch of the
material. R.R. No. or Transportation Co. and L.R. No. shall be given in the intimation.
18.4. In case the Contractor prefers to despatch the materials by Road Transport, the materials shall be accepted only during Office hours
on working days. Unloading at Stores shall be arranged by the Consignee. The Contractor shall ensure that the goods reach the Stores
sufficiently in advance so as to arrange their unloading during the office hours, failing which the Purchaser shall not be liable for
unloading and for inconvenience caused to the transport Contractor in the form of detention etc.
19. TRANSIT INSURANCE:
19.1. All cost on account of transit insurance from the manufacturer’s works up to the Stores site covered under the Contract shall be on
Contractor’s account.
19.2. The insurance shall cover all modes of transport from the works to the destination stores. The Purchaser shall assist the Contractor on
lodging insurance claims for losses / damages in transit and promptly furnish all the necessary information for this purpose. The
material shall be insured on warehouse-to-warehouse basis with 30 days storage period. Purchaser shall inform the losses / damages
in transit (if any) to the Supplier within 30 days from the date of receipt of material at Stores / Site.
19.3. Prior intimation for transit insurance along with relevant details is to be informed to Director of Insurance, Govt of Maharashtra
State, Gruhnirman Bhavan, MHADA, 264, first floor, Bandra (E), Mumbai- 400051, Fax No. 022-265902461 as well as to Consignee
before dispatch of material.
20. DEMURRAGE & WARFAGE ETC.:
20.1. It shall be the responsibility of the Contractor to obtain clear Railway Receipt / Lorry Receipt and allied documents in order to avoid
any difficulty while clearing / taking delivery of the materials. All demurrage and warfage and other expenses incurred due to delayed
clearance of the material or on any account due to the fault of the Contractor shall be to the account of the Contractor.
20.2. Fragile and exceptional items such as insulators should be declared for charging of proper freight to avoid rejection of claim in this
account.
21. LIQUIDATED DAMAGES FOR LATE DELIVERY:
21.1. In case the materials are not delivered within the period stipulated in the order, the Contractor will be liable to pay at the discretion
of the competent authority of the Purchaser, the liquidated damages to the Purchaser up to half percent per week or part of week on
the price subject to a maximum of cumulative ceiling of 10% reckoned on the Contract value of such completed portion or section of
the plant, equipment or material delayed and also the portion supplied which could not be brought into commission due to any part
thereof not having been delivered in time. Due consideration may be given in the levy of liquidated damages for reasons absolutely
beyond the control of the Supplier, for which documentary evidence shall be produced to the satisfaction of the competent authority
of the Purchaser.
21.2. The Purchaser shall be entitled to deduct / recover the amount of liquidated damages from the current bill payable to the Supplier or
any other amount due or payable to him against this or any other Contract .
21.3. For computing the liquidated damages for delayed supplies, the date of Railway Receipt (RR) or the date of receipt of material at
Stores in case of Road Transport (LR), shall be the date of delivery.
21.4. Force majeure clause: The stipulated Delivery Period is subject to force majeure condition like War, Earth quake, Natural Calamities,
War like conditions, Strikes (affecting the transportation, loading, unloading) any of the unforeseen regulations by the Central / State
Govt. condition absolutely beyond the control of the Contract or, for which the Contractor shall produce documentary evidence
promptly to the satisfaction of the authority.
21.5. Performance of Contract : The Purchaser will not be in any way liable for non-performance either in whole or in part of any Contract
or for any delay in performance thereof in consequence of strikes, shortages, non-availability of raw materials, combination of labour
or workman or lockout, break down or accident to machinery or accidents of whatever nature, failure on the part of the Railways to
supply sufficient wagons to carry essential raw material etc. and finished products from the Stores, subject to the provision and
stipulation made in the Clause of ‘Liquidated damages for late delivery.
21.6. If applicable in case of delay in submission of sample for approval within stipulated period from date of issue of order the penalty at
the rate of ½ % per week shall be applicable subject to maximum 5% of the order value.
21.7. Penalty for delay in submission for approval and also for delay in delivery / dispatches will be made applicable separately.
22. TERMS OF PAYMENT:
22.1. 100 % payment will be made within 45 days from the date of receipt of material at site in good condition against Stores Receipt Notes
(S.R. Notes) issued by the Consignee.
22.2. Payment shall be released through RTGS (Real Time Gross System) / NEFT (National Electronic Fund Transfer).
22.3. Following documents as required in terms of order will have to be forwarded to the Purchaser along with bills to facilitate payment.
a. Bill / Tax Invoice (in triplicate) having TIN R.C. No. if applicable on basis of rates accepted.
Page 14 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

b. Inspection and Test Certificate approval.


c. The proof of having paid the Excise Duty as required under the prevailing rules.
d. Packing list / Challan.
e. Certificate of having dispatched Operation & Maintenance Manual, copies of Test Certificates and approved drawings to
Consignees wherever applicable.
22.4. The Supplier shall forward the original RR / LR directly to the Consignee along with relevant documents. The original bill shall be
forwarded to Purchaser. The bill should indicate the ST / VAT No. and date held by him under the Sales Tax Act. The Purchaser shall
not be responsible for delay in payment of bills if the Supplier fails to comply with any of the above requirements.
22.5. Supplier’s copy of S.R. Note will be forwarded by the Consignee Major Stores for Supplier’s record towards acknowledgement of
receipt of material.
22.6. In case the Supplier is a Trader, it shall be imperative for him to furnish documentary evidence of having paid Excise Duty by the
Manufacturer whose product has been offered.
22.7. The interest on delayed payment if any is not acceptable.
22.8. Bank documents will not be retired if instructed to bankers to collect interest and shall be returned back without any liability on
Purchaser account.
22.9. To facilitate RTGS payment, tenderer shall furnish name of the Bank & branch, Bank Account Number, ISFC code well in advance.
23. TAXES AND DUTIES:
23.1. Notwithstanding the fact that Contract Price is inclusive of Excise Duty and Sales Tax / VAT.
a. Excise Duty: Excise Duty shall be only on Ex-works price and shall be paid / reimbursed at actual at prevailing rates based on
due date of delivery, against documentary evidence of Excise Gate Pass. Please indicate present rate.
b. Sales Tax / VAT: Sales Tax / VAT shall be paid at actual based on due date of delivery.
c. Variation in Excise Duty and Sales Tax / VAT on bought out items shall not be entertained.
d. Packing & Forwarding Charges: Please indicate the rates and shall be paid as per actual limited to 2 % only to the
manufacturer against documentary evidence.
e. Freight charges: indicate the rates and shall be paid as per actual limited to 2 % only against documentary evidence from
registered Transport agency.
f. Transit Insurance: Transit insurance charges shall be paid limited to 1% only against documentary evidence.
g. Octroi: Octroi at Destination: Octroi charges shall be as applicable at Purchasers destination
23.2. The Packing and Forwarding Charges shall not be applicable for authorised dealer / traders & for those firms who quoted zero
percentage Central Excise Duty.
24. DEDUCTION:
Any amount or amounts which become payable by the Supplier to the Purchaser under a particular Contract , shall be deducted by the
Purchaser from any amount(s) due or becoming due to the Supplier under the same or any other Contract and shall be adjusted against
dues to the Purchaser.
25. GUARANTEE:
Material offered shall be guaranteed for a period of 12 months from the date of commissioning or 18 months from the date of dispatch
whichever is earlier. If the material(s) is found defective within the above Guarantee Period should be replaced / repaired by the
Supplier free of cost, within one month of receipt of intimation. If the defective materials are not replaced / repaired within the
specified period as above, the Purchaser shall recover an equivalent amount plus 15 % supervision charges from any of the bills of the
Supplier.
26. REPLACEMENT OF REJECTED MATERIAL:
26.1. If, on inspection at the final destination, the Purchaser discovers any loss in the materials supplied or that they are received in
damaged condition or that in the opinion of the Purchaser, they are not of the Contracted quality or specification, the Purchaser shall
be entitled (notwithstanding that the property in the materials shall have passed on to the Purchaser) to refuse to accept or reject
the materials altogether and claim damages or cancel the Contract and buy its requirements from any of its Suppliers, stipulating
earliest possible delivery and in accordance with its tender system against the Supplier and recover the damages if any, from the
Supplier from any outstanding, sums that may be due to the Supplier from the Purchaser against this Contract or against any of the
Contract entered into with the Supplier, without prejudice to other rights and remedies available to it in law and reserving always to
itself the right to forfeit the Security Deposit placed by the Supplier for the due fulfillment of the Contract .
26.2. In case the materials are found not in accordance with the prescribed specifications and / or the approved sample, the same will be
rejected and the Supplier shall replace the rejected stores / materials free of cost within one month from the date of intimation. The
replacement of goods shall also have to be got inspected as per inspection clause. Further if the equipment supplied becomes
incomplete on account of rejection or short supply of its components, the complete cost of the equipment shall be recovered from
Supplier’s bills without notice.
26.3. In case of rejected quantity no part payment will be made. 100% payment of ordered quantities including replacement of rejected
quantities will be made after compliance of requirements specified
27. INSPECTION / APPROVAL OF MATERIAL SUPPLIED:
27.1. Approval / rejection for sample / bulk quantity of material shall be carried out within a week time by the concerned engineer
27.2. The Purchaser shall have the option to carryout various tests including type tests as per specification to ensure that the supplies
conform in quality and workmanship to the relevant specification. The testing shall be done at independent laboratory at Purchaser’s
cost.

Page 15 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

27.3. Advance intimation to the representative of Purchaser is essential if the Material is to be offered for inspection at the manufacturing
shop before dispatch. In case of non-availability of inspector of Purchaser, material is to be dispatched with shop tests. In such case
prior intimation shall be given to owner
28. LIFTING OF DAMAGED / REJECTED MATERIAL:
28.1. On failure to replace or repair the transit damaged or rejected material within one month from the date of intimation as required
under tender, it shall be deemed to have concluded that such material is finally rejected. The damaged / rejected material shall be
lifted by the Supplier within 30 days from the date of receipt of notice to that effect from the concerned Consignee on
reimbursement to the Purchaser of the cost of the material / equipment, if any, already paid in terms of payment clause in the
Contract and actual expenses incurred by the Consignee towards octroi, handling, demurrage / wharfage / under charges, freight,
insurance premium etc. The Purchaser shall not be responsible in any case for the loss, destruction, damage, deterioration of the
material after expiry of the said 30 days period.
28.2. If the Supplier fails to lift the material within this period, the material will remain with the Purchaser at the cost and risk of the
Supplier. Supplier shall, therefore, be liable to pay ground rent @ 0.1% per day of purchase cost of the material to be lifted from the
date of intimation of rejection till the actual date of lifting.
28.3. The Purchaser will be also free to dispose of such materials, after the period of said 30 days by Public auction / Tender notice /
Destruction as may be deemed fit and storage charges @ 0.1 % per day of purchase cost will be recovered from the date of
intimation of rejection of materials till the date of realization of the sale amount / physical removal of the material besides the actual
expenses incurred as referred to at (a) above.
28.4. Notwithstanding what is contended in the foregoing clauses, the Supplier shall be liable to pay the Purchaser the cost and expenses
incurred by the Purchaser, if any, including ground rent and the same shall be appropriated and recovered from the sale proceeds.
29. OWNERSHIP OF PLANT AND EQUIPMENT / MATERIAL:
Ownership of the plant and equipment / material supplied pursuant to this Contract shall vest with the Purchaser at whichever is the
earlier of the following times namely,
29.1. When the Contractor has been paid any sum to which he may be entitled to in accordance with the terms of payments clause
incorporated in the Contract.
29.2. When the plant and equipment has been delivered to the destination in good condition as per the dispatch instructions.
30. PATENT RIGHTS:
30.1. The Contractor shall fully indemnify the Purchaser against all actions, suits, claims, demands, costs, charges and expenses arising from
or incurred by reason of any infringement or alleged infringement of any letters, patent, design, trade mark or name, copyright or
other protected rights in respect of any machine, plant, work, materials, things or system or method of using, fixing, working of
arrangement used or fixed or supplied by the Contractor but this indemnity shall not extend or apply to any action, suit, claim,
demand, cost, charges or expenses arising from or incurred by reasons of the use of the works or any part thereof otherwise than in
the manner or for the purpose contemplated by the Contract . All royalties and other similar payments which may have to be paid for
the use of any such machine, plant, work, materials, thing, systems or method as aforesaid (whether payable in one sum or by
installments or otherwise) shall be deemed to have been covered by the Contract price and payable by the Contractor.
30.2. In the event of any claim or demand being made or action or suit brought against the Purchaser in respect of any such matter or
matters as aforesaid, the Contractor shall be duly notified thereof and he shall conduct all negotiations for the settlement of such
claim or demand and such action or suit shall also be conducted by him, if and so far as the Purchaser shall think proper, subject to
the supervision and control of the Purchaser through the officer duly authorized in this behalf.
31. TERMINATION OF CONTRACT:
31.1. In case the Contractor / Supplier fail to deliver the material or any consignment thereof within the Contracted period of delivery or in
case the materials are found not in accordance with the prescribed specification and the approved samples, the Purchaser shall
exercise its discretionary power either,
a. To purchase from elsewhere, after giving due notice to the Contractor, at the risk of Contract or, such material not so
delivered or other of similar description, without cancelling the Contract in respect of consignment not yet due for delivery.
OR
b. Cancel the Contract reserving Purchaser’s right to recover damages.
c. Notwithstanding that, the powers referred above are in addition to the rights and remedy available to the Purchaser under the
General Law of India relating to Contract.
31.2. In the event of risk purchase of stores of similar description, the option of the Purchaser shall be final. In the event of action taken the
Supplier shall be liable for any loss, which the Purchaser may sustain on that account, but the Supplier shall not be entitled to any
saving on such purchase made against default.
31.3. The decision of the Purchaser shall be final as regards the acceptability of the stores supplied by the Supplier and the Purchaser shall
not be required to give any reason in writing or otherwise at any time for the rejection of the materials.
32. BANK CHARGES:
Your Bank charges at your account and our charges at our account. Purchasers Bankers are as specified in custom document. The
request of the agency regarding assurance about payment to any Bank shall not be entertained in any condition which may please be
noted. The payment shall be effected to the firm only.
33. DISCOUNT:
Discount, if any, is to be clearly indicated in the price bid. Conditional discounts will not be accepted.
34. INFLUENCE:

Page 16 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Any efforts by the Tenderers to influence the owner during evaluation process before order placement will be rejected. Similarly
deviation in the term of payments, penalty, security deposit, delivery period will be treated as non-responsive quotation / offer and will
not be considered for evaluation /order placement.
35. TENDER REFERENCE:
For any correspondence, reference of our tender should be invariably indicated.
36. ENVIRONMENTAL MANAGEMENT SYSTEM (EMS):
The material supplied including packing material shall fulfill the environmental norms / requirements specified / latest issued by the
State and Central Government Acts and Rules / confirming to ISO- 14001-2004
37. JURISDICTION OF CONTRACT:
Any disputes, difference arising under, out of or in connection with this tender, or Contract if concluded, shall be subject to the exclusive
jurisdiction of the Courts near Purchasers place.

Page 17 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
 

Rev: 00, Date: 01/01/2009   

Maharashtra State Power Generation Co Ltd 
This Section is applicable to all Power Stations Thermal, Hydro & Gas 
SECTION – II
TENDER WORKS: GENERAL REQUIREMENTS, TERMS & CONDITIONS 
 
1. DEFINITION OF TERMS:  
In  constituting  these  general  conditions  and  the  annexed  specifications,  the  following  words  shall  have  the  meanings  herein 
assigned to them unless there is something in the subject or context inconsistent with such construction. 
1.1. The Purchaser shall mean Maharashtra State Power Generation Co. Ltd., Purchasing Power Station. 
1.2. The Supplier / Contractor shall mean the tenderer whose tender has been accepted by the Purchaser for award of contract 
and shall include such tenderer’s legal representatives, successors and permitted assigns. 
1.3. Sub‐Contractor shall mean the person other than the contractor named in the contract for any part of the work or any reason 
to  whom  any  part  of  the  contract  has  been  sublet  by  the  contractor  with  the  consent  in  writing  of  the  Engineer  and  shall 
include the legal representatives, successors and permitted assigns of such person. 
1.4. Contract Operating Authority (COA) / Engineer shall mean the officer appointed & duly authorized by the Purchaser to act for 
the purposes of the contract by Power Station Head. 
1.5. Plant Equipment shall mean and include any plant, equipment, stores, and materials under the contract. 
1.6. The Site shall mean the whole of the premises, buildings, and grounds in or upon which the plant, work or works is / are to be 
provided, executed, erected, done or carried out. 
1.7. The  Contract  shall  mean  the  letter  of  Intent  /  Award,  Letter  of  Acceptance  of  Tender  and  shall  include  the  conditions  of 
contract, specifications, schedules, tender, Guarantee , drawings and any further conditions which may be specifically agreed 
to between the parties as forming a part of the contract. 
1.8. The  Specifications  shall  mean  the  specifications  appended  to  these  general  conditions  and  the  schedules  and  annexure 
thereto, if any. 
1.9. Manufacturer’s works or Contractor’s works shall mean the place of work used by the manufacturer, the contractor, or sub‐
contractors for the performance of the works. 
1.10. Notice of Award to Contract / Letter of Award shall mean the official notice  /  letters issued by the Purchaser notifying  the 
contractor that his tender has been accepted. 
1.11. Contract  Price  shall  mean  the  sum  named  in  the  contract  agreement  subject  to  such  additions  thereto  or  deductions  there 
from as may be made under the provisions hereinafter contained. 
1.12. Contractors  supervisory  /  work  Personnel  shall  mean  the  supervisory  /  work  personnel  deputed  by  the  contractor  for 
executing the contract or under whose supervision the work is being carried out. 
1.13. Guarantee  shall  mean  as  prescribed  in  the  contract  and  as  instructed  by  the  Engineer  to  be  performed  by  the  contractor 
before the works are finally accepted by the Purchaser ready for commercial use up to the satisfaction of the Engineer. 
1.14. Commissioning shall mean the first successful operation of the equipment after all the adjustments, trials etc., cleaning, and 
re‐assembly required at site, if any, have been completed and the equipment is made ready for commercial use. 
1.15. Guarantee  Period  shall  mean  the  period  during  which  the  contractor  shall  remain  liable  for  repair  /  replacement  of  any 
defective part of the works performed under the contract. 
1.16. Month shall mean the Gregorian calendar month. 
1.17. Day or Days unless herein otherwise expressly defined shall mean calendar day or day of 24 hours each. 
1.18. Writing shall include any manuscript, under or over signature and / or seal as the case may be. 
2. INTERPRETATION: 
2.1. Words importing the singular only shall also include the plural and vice versa, where the context is required. 
2.2. Words  importing  ‘Person’  shall  include  firms,  companies,  corporations  and  associations  or  bodies  of  individuals,  whether 
incorporated or not.  
2.3. The interpretation of the Purchaser on any matter, decision given by him on any dispute points will be final and binding on the 
Contractor 
3. EFFECT OF CONTRACT:  
The contract shall be considered as having come in to force from the date of Notification of Award. The tenderer whose offer is 
accepted is hereinafter called “the supplier / Contractor”. 
4. SCOPE OF CONTRACT: 
The scope of contract shall be as specified in Annexure / Technical Specifications. 
5. CONTRACT DOCUMENT:  
The  term  contract  document  shall  mean  and  include  the  following,  which  shall  be  deemed  to  form  an  integral  part  of  the 
contract. 
5.1. Tender specification of the Purchaser, covering the scope of work, instructions to tenderers, general terms and conditions of 
contract, special terms and condition if any, technical specification, annexure, schedules etc. 
5.2. Contractor’s tender proposal including the letters of clarifications thereto between the contractor and the Purchaser prior to 
the award of contract 

Page 18 of 74
 
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
 

5.3. All the data and information of any sort given by the contractor along with his tender, subject to the approval of the Purchaser 
/ Engineer 
5.4. Any mutually agreed variation to the conditions of the documents and specifications and terms and conditions of contract, if 
any in writing. 
6. ASSIGNMENT AND SUBLETTING OF CONTRACT: 
6.1. The contractor shall not assign the contract or any part thereof or any benefit or interest therein or there under without the 
prior written consent of the Purchaser. 
6.2. The contractor shall not sublet any part of the works without prior written consent of the Purchaser. 
6.3. 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 of his sub‐contractor, his agents, servants or workman as fully as if they 
were the acts, defaults, neglect of the contractor, his agents, servants or workman. 
6.4. The Purchaser shall have the right to obtain from the contractor any agreement in writing entered into by the contractor with 
any of his sub contractors for services in respect of the works included in the contract, provided that the contractor shall not 
be bound to disclose the sub contract value. The contractor shall supply the Engineer with full technical and commercial details 
of orders placed on his sub contractors. 
7. CONTRACTOR TO INFORM HIMSELF FULLY: 
7.1. The contractor shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the contract price 
and as to the possibility of executing the work as shown and described in the contract. The contractor shall be deemed to have 
examined the availability of all inputs, transport facilities etc. and to have fixed his price taking into account all such relevant 
conditions and also the risk, contingencies and other circumstances, which may influence or affect the work as specified in the 
contract. 
7.2. The  contractor  shall  be  responsible  for  any  misunderstanding  or  incorrect  information,  however  obtained,  on  which  the 
contract price has been based except the written information furnished by the Purchaser. 
8. SECURITY DEPOSIT: 
8.1. The  contractor  will  have  to  deposit  5  %  of  the  contract  value  within  seven  days  from  the  date  of  LOA  /  order  as  Security 
Deposit  unless  having  deposited  Permanent  Deposit  of  Rs.  Three  Lakhs  with  the  Purchaser  at  each  Power  Station  before 
starting the work. 
8.2. The  failure  to  make  payment  of  security  deposit  within  7  days  from  the  date  of  receipt  of  order  as  above  will  be  viewed 
seriously and the contract awarded shall be liable to be terminated at the risk and cost of the Contractor and the Contractor 
shall be responsible for the consequences arising out of such termination. 
8.3. The Security Deposit shall be paid in favour of Purchaser by way of: 
a. Cash or 
b. Demand draft on any Nationalized / Scheduled Bank in favour of Purchaser or 
c. When  the  amount  exceeds  Rs.  1,00,000/‐,  the  same  can  be  paid  either  by  cash/Demand  Draft  or  in  the  form  of  Bank 
Guarantee from any nationalized Bank in favour of MAHAGENCO which shall be valid for the guarantee period as given in 
Guarantee Clause of the conditions of Tender and works in the standard form of the purchaser or 
8.4. This Security Deposit in cash or in the form of Bank Guarantee or otherwise is for the due performance of the work and the 
same shall be liable to apportion towards amount due or becoming due by the contractor on his failure to execute this order or 
any other contract and in the event of non fulfilment of the terms and conditions of the contract 
8.5. The Security Deposit shall be refunded on the expiry of the Guarantee period specified in condition Guarantee stated herein.  
9. PERFORMANCE DEPOSIT / BANK GUARANTEE: 
9.1. The contract performance deposit shall be of an amount equal to 10 % of the contract value and shall be paid by all the types 
of contractors. The Security Deposit paid by the contractor shall be refunded on furnishing the contract performance deposit 
within 30 days. The contract performance deposit can be furnished in either of the forms prescribed for Security Deposit. 
9.2. The  contract  performance  deposit  shall  be  refunded  within  90  days  from  the  date  of  expiry  of  the  Guarantee  period.  The 
Purchaser shall not be liable to pay any interest or compensation to the contractor for retaining the deposit after the end of 
the said period. 
9.3. The  contract  performance  deposit  is  intended  to  secure  the  performance  of  the  contract  for  Guarantee  period  of  the  work 
carried out. However, it is not to be construed as limiting the damages stipulated in other clauses of the contract. 
10. WORK COMPLETION PERIOD:  
The  work  completion  period  as  stipulated  in  the  contract  for  the  work  shall  be  deemed  to  be  the  essence  of  the  contract.  The 
contractor shall so organize his resources as to complete the work within the stipulated period. 
11. FORCE MAJEURE CLAUSE: 
11.1. Force  majeure  clause:  The  stipulated  work  completion  period  is  subject  to  force  majeure  condition  like  War,  Earthquake, 
Natural  Calamities,  War  like  conditions,  Strikes  (affecting  the  transportation,  loading,  unloading)  any  of  the  unforeseen 
regulations by the Central  / State Govt. condition absolutely beyond the control of the Contractor, for which the Contractor 
shall produce documentary evidence to the satisfaction of the authority 
11.2. Performance of Contract: The  Purchaser will  not  be in any way liable for non‐performance either in  whole or in  part  of  any 
contract  or  for  any  delay  in  performance  thereof  in  consequence  of  Strikes,  Shortages,  Non‐Availability  Of  Raw  Materials, 
combination  of  Labour  Or  Workman  Or  Lockout,  Break  Down  Or  Accident  To  Machinery  Or  Accidents  of  whatever  nature, 
failure on the part of the Railways to supply sufficient wagons to carry essential raw material etc. and finished products from 
the Stores, subject to the provision and stipulation made in the Clause of ‘Liquidated damages 

Page 19 of 74
 
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
 

12. TERMS OF PAYMENT: 
12.1. Full payment will be released as per actual work done within 45 days after satisfactory completion of the work in all respect as 
per actual and submission of bill against recording of bill in Measurement Book / monthly Running Account basis 
12.2. The payment shall be released through RTGS (Real Time Gross System) / NEFT (National Electronic Fund Transfer). To facilitate 
this Contractor will have to furnish Name of the Bank & Branch, Bank Account No. 15 digits, IFSC code 11 digit 
12.3. Following  documents  as  required  in  terms  of  order  will  have  to  be  forwarded  to  Purchaser  along  with  bills  to  facilitate 
payment. 
a. Bill / Tax Invoice in triplicate on basis of rates accepted. 
b. Certificate of Satisfactory Work completion within stipulated period jointly prepared with Contract Operating Authority 
13. TAXES AND DUTIES: 
Service  Tax  if  applicable  for  this  work  contract  will  be  paid  extra.  The  contractor  shall  inform  the  ST  Registration  number  in  this 
respect. 
14. DEDUCTION:  
Any amount or amounts which become payable by the contractor to the Purchaser under a particular contract, shall be deducted by 
the Purchaser from any amount / amounts due or becoming due to the contractor under the same or any other contract and shall 
be adjusted against dues to the Purchaser. 
15. GUARANTEE:  
Work completed shall be guaranteed for a period as specified from the date of completion of work / commissioning. Any  defect 
noticed during the Guarantee period as specified, from the date of completion of work due to poor workmanship will have to be 
attended by the contractor at his own cost and risk. 
16. TERMINATION OF CONTRACT:  
The Company reserves the right to cancel the Work Order in part or full if the work quality, progress is found to be unsatisfactory. In 
such case the unexecuted work will be got completed through some another agency/ departmentally. For this extra expenditure if 
any incurred will be recovered along with 15 % supervision charges from any of the contractor’s dues with MAHAGENCO. Decision 
of the Company Authority will be final and binding on the contractor. 
17. INCOME TAX DEDUCTION:  
Income tax as per applicable ruling u/s. 194C of the Income Tax Act, 1961 along with surcharge & cess as applicable will be deducted 
from your gross bill while releasing payments.  
18. RESPONSIBILITIES OF CONTRACTORS:  
18.1. Rules & Regulations: Your staff will be governed by relevant Rules, Regulations and Acts of State / central / Govt. in force, such 
as Workmen compensation Act, Minimum wages Act, Factory Act, Provident Fund Act, Labour Act etc 
18.2. PF  registration:  Contractor  will  have  Provident  Fund  Registration  number  and  submit  group  insurance  for  manpower  to  be 
engaged. 
18.3. Compensation: The Contractor will be responsible for the payment of compensation of his labours, in case of accident as may 
be admissible under the Workmen’s Compensation Act‐1923. If he fails to pay the same, it will be recovered from any amount, 
which becomes due for payment to him by the MAHAGENCO and will be paid to concerned labour or dependent / heirs etc. as 
required under the Rules and Regulations. The Contractor shall indemnify the MAHAGENCO for all claims for injury caused to 
any  person  whether  workmen  or  not,  while  in  or  upon  the  works  on  the  site  and  the  MAHAGENCO  shall  not  be  bound  to 
depend any claims brought under the Workmen’s Compensation Act & the Contractor shall be liable for any such claims. 
18.4. Electrical License: Contractor should have valid Electrical License to carry out electrical works and works should be carried out 
as per Indian Electricity Rule. 
18.5. Safety regulation: The contractor will have to follow safety regulation strictly and ensure precautions against any fire hazards 
while  working.  Contractors  authorized  representative  shall  have  to  be  present  at  works  place  to  ensure  safe  working 
environment. Contractor should provide safety equipments to the staff engaged for this contract.  
18.6. Company's property: Proper care should be taken while working so that there will be no damage to the Company's property. 
Any loss on the account will be recovered from any of your dues with the Company 
18.7. Discipline: It is the responsibility of the Contractor to maintain discipline of his staff. Any hindrance to the running of Power 
Station or MAHAGENCO’s staff by the Contractor or his staff will be viewed seriously and may lead in termination of contract 
by the MAHAGENCO without entertaining any claim from the Contractor in this regard.   
18.8. Work Hours: Power Station is continuously run factory where 24 hours working is essential. Contractor may have to arrange 
work round the clock / any odd hours.  
18.9. Manpower:  Labours  required  for  the  work  shall  be  arranged  by  the  Contractor  him‐self.  Labour  so  engaged  by  him  will  be 
bound by Rules and Regulations of the MAHAGENCO and the Factory Act‐1948. If the workers / staff is found not suitable / 
incompetent, the Contractor shall remove them from the job as demanded by the Contract Operating Authority with suitable 
substitute. 
18.10. Non‐Execution  of  Work:    The  Contractor  will  be  responsible  to  make  the  loss  and  also  expenditure  incurred  by  the 
MAHAGENCO  due  to  non‐execution  of  work.  All  such  amounts  will  be  recovered  from  any  amount,  which  becomes  due  for 
payment to him by the MAHAGENCO and may result in the termination of contract. 
18.1. Idle Labour: No compensation claim of idle labour for any reason will be entertained by the Company. 
18.2. Medical: You will have to submit medical fitness certificate of your employees / labours before starting of work. 
18.3. Attendance: You or your representative should be present at works site to receive the instructions / directions regarding the 
work. 
Page 20 of 74
 
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
 

18.4. Gate Pass: Contractor will have to prepare identification photo passes as per procedure laid down by Security section for all 
the employees entering in the power plant premises. Any change in manpower should be immediately intimated to Contract 
Operating Authority and Security Officer. 
18.5. Housing accommodation will not be provided by MAHAGENCO to the contractor or his workmen 
18.6. T & P : The Company will not provide T & P except special T & P 
19. AGREEMENT 
The Contractor will have to execute an agreement on Court Stamped Paper of Rs. 100/‐ before the work. The cost of this is to be 
borne by him. Form enclosed with tender document. 
20. PENALTY FOR LATE WORK:  
The work will have to be started immediately as & when asked by MAHAGENCO authority to complete it within the stipulated time 
If  works  are  suffered,  delayed  then  penalty  @  1  %  per  day  subject  to  maximum  10  %  of  contract  value  will  be  recovered  from 
contractor’s bill/s. 
21. EXTENSION OF CONTRACT:  
The Purchaser reserves the right to extend the contract at his discretion, so that the work done by the Contractor does not exceed 
50% of the value of the tender awarded to him and the Contractor is bound to carry out this work at the same rates and the terms 
and conditions. Rates Offered shall be firm during entire contract period, also for the extended period / Quantity, in case extension 
is given if any.  
22. SCAFFOLDING: 
The contractor should arrange the scaffolding, if necessary to complete the work. However the scaffolding material will be provided 
on the returnable basis subject to the availability. 
23. MISCELLANEOUS WORK:  
Any other miscellaneous work which is related to this work and not covered in the scope of work / schedule and becomes necessary 
to be carried out to complete the work, should be carried by you for which no extra payment will be made. 
24. TRANSPORTATION:  
Contractor will have to carry out at his cost and risk the transportation of material / spares from the place of issue to the site of 
work and balance material / scrap generated during the work shall be shifted back to the designated place as per the directives of 
Contract Operating Authority. 
25. ELECTRICITY AND OTHER CHARGES:  
Electricity required for above work will be provided by MAHAGENCO at free of cost but at one point only. The contractor will have 
to arrange for any further extension if required including bulb wires, cables etc. at his own cost and risk. 
26. SPARES & COMMON CONSUMABLES:  
26.1. Common  consumables  including  general  purpose  welding  electrodes,  cut  rods,  oxy‐acetylene  gas  etc.  will  be  issued  by 
MAHAGENCO on chargeable basis as per actual rates.  
26.2. Spares:  Spares  required  for  replacement  purpose  will  be  issued  by  MAHAGENCO  at  free  of  cost.  You  will  have  to  use  them 
carefully and submit material account of spares issued / used along with the bill. 
27. DISCOUNT:  
Discount, if any, is to be clearly indicated in the price bid. Conditional discounts will not be accepted. 
28. INFLUENCE:  
Any efforts by  the Tenderers to influence the owner during evaluation process before order placement will be rejected. Similarly 
deviation in the term of payments, penalty, security deposit, delivery period will be treated as non‐responsive quotation / offer and 
will not be considered for evaluation /order placement. 
29. BANK CHARGES:  
Your Bank charges at your account and our charges at our account. Purchasers Bankers are as specified in custom document. The 
request of the agency regarding assurance about payment to any Bank shall not be entertained in any condition which may please 
be noted. The payment shall be effected to the firm only 
30. TENDER REFERENCE:  
For any correspondence, reference of our tender should be invariably indicated. 
31. ENVIRONMENTAL MANAGEMENT SYSTEM (EMS):  
You and your employee shall follow the current practices / procedure as per Environmental Management System ISO 14001‐2004 
and shall fulfil the environmental norms / requirements specified / latest notifications issued by the MPCM and CPCB 
32. JURISDICTION OF CONTRACT:  
Any  disputes,  difference  arising  under,  out  of  or  in  connection  with  this  tender,  or  contract  if  concluded,  shall  be  subject  to  the 
exclusive jurisdiction of the nearest Courts of purchaser. 

Please, consider your environmental responsibility. Before printing this document ask yourself: "Do I really need a hard copy?" 

Page 21 of 74
 
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

SECTION-III: TENDER REQUIREMENT

Sub.: Supply Erection, Commissioning & Testing of motors, Pumps, 33KV/433 V


switchyard, 630 KVA transformers, breakers, isolators, CT, PT, protection
panel, Battery with battery charger, LT switchgears, lighting transformer,
lighting MLDB, laying of HT, LT & control cable with erection of cable tray,
lighting work at premises along with loading of material under MSPGCL scope
at Khaperkheda1X500MW (O&M), transport, unloading at site premises of
AWRS pump house Nandgaon.

Ref: E-Tender No. 79150

Estimated value of work: Rs. 27.66 Lakh (excluding taxes).

Estimated value of supply: Rs. 71.80 Lakh (excluding taxes).

Documents to be uploaded (Scanned Copy of Original)

1. SOLVENCY CERTIFICATE (50% OF ESTIMATED COST)

2. ESIC REGISTRATION CERTIFICATE. --- Please refer Special Terms &


Conditions.

3. PAN CARD & GST REGISTRATION CERTIFICATE

4. PROVIDENT FUND REGISTRATION CERTIFICATE

5. LABOUR LICENCE -------- Please refer Special Terms & Conditions.

6. QUALIFYING REQUIREMENTS FOR WORKS:


1) Average Annual financial turnover during the last 3 years ending 31 st March
of the previous financial year, should be at least 30% of the estimated cost
of one year.
2) Experience of having successfully completed similar works during last 7
years ending last day of month previous to the one in which applications are
invited should be either of the following :-
a) Three similar completed works each costing not less than the amount
equal to 40% of the estimated cost of one year.
OR
b) Two similar completed works each costing not less than the amount equal
to 50% of the estimated cost of one year.
OR
c) One similar completed work costing not less than the amount equal to
80% of the estimated cost of one year.

Page 22 of 74 Page 1
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

Definition of similar nature work means Bidder should have experience of


Erection, Testing, & Commissioning of switchgear of 3.3 KV & above,
motors, Pumps etc at MSPGCL/NTPC/SEB’s/ Public sector undertaking/
Central Power Generation Company/Approved sub vendor of
EPC/Turnkey/BoT contractor of Mahagenco.
However Approved sub vendor of EPC/Turnkey contractor shall qualified
only if following conditions are fulfilled.
a. Confirmation/Concurrence from Mahagenco.
b. Shall have order from EPC/Turnkey/BOT Contractor
c. Shall have the execution certificate clearly indicating the successful
execution of the order.

3) Statutory license: – The bidding firm must have valid electrical contractor license
issued by appropriate Govt. Authority. The documentary proof of which must be
attached invariably with offer.

7. QUALIFIYING REQUREMENTS FOR SUPPLY:

1) TECHNICAL CONDITIONS:
1. The bidder should have 3 years' experience in design, manufacture and
supply.
2. During the last three years bidder should have executed at least single order
equal to 25% value of tendered items.
3. This item should have been supplied to State / Central generating company
/ Any Other State / Central Government undertaking / Public Sector
undertaking of India.

2) FINANCIAL / COMMERCIAL CONDITIONS »


1. The bidder should have annual average turnover for last 3 years equal to
estimated cost of the tender items.
2. The bidder should produce the copies of statement of Annual Accounts for
previous three years duly certified by a Chartered Accountant or produce a
certificate of annual turnover during previous three years duly certified by a
Chartered Accountant.
3. Net worth
a. The net worth of the tenderer / bidder as on 31st March of previous
financial year shall not be less than 25% of its paid up share capital. The
tenderer who does not satisfy the Net Worth criteria stipulated herein on
its own would be required to furnish along with its Bid a letter of
undertaking from their holding company pledging unconditional and
irrecoverable financial support for execution of the contract by the

Page 23 of 74 Page 2
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

tenderer in case of award provided that the Net Worth of such holding
company as on 31st March of previous financial year should be at least
equal to or more than paid up capital of the holding company.
In case where audited results for the last preceding financial year
are not available, certification of financial statement from a practicing
Chartered Accountant shall also be considered acceptable.
Please note that, Net Worth means sum of the paid up share
capital and free reserves. Free reserves shall mean all reserves credit out
of the profit and share premium account but not include reserves
credited out of the revaluation of assets, write back of depreciation
provision and amalgamation. Further, any debit balance of profit and
loss account and miscellaneous expenses to the extent not adjusted or
written off, if any, shall be reduced from reserves and surplus. Other
income shall not be considered for arriving at annual turnover.

b. The Bidder should submit the documentary evidence in respect of above.


In case audited results for the last preceding financial year are not
available, certification of financial statement from practicing Chartered
Accountant shall be acceptable.

Terms & Conditions of the Tender

1. If the manufacturers categorically request to allow participation of authorized


dealer / channel partner on behalf of the manufacturers to whom they stand
technical support with guarantee of materials then the authorized dealer/
channel partner shall be allowed to participate in the tender. In this case, the
manufacturers must fulfil the QR of the tender. Also, the manufacturer shall
submit the performance BG for the materials equal to 10% value of order.
2. If the manufacturer does not furnish the Performance Bank Guarantee, then
the Authorized Dealer / Channel Partner will have to submit the Performance
BG equal to 10% value of order.
3. In the tender bid, the Authorized Dealer / Channel Partner shall submit a
letter from the manufacturer with a specific request to allow them to
participate in the tender on their behalf. In this case, the manufacturer
must stand technical support and guarantee for the material supplied.
4. In addition, the manufacturer shall have to issue a certificate of
authorization that the dealer is their regular & genuine authorized dealer
/ channel partner having valid authorization for a period of at least 3

Page 24 of 74 Page 3
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

years. The authorization given by the manufacturer for a specific tender


shall not be considered for evaluation.
5. The Authorized Dealer / Channel Partner shall submit the documents from the
manufacturer to fulfil the QR conditions.
6. If the authorized Dealer / Channel Partner fails to execute the order then the
manufacture along with the authorized Dealer / Channel Partner would be
liable for blacklisting.
7. If the manufacturer does not submit documentary evidence for execution
of order for 25% value of tender items, then any of the following
documents maybe considered for evaluation of the bids.
a. The orders for tender items executed by the authorized dealer of
manufacturer who has submitted the bid.
b. The orders for tender items executed by any other authorized dealers of
manufacture.

Chief Engineer (Const.)


MSPGCL, Koradi

Page 25 of 74 Page 4
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

ANNEXURE-A
NAME OF WORK: Supply, Erection & Comissioning of 33KV/433 V switchyard, 630 KVA
transformers, breakers, isolaters,CT, PT, protection panel, Battery with battery charger, LT
switchgears, lighting transformer, lighting MLDB,laying of HT, LT & control cable with tray,
lighting work and complete AWRS pump system with EOT cranes at premises along with loading
of material under MSPGCL scope at Khaperkheda1X500MW O&M, transport, unloading at site
premises of AWRS pump house Nandgaon.

Scope OF Supply /
Sr. No. DESCRIPTION Unit QTY
Work
Supply of 100 AH, 24 V float cum boost Supply in contractor
1 charger. Set 1
scope
Supply of Lead acid tubular battery set 30 Supply in contractor
2 VDC, Each cell of 2.2 V DC Set 1
scope
Supply of 1C x 35 mm2 copper cable with
glands and lugs etc comlete for battery bank Supply in contractor
3 Mtr. 100
to charger. scope
Supply of 3C x 16 mm2 copper cable with Supply in contractor
4 glands and lugs. Mtr. 300
scope
Supply of material for 4 pole ISMB 250 steel
structures (size 4X8 mtrs.) , ACSR Supply in contractor
5 conductors, clamps & Disc- insulator for bus LS 1
scope
formation etc complete.
Supply of 3.5C X 185 Sq. mm. aluminum Supply in contractor
6 XLPE armoured power cables of 1.1 KV Mtr. 600
scope
Supply of 3.5C X 300 Sq. mm. aluminum Supply in contractor
7 XLPE armoured power cables of 1.1 KV Mtr. 500
scope
Supply of 3C x 6 mm2 Copper cable Supply in contractor
8 Mtr. 200
scope
Supply of 33KV 3CX300 sq.mm HT Supply in contractor
9 aluminium armoured XLPE cable, Mtr. 25
scope
Supply of 5C x 2.5 mm2 Copper cable Supply in contractor
10 Mtr. 1500
scope
Supply of Heat shrikable termination kit for
33KV 3CX300 sq.mm HT aluminium Supply in contractor
11 Nos 3
armoured XLPE cable, scope
Supply of cable gland suitable for 3C x 2.5 Supply in contractor
12 mm2 Copper cable. Nos. 34
scope
Supply of cable gland suitable for 3C x 6 mm2 Supply in contractor
13 Copper cable. Nos. 67
scope
Supply of cable gland suitable for 3.5C X 35
Supply in contractor
14 Sq. mm.XLPE, aluminium power cable Nos 2
gland. scope
Supply of cable gland suitable for 3.5C X 300
Sq. mm. XLPE ,aluminum armoured power Supply in contractor
15 Nos 12
cable scope

Page 26 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Supply of cable gland suitable for 3C X 185


Sq. mm. XLPE ,aluminum armoured power Supply in contractor
16 Nos 12
cable scope
Supply of cable gland suitable for 3C x 16 Supply in contractor
17 Sq.mm. XLPE copper cable. Nos. 6
scope
Supply of 33 KV/433V, 630 KVA, oil filled
(Dyn11 Vector group) Transformer suitable for Supply in contractor
18 Nos. 2
outdoor installation scope
Supply of Floor / Wall mounting, MCCB Panel
board suitable for Four Pole Incoming 250 A,
8 ways Four pole outgoing on provided iron Supply in contractor
19 frame, as per Specification.
Nos. 1
scope

Supply of standard make 70W SV lamp


fixture complete with SV lamp in cable gallery Supply in contractor
20 Nos. 10
room scope
Supply of Standard Make 2x36W Tube light Supply in contractor
21 fixture complete with tube light in MCC Room Nos, 30
scope
Supply of standard make wall mounted 90W
LED flood light fitting with 90 W flood LED
light, having PF > 0.95, class IP65 or above for Supply in contractor
22 Nos. 14
lighting in MCC room, maintenance area & scope
peripheral area of the building.
Supply of standard make 20W LED light for Supply in contractor
23 toilet, passage, stair case area etc Nos 8
scope
Supply of Street light steel tubular lighting
pole of 9 mtr. length with JB in switchyard Supply in contractor
24 Nos 4
area. scope
Supply of 3.5C X 300 Sq. mm. aluminium
cable lugs Supply in contractor
25 Nos. 48
scope
Supply of 3C X 185 Sq. mm. aluminium Supply in contractor
26 cable lugs Nos. 36
scope
Supply of lugs suitable for 3.5C X 35 Sq. mm. Supply in contractor
27 aluminum cable. Nos 8
scope
Supply of lugs suitable for 3C x 16 mm2 Supply in contractor
28 copper cable Nos. 40
scope
Supply of lugs suitable for 5C x 2.5 mm2 Supply in contractor
29 Copper cable. Nos 350
scope
Supply of lugs suitable for 3C x 6 mm2 Supply in contractor
30 Cupper cable. Nos 50
scope
Supply and installation with point wiring for
standard make 400W non integral light fixture
complete with sodium vapor lamp for pump Supply in contractor
31 house room.
Nos. 8
scope

Page 27 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Supply of 3.5C X 35 Sq. mm. aluminum non Supply in contractor


32 XLPE armoured power cables of 1.1 KV Mtrs. 200
scope
Supply of 4.54 KW LT motor, speed 1460 RPM
suitable for VARAT MAKE vertival pump of Supply in contractor
33 Nos. 2
Model 5070WS-6 scope
Supply of 5.5 KW LT motor, speed 1450 RPM
suitable for SAM TURBO MAKE pump, 4MD Supply in contractor
34 Nos. 1
80/205 Model scope
Supply of SAM TURBO make pump model Supply in contractor
35 4MD 80/205, size 100 x 80 Nos. 1
scope
Erection, commissioning and testing of
33 KV VCB breakers with supporting Works in contractor
36 Set 2
structure & foundation scope
Erection, commissioning , testing & trial
of overhead crane.capacity 3T for Ash Works in contractor
37 Nos. 1
water recovery sump scope
Erection, commissioning , testing & trial
of overhead hoist.capacity 1T(mono rail) Works in contractor
38 Nos. 1
for sludge sump pump scope
Erection, commissioning , testing & trial
of overhead hoist.capacity 2T(mono rail) Works in contractor
39 Nos. 1
for sludge gate lifting scope
Transportation of material available in
khaperkheda store, to AWRS pump Works in contractor
40 TRIP 4
house site. scope
Erection, commissioning and testing of 33
KV/433V, 630 KVA, oil filled (Dyn11 Works in contractor
41 Vector group) Transformer suitable for Nos. 2
scope
outdoor installation
Erection and commissioning of Lead acid
tubular battery set 30 VDC, Each cell of Works in contractor
42 SETS. 2
2.2 V DC scope
Erection, commissioning and testing of Works in contractor
43 Sets. 2
100 AH, 24 V float cum boost charger. scope
Erection, commissioning and testing of 33
KV indoor type VCB control panel with all Works in contractor
44 relays including transformer protection Nos. 2
scope
relay, and metering ckt.
Erection, commissioning, testing and
charging of 415 V LT Switchgear of 2
incommer & one buscoupler consisting of Works in contractor
45 10 nos. breaker feeder and SFU units etc Set 1
scope
complete. Along with interlock panel and
sump pump panel 7.5 KW
Erection, commissioning & testing of
Works in contractor
46 energy saving panel for MLDB etc. Nos. 2
scope
complete.

Page 28 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Providing & erecting Floor / Wall


mounting, MCCB Panel board suitable for
Four Pole Incoming 250 A, 8 ways Four Supply & Works in
47 Nos. 1
pole outgoing on provided iron frame, as contractor scope
per Specification.
Erection of cable tray routing works
including fabrication & erection as per Works in contractor
48 LS 1
drawing no. GID-091-EL-XE-2128 Rev. 1 scope
Installation of Street light steel tubular
lighting pole of 9 mtr. length with JB in Works in contractor
49 Nos. 4
switchyard area. scope
Installation with point wiring for standard
make 70W SV lamp fixture complete with Works in contractor
50 NOS. 10
SV lamp in cable gallery room scope
Installation with point wiring for standard
make 400W non integral light fixture Works in contractor
51 complete with sodium vapor lamp for Nos. 10
scope
pump house room.
Supply & Installation of 5 Amp Plug
Supply & Works in
52 Points of standard make as per required Nos. 10
contractor scope
location.
Supply & Installation of 15 Amp Plug
Points wiring of standard make as per Supply & Works in
53 Nos. 10
required location. contractor scope
Supply & Installation of Primary Light
point with Points wiring in 20 mm rigid
PVC conduit with 1.5 sq.mm FR grade Supply & Works in
54 Nos. 40
Copper wire with flush type switch and contractor scope
required accessories, cable gallery.
Supply and spreading of 6" thick layer of
black metal of 1 inch in the sub station Supply & Works in
55 Cu. Mtr. 35
area. contractor scope

Supply, designing total Earthing System


and installation as per IS STD with latest
amendment for ash water pump house
Supply & Works in
56 system which includes outdoor LS 1
contractor scope
subsation, out door transformers, pump
house switchgear, DC supply system
Motors etc complete
Supply & Installation of Rigid PVC
Conduit laying for lighting fixture with Supply & Works in
57 Mtr. 600
accessories conduit size as per contractor scope
requirement
Installation for Standard Make 2x36W
Tube light, 20W LED fixture complete Works in contractor
58 Nos. 30
with tube light in MCC Room scope

Page 29 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Installation with point wiring for standard


make wall mounted 90W LED flood light
fitting with 90 W flood LED light, having Works in contractor
59 PF > 0.95, class IP65 or above for lighting Nos. 14
scope
in MCC room, maintenance area &
peripheral area of the building.
Erection, Testing & commissioning of 3-
Works in contractor
60 ф, 415/415 V indoor Lighting transformer Nos. 1
scope
.
Erection, commissioning & testing of
Works in contractor
61 Local push button station for DOL LT Nos. 10
scope
motors.
Erection, commissioning ,overhaul, Works in contractor
62 testing & trial of 415 V LT motors- Nos. 10
scope
Erection and commissioning of 33KV
Issolator with supporting structure & Works in contractor
63 Sets. 5
foundation scope
Erection, commissioning and testing of
33 KV LA with supporting structure & Works in contractor
64 Sets. 2
foundation scope
Fabrication & erection of 4 pole ISMB 250
steel structures (size 4X8 mtrs.) , ACSR Works in contractor
65 conductors, clamps & Disc- insulator for LS 1
scope
bus formation etc complete.
Erection, commissioning and testing of
outdoor type Current Transformer (CT) Works in contractor
66 Ratio 25/1 A with supporting structure & Nos. 6
scope
foundation
Erection, commissioning and testing of
outdoor type Potential Transformer (PT) Works in contractor
67 33KV/110V with supporting structure & Nos. 3
scope
foundation
Erecting Heat shrikable termination kit
for 33KV 3CX300 sq.mm HT aluminium Works in contractor
68 Nos. 3
armoured XLPE cable, scope
Laying and termination of 5C x 2.5 mm2 Works in contractor
69 Copper cable with glands and lugs. Mtr. 1500
scope
Laying and termination of 3C x 16 mm2 Works in contractor
70 copper cable with glands and lugs. Mtr. 300
scope
Laying and terminating with glands and
lugs of 3.5C X 300 Sq. mm. aluminum Works in contractor
71 Mtr. 1100
XLPE armoured power cables of 1.1 KV scope
Laying and termination of 1C x 35 mm2
copper cable with glands and lugs etc comlete Works in contractor
72 Mtr. 100
for battery bank to charger. scope

Page 30 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Laying & termination of 33KV 3CX300


sq.mm HT aluminium armoured XLPE Works in contractor
73 Mtr. 25
cable, scope

laying and terminating with glands and


lugs gland of 3.5C X 35 Sq. mm. Works in contractor
74 Mtr. 200
armoured aluminum cable. scope
Laying and termination of 3C x 6 mm2 Works in contractor
75 Copper cable with glands and lugs. Mtr. 200
scope
Supply and erection of 2.5 Mtr. high wire
fencing with ten rows of Barbed wire with
23 nos. of post & one no. entry gates ( 3 Lump Supply & Works in
76 1
mtr. X 2.5 mtr.), for substation area 15 x sum contractor scope
15 mtr.
Overhaul, Erection & Commissioning of AWRS
Pump of size 200 x 150 mm. Type 3MD Works in contractor
77 No 6
150/30A, Capacity 200m3/hr scope
Overhaul, Erection & Commissioning of Seal
water pump of size 100 x 80 mm. Type 4MD Works in contractor
78 No 2
80/205A, Capacity 8m3/hr scope
Overhaul, Erection & Commissioning of
vertical sludge pump of size 50 mm. Model Works in contractor
79 No 2
5070WS-6, Capacity 5 m3/hr scope
Erectin, fitting cutting & welding of 300 NB Works in contractor
80 MSERW/MS pipeline/distance piece Mtr 14
scope
Erectin, fitting cutting & welding of 200 NB Works in contractor
81 MSERW/MS pipeline/distance piece Mtr 45
scope
Erectin, fitting cutting & welding of 80 NB Works in contractor
82 MSERW/MS pipeline Mtr 15
scope
Erectin, fitting cutting & welding of 50 NB Works in contractor
83 MSERW/MS pipeline Mtr 25
scope
Erectin, fitting cutting & welding of 25-40 NB Works in contractor
84 MSERW/MS pipeline Mtr 65
scope
Erectin, Fitting, welding & comissionng of 300 Works in contractor
85 NB Valve Nos 3
scope
Erectin, Fitting, welding & comissionng of 200 Works in contractor
86 NB Valve Nos 6
scope
Erectin, Fitting, welding & comissionng of 40 Works in contractor
87 NB Valve Nos 2
scope
Erectin, Fitting, welding & comissionng of 80 Works in contractor
88 NB Valve Nos 2
scope
Erectin, Fitting, welding & comissionng of 50
Works in contractor
89 NB Valve Nos 2
scope
Erectin, Fitting, welding & comissionng of 25
Works in contractor
90 NB Valve Nos 15
scope

Page 31 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Fabrication, Erection, Cutting, Fitting & Works in contractor


91 welding of 300 NB 90 Deg BEND Nos 3
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
92 welding of 200 NB 90 Deg BEND Nos 5
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
93 welding of 200 NB offset BEND Nos 3
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
94 welding of 80 NB BEND Nos 4
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
95 welding of 50 NB BEND Nos 6
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
96 welding of 40 NB BEND Nos 4
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
97 welding of 300 NB water strainer Nos 3
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
98 welding of 300 x 200 NB reducer Nos 3
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
99 welding of 200 x 150 NB reducer Nos 6
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
100 welding of 100 x 80 NB reducer Nos 2
scope
Fabrication, Erection, Cutting, Fitting & Works in contractor
101 welding of 80 x 40 NB reducer Nos 2
scope
Erection, Fitting & welding of 200 NB NRV Works in contractor
102 Nos 6
scope
Erection, Fitting & welding of 40 NB NRV Works in contractor
103 Nos 2
scope
Fitting, welding & comissioning of pressure Works in contractor
104 gauges Nos 6
scope
Fabrication & erection of steel structures for
supports to pipes lines and platforms for Works in contractor
105 Ton 3
valves as per requirements. scope
Supply of 300 NB MSERW/MS pipe with Supply in contractor
106 stand. thickness Mtr 10
scope
Supply of 200 NB MSERW/MS pipe with Supply in contractor
107 stand. thickness Mtr 30
scope
Supply of 80 NB MSERW/MS pipe with stand. Supply in contractor
108 thickness Mtr 15
scope
Supply of 50 NB MSERW/MS pipe with stand. Supply in contractor
109 thickness Mtr 25
scope
Supply of 40 NB MSERW/MS pipe with stand. Supply in contractor
110 thickness Mtr 30
scope
Supply of 25 NB MSERW/MS pipe with stand. Supply in contractor
111 thickness Mtr 35
scope
Supply of MS DISTANCE PIECE 300 NB WITH Supply in contractor
112 FLANGE AT ONE END, L400mm Nos 6
scope
Supply of MS DISTANCE PIECE 150 NB WITH Supply in contractor
113 FLANGE AT both END, L500MM Nos 3
scope

Page 32 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Supply of MS DISTANCE PIEE 200 NB WITH Supply in contractor


114 FLANGE AT BOTH END L500 Nos 16
scope
Supply of MS T- PIECE 200 NB Supply in contractor
115 Nos 2
scope
Supply of manual operated gateValves 200NB, Supply in contractor
116 class 300 Nos 6
scope
Supply of manual operated ball Valves 40NB Supply in contractor
117 Nos 2
scope
Supply of manual operated gateValves 80 NB, Supply in contractor
118 disc SS Nos 2
scope
Supply of manual operated gateValves 50 NB Supply in contractor
119 disc SS Nos 2
scope
Supply of manual operated ball Valves 25 NB Supply in contractor
120 Nos 15
scope
Supply of MS/MSERW 900 Bends 200NB, with Supply in contractor
121 stand thickness Nos 5
scope
Supply/Fabricate of MS/MSERW Offset Supply in contractor
122 bends, 200NB with stand thickness Nos 3
scope
Supply of MS BEND 80 NB-90 DEG with Supply in contractor
123 stand thickness Nos 4
scope
Supply of MS BEND 50 NB- 90 DEG with Supply in contractor
124 stand thickness Nos 6
scope
Supply of MS BEND 40 NB-90 DEG with Supply in contractor
125 stand thickness Nos 4
scope
Supply of MS WATER STRAINER 300NB with Supply in contractor
126 stand thickness Nos 3
scope
Supply of MS 900Bends, 300NB with stand Supply in contractor
127 thickness Nos 3
scope
Supply / Fabricateof MS Ecentric Reducer Supply in contractor
128 300 x 200 NB Nos 3
scope
Supply / Fabricateof MS Concentric Reducer Supply in contractor
129 200 x 150 NB Nos 6
scope
Supply/ Fabricate of MS Ecentric Reducer Supply in contractor
130 100 x 80 NB Nos 2
scope
Supply / Fabricateof MS Concentric Reducer Supply in contractor
131 80 x 40 NB Nos 2
scope
Supply of CI NRV, 200 NB, L 127 mm Supply in contractor
132 Nos 6
scope
Supply of CI NRV, 40 NB, L 138 mm Supply in contractor
133 Nos 2
scope
Supply of MS Pressure/Flow gauges Supply in contractor
134 Nos 6
scope

Page 33 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
ANNEXURE “B”

Bidder to submit this Annexure dully filled along with techno commercial bid.

33 KV/0.433 KV, 630 KVA, Oil filled, (Dyn11 Vector Group), ONAN cooled transformers
suitable for outdoor installation with OFF LTC with fitting accessories.

GUARANTEED TECHNICAL PARTICULARS( GTP) FOR DISTRIBUTION TRANSFORMERS

Specification MSPGCL Technical Requirement Bidder Confirmation


a) Particulars of the 33 KV/433V, 630 KVA, oil filled
specification to be complied (Dyn11 Vector group) Transformer
with suitable for outdoor installation
b) Type of transformer Two winding transformer
c) Single or poly phase unit Poly phase
d) Number of phases in system Three
e) Frequency 50 Hz with tolerance of +/- 5% of
rated frequency
f) Dry-type or oil immersed type Oil immersed type, mineral oil
g) Indoor or outdoor type Outdoor type
h) Type of cooling ONAN,(oil natural air natural)
i) Rated power (in KVA) and, for 630 KVA
tapping ranges exceeding ±
percent required power on
extreme tapings
j) Rated voltages) HV winding - 33,000 V.
LV winding –433 V.(With tolerance of
10% of rated voltage)
k) State if tapings are required OFF load tap changer (+/- 5% in step
and if yes, on-load or off load- of 2.5%)
circuit tap-changers.
l) Rated highest voltage for 36 K.V. (as per I.S.-2026 part-III)
equipment (for HV winding)
m) Impedance volt As per IS 2026 (Part –I) 1977
n) Max. allowable losses at rated ---
voltage & frequency at 750 C
o) Method of system earthing H.V.- not required.
(for each winding) L.V. – Earthed neutral
p) Insulation level (for each HV winding (33 KV)
winding), power-frequency 70 KV rms for rated short duration
test level / impulse level
power frequency withstand voltage.
170 KV peak for rated lightning
impulse withstand voltage
LV winding (433 V)
3 KV rms for rated short duration
power frequency with stand voltage.
q) Connection symbol Delta star (Dyn11)
r) Neutral terminals, if required HV winding – not required
Page 34 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
(for each winding) and their LH winding – Yes, neutral bushing is
insulation level to earth required for direct earthing
s) Special requirements of It is recommended the flat thread
installation, assembly, roller on basic foundation frame.
transport and handling
t) Details of auxiliary supply 24 Volts DC
voltage (for fans, tap-changer,
alarms etc.)
u) Fittings required (1) Inspection Cover;
(2) Flange with both sides isolating
valve for bucohholz relay.
(3) Dehydrating Breather.
(4) Oil Level indicators with minimum
marking.
(5) Earthing terminals (6) Lifting Lugs;
(7) Air Release Device;
(8) Jacking lugs; (9) Filter Valves
(9) Explosion Vent
(10) Valves and valve flanges as per IS
3639 – 1966,
(11) Conservator
v) TRANSFORMER TEST :
Routine and Type Test: As per 7.
IEC 60076 1. Measurement of winding
resistance
2. Measurement of voltage ratio
and check of voltage vector
relationship.
3. Measurement of impedance
voltage – short-circuits
impedance (principal tapping)
and load losses at 50% &
100% load.
4. Measurement of no-load
losses, magnetizing current at
rated frequency & at 90%, 100
%, & 110% rated voltage.
5. Measurement of insulation
resistance.
6. All other test mentioned in
IEC 60076
Type Test: The followings shall 1. Temperature-rise test over 3.
constitute the type tests. ambient temperature to
determine maximum
temperature rise after
continuous full load run.
2. All other test mentioned in
IEC 60076

Page 35 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

ANNEXURE-C
AWRS PUMP HOUSE, NANDGAON
SINGLE LINE DIAGRAM OF 33000/433 VOLTS SUB STATION

4- POLE
STRACTURE 33000/433 VOLTS
630 KVA
TRANSFORMER

w
CT 25/1 A

LT CABLE TO MCC ROOM


METERING ROOM 33KV 33KV 33KV
ISOLATOR ISOLATOR BREAKER ISOLATOR
CTPT
33000/433 VOLTS
LIGHTING

z
UNIT 630 KVA
ARRESTE

w
CT 25/1 A TRANSFORMER
R

LT CABLE TO MCC ROOM


33KV 33KV 33KV
ISOLATOR BREAKER ISOLATOR
PT
33KV/110V LIGHTING
ARRESTER

Page 36 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

SECTION - IV

1.0 INTENT OF CONTRACT

1.1 The equipment to be supplied should be of reputed make and installation shall
conform to high standard of engineering, design, and workmanship in all
respects and shall be capable of performing in continuous operation in
satisfactory manner. The Contractor within the contract price shall provide all
supplies and services including any equipment or accessories not specified
herein but necessary for this work.

1.2 It shall be the responsibility of the contractor to obtain all necessary approval
wherever applicable for this works with required drawing from Statutory
Authority/ Electrical Inspector regarding installation, commissioning and
charging of 33KV/0.433 KV substation, HT transformer, LT switchgear etc is to
be arranged by Contractor. The statutory fees towards the same shall be
reimbursed by this office on submission of the proof (Documentary Evidence).

1.3 Bid should be evaluated on overall lowest basis.

2.0 Scope of Supply and Works

2.1 Supply Erection, Commissioning & Testing of motors, Pumps, 33KV/433 V


switchyard, 630 KVA transformers, breakers, isolators,CT, PT, protection panel,
Battery with battery charger, LT switchgears, lighting transformer, lighting
MLDB, laying of HT, LT & control cable with erection of cable tray, lighting work
at premises along with loading of material under MSPGCL scope at
Khaperkheda1X500MW (O&M), transport, unloading at site premises of AWRS
pump house Nandgaon.

2.2 The equipment to be supplied should be of reputed make and installation shall
conform to high standard of engineering, design, and workmanship in all
respects and shall be capable of performing in continuous operation in
satisfactory manner. The Contractor within the contract price shall provide all
supplies and services including any equipment or accessories not specified
herein but necessary for this work.

2.3 It shall be the responsibility of the contractor to obtain all necessary approval
wherever applicable for this works with required drawing from Statutory
Authority/ Electrical Inspector regarding installation, commissioning and
charging of 33KV/0.433 KV substation, HT transformer, LT switchgear etc is to
be arranged by Contractor. The statutory fees towards the same shall be
reimbursed by this office on submission of the proof.(Documentary Evidence).

2.4 Detailed scope of supply and works as per annexure- A

Page 37 of 74 Page 1
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

2.5 All tools, tackles and consumables required for the complete work of erection
commissioning and testing should be provided by the contractor and also the
cost towards these consumables should be borne by the contractor.

2.6 The G.A. drawing of substation as per Annexure-C is enclosed with tender
document. This drawing is only for reference purpose. However, the detailed
G.A. drawing of sub-station in line with the requirement of Electrical inspector
are to be prepared by the contractor, after due approval of Owner. The approved
drawing is to be submitted to Statutory Authority Viz Electrical Inspector for
final approval to start the work.

Further, the G.A. drawings, manufacturing drawings and guaranteed technical


particulars of all the items are to be supplied after approval of the same.

2.9 Contractor should arrange for factory test at manufacturer location of Battery
and Battery Charge as per standard & Routine and Type test of Transformers
as per IEC 60076, without any financial implication on MSPGCL. Material will
be liable for rejection, on failure to prove the GTP of 33KV/0.433 KV, 630 KVA
oil filled transformer as per Annexure- B.

2.10 Contractor should arrange for loading of material from koradi/Khaperkheda


TPS premises, transportation, unloading at AWRS, Nandgaon site and
thereafter shifting the material to specified location for installation and further
work.

2.11 Temporary electrical construction supply wherever required should be arranged


by contractor without any financial implication on MAHAGENCO.

2.13 Designing of total Earthing System and installation as per IS Standard with
latest amendment for Ash water pump house system which includes outdoor
substation, outdoor transformers, pump house switchgear, DC supply system,
Motors etc.

2.14 Initial and final trials of all the individual equipments, for successful operation
of total system as a whole.

2.15 All the related drawings and data for the transformer, battery and battery
charger should be provided by contractor.

2.16 Preparation of approaches/ scaffolding wherever required for carrying out of


works is in the scope of contractor without financial implication.

2.17 The contractor has to work at height of 5 to 10 meter from the ground level.
Accordingly all the safety measures is to be carried out by contractor.

Page 38 of 74 Page 2
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

2.18 Fabrication, Erection and commissioning of AWRS Pumps, Seal Water Pumps,
Sludge Sump Pumps, EOT Cranes, Valves, Bends, Laying MS ERW Pipe Line,
platforms, Gauges etc. work is to be carried out as per approved drawing.

2.19 Laying and fitting of pipes should be with proper gasket to avoid the leakages.
The necessary materials required like M.S. Angles, grating, flats, Sheets,
fasteners, grouting materials, primer, paint etc. shall be in the scope of
contractor without any financial implication to MSPGCL.

2.20 All necessary welding machine, tools for fabrication, erection, and welding
materials required at site will be in the scope of the contractor without any
financial implication to MSPGCL.

2.21 The contract will be operate under the control of Chief Engineer (Const.),
MSPGCL, Koradi or his aurhtorised representative. Before commencement of
the contract, contractor should submit copy of labour license. Labour details
showing ESIC & PF registration, T & P List with test certificate etc.

2.24 After completion of work all the site is to be clean and scrap to be dispose at
specified location as per directive of Authorised representative of MSPGCL.

2.25 All the standard terms and conditions of MSPGCL for works and supply will be
applicable for this contract.

3.0 GENERAL REQUIREMENTS

3.1 The design of the equipment shall conform to the relevant provision as brought
out in Technical Specification of bidding document. All materials shall be of
best quality and capable of satisfactory operation under tropical climatic
conditions.

3.3 In case of any conflict amongst various sections, drawings, schedules etc., the
decision of MSPGCL shall be final & binding to Contractor.

3.4 All necessary approval with required drawing from Statutory Authority/
Electrical Inspector regarding commissioning and charging of 33KV/0.433
KV substation, HT transformer, LT switchgear etc are to be arranged by
Contractor. The statutory fees towards the same shall be reimbursed by
this office on submission of the proof.(Documentary Evidence).

3.5 Temporary electrical construction supply wherever required should be arranged


by contractor without any financial implication on MAHAGENCO.

3.6 Successful Bidder should arrange the factory test at manufacturer work for
Routine and Type test of Transformers as per IEC 60076, without any financial
implication on MSPGCL, Battery and Battery Charger Factory test at

Page 39 of 74 Page 3
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

manufacturer works as per standard etc. without any financial implication on


MSPGCL, .

4.0 TEST REPORTS

4.1 On completion of tests of equipment at manufacturer's works, the Contractor


shall furnish 04 (Four) copies of test certificates to the Owner for approval and
subsequent dispatch clearance. The test report shall invariably indicate
identification data, including model no., sr. no. etc. of the equipment, method of
application and duration of test along with test results. Only on approval of
these test results by the Owner, the material should be dispatched to owner
site.

5.0 COMMISSIONING AND HANDING OVER

5.1 Trial On completion of erection of equipments, each item of the equipment shall
be thoroughly cleaned and inspected jointly by the MSPGCL Authorised
representative and the contractor for correctness and completeness of
installation and acceptability for initial trials of the equipment. The list of tests
to be performed prior to initial trial shall be mutually agreed. The purpose of
these trials is to ensure healthiness of each individual equipment for its
operation in the system.

5.2 Initial Operation

a) After successful initial trials of all the individual equipments, all equipment
shall be operated together as a system. The purpose of this initial operation is
to ensure healthiness of the total system. Based on the observations made
during initial operation, necessary correction shall be effected in the
equipments/systems to ensure proper integrated operation of the system.

b) After satisfactory completion of all these tests, the complete equipment shall
be considered ready for trial operation.

c) During initial trial any adjustments /calibrations to the instruments fitted in


the new system should be done in the presence of MSPGCL Authorised
representative.

6.0 TRIAL OPERATION

6.1 After successful initial operation, the 33/0.433 KV complete substation, LT


switchgear, Battery, Battery charger, Motors, pumps etc. shall then be put on
"Trial Operation". During the period of trial operation all the necessary
adjustment shall be made by the contractor while operating over the full load
range enabling the total system to be made ready for the acceptance test. The
period of trial operation should be 30 days.
Page 40 of 74 Page 4
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

6.2 A trial operation report comprising of observations and recordings of various


parameters to be measured in respect of the above trial operation shall be
prepared by the contractor. This report besides recording the details of various
observations during the trial run shall also include the date of start and finish
of the trial operation and shall be signed by the representative of both the
parties i.e. owner and contractor. The report shall have sheets recordings all the
details of interruption occurred, adjustment made and any minor repair done
during the trial operation. Based on the observations, necessary modification /
repairs to the equipment shall be carried out by the contractor to the full
satisfaction of the owner to enable the latter to accord permission to carry out
performance and guarantee tests on the equipment. However, minor defects,
which do not endanger the operation of the equipment, shall not be considered
as reason for withholding such permission.

The works of erection, testing and commissioning of 33KV /0.433 KV


Substation, and complete AWRS pump house system etc are to be completed
satisfactorily. After completion of all the works as mentioned in this tender, the
system will be taken over by MANAGENCO for further operation

7.0 PERFORMANCE GUARANTEE

7.1 Wherever material supplied as per the scope of Contractor, like Transformer,
Battery, Battery charger, etc the contractor shall guarantee the rating and
performance requirements stipulated in the specification.

7.2 All rectification wherever required for the successful operation of total AWRS
Pump House system shall be carried out by the contractor at no extra cost to
the owner.

8.0 LICENSE FROM STATUTORY AUTHORITY/ELECTRICAL/INSPECTOR

8.1 It shall be the responsibility of the contractor to obtain a license for the
operation of Substation, LT Motors, Pumps, LT Switchgear etc from Statutory
Authorities / Electrical inspector before all the system is put into service / final
acceptance.... The license shall be in the name of Chief Engineer (O&M),
Khaperkheda. The statutory fees towards the same shall be reimbursed by this
office on submission of the proof. (Documentary Evidence).

9.0 FINAL ACCEPTANCE

After the work has been completed in all respect and the trial operation of the
complete AWRS system has been successfully completed as per statutory
authority, the contractor shall intimate the Owner that the complete AWRS
system and other accessories are ready for testing leading to final acceptance
thereof. The Engineer shall issue to the contractor a taking over certificate

Page 41 of 74 Page 5
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

indicating the date from which the substation has been taken over and this
shall be a proof of final acceptance of the substation. The guarantee period will
be counted from this date of final acceptance.

Such a certificate shall be given within 30 (thirty) days after satisfactory


completion of the test and same shall not be unreasonably withheld nor will the
engineer delay the issuance thereof on account of minor omissions or defects
which do not affect the safe and reliable operation and / or cause any risk to
the equipment / operator or passengers. Such certificate shall not relieve the
contractor of any of his obligations which otherwise survive by the terms and
conditions of the contract.

After taking over the system as mentioned above, the owner shall issue the final
acceptance certificate indicating the date from which the system has been taken
in to service.

Chief Engineer (Const.)


MSPGCL, Koradi.

Page 42 of 74 Page 6
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

SECTION – V
SPECIFIC TERMS & CONDITIONS

1. The contractor shall visit the work site by consulting with site engineer in-charge and be
deemed to have carefully examined the work and site conditions, the Special Conditions,
the Specifications, schedules and drawings and shall be deemed to have visited the
work site, and also got fully acquainted himself with details required, raw finished
bought out material/equipment required for this work, local conditions, ancillary works
required to be done etc. before quoting the offer.
If he shall have any doubts as to the meaning of any portion of the special conditions or
the scope of work or the specifications or any other matter concerning the contract, he
shall in good time, set forth the particulars thereof and submit them to the Engineer-in-
Charge.
2. If any uncertainty with respect to work shall be created by contractor after letter of
award or during execution of work, MAHAGENCO shall not be responsible for it.
3. The Contractor shall be required to keep his offer valid for acceptance for at least 180
days from the date of bid opening.
4. Mobilization period: Contractor has to mobilize the site within 24 hours after the
intimation of MSPGCL. If contractor fails to this, then penalty about @ Rs. 1500/- per
occasion will be levied against delay of work.
5. Time period: The time period will be decided by the contract operating authority
depending on availability of site with consultation from O & M.
6. Quantity/detail of items: The quantity & detail of supply and work items are as per
Annexure-A. The quantity mentioned for each item is tentative and may vary on either
side but limited to total order value. Payment will be released on the basis of actual
work carried out.
7. Work Permission: Necessary work permission & permit on aux. / machine/work area
will be given by site in charge in consultation with O&M. No payment will be made for
idle manpower in case of permission not obtained due to exigency of plant basis.
8. Selection Criteria: Order will be placed on overall lowest basis.
9. Guarantee: The contractor shall guarantee all supply material and executed works for a
period of one year from the successful commissioning of the complete system. All
repairs, replacements of defective material during such period shall be made free of
cost.
10. REGISTRATION OF CONTRACT: Agency has to register the contract under Labour
contract act 1971 & has to adhere to relevant formalities as per statutory laws & rules
framed there from Time to time.
11. LABOUR LICENSE: Contractor should have labour license obtained from Labour
commissioner before the start of work & will have to submit the same. If he fails,
contract may be cancelled at risk & cost of contractor.
12. INSURANCE: the contractor will have to insure all his labour under workmen
compensation Act 1923 an copy of the same will have to be produced to the contract
operating authority and welfare office Khaperkheda T.P.S. failing which the payment will
not be released. Accident / injury if any occurred during the work will be your
responsibility & no compensation from company will be given.
Page 43 of 74 Page 1
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM
MAHARASHTRA STATE POWER GENERATION COMPANY LTD.

13. APPLICABILITY OF ESIC ACT: As Khaperkheda TPS is covered under ESIC scheme,
contractor has to reinter with ESIC authority & has to comply with rules & regulations
of ESIC act.
14. Terms Of Payment:
A) 70 % amount of the supply items plus taxes applicable shall be release against
material receipt and physical inspection at work site.
B) 10 % amount of the supply items plus taxes applicable shall be release after
erection.
C) 20 % amount of the supply items plus taxes applicable shall be release after
satisfactory performance for 12 month after successful commissioning of the
complete system.
D) 90 % work amount plus applicable taxes shall be release after successful
commissioning and satisfactory performance trial of system.
E) 10 % work amount plus applicable taxes shall be release after satisfactory
performance for 12 month after successful commissioning of the complete system.
F) If the manufacturers categorically request to allow participation of authorized
dealer/Channel partner on behalf of the manufacturer to which they stand
technically support with guarantee of material then the authorized dealer/channel
partner shall be allowed to participate in the tender. In this case, the manufacturer
must fulfill the QR of the tender. Also the manufacturer shall submit performance
B.G. for the material equal to 10 % value of the order.
G) The following documents shall be submitted to Chief Engineer (Const.) koradi, for
payment.
i) Invoice: 1 original + 2 copies
ii) Material Receipt/work completion Certificate: 1 original + 2 copies

15. The payment indicated at above shall be released by O/o Executive Engineer (Project), 1
x 500 MW khaperkheda Expansion Projet, Koradi through SAP/M.B. recording after
satisfactory completion of supply/work.
16. MAHAGENCO does not bind itself to accept the lowest or any of the bids and reserves
the right to accept any bid or reject any or all bids without assigning any reasons
thereof.
17. Interested eligible Contractor may submit the online tender on MAHAGENCO website
[www.mahagenco.co.in].
18. Note to Bidders:
Bidders are requested to go through the tender documents carefully before quoting the
item cost. Bidders are again requested to refer “comments” column of item details of the
techno commercial bid before quoting the price bid. Any discrepancies observed, after
opening price bid, will not be entertained.
Please note.

Chief Engineer (Const.)


M.S.P.G.C.L., Koradi

Page 44 of 74 Page 2
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

ANNEXURE-E

(FORMAT FOE AUTHORISATION CERTIFICATE FROM MANUFACTURER)

CERTIFICATE OF AUTHORISATION

To,
THE CHIEF ENGINEER (CONST.)
MSPGCL, KORADI.

This is to certify that, M/s………………………………………………is our regular and


genuine authorized dealer /channel partner *having valid authorization for a period of
three years/ more than three years*.

I/we* the manufacturer M/s ……………………………………….request to allow his


participation as authorized dealer/channel partner* on our behalf in this tender. We
pronounced our unequivocal support and guarantee for goods supplied and services
on our behalf by M/s ……………………………………………..

This authorization is valid for all the tendered items/ some of the tendered items* as
follows: (Attach list of tendered items for which the manufacturer is authorizing the dealer)

PERIOD OF AUTHORISAYION:

FROM: …………………………………TO ……………………………

Sign of the manufacturer with address

Seal of manufacturer

*--Strike out which is not applicable.

Page 45 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

ANNEXURE-D
UNDERTAKING AND COMMITMENTS FROM BIDDER

Date: --------

TO ,
The Chief Engineer (Const.)
……………………………

Dear sir,

In accordance with your Tender for ……………………………………………… (Subject of


Tender)……………………………………………………………………………under your Tender
No…………………..….Dated…………………...M/s………… (Name Full address of the
firm)……………………. (Hereinafter called the Tenders ) hereby submit the undertaking
as under:

I. The Tenderer commits to undertake all measures necessary to prevent conflict


of interest with other bidders which may lead to anti-competitive practices to
the detriment of Purchaser interests.
II. The tenderer has read and understood the following terms and conditions of the
Purchaser.

Terms and conditions that are binding on bidder for the duration of course of Tender:

i. A bidder may be considered to have a conflict of interest with one or more parties
in this bidding process, if:
a) They have controlling partner(s) in common; or
b) They receive or have received any direct or indirect subsidy/financial stake from
any of them; or
c) They have the same legal representative/agent for purposes of this bid; or
d) They have relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about or
influence on the bid of another bidder; or
e) Bidder participates in more thanone bid in this bidding process. Participation
by a bidder in more than one Bid will result in the disqualification of all bids in
which the parties are involved. However, this does not limit the inclusion of the
components/sub-assembly/assemblies from one bidding manufacturer in more
than one bid.
f) In cases of Authorized Dealer/Channel Partner, quoting on behalf of their
principal manufacturers, one agent cannot represent two manufactures or
quote on their behalf in a particular tender enquiry. One manufacture can also
authorize only one agent/dealer. There can be only one bid from the following:

Page 46 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

 The principal manufacturer directly or through one Indian agent on his


behalf; and.
 Indian/foreign agent on behalf of only one principal.
g) A Bidder or any of its affiliates participated as a consultant in the preparation of
the design or technical specifications of the contract that is the subject of the
Bid;
h) In case of a holding company having more than one independently
manufacturing units, or more than one unit having common business
ownership/management, only one unit should quote. Similar restrictions would
apply to closely related sister companies. Bidders must proactively declare such
sister/common business/management units in same/ similar line of business.
i) If bidding firm or their personnel have relationship or financial or business
transactions with any official of procuring entity who are directly or indirectly
related to the tender or execution of contract.
j) If improper use of information obtained by prospective bidder from the
procuring entity with an intent to gain unfair advantages in procurement
process or for personal gain.

ii. For the purposes of this clause Term ‘control’ as applied to any person, means the
possession, directly or indirectly, of the power to direct or cause the direction of the
management or policies of that person whether through ownership of voting
securities, by contract, or otherwise.
iii. The bidder found to have a conflict of interest shall be disqualified.
iv. If the Purchaser/Procurer has disqualified bidder from the bidding process or has
terminated contract on these grounds, the Purchaser/Procurer shall forfeit EMD,
encash security deposit and contract performance deposit in addition to excluding
bidder from future award process and terminating the contract.
v. This undertaking shall form a part of the contract.

Date….
Place…….

(Signature)…………………………………….
(Printed Name)………………………………..
(Designation)……………………………………

In presence of;
WITNESS (with full name, designation, address & official seal, if any)

(1)
(2)
Please indicate the name and address of the projects/ stations/offices where the
undertaking is to be executed.

Page 47 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

BG / Rev. No: 00 / Date: 01/06/2008

Form for submission of


Bank Guarantee for Earnest Money Deposit / Security Deposit
Against Tender / Enquiry / Order

The Bank of .........


hereby agrees unequivocally and unconditionally to pay, at ……………….. within 48 hours, on
demand in writing from the MAHAGENCO or any officer authorised by it in this behalf of any amount
up to and not exceeding Rs. ............. /- (in words Rupees ...................................................... ) to
the Said MAHAGENCO on behalf of M/s. ......................................................................................
have tendered or contracted or may tender or contract hereafter for supply for materials, equipments
or services to the MAHAGENCO of Materials, equipment or services to the MAHAGENCO against
Tender /order No: .................................................................................. Dated: .... / ....../200....
Total Value of the order is Rs. …………………
This agreement shall be valid and binding on this Bank up to and including date: ..... / ... /200..
and shall not be terminable by notice or any change in constitution of the Bank or the firm of
contractors or any other reasons what-so-ever and our liability hereunder shall not be impaired or
discharged by any extension of time or variations or alternations made, given conceded or agreed
with or without our knowledge or consent, by or between parties to the said within written contract.
The validity of this Bank Guarantee will be extended by us for the further period of six months, one
month prior to its present validity period at the request of MAHAGENCO.
In case of any dispute arising out of or in connection with extension or encashment of Bank
Guarantee, The Courts at .................................... will have jurisdiction.
Our Liability under this Guarantee is restricted to Rs. ........................
(Rupees .........................................................................) our guarantee shall remain in force until
date: .... / ...../200..... unless a suit or action to enforce a claim under the guarantee is failed against
us within six months from the aforesaid date, all rights of MAHAGENCO under the said guarantee
shall be forfeited and we shall be relieved and discharged from all our liability there under

Signature ....................

For ........................

(Banker’s Rubber Seal)

Please Note:
The value of stamp paper for this Bank Guarantee shall be Rs. 100/-
The Bank Guarantee should be furnished from Nationalized Bank with complete postal address of the Bank undertaking the
guarantee
In the first instant, the Bank Guarantee should be valid for the guarantee period of the last consignment as per the delivery
terms of the contract.

Page 48 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

TECHNO-COMMERCIAL BID

BID DOCUMENTS
S No. Document Name Document Details
1 SOLVANCY CERTIFICATE * UPLOAD CERTIFICATE AS PER QR
Upload EMD payment receipt/ documentary
2 DOC9 * evidence of EMD exemption
3 DOC8 * upload duly filled BG format
Upload undertaking as per annexure-D on your
4 DOC7 * letter head
In case supply dealer, upload document of your
5 DOC6 * manufacturer as per QR of supply
Document in support of supply QR 7.2 ( Financial /
6 DOC5 * commercial conditions 1, 2 & 3) in line
Document in support of supply QR 7.1 (Technical
7 DOC4 * conditions 1, 2 & 3) in line
8 DOC3 * document in support of work QR 6(3)
9 DOC2 * Experience certificate in support of work QR 6(2)
10 DOC1 * Relevant document in support of work QR 6(1)
11 LABOUR LICENSE * UPLOAD AS PER TERMS & CONDITION
PROVIDENT FUND REGISTRATION
12 UPLOAD
CERTIFICATE *
13 GST Certificate * UPLOAD VALID GST REGISTRATION
14 PAN CARD *
UPLOAD ESIC ERTIFICATE AS PER TERMS &
15 ESIC * CONDITION
16 AUTHORIZED DEALER CERTIFICATE * Certificate of authorization as per Annexure-E
* - Indicates Mandatory Document to Fill (to participate in tender)

ITEM DETAILS
Specification

Item Code Item Name Category Documents

Comments
Qty. Req.

Drawing
Version

Req. from
S. No.

Unit

Vendors

100 AH
24V
BATTERY CHARGER<>DC SYS FLOAT
008-11-001- 30V<>FLOAT CUM No Documents
1 SUPPLY 01.00 SET 0 No No CUM
003-0001 * BOOST<>100AH<>COMP CHARGER Selected BUST
ASSY CHARGE
R
LEAD
ACID
TUBULAR
009-03-001- BATTERY<>TUBULAR LA No Documents BATTERY
2 011-0001 * CELL<>2.2V<>100AH<>2.2V, 100AH SUPPLY 01.00 SET 0 No No Selected SET 30
TUBULAR LEAD ACID BATTERY CELL VD EACH
CELL
2.2VDC
CIRCUIT BREAKER-HT<>33 KV
011-58-001- OUTDOOR VCB<>1000 No Documents
3 WORKS 02.00 SET 0 No No N.A.
001-0001 * AMP<>ANY<>ERECTION,TESTING & Selected
COMMI

Page 49 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

1C X 35
SQ.MM
CU
CABLE
015-02-001- CABLE-FLEX<>1.1 / 0.650 KV GR FOR
No Documents
4 001-0011 * CU<>MULTI-STRAND SUPPLY 100.00 MTR 0 No No BATTERY
Selected
ARMORED<>CORE 1<>35 SQMM BANK TO
CHARGE
R
CONNEC
TION
CABLE-FLEX<>1.1 / 0.650 KV GR
015-02-005- CU<>MULTI-STRAND UN-ARMORED No Documents
5 SUPPLY 300.00 MTR 0 No No N.A.
001-0004 * RUBBER INSULATED<>CORE 3<>16 Selected
SQMM
LIFTING DEV & EOT CRANE<>EOT
020-02-018- CRANE<>3 T<>SINGLE No Documents
6 WORKS 01.00 NOS 0 No No N.A.
002-0001 * GIRDER<>ERECTION AND COMMI OF Selected
UNIT
LIFTING DEV & EOT CRANE<>EOT
CRANE<>1
020-02-020- T<>MONORAIL<>ERECTION, No Documents
7 001-0002 * COMMISSIONING , TESTING & TRIAL WORKS 01.00 NOS 0 No No N.A.
Selected
OF OVERHEAD HOIST.CAPACITY
1T(MONO RAIL) FOR SLUDGE SUMP
PUMP
LIFTING DEV & EOT CRANE<>EOT
CRANE<>2
020-02-049- T<>MONORAIL<>ERECTION, No Documents
8 001-0001 * COMMISSIONING , TESTING & TRIAL WORKS 01.00 NOS 0 No No N.A.
Selected
OF OVERHEAD HOIST.CAPACITY
2T(MONO RAIL) FOR SLUDGE SUMP
PUMP
it includes
overhaul
erection
comm. of
seal water
pump
031-01-280- PUMP<>WATER<>SAM<>4 MD 80 / No Documents
9 WORKS 02.00 NOS 0 No No model
007-0001 * 205<>OVERHAUL Selected 4md
80/205
size 100 x
80
capacity 8
m3/hr
it includes
overhaul
erection
comm. of
AWRS
pump
10 031-01-280- PUMP<>WATER<>SAM<>6 MD 100 / No Documents
WORKS 06.00 NOS 0 No No model 3
014-0001 * 250<>OVERHAULING OF PUMP Selected MD
150/370
size 150 x
370
capacity
200 m3/hr
ERECTIO
N
FITTING
11 031-01-300- PUMP<>WATER<>SULZER BPS-1ST No Documents
WORKS 02.00 NOS 0 No No WELDING
006-0001 * 75<>NRV<>OVERHAUL Selected & COMM
OF 40 NB
NRV
WORK
OF
FABRICA
TION
ERECTIO
N
SERVICES<>GENERAL<>MAINT<>ASSI FITTING
12 033-03-005- STANCE<>FABFRICATION & ERECTION WORKS No Documents WELDING
03.00 TN 0 No No
001-0106 * OF STEEL STRUCTURE FOR Selected OF ALL
SUPPORTS PLATFOR
MS 7
PIPE
SUPPOR
T AS PER
REQUIRE
MENT.

Page 50 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

transporta
SERVICES<>GENERAL<>TRANSPORTA tion of
TION<>MATERIAL<>HANDLING material
033-03-006- No Documents
13 002-0015 * MATERIAL WITH CRANE FROM TPS WORKS 04.00 TRIP 0 No No from tps
Selected
AREA-OTHER DESIGNATED PREMISES k'kheda to
/ LOCATIONS Nandgaon
site
IT
INCLUDE
S
ERECTIO
N
SERVICES<>GENERAL<>FABRICATION CUTTING
14 033-03-033- No Documents
001-0008 * <>ERECTION & LAYING<>200 NB MS WORKS 45.00 MTR 0 No No FABRICA
Selected
PIPE TION
FITTING
WELDING
AS PER
REQUIRE
MENT
IT
INCLUDE
S
ERECTIO
N
SERVICES<>GENERAL<>FABRICATION CUTTING
15 033-03-033- No Documents
001-0009 * <>ERECTION & LAYING<>MSERW WORKS 14.00 MTR 0 No No FABRICA
Selected
PIPELINE 300 NB TION
FITTING
WELDING
AS PER
REQUIRE
MENT
IT
INCLUDE
S
SERVICES<>GENERAL<>FABRICATION FITTING
16 033-03-033- No Documents
006-0002 * <>PIPE<>REDUCER OF 200 NB MS WORKS 03.00 NOS 0 No No WELDING
Selected
PIPE WITH FLANGES 300 X 200
nb
REDUCE
R
IT
INCLUDE
S
OVERHA
UL
ERECTIO
N&
SERVICES<>ERECT / INSTAL<>ERECT COMMIS
17 033-09-002- No Documents
005-0004 * & COMMI<>PUMP<>SUBMERSIBLE WORKS 02.00 NOS 0 No No SIONING
Selected
PUMP OF
VARAT
MAKE
vertival
pump of
Model
5070WS-
6
it includes
laying
fitting
18 033-17-006- SERVICES<>PIPELINE<>WATER<>MSE WORKS No Documents
65.00 MTR 0 No No welding &
002-0021 * RW<>ERECTION OF PIPE 25 NB Selected comm of
25-40 NB
pipe
it includes
laying
fitting
19 033-17-006- SERVICES<>PIPELINE<>WATER<>MSE WORKS No Documents
25.00 MTR 0 No No welding &
002-0023 * RW<>ERECTION OF PIPE 50 NB Selected comm of
50 NB
pipe
it includes
laying
fitting
20 033-17-006- SERVICES<>PIPELINE<>WATER<>MSE WORKS No Documents
15.00 MTR 0 No No welding &
002-0024 * RW<>ERECTION OF PIPE 80 NB Selected comm of
80 NB
pipe
TRANSFORMER 3P
POWER/AUX<>ANY<>630 KVA<>33/
034-35-019- No Documents
21 001-0001 * 0.433 KV<>ERECTION, WORKS 02.00 NOS 0 No No N.A.
Selected
COMMISSIONING & TESTING OF
TRANSFORMER

Page 51 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

BATTERY<>LA TUBULAR<>ANY STD


MK<>30VDC 100 AH<>ERECTION AND
039-02-002- No Documents
22 008-0001 * COMMISSIONING OF LEAD ACID WORKS 02.00 SET 0 No No N.A.
Selected
TUBULAR BATTERY SET 30 VDC, 100
AH (EACH CELL OF 2.2 V DC )
BATTERY<>CHARGER<>30V<>FLOAT
23 039-06-011- CUM BOOST<>SUPPLY ERECTION AND WORKS No Documents
02.00 SET 0 No No N.A.
001-0001 * COMMISSIONING OF 100 AH FLOAT Selected
CUM BOOST CHARGER
PANEL-ELECT<>33 KV HT<>200
AMP<>VCB CONTROL AND
TRANSFORMER PROTECTION
24 042-08-006- PANEL<>ERECTION AND No Documents
WORKS 02.00 NOS 0 No No N.A.
001-0001 * COMMISSIONING OF 33 KV INDOOR Selected
TYPE VCB CONTROL PANEL WITH
XMER PROTECTION, RELAYS &
METERING COMPLETE.
LT
SWITCH
GEAR OF
2
INCOME
R&1
BUS
COUPLE
R
CONSIST
ING OF
10
PANEL-ELECT<>415 V LT<>1600 BREAKE
25 042-09-002- No Documents
010-0001 * AMP<>AS PER STD<>ERECTIONING WORKS 01.00 SET 0 No No R
Selected
,TCOMMISSIONING AND TESTING FEEDER
& SFU
UNITS
ETC.
ALONG
WITH
INTERLO
CK
PANEL &
SUMP
PANEL
PANEL
7.5 KW
PANEL-ELECT<>415 V LT<>200
26 042-09-007- AMP<>ANY MAKE<>ERECTION & No Documents
002-0002 * COMMISSIONING OF ENERGY SAVING WORKS 02.00 NOS 0 No No N.A.
Selected
PANEL FOR MLDB
INSTALL
ATION
PANEL-ELECT<>415 V LT<>63 OF 250
27 042-09-008- AMP<>DB<>DESIGN,SUPPLY & No Documents
WORKS 01.00 NOS 0 No No AMP 8
001-0002 * INSTALLATION OF MLDB WITH 125 A Selected WAY 4
ISOLATOR, 09WAY 63 A TPN MCB POLE
MCCB
fabrication
FF EQUIP SYS<>FF fitting
28 045-05-002- SYS<>PIPELINE<>REPAIR / No Documents welding of
WORKS 02.00 NOS 0 No No
001-0049 * REPLACEMENT<>100 TO 80 MM Selected 100 x 80
REDUCER FABRICATION NB
reducer
Installatio
I & C<>SERVICES<>FIELD
29 046-32-009- No Documents n & fitting
001-0012 * INST<>CALIBRATION<>PRESSURE WORKS 06.00 NOS 0 No No Selected of pr
GAUGE/PRESSURE SWITCH gauge
fabrication
fitting
30 057-01-003- FABRICATION<>MS<>PIPE<>BEND<>N WORKS No Documents welding of
03.00 NOS 0 No No
001-0006 * B 200 Selected 200 NB
lateral
bend
fabrication
fitting
31 057-01-003- FABRICATION<>MS<>PIPE<>BEND<>N WORKS No Documents
04.00 NOS 0 No No welding of
001-0014 * B 40 Selected 40 NB 90
deg bend
fabrication
fitting
32 057-01-003- FABRICATION<>MS<>PIPE<>REDUCER WORKS No Documents welding of
02.00 NOS 0 No No
002-0001 * <>NB Selected 80 x 40
NB
reducer

Page 52 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

fabrication
FABRICATION<>MSERW<>PIPELINE<> fitting
33 057-10-001- No Documents
002-0001 * BEND<>NB 50-65 MM FABRICATION WORKS 06.00 NOS 0 No No welding of
Selected
ERECTION & REPLACEMENT 50 NB 90
deg bend
fabrication
FABRICATION<>MSERW<>PIPELINE<> fitting
34 057-10-001- No Documents
002-0002 * BEND<>NB 80-100 MM FABRICATION WORKS 04.00 NOS 0 No No welding of
Selected
ERECTION & REPLACEMENT 80 NB 90
deg bend
fabrication
fitting
FABRICATION<>MSERW<>PIPELINE<>
35 057-10-001- No Documents welding of
002-0004 * BEND<>NB 200-250 MM FABRICATION WORKS 05.00 NOS 0 No No Selected 200 NB
ERECTION & REPLACEMENT 90 deg
bend
fabrication
fitting
FABRICATION<>MSERW<>PIPELINE<>
36 057-10-001- No Documents welding of
002-0008 * BEND<>NB 300 FABRICATION AND WORKS 03.00 NOS 0 No No Selected 300 NB
ERECTION 90 deg
bend
SUPPLY
OF
MATERIA
L FOR 4
POLE
ISMB 250
STEEL
STRUCT
SWITCHYARD, TRANSMISSION<>OVER LUM
37 058-14-001- No Documents URE SIZE
001-0003 * HEAD<>TRANSMISSION LINE<>11 SUPPLY 01.00 PSU 0 No No Selected 4 X 8 M,
KV<>FOUR POLE STRUCTURES M ACSR
CONDUC
TORS,
CLAMPS
AND
DISC
INSULAT
OR
ERECTIO
N OF
CABLE
TRAY
ROUTING
CABLING, WIRING<>TRAY LADDER LUM WORK
38 059-01-002- TYPE<>POWER / CONTROL<>PLANT No Documents
WORKS 01.00 PSU 0 No No INCLUDI
003-0009 * PREMISES<>FABRICATION AND Selected
M NG
INSTALLATION OF CABLE TRAYS FABRICA
TION AS
PER
DRAWIN
G
INSTALL
ATION
OF
LIGHTING<>INSTALS<>STREET STREET
39 060-01-001- No Documents
001-0001 * LIGHT<>9 / 11 M<>ERECTION OF WORKS 04.00 NOS 0 No No LIGHT
Selected
POLES TUBULAR
9M
LENGTH
WITH JV
INSTALL
ATION
WITH
FIXTURE
LIGHTING<>INSTALS<>HPSV S & LAMP
40 060-01-006- No Documents
001-0003 * LAMP<>70 W<>INSTALLATION OF WORKS 10.00 NOS 0 No No IN
Selected
FIXTURE COMPLE
TE SET
AT
CABLE
GALLERY
INSTALL
ATION
OF 400 W
LIGHTING<>INSTALS<>HPSV
41 060-01-006- No Documents HPSV
007-0001 * LAMP<>250 W / 400 W<>INSTALLATION WORKS 10.00 NOS 0 No No Selected FITTING
OF FIXTURE WITH
LAMP &
WIRING

Page 53 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

IT
INCLUDE
SUPPLY
INSTALL
LIGHTING<>INSTALS<>SWITCH / ATION
42 060-01-011- No Documents
001-0005 * SOCKET UNIT<>AMPERE 5 / WORKS 10.00 NOS 0 No No OF 5 AMP
Selected
15<>PROVISION OF LIGHTING POINTS STAND
MAKE AS
PER
LOCATIO
N
IT
INCLUDE
SUPPLY
INSTALL
ATION
OF 15
AMP
LIGHTING<>INSTALS<>SWITCH / PLUG
43 060-01-011- SOCKET UNIT<>AMPERE 5 / No Documents
WORKS 10.00 NOS 0 No No POINT
001-0006 * 15<>PROVIDING & FIXING OF Selected WITH
ELECTRICAL POWER POINT 16A WIRING
OF
STAND
MAKE AS
PER
LOCATIO
N
Supply &
Installatio
n of
Primary
Light point
with
Points
wiring in
20 mm
LIGHTING<>INSTALS<>SWITCH / rigid PVC
SOCKET UNIT<>AMPERE 5 / conduit
060-01-011- No Documents
44 001-0007 * 15<>PROVIDING & FIXING OF LIGHT / WORKS 40.00 NOS 0 No No with 1.5
Selected
FAN / PLUG POINTS SWITCH BOARDS, sq.mm FR
6A SOCKETS grade
Copper
wire with
flush type
switch
and
required
accessori
es, cable
gallery
supply &
spreading
of 8 inch
LIGHTING<>INSTALS<>EARTHING<>TR thick layer
45 060-01-022- No Documents
001-0005 * ANSFORMER<>PROVIDING AND WORKS 35.00 M3 0 No No of black
Selected
SPREADING OF METALS 1-1 / 2 INCH metal i
inch in
station
area

Page 54 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

It includes
Supply,
designing
total
Earthing
System
and
installatio
n as per
IS STD
with latest
amendme
nt for ash
water
pump
LIGHTING<>INSTALS<>EARTHING<>EA LUM
46 060-01-022- No Documents house
005-0005 * RTHING PIT<>DESIGNING, PROVIDING WORKS 01.00 PSU 0 No No Selected system
& LAYING OF NEW EARTHING PIT M which
includes
outdoor
subsation,
out door
transform
ers, pump
house
switchgea
r, DC
supply
system
Motors
etc
complete
It includes
Supply &
Installatio
n of Rigid
PVC
Conduit
LIGHTING<>INSTALS<>WIRING<>CON laying for
47 060-01-028- DUIT / CASING CAPPING<>INSTAL OF No Documents lighting
WORKS 600.00 MTR 0 No No
007-0001 * POINT WIRING BY USING CONDUIT / Selected fixture
CASING-N-CAPPING with
accessori
es conduit
size as
per
requireme
nt
Installatio
n for
Standard
Make
2x36W
Tube
LIGHTING<>INSTALS<>FIXTURES<>LIG
48 060-01-036- No Documents light, 20W
001-0003 * HTING / BOARDS<>INSTALLATION OF WORKS 30.00 NOS 0 No No Selected LED
NEW LIGHTING FIXTURES fixture
complete
with tube
light in
MCC
Room
Installatio
n with
point
wiring for
LIGHTING<>INSTALS<>FIXTURES<>JU standard
NCTION BOXES<>ERECTION & make wall
060-01-036- No Documents
49 002-0003 * COMMIG FIBRE GLASS STREET LIGHT WORKS 14.00 NOS 0 No No mounted
Selected
WITH 2 DOUBLE COMPRESSION 90W LED
CABLE GLANDS FOR EACH JB flood light
fitting with
90 W
flood LED
light
Erection,
Testing &
commissi
LIGHTING<>INSTALS<>LIGHTING oning of
TRANSFORMER<>3
060-01-037- No Documents 3-?,
50 001-0001 * PHASE<>DESIGNING, PROVIDING & WORKS 01.00 NOS 0 No No Selected 415/415 V
INSTALLATION OF 415 / 433 V DELTA- indoor
STAR, DYN1 LIGHTING TRANSFORMER Lighting
transform
er .

Page 55 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

MOTOR LT<>230 VOLT<>START-STOP


LOCAL PUSH BUTTON
061-01-029- No Documents
51 001-0001 * STATION<>COMPLETE WORKS 10.00 NOS 0 No No N.A.
Selected
ASSY<>ERECTION OF LOCAL PUSH
BUTTON STATION FOR DOL MOTORS
MOTOR LT<>415
52 061-02-043- VOLT<>ASSY<>INSTALLATION<>EREC WORKS No Documents
10.00 NOS 0 No No N.A.
004-0006 * TION, COMMISSIONING ,OVERHAUL, Selected
TESTING & TRIAL OF LT MOTORS-
fabrication
erection
WTP<>STP<>GRITH
53 064-13-003- No Documents fitting
002-0001 * CHAMBER<>STRAINER<>FABRICATIO WORKS 03.00 NOS 0 No No Selected welding of
N AND ERECTION 300 Nb
strainer
fitting
welding &
54 065-03-008- VALVE<>GATE<>CLASS 150<>NB No Documents commissi
WORKS 06.00 NOS 0 No No
006-0001 * 200<>SERVICING Selected oning of
200 NB
valve
fitting
welding &
55 065-03-008- VALVE<>GATE<>CLASS 150<>NB No Documents commissi
WORKS 03.00 NOS 0 No No
009-0003 * 300<>ERECTION OF VALVE Selected oning of
300 NB
valve
fitting
welding &
56 065-04-001- VALVE<>GLOBE<>CLASS 1500<>SIZE No Documents commissi
WORKS 15.00 NOS 0 No No
010-0005 * NB 25<>SERVICING Selected oning of
25 NB
valve
fitting
welding &
57 065-04-001- VALVE<>GLOBE<>CLASS 1500<>SIZE No Documents commissi
WORKS 02.00 NOS 0 No No
013-0005 * NB 40<>SERVICING Selected oning of
40 NB
valve
fitting
welding &
58 065-04-007- VALVE<>GLOBE<>CLASS 150<>80 No Documents commissi
WORKS 02.00 NOS 0 No No
006-0001 * NB<>SERVICING Selected oning of
80 NB
valve
fitting
welding &
59 065-04-007- VALVE<>GLOBE<>CLASS 150<>50 No Documents commissi
WORKS 02.00 NOS 0 No No
014-0001 * NB<>SERVICING Selected oning of
50 NB
valve
fitting
welding &
60 065-05-004- VALVE<>NRV<>CLASS 300<>SIZE NB No Documents commissi
WORKS 06.00 NOS 0 No No
004-0004 * 200<>SERVICING Selected oning of
200 NB
NRV
SWITCHYARD<>ISOLATOR<>33 KV /
100 A<>ASSY<>ERECTION AND
071-01-003- No Documents
61 001-0002 * COMMISSIONING OF 33KV ISOLATOR WORKS 05.00 SET 0 No No N.A.
Selected
WITH SUPPORTING STRUCTURE &
FOUNDATION.
water
AHP<>FLY ASH<>FEEDER
62 071-02-001- No Documents strainer
005-0011 * EJECTOR<>BATALIBOI<>WATER SUPPLY 03.00 NO 0 No No Selected 300 NB
STRAINER ASSY std length
SWITCHYARD<>TRANSMISSION
LINE<>OVERHEAD 33 KV<>COMPLETE
63 071-02-002- ASSY<>ERECTION AND No Documents
WORKS 02.00 SET 0 No No N.A.
003-0001 * COMMISSIONING OF 33 KV LA WITH Selected
SUPPORTING STRUCTURE &
FOUNDATION
SWITCHYARD<>TRANSMISSION
LINE<>OVERHEAD 33 KV<>COMPLETE
ASSY<>ERECTION OF 4 POLE ISMB
250 STEEL STRUCTURES (SIZE 4X8 LUM
071-02-002- No Documents
64 003-0002 * MTRS.) , ACSR CONDUCTORS, WORKS 01.00 PSU 0 No No N.A.
Selected
CLAMPS & DISC- INSULATOR FOR BUS M
FORMATION ETC ENCLUDING
GROUTING OF STEEL STRUCTURE
COMPLETE.

Page 56 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

SWITCHYARD<>CT<>33KV,
25/1AMP<>COMPLETE
ASSY<>ERECTION AND
071-05-003- No Documents
65 001-0001 * COMMISSIONING OF CURRENT WORKS 06.00 NOS 0 No No N.A.
Selected
TRANSFORMER (CT) RATIO 25/1 A
WITH SUPPORTING STRUCTURE &
FOUNDATION
SWITCHYARD<>PT<>33KV/110V<>COM
PLETE ASSY<>ERECTION AND
66 071-06-003- COMMISSIONING OF POTENTIAL No Documents
001-0001 * TRANSFORMER (PT) 33KV/110V WITH WORKS 03.00 NOS 0 No No N.A.
Selected
SUPPORTING STRUCTURE &
FOUNDATION
CABLE-POWER<>1.1 KV NON-XLPE
67 074-01-001- No Documents
001-0012 * FRLS<>AL MULTI-STRAND SUPPLY 600.00 MTR 0 No No N.A.
Selected
ARMORED<>CORE 3<>185 SQMM
SUPPLY
OF 3.5 C
CABLE-POWER<>1.1 KV NON-XLPE X 35
68 074-01-001- No Documents
002-0006 * FRLS<>AL MULTI-STRAND SUPPLY 150.00 MTR 0 No No SQ.MM
Selected
ARMORED<>CORE 3.5<>35 SQMM ARMORE
D AL
CABLE
CABLE-POWER<>1.1 KV NON-XLPE
69 074-01-001- No Documents
002-0014 * FRLS<>AL MULTI-STRAND SUPPLY 500.00 MTR 0 No No N.A.
Selected
ARMORED<>CORE 3.5<>300 SQMM
CABLE-POWER<>1.1 KV XLPE
70 074-03-004- No Documents
001-0002 * FRLS<>CU MULTI-STRAND UN- SUPPLY 200.00 MTR 0 No No N.A.
Selected
ARMORED<>CORE 3<>6 SQMM
33KV 3C
X
CABLE-POWER<>33 KV XLPE NON 300SQ.M
71 074-28-001- No Documents
001-0001 * FRLS<>AL MULTI-STRAND SUPPLY 25.00 MTR 0 No No M HT AL
Selected
ARMORED<>CORE 3<>300 SQMM ARMORE
D XLPE
CABLE

72 074-39-001- CABLE-POWER<>1.1 KV EPR<>CU No Documents


SUPPLY 1500.00 MTR 0 No No N.A.
004-0001 * MULTI-STRAND<>CORE 5<>2.5 SQMM Selected
SUPPLY
OF 25 NB
VALVE<>BALL CHECK<>CLASS 600 FS
73 075-02-008- No Documents VALVE
004-0001 * ASTM A 105, 3 PIECE, FULL BORE<>25 SUPPLY 15.00 NOS 0 No No Selected SUITABL
NB<>VALVE ASSY E FOR
SYSTEM
SUPPLY
OF 40 NB
VALVE<>BALL CHECK<>CLASS 600 FS
74 075-02-008- No Documents VALVE
005-0001 * ASTM A 105, 3 PIECE, FULL BORE<>40 SUPPLY 02.00 NOS 0 No No Selected SUITABL
NB<>VALVE ASSY E FOR
SYSTEM
SUPPLY
OF 50NB
75 075-03-017- VALVE<>BUTTERFLY<>BODY-CI, DISC- SUPPLY No Documents VALVE
02.00 NOS 0 No No
001-0006 * SS<>50 NB<>VALVE ASSY Selected SUITABL
E FOR
SYSTEM
SUPPLY
OF 80 NB
76 075-03-017- VALVE<>BUTTERFLY<>BODY-CI, DISC- SUPPLY No Documents VALVE
02.00 NOS 0 No No
003-0006 * SS<>80 NB<>VALVE ASSY Selected SUITABL
E FOR
SYSTEM
SUPPLY
OF 200
NB
77 075-80-007- VALVE<>GATE HAND OP<>CLASS 300 No Documents
SUPPLY 06.00 NOS 0 No No VALVE
003-0001 * WCB<>200 NB<>VALVE ASSY Selected SUITABL
E FOR
SYSTEM
CI NRV
40 NB
STD
78 075-93-005- VALVE<>NRV<>PN 10<>40 NB<>FLAP No Documents
SUPPLY 02.00 NOS 0 No No LENGTH
003-0002 * TYPE NON RETURN VALVE 40 NB Selected SUITABL
E FOR
SYSTEM
CABLE JOINT MAT<>33 KV<>XLPE
79 076-07-001- No Documents
002-0001 * HEAT SHRINKABLE<>OUTDOOR END SUPPLY 03.00 NOS 0 No No N.A.
Selected
TERMINATION<>3 CORE 300 SQ.MM

Page 57 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

SUITABL
E FOR 3C
CABLE & WIRING MAT<>CABLE
80 077-02-001- No Documents X 2.5
001-0003 * GLAND<>BRASS<>DOUBLE SUPPLY 34.00 NOS 0 No No Selected SQ.MM
COMPRN<>16 MM CU
CABLE
SUITABL
E FOR 3C
CABLE & WIRING MAT<>CABLE
81 077-02-001- No Documents X6
001-0004 * GLAND<>BRASS<>DOUBLE SUPPLY 67.00 NOS 0 No No Selected SQ.MM &
COMPRN<>19 MM 5C X 2.5
SQ.MM
SUITABL
E FOR
CABLE & WIRING MAT<>CABLE
82 077-02-001- No Documents 3.5C X 35
001-0008 * GLAND<>BRASS<>DOUBLE SUPPLY 02.00 NOS 0 No No Selected SQ.MM
COMPRN<>32 MM XLPE AL
CABLE
CABLE & WIRING MAT<>CABLE
83 077-02-001- No Documents
001-0015 * GLAND<>BRASS<>DOUBLE SUPPLY 12.00 NOS 0 No No N.A.
Selected
COMPRN<>70 MM
SUPPLY
OF
CABLE
GLAND
SUITABL
CABLE & WIRING MAT<>CABLE E FOR 3C
84 077-02-001- No Documents
001-0032 * GLAND<>BRASS<>DOUBLE SUPPLY 12.00 NOS 0 No No X 185
Selected
COMPRN<>57MM SQ.MM
AL
ARMORE
D
POWER
CABLE
CABLE
GLAND
CABLE & WIRING MAT<>CABLE FOR 3C X
85 077-02-001- No Documents
002-0006 * GLAND<>BRASS<>SINGLE SUPPLY 06.00 NOS 0 No No 16
Selected
COMPRN<>25 MM SQ.MM
XLPE CU
CABLE
Erecting
Heat
shrinkable
terminatio
CABLE<>JOINTING<>END n kit for
86 077-04-001- TERMINATION<>33 KV SINGLE / No Documents 33KV
WORKS 03.00 NOS 0 No No
006-0001 * MULTICORE<>TERMINATION OF 150- Selected 3CX300
630 SQ.MM END KIT sq.mm HT
aluminium
armoured
XLPE
cable,
Laying
and
CABLE<>LAYING<>CONTROL UPTO 32 terminatio
CORE<>VERTICAL / HORIZONTAL n of 5C x
87 077-05-001- CABLE TRAYS<>LAYING IN ALREADY No Documents
WORKS 1500.00 MTR 0 No No 2.5 mm2
003-0001 * ERECTED / EXISTING CLAMPING ON Selected Copper
THE CABLES SUITABLY WHEREVER cable with
REQUIRED, GLANDING & LUGGING glands
and lugs.
Laying
and
terminatio
n of 3C x
88 077-05-008- CABLE<>LAYING<>HT / LT No Documents
WORKS 300.00 MTR 0 No No 16 mm2
001-0006 * CABLE<>LAYING<>UP TO 50 SQMM Selected copper
cable with
glands
and lugs.
Laying
and
terminatin
g with
glands
and lugs
CABLE<>LAYING<>HT / LT of 3.5C X
89 077-05-008- No Documents
003-0001 * CABLE<>THROUGH TRENCH / WORKS 1100.00 MTR 0 No No 300 Sq.
Selected
TRAY<>120-300 SQMM mm.
aluminum
XLPE
armoured
power
cables of
1.1 KV

Page 58 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Laying
and
terminatio
n of 1C x
35 mm2
copper
CABLE<>LAYING<>LT POWER
90 077-05-011- No Documents cable with
002-0005 * CABLE<>THROUGH TRENCH / WORKS 100.00 MTR 0 No No Selected glands
TRAY<>10-35 SQMM and lugs
etc
complete
for battery
bank to
charger.
Laying &
terminatio
CABLE<>LAYING<>POWER 150-300 n of 33KV
SQMM SINGLE / MULTI<>VERTICAL / 3CX300
077-05-015- No Documents
91 001-0001 * HORIZONTAL CABLE TRAYS<>LAYING WORKS 25.00 MTR 0 No No sq.mm HT
Selected
IN TRAYS & CLAMPING THE CABLE, aluminium
GLANDING & LUGGING armoured
XLPE
cable,
laying and
terminatin
g with
CABLE<>LAYING<>POWER 25-50 glands
SQMM SINGLE / MULTI<>VERTICAL / and lugs
077-05-016- No Documents
92 001-0001 * HORIZONTAL CABLE TRAYS<>LAYING WORKS 150.00 MTR 0 No No gland of
Selected
IN TRAYS & CLAMPING THE CABLE, 3.5C X 35
GLANDING & LUGGING Sq. mm.
armoured
aluminum
cable.
Laying
and
terminatio
CABLE<>LAYING<>POWER 6-16 SQMM n of 3C x
SINGLE / MULTI<>VERTICAL /
077-05-018- No Documents 6 mm2
93 001-0001 * HORIZONTAL CABLE TRAYS<>LAYING WORKS 200.00 MTR 0 No No Selected Copper
IN TRAYS & CLAMPING THE CABLE, cable
GLANDING & LUGGING with
glands
and lugs.
fitting
welding &
CIVIL WORK<>BULD STR<>WATER & commissi
94 078-01-026- No Documents
007-0300 * SAN FIT<>PROV & FIXING<>CI WORKS 06.00 NOS 0 No No oning of
Selected
REDUCER 200 X 150 MM 200 x 150
NB
reducer
Supply
and
erection
of 2.5
Mtr. high
wire
fencing
with ten
rows of
CIVIL LUM Barbed
95 078-09-009- No Documents
002-0006 * WORK<>MISC<>FENCING<>PROV & WORKS 01.00 PSU 0 No No wire with
Selected
ERECT<>BARBED WIRE FENCING M 23 nos. of
post &
one no.
entry
gates ( 3
mtr. X 2.5
mtr.), for
substation
area 15 x
15 mtr.
TRANSFORMER-3PH POWER /
96 090-77-054- AUX<>TX / COMMON SPARES<>630 No Documents
SUPPLY 02.00 NOS 0 No No N.A.
001-0001 * KVA 33/0.433 KV DY11 & OIL Selected
FILLED<>ANY MK<>COMPLETE ASSY
4 POLE
250 AMP
LAMP, 8 WAY
97 103-01-003- FITTING<>ACCESSORY<>DISTRI No Documents WALL
SUPPLY 01.00 NOS 0 No No
010-0002 * BOARD<>8 WAY<>SPN DISTRIBUTION Selected MOUNTIN
FUSE BOARD IN SHEET METAL BOX G MCCB
PANEL
BOARD

Page 59 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

400 W
NON
INTEGRA
L LIGHT
LAMP, FITTING<>CONTROL
98 103-05-002- No Documents FIXTURE
008-0002 * GEARBOX<>HPSV<>WEATHER SUPPLY 08.00 NOS 0 No No Selected S WITH
PROOF<>400 WATT WITH CHOKE CG SV LAMP
IN
COMPLE
TE SET
70 W SV
LAMP
LAMP, FITTING<>FITTING /
99 103-06-005- No Documents FIXTURE
005-0004 * ACCESSORY<>FIXTURE<>HPSV SUPPLY 10.00 NOS 0 No No Selected S IN
<>FIXTURE FOR 70 WATT COMPLE
TE SET
2 X 36 W
TUBE
LAMP, FITTING<>LUMINARIES / LIGHT
100 103-10-002- FIXTURES<>FLUORESCENT<>36 No Documents FIXTURE
SUPPLY 30.00 NOS 0 No No
006-0007 * WATT<>2 X 36 W FLAMEPROOF Selected S WITH
LUMINAIRE TUBE IN
COMPLE
TE SET
90 WATT
LED
FLOOD
LAMP, FITTING<>LUMINARIES / LIGHT
101 103-10-008- No Documents
006-0012 * FIXTURES<>LED<>FLOOD SUPPLY 14.00 NOS 0 No No FITTING
Selected
LIGHT<>WATT 90, V240 WITH
LAMP IN
COMPLE
TE SET
20 WATT
LED
LAMP
LAMP, FITTING<>LUMINARIES /
102 103-10-008- No Documents FITTING
008-0059 * FIXTURES<>LED<>INDUSTRIAL<>20 SUPPLY 08.00 NOS 0 No No Selected WITH
WATT 240 V AC LIGHT IN
COMPLE
TE SET
STREET
LIGHT
STEEL
LAMP, FITTING<>LIGHTING
103 103-15-001- No Documents TUBULAR
001-0001 * POLE<>STREET LIGHT<>STEEL SUPPLY 04.00 NOS 0 No No Selected 9M
TUBULAR<>POLE L-9 M, WITH JB LONG
POLE
WITH JB
SUPPLY
LUGS<>AL<>IN LINE OF LUGS
104 104-01-003- CONNECTOR<>185 MMSQ<>185 MMSQ No Documents SUITABL
006-0003 * IN LINE CONNECTOR CRIMPING TYPE SUPPLY 36.00 NOS 0 No No Selected E FOR 3C
LUG X 185
SQ.MM
LUGS<>AL<>IN LINE
105 104-01-003- No Documents
011-0003 * CONNECTOR<>300 MMSQ<>LUG SUPPLY 48.00 NOS 0 No No N.A.
Selected
DOWELS, CATALS-XL11

106 104-01-003- LUGS<>AL<>IN LINE CONNECTOR<>35 SUPPLY No Documents


08.00 NOS 0 No No N.A.
012-0001 * MMSQ<>LUG, DOWELS,CATALS-2 Selected
SUITABL
LUGS<>CU<>COMPRESSION TYPE
107 104-03-054- No Documents E FOR 3C
004-0011 * TUBULAR TERMINAL END<>HEAVY SUPPLY 40.00 NOS 0 No No Selected X 16
DUTY<>16 SQMM M 6 SQ.MM
SUPPLY
OF LUGS
SUITABL
LUGS<>CU<>COMPRESSION TYPE
108 104-03-054- No Documents E FOR 5C
004-0014 * TUBULAR TERMINAL END<>HEAVY SUPPLY 350.00 NOS 0 No No Selected X 2.5
DUTY<>2.5 SQMM M 5 SQ.MM &
3C X 2.5
SQ.MM
SUPPLY
OF LUGS
LUGS<>CU<>COMPRESSION TYPE
109 104-03-054- No Documents SUITABL
004-0028 * TUBULAR TERMINAL END<>HEAVY SUPPLY 50.00 NOS 0 No No Selected E FOR 3C
DUTY<>6 SQMM M 6 X6
SQ.MM
PIPE & FITTING-WTP<>MS<>150
110 110-06-004- No Documents
002-0008 * NB<>DISTANCE PIECE<>L 500 MM, SUPPLY 03.00 NOS 0 No No N.A.
Selected
BOTH END FLANGE
PIPE & FITTING-WTP<>MS<>200
111 110-06-006- No Documents
002-0008 * NB<>DISTANCE PIECE<>L 500 MM, SUPPLY 16.00 NOS 0 No No N.A.
Selected
BOTH END FLANGE

Page 60 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

PIPE & FITTING-WTP<>MS<>300


112 110-06-009- No Documents
002-0008 * NB<>DISTANCE PIECE<>L 500 MM, SUPPLY 06.00 NOS 0 No No N.A.
Selected
BOTH END FLANGE
PIPE & FITTING-WTP<>MS<>40
113 110-06-010- NB<>BEND EQUAL 90 No Documents
SUPPLY 04.00 NOS 0 No No N.A.
001-0001 * DEGREE<>STANDARD L IN MM BOTH Selected
END FLANGE
PIPE & FITTING- SUPPLY
114 111-01-002- No Documents
001-0005 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 35.00 MTR 0 No No OF 25 NB
Selected
DUTY<>DN 25 MM, 3.25 MM THICK MS PIPE
SUPPLY
PIPE & FITTING-
115 111-01-002- No Documents OF 300
001-0016 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 10.00 MTR 0 No No Selected NB MS
DUTY<>DN 300 MM, 9.5 MM THICK PIPE
SUPPLY
PIPE & FITTING-
116 111-01-002- No Documents OF 200
001-0017 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 30.00 MTR 0 No No Selected NB MS
DUTY<>DN 200 MM, 9.5 MM THICK PIPE
PIPE & FITTING- SUPPLY
117 111-01-002- No Documents
001-0019 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 30.00 MTR 0 No No OF 40NB
Selected
DUTY<>DN 40 MM, 4 MM THICK MS PIPE
PIPE & FITTING- SUPPLY
118 111-01-002- No Documents
001-0021 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 15.00 MTR 0 No No OF 80 NB
Selected
DUTY<>DN 80 MM, 4.85 MM THICK MS PIPE
PIPE & FITTING- SUPPLY
119 111-01-002- No Documents
001-0036 * FE<>MSERW<>PIPE<>MEDIUM SUPPLY 25.00 MTR 0 No No OF 50 NB
Selected
DUTY<>DN 50 MM, 4.5 MM THICK MS PIPE
PIPE & FITTING-
120 111-01-003- No Documents
001-0007 * FE<>MSERW<>TEE<>EQUAL<>200 X SUPPLY 02.00 NOS 0 No No N.A.
Selected
200 X 200 MM
CONCEN
TRIC
PIPE & FITTING- REDUCE
121 111-01-004- No Documents
001-0001 * FE<>MSERW<>REDUCER<>SCH SUPPLY 06.00 NOS 0 No No R 200 X
Selected
40<>200 X 150 NB 150 NB
STD
LENGTH
BEND
PIPE & FITTING-
122 111-03-004- No Documents 300 NB
002-0004 * FE<>MS<>BEND<>LONG<>90 DEG SUPPLY 03.00 NOS 0 No No Selected STAND
STANDARD LENGTH LENGTH
PIPE & FITTING-
123 111-03-004- No Documents
002-0010 * FE<>MS<>BEND<>LONG<>NB 200 X 6.0 SUPPLY 05.00 NOS 0 No No N.A.
Selected
MM TH SEAMLESS 90 DEG
PIPE & FITTING-
124 111-03-004- No Documents
002-0012 * FE<>MS<>BEND<>LONG<>NB 50 X 4.5 SUPPLY 06.00 NOS 0 No No N.A.
Selected
MM TH SEAMLESS 90 DEG
PIPE & FITTING-
125 111-03-004- No Documents
002-0014 * FE<>MS<>BEND<>LONG<>NB 80 X 4.8 SUPPLY 04.00 NOS 0 No No N.A.
Selected
MM TH SEAMLESS 90 DEG
CONCEN
TRIC
PIPE & FITTING-
126 111-04-011- No Documents REDUCE
001-0023 * FE<>GI<>REDUCER<>MALE 2 SUPPLY 02.00 NOS 0 No No Selected R 80 X 40
WAY<>80 X 40 MM NB STD
LENGTH
ECENTRI
C
PIPE & FITTING-FE<>ASTM A 106 GR REDUCE
127 111-05-005- No Documents
001-0014 * B<>REDUCER<>SEAMLESS<>100 X 75 SUPPLY 02.00 NOS 0 No No R 100 X
Selected
NB 80 NB
STD
LENGTH
ECENTRI
C
PIPE & FITTING-FE<>ASTM A 106 GR REDUCE
128 111-05-005- No Documents
001-0019 * B<>REDUCER<>SEAMLESS<>300 X SUPPLY 03.00 NOS 0 No No R 300 X
Selected
200 NB 200 NB
STD
LENGTH

129 111-07-001- PIPE & FITTING- No Documents


SUPPLY 03.00 NOS 0 No No N.A.
004-0001 * FE<>CI<>BEND<>LATERAL<>200NB Selected
CI NRV
130 115-03-028- No Documents
002-0057 * PUMP<>CHEMICAL<>VK<>PR-35<>NRV SUPPLY 06.00 NOS 0 No No 200 NB L
Selected 127 MM

Page 61 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

SUPPLY
OF SAM
TURBO
MAKE
PUMP
MODEL
131 115-09-030- PUMP<>WATER<>SAM<>4 MD 80 / No Documents 4MD
SUPPLY 01.00 NOS 0 No No
019-0002 * 205<>COMPLETE ASSY Selected 80/205
SIZE 100
X 80 with
motor-
complete
in all
respect
PRESSU
RE
GAUGE
FOR
PUMP<>WATER<>TORISHIMA<>BCP
132 115-09-061- No Documents WATER
001-0025 * HLAV2X300-460 / 1C<>PRESSURE SUPPLY 06.00 NOS 0 No No Selected LINE 0-30
GAUGE FOR MOTOR KG PER
SQ. CM
OF STD
DIAL
SUPPLY
OF 5.5
KW LT
MOTOR,
SPEED
1450
MOTOR LT-3PH SQ CAGE < 50 KW<>AS RPM
133 116-59-045- PER IS<>5.5 KW / RPM 1460 / FLANGE / No Documents SUITABL
001-0001 * INSUL CL F<>FRAME D132 S<>MOTOR SUPPLY 01.00 NOS 0 No No Selected E FOR
ASSY SAM
TURBO
MAKE
PUMP
4MD
80/205
MODEL
SUPPLY
OF 4.54
KW LT
MOTOR
SPEED
1460
MOTOR LT-3PH SQ CAGE < 50 KW<>AS RPM
PER SUITABL
116-59-114- No Documents
134 001-0001 * IS<>5.5KW/1445RPM/VERTI<>FRAME SUPPLY 02.00 NOS 0 No No E FOR
Selected
MA13S435, 132S<>COMPLETE MOTOR VARAT
ASSEMBLY MAKE
VERTICA
L PUMP
OF
MODEL
5070WS-
6
* - Indicates Mandatory Item to Quote (or to participate in tender)

Page 62 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

PRICE BID

BID DOCUMENTS
NOT REQUIRED

FORMULA DETAILS
Category Name Formula
RATEPERUNITAFTERDISCOUNTINCLUDINGFREIGHTANDPACKINGANDFORWARDI
SUPPLY NGCHARGESINRUPEEES+TOTALSGSTINRUPEES+TOTALCGSTINRUPEES+TOTALI
GSTINRUPEES+TOTALUTGSTINRUPEES+TOTALINSURANCEINRUPEES
RATEPERUNIT+TOTALGSTINRUPEESONRATEPERUNIT+TRANSPOTATIONCHARGE
SINRUPEES+TOTALGSTINRUPEESONTRANSPOTATIONCHARGES+CONSULTANCY
WORKS CHARGESINRUPEES+TOTALGSTINRUPEESONCONSULTANCYCHARGES+TOANDF
ROCHARGESINRUPEES+TOTALGSTINRUPEESONTOANDFROCHARGES+TRANSITI
NSURANCEINRUPEES+TOTALGSTINRUPEESONTRANSITINSURANCE

Page 63 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

Price Schedule : SUPPLY


Rate per Unit
after Discount
Including TOTAL TOTAL
Quantity (in Freight & SGST (in TOTAL SGST CGST (in TOTAL CGST IGST (in TOTAL IGST UTGST (in
S No. Item Code UTGST (in INSURANCE Total
Number) Packing and Percentage) (in Rupees) Percentage) (in Rupees) Percentage) (in Rupees) Percentage) Rupees) (in Rupees)
Forwarding
Charges (in
Rupees)
1 [BATTERY CHARGER<>DC SYS 30V<>FLOAT CUM BOOST<>100AH<>COMP CHARGER ASSY]
008-11-001-
003-0001 *
2 [BATTERY<>TUBULAR LA CELL<>2.2V<>100AH<>2.2V, 100AH TUBULAR LEAD ACID BATTERY CELL]
009-03-001-
011-0001 *
3 [CABLE-FLEX<>1.1 / 0.650 KV GR CU<>MULTI-STRAND ARMORED<>CORE 1<>35 SQMM]
015-02-001-
001-0011 *
4 [CABLE-FLEX<>1.1 / 0.650 KV GR CU<>MULTI-STRAND UN-ARMORED RUBBER INSULATED<>CORE 3<>16 SQMM]
015-02-005-
001-0004 *
5 [SWITCHYARD, TRANSMISSION<>OVER HEAD<>TRANSMISSION LINE<>11 KV<>FOUR POLE STRUCTURES]
058-14-001-
001-0003 *
6 [AHP<>FLY ASH<>FEEDER EJECTOR<>BATALIBOI<>WATER STRAINER ASSY]
071-02-001-
005-0011 *
7 [CABLE-POWER<>1.1 KV NON-XLPE FRLS<>AL MULTI-STRAND ARMORED<>CORE 3<>185 SQMM]
074-01-001-
001-0012 *
8 [CABLE-POWER<>1.1 KV NON-XLPE FRLS<>AL MULTI-STRAND ARMORED<>CORE 3.5<>35 SQMM]
074-01-001-
002-0006 *
9 [CABLE-POWER<>1.1 KV NON-XLPE FRLS<>AL MULTI-STRAND ARMORED<>CORE 3.5<>300 SQMM]
074-01-001-
002-0014 *
10 [CABLE-POWER<>1.1 KV XLPE FRLS<>CU MULTI-STRAND UN-ARMORED<>CORE 3<>6 SQMM]
074-03-004-
001-0002 *
11 [CABLE-POWER<>33 KV XLPE NON FRLS<>AL MULTI-STRAND ARMORED<>CORE 3<>300 SQMM]
074-28-001-
001-0001 *
12 [CABLE-POWER<>1.1 KV EPR<>CU MULTI-STRAND<>CORE 5<>2.5 SQMM]
074-39-001-
004-0001 *
13 [VALVE<>BALL CHECK<>CLASS 600 FS ASTM A 105, 3 PIECE, FULL BORE<>25 NB<>VALVE ASSY]
Page 64 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

075-02-008-
004-0001 *
14 [VALVE<>BALL CHECK<>CLASS 600 FS ASTM A 105, 3 PIECE, FULL BORE<>40 NB<>VALVE ASSY]
075-02-008-
005-0001 *
15 [VALVE<>BUTTERFLY<>BODY-CI, DISC-SS<>50 NB<>VALVE ASSY]
075-03-017-
001-0006 *
16 [VALVE<>BUTTERFLY<>BODY-CI, DISC-SS<>80 NB<>VALVE ASSY]
075-03-017-
003-0006 *
17 [VALVE<>GATE HAND OP<>CLASS 300 WCB<>200 NB<>VALVE ASSY]
075-80-007-
003-0001 *
18 [VALVE<>NRV<>PN 10<>40 NB<>FLAP TYPE NON RETURN VALVE 40 NB]
075-93-005-
003-0002 *
19 [CABLE JOINT MAT<>33 KV<>XLPE HEAT SHRINKABLE<>OUTDOOR END TERMINATION<>3 CORE 300 SQ.MM]
076-07-001-
002-0001 *
20 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>DOUBLE COMPRN<>16 MM]
077-02-001-
001-0003 *
21 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>DOUBLE COMPRN<>19 MM]
077-02-001-
001-0004 *
22 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>DOUBLE COMPRN<>32 MM]
077-02-001-
001-0008 *
23 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>DOUBLE COMPRN<>70 MM]
077-02-001-
001-0015 *
24 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>DOUBLE COMPRN<>57MM]
077-02-001-
001-0032 *
25 [CABLE & WIRING MAT<>CABLE GLAND<>BRASS<>SINGLE COMPRN<>25 MM]
077-02-001-
002-0006 *
26 [TRANSFORMER-3PH POWER / AUX<>TX / COMMON SPARES<>630 KVA 33/0.433 KV DY11 & OIL FILLED<>ANY MK<>COMPLETE ASSY]
090-77-054-
001-0001 *
27 [LAMP, FITTING<>ACCESSORY<>DISTRI BOARD<>8 WAY<>SPN DISTRIBUTION FUSE BOARD IN SHEET METAL BOX]
103-01-003-
010-0002 *
28 [LAMP, FITTING<>CONTROL GEARBOX<>HPSV<>WEATHER PROOF<>400 WATT WITH CHOKE CG]
103-05-002-
008-0002 *
29 [LAMP, FITTING<>FITTING / ACCESSORY<>FIXTURE<>HPSV <>FIXTURE FOR 70 WATT]
Page 65 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

103-06-005-
005-0004 *
30 [LAMP, FITTING<>LUMINARIES / FIXTURES<>FLUORESCENT<>36 WATT<>2 X 36 W FLAMEPROOF LUMINAIRE]
103-10-002-
006-0007 *
31 [LAMP, FITTING<>LUMINARIES / FIXTURES<>LED<>FLOOD LIGHT<>WATT 90, V240]
103-10-008-
006-0012 *
32 [LAMP, FITTING<>LUMINARIES / FIXTURES<>LED<>INDUSTRIAL<>20 WATT 240 V AC]
103-10-008-
008-0059 *
33 [LAMP, FITTING<>LIGHTING POLE<>STREET LIGHT<>STEEL TUBULAR<>POLE L-9 M, WITH JB]
103-15-001-
001-0001 *
34 [LUGS<>AL<>IN LINE CONNECTOR<>185 MMSQ<>185 MMSQ IN LINE CONNECTOR CRIMPING TYPE LUG]
104-01-003-
006-0003 *
35 [LUGS<>AL<>IN LINE CONNECTOR<>300 MMSQ<>LUG DOWELS, CATALS-XL11]
104-01-003-
011-0003 *
36 [LUGS<>AL<>IN LINE CONNECTOR<>35 MMSQ<>LUG, DOWELS,CATALS-2]
104-01-003-
012-0001 *
37 [LUGS<>CU<>COMPRESSION TYPE TUBULAR TERMINAL END<>HEAVY DUTY<>16 SQMM M 6]
104-03-054-
004-0011 *
38 [LUGS<>CU<>COMPRESSION TYPE TUBULAR TERMINAL END<>HEAVY DUTY<>2.5 SQMM M 5]
104-03-054-
004-0014 *
39 [LUGS<>CU<>COMPRESSION TYPE TUBULAR TERMINAL END<>HEAVY DUTY<>6 SQMM M 6]
104-03-054-
004-0028 *
40 [PIPE & FITTING-WTP<>MS<>150 NB<>DISTANCE PIECE<>L 500 MM, BOTH END FLANGE]
110-06-004-
002-0008 *
41 [PIPE & FITTING-WTP<>MS<>200 NB<>DISTANCE PIECE<>L 500 MM, BOTH END FLANGE]
110-06-006-
002-0008 *
42 [PIPE & FITTING-WTP<>MS<>300 NB<>DISTANCE PIECE<>L 500 MM, BOTH END FLANGE]
110-06-009-
002-0008 *
43 [PIPE & FITTING-WTP<>MS<>40 NB<>BEND EQUAL 90 DEGREE<>STANDARD L IN MM BOTH END FLANGE]
110-06-010-
001-0001 *
44 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 25 MM, 3.25 MM THICK]
111-01-002-
001-0005 *
45 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 300 MM, 9.5 MM THICK]
Page 66 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

111-01-002-
001-0016 *
46 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 200 MM, 9.5 MM THICK]
111-01-002-
001-0017 *
47 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 40 MM, 4 MM THICK]
111-01-002-
001-0019 *
48 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 80 MM, 4.85 MM THICK]
111-01-002-
001-0021 *
49 [PIPE & FITTING-FE<>MSERW<>PIPE<>MEDIUM DUTY<>DN 50 MM, 4.5 MM THICK]
111-01-002-
001-0036 *
50 [PIPE & FITTING-FE<>MSERW<>TEE<>EQUAL<>200 X 200 X 200 MM]
111-01-003-
001-0007 *
51 [PIPE & FITTING-FE<>MSERW<>REDUCER<>SCH 40<>200 X 150 NB]
111-01-004-
001-0001 *
52 [PIPE & FITTING-FE<>MS<>BEND<>LONG<>90 DEG STANDARD LENGTH]
111-03-004-
002-0004 *
53 [PIPE & FITTING-FE<>MS<>BEND<>LONG<>NB 200 X 6.0 MM TH SEAMLESS 90 DEG]
111-03-004-
002-0010 *
54 [PIPE & FITTING-FE<>MS<>BEND<>LONG<>NB 50 X 4.5 MM TH SEAMLESS 90 DEG]
111-03-004-
002-0012 *
55 [PIPE & FITTING-FE<>MS<>BEND<>LONG<>NB 80 X 4.8 MM TH SEAMLESS 90 DEG]
111-03-004-
002-0014 *
56 [PIPE & FITTING-FE<>GI<>REDUCER<>MALE 2 WAY<>80 X 40 MM]
111-04-011-
001-0023 *
57 [PIPE & FITTING-FE<>ASTM A 106 GR B<>REDUCER<>SEAMLESS<>100 X 75 NB]
111-05-005-
001-0014 *
58 [PIPE & FITTING-FE<>ASTM A 106 GR B<>REDUCER<>SEAMLESS<>300 X 200 NB]
111-05-005-
001-0019 *
59 [PIPE & FITTING-FE<>CI<>BEND<>LATERAL<>200NB]
111-07-001-
004-0001 *
60 [PUMP<>CHEMICAL<>VK<>PR-35<>NRV]
115-03-028-
002-0057 *
61 [PUMP<>WATER<>SAM<>4 MD 80 / 205<>COMPLETE ASSY]
Page 67 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

115-09-030-
019-0002 *
62 [PUMP<>WATER<>TORISHIMA<>BCP HLAV2X300-460 / 1C<>PRESSURE GAUGE FOR MOTOR]
115-09-061-
001-0025 *
63 [MOTOR LT-3PH SQ CAGE < 50 KW<>AS PER IS<>5.5 KW / RPM 1460 / FLANGE / INSUL CL F<>FRAME D132 S<>MOTOR ASSY]
116-59-045-
001-0001 *
64 [MOTOR LT-3PH SQ CAGE < 50 KW<>AS PER IS<>5.5KW/1445RPM/VERTI<>FRAME MA13S435, 132S<>COMPLETE MOTOR ASSEMBLY]
116-59-114-
001-0001 *
* - Indicate Price required for this item.

Price Schedule : WORKS


GST ON TOTAL GST ON TOTAL GST ON TOTAL
GST ON GST ON TOTAL
TOTAL TRANSPTRANSP GST ON CONSUL CONSUL GST ON TO AND TO AND GST ON
RATE TRANSIT TRANSIT GST ON
Quantity Rate Per GST ON OTATION
OTATION TRANSP TANCY TANCY CONSUL FRO FRO TO AND
Item PER INSURAN INSURAN TRANSIT Total
S No. (in Unit (in RATEPE CHARGECHARGE OTATION CHARGE CHARGE TANCY CHARGE CHARGE FRO
Code UNIT (in CE (in CE (in INSURAN
Number) Rupees) RUNIT (in S (in S (in CHARGE S (in S (in CHARGE S (in S (in CHARGE
Percentag Rupees) Percentag CE (in
Rupees) Rupees)
Percentag S (in Rupees) Percentag S (in Rupees) Percentag S (in
e) e) Rupees)
e) Rupees) e) Rupees) e) Rupees)
1 [CIRCUIT BREAKER-HT<>33 KV OUTDOOR VCB<>1000 AMP<>ANY<>ERECTION,TESTING & COMMI]
011-58-
001-001-
0001 *
2 [LIFTING DEV & EOT CRANE<>EOT CRANE<>3 T<>SINGLE GIRDER<>ERECTION AND COMMI OF UNIT]
020-02-
018-002-
0001 *
[LIFTING DEV & EOT CRANE<>EOT CRANE<>1 T<>MONORAIL<>ERECTION, COMMISSIONING , TESTING & TRIAL OF OVERHEAD HOIST.CAPACITY 1T(MONO RAIL) FOR SLUDGE SUMP
3 PUMP]
020-02-
020-001-
0002 *
[LIFTING DEV & EOT CRANE<>EOT CRANE<>2 T<>MONORAIL<>ERECTION, COMMISSIONING , TESTING & TRIAL OF OVERHEAD HOIST.CAPACITY 2T(MONO RAIL) FOR SLUDGE SUMP
4 PUMP]
020-02-
049-001-
0001 *
5 [PUMP<>WATER<>SAM<>4 MD 80 / 205<>OVERHAUL]
031-01-
280-007-
0001 *
6 [PUMP<>WATER<>SAM<>6 MD 100 / 250<>OVERHAULING OF PUMP]
031-01-
280-014-
0001 *
7 [PUMP<>WATER<>SULZER BPS-1ST 75<>NRV<>OVERHAUL]

Page 68 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

031-01-
300-006-
0001 *
8 [SERVICES<>GENERAL<>MAINT<>ASSISTANCE<>FABFRICATION & ERECTION OF STEEL STRUCTURE FOR SUPPORTS]
033-03-
005-001-
0106 *
9 [SERVICES<>GENERAL<>TRANSPORTATION<>MATERIAL<>HANDLING MATERIAL WITH CRANE FROM TPS AREA-OTHER DESIGNATED PREMISES / LOCATIONS]
033-03-
006-002-
0015 *
10 [SERVICES<>GENERAL<>FABRICATION<>ERECTION & LAYING<>200 NB MS PIPE]
033-03-
033-001-
0008 *
11 [SERVICES<>GENERAL<>FABRICATION<>ERECTION & LAYING<>MSERW PIPELINE 300 NB]
033-03-
033-001-
0009 *
12 [SERVICES<>GENERAL<>FABRICATION<>PIPE<>REDUCER OF 200 NB MS PIPE WITH FLANGES]
033-03-
033-006-
0002 *
13 [SERVICES<>ERECT / INSTAL<>ERECT & COMMI<>PUMP<>SUBMERSIBLE PUMP]
033-09-
002-005-
0004 *
14 [SERVICES<>PIPELINE<>WATER<>MSERW<>ERECTION OF PIPE 25 NB]
033-17-
006-002-
0021 *
15 [SERVICES<>PIPELINE<>WATER<>MSERW<>ERECTION OF PIPE 50 NB]
033-17-
006-002-
0023 *
16 [SERVICES<>PIPELINE<>WATER<>MSERW<>ERECTION OF PIPE 80 NB]
033-17-
006-002-
0024 *
17 [TRANSFORMER 3P POWER/AUX<>ANY<>630 KVA<>33/ 0.433 KV<>ERECTION, COMMISSIONING & TESTING OF TRANSFORMER]
034-35-
019-001-
0001 *
18 [BATTERY<>LA TUBULAR<>ANY STD MK<>30VDC 100 AH<>ERECTION AND COMMISSIONING OF LEAD ACID TUBULAR BATTERY SET 30 VDC, 100 AH (EACH CELL OF 2.2 V DC )]
039-02-
002-008-
0001 *
19 [BATTERY<>CHARGER<>30V<>FLOAT CUM BOOST<>SUPPLY ERECTION AND COMMISSIONING OF 100 AH FLOAT CUM BOOST CHARGER]
039-06-
011-001-
0001 *
Page 69 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

[PANEL-ELECT<>33 KV HT<>200 AMP<>VCB CONTROL AND TRANSFORMER PROTECTION PANEL<>ERECTION AND COMMISSIONING OF 33 KV INDOOR TYPE VCB CONTROL PANEL WITH
20 XMER PROTECTION, RELAYS & METERING COMPLETE.]
042-08-
006-001-
0001 *
21 [PANEL-ELECT<>415 V LT<>1600 AMP<>AS PER STD<>ERECTIONING ,TCOMMISSIONING AND TESTING]
042-09-
002-010-
0001 *
22 [PANEL-ELECT<>415 V LT<>200 AMP<>ANY MAKE<>ERECTION & COMMISSIONING OF ENERGY SAVING PANEL FOR MLDB]
042-09-
007-002-
0002 *
23 [PANEL-ELECT<>415 V LT<>63 AMP<>DB<>DESIGN,SUPPLY & INSTALLATION OF MLDB WITH 125 A ISOLATOR, 09WAY 63 A TPN MCB]
042-09-
008-001-
0002 *
24 [FF EQUIP SYS<>FF SYS<>PIPELINE<>REPAIR / REPLACEMENT<>100 TO 80 MM REDUCER FABRICATION]
045-05-
002-001-
0049 *
25 [I & C<>SERVICES<>FIELD INST<>CALIBRATION<>PRESSURE GAUGE/PRESSURE SWITCH]
046-32-
009-001-
0012 *
26 [FABRICATION<>MS<>PIPE<>BEND<>NB 200]
057-01-
003-001-
0006 *
27 [FABRICATION<>MS<>PIPE<>BEND<>NB 40]
057-01-
003-001-
0014 *
28 [FABRICATION<>MS<>PIPE<>REDUCER<>NB]
057-01-
003-002-
0001 *
29 [FABRICATION<>MSERW<>PIPELINE<>BEND<>NB 50-65 MM FABRICATION ERECTION & REPLACEMENT]
057-10-
001-002-
0001 *
30 [FABRICATION<>MSERW<>PIPELINE<>BEND<>NB 80-100 MM FABRICATION ERECTION & REPLACEMENT]
057-10-
001-002-
0002 *
31 [FABRICATION<>MSERW<>PIPELINE<>BEND<>NB 200-250 MM FABRICATION ERECTION & REPLACEMENT]
057-10-
001-002-
0004 *
32 [FABRICATION<>MSERW<>PIPELINE<>BEND<>NB 300 FABRICATION AND ERECTION]

Page 70 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

057-10-
001-002-
0008 *
33 [CABLING, WIRING<>TRAY LADDER TYPE<>POWER / CONTROL<>PLANT PREMISES<>FABRICATION AND INSTALLATION OF CABLE TRAYS]
059-01-
002-003-
0009 *
34 [LIGHTING<>INSTALS<>STREET LIGHT<>9 / 11 M<>ERECTION OF POLES]
060-01-
001-001-
0001 *
35 [LIGHTING<>INSTALS<>HPSV LAMP<>70 W<>INSTALLATION OF FIXTURE]
060-01-
006-001-
0003 *
36 [LIGHTING<>INSTALS<>HPSV LAMP<>250 W / 400 W<>INSTALLATION OF FIXTURE]
060-01-
006-007-
0001 *
37 [LIGHTING<>INSTALS<>SWITCH / SOCKET UNIT<>AMPERE 5 / 15<>PROVISION OF LIGHTING POINTS]
060-01-
011-001-
0005 *
38 [LIGHTING<>INSTALS<>SWITCH / SOCKET UNIT<>AMPERE 5 / 15<>PROVIDING & FIXING OF ELECTRICAL POWER POINT 16A]
060-01-
011-001-
0006 *
39 [LIGHTING<>INSTALS<>SWITCH / SOCKET UNIT<>AMPERE 5 / 15<>PROVIDING & FIXING OF LIGHT / FAN / PLUG POINTS SWITCH BOARDS, 6A SOCKETS]
060-01-
011-001-
0007 *
40 [LIGHTING<>INSTALS<>EARTHING<>TRANSFORMER<>PROVIDING AND SPREADING OF METALS 1-1 / 2 INCH]
060-01-
022-001-
0005 *
41 [LIGHTING<>INSTALS<>EARTHING<>EARTHING PIT<>DESIGNING, PROVIDING & LAYING OF NEW EARTHING PIT]
060-01-
022-005-
0005 *
42 [LIGHTING<>INSTALS<>WIRING<>CONDUIT / CASING CAPPING<>INSTAL OF POINT WIRING BY USING CONDUIT / CASING-N-CAPPING]
060-01-
028-007-
0001 *
43 [LIGHTING<>INSTALS<>FIXTURES<>LIGHTING / BOARDS<>INSTALLATION OF NEW LIGHTING FIXTURES]
060-01-
036-001-
0003 *
44 [LIGHTING<>INSTALS<>FIXTURES<>JUNCTION BOXES<>ERECTION & COMMIG FIBRE GLASS STREET LIGHT WITH 2 DOUBLE COMPRESSION CABLE GLANDS FOR EACH JB]
060-01-
036-002-
0003 *
45 [LIGHTING<>INSTALS<>LIGHTING TRANSFORMER<>3 PHASE<>DESIGNING,
Page 71PROVIDING
of 74 & INSTALLATION OF 415 / 433 V DELTA-STAR, DYN1 LIGHTING TRANSFORMER]
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

060-01-
037-001-
0001 *
46 [MOTOR LT<>230 VOLT<>START-STOP LOCAL PUSH BUTTON STATION<>COMPLETE ASSY<>ERECTION OF LOCAL PUSH BUTTON STATION FOR DOL MOTORS]
061-01-
029-001-
0001 *
47 [MOTOR LT<>415 VOLT<>ASSY<>INSTALLATION<>ERECTION, COMMISSIONING ,OVERHAUL, TESTING & TRIAL OF LT MOTORS-]
061-02-
043-004-
0006 *
48 [WTP<>STP<>GRITH CHAMBER<>STRAINER<>FABRICATION AND ERECTION]
064-13-
003-002-
0001 *
49 [VALVE<>GATE<>CLASS 150<>NB 200<>SERVICING]
065-03-
008-006-
0001 *
50 [VALVE<>GATE<>CLASS 150<>NB 300<>ERECTION OF VALVE]
065-03-
008-009-
0003 *
51 [VALVE<>GLOBE<>CLASS 1500<>SIZE NB 25<>SERVICING]
065-04-
001-010-
0005 *
52 [VALVE<>GLOBE<>CLASS 1500<>SIZE NB 40<>SERVICING]
065-04-
001-013-
0005 *
53 [VALVE<>GLOBE<>CLASS 150<>80 NB<>SERVICING]
065-04-
007-006-
0001 *
54 [VALVE<>GLOBE<>CLASS 150<>50 NB<>SERVICING]
065-04-
007-014-
0001 *
55 [VALVE<>NRV<>CLASS 300<>SIZE NB 200<>SERVICING]
065-05-
004-004-
0004 *
56 [SWITCHYARD<>ISOLATOR<>33 KV / 100 A<>ASSY<>ERECTION AND COMMISSIONING OF 33KV ISOLATOR WITH SUPPORTING STRUCTURE & FOUNDATION.]
071-01-
003-001-
0002 *
57 [SWITCHYARD<>TRANSMISSION LINE<>OVERHEAD 33 KV<>COMPLETE ASSY<>ERECTION AND COMMISSIONING OF 33 KV LA WITH SUPPORTING STRUCTURE & FOUNDATION]
071-02-
002-003-
0001 *
Page 72 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

[SWITCHYARD<>TRANSMISSION LINE<>OVERHEAD 33 KV<>COMPLETE ASSY<>ERECTION OF 4 POLE ISMB 250 STEEL STRUCTURES (SIZE 4X8 MTRS.) , ACSR CONDUCTORS, CLAMPS &
58 DISC- INSULATOR FOR BUS FORMATION ETC ENCLUDING GROUTING OF STEEL STRUCTURE COMPLETE.]
071-02-
002-003-
0002 *
[SWITCHYARD<>CT<>33KV, 25/1AMP<>COMPLETE ASSY<>ERECTION AND COMMISSIONING OF CURRENT TRANSFORMER (CT) RATIO 25/1 A WITH SUPPORTING STRUCTURE &
59 FOUNDATION]
071-05-
003-001-
0001 *
60 [SWITCHYARD<>PT<>33KV/110V<>COMPLETE ASSY<>ERECTION AND COMMISSIONING OF POTENTIAL TRANSFORMER (PT) 33KV/110V WITH SUPPORTING STRUCTURE & FOUNDATION]
071-06-
003-001-
0001 *
61 [CABLE<>JOINTING<>END TERMINATION<>33 KV SINGLE / MULTICORE<>TERMINATION OF 150-630 SQ.MM END KIT]
077-04-
001-006-
0001 *
[CABLE<>LAYING<>CONTROL UPTO 32 CORE<>VERTICAL / HORIZONTAL CABLE TRAYS<>LAYING IN ALREADY ERECTED / EXISTING CLAMPING ON THE CABLES SUITABLY WHEREVER
62 REQUIRED, GLANDING & LUGGING]
077-05-
001-003-
0001 *
63 [CABLE<>LAYING<>HT / LT CABLE<>LAYING<>UP TO 50 SQMM]
077-05-
008-001-
0006 *
64 [CABLE<>LAYING<>HT / LT CABLE<>THROUGH TRENCH / TRAY<>120-300 SQMM]
077-05-
008-003-
0001 *
65 [CABLE<>LAYING<>LT POWER CABLE<>THROUGH TRENCH / TRAY<>10-35 SQMM]
077-05-
011-002-
0005 *
66 [CABLE<>LAYING<>POWER 150-300 SQMM SINGLE / MULTI<>VERTICAL / HORIZONTAL CABLE TRAYS<>LAYING IN TRAYS & CLAMPING THE CABLE, GLANDING & LUGGING]
077-05-
015-001-
0001 *
67 [CABLE<>LAYING<>POWER 25-50 SQMM SINGLE / MULTI<>VERTICAL / HORIZONTAL CABLE TRAYS<>LAYING IN TRAYS & CLAMPING THE CABLE, GLANDING & LUGGING]
077-05-
016-001-
0001 *
68 [CABLE<>LAYING<>POWER 6-16 SQMM SINGLE / MULTI<>VERTICAL / HORIZONTAL CABLE TRAYS<>LAYING IN TRAYS & CLAMPING THE CABLE, GLANDING & LUGGING]
077-05-
018-001-
0001 *
69 [CIVIL WORK<>BULD STR<>WATER & SAN FIT<>PROV & FIXING<>CI REDUCER 200 X 150 MM]
078-01-
026-007-
0300 *
70 [CIVIL WORK<>MISC<>FENCING<>PROV & ERECT<>BARBED WIRE FENCING]
Page 73 of 74
TENDER-79150/AMENDMENT-4/15-Jan-2019 12:52:33 PM

078-09-
009-002-
0006 *
* - Indicate Price required for this item.

Page 74 of 74

You might also like