short term tender no. 66/edc(b)/2015-16 - mvvnl filevfuok;z gksx ka izr;sd fufonk ds leeq ... k 10 o...

23
Short Term Tender no. 66/EDC(B)/2015-16 “For laying of ABC and constructions of LT lines etc in the area under EDD (Barabanki)” Due on 15.09.2015 Cost of document : Rs. 1140.00 Earnest money : Rs. 10000.00

Upload: dangthien

Post on 06-Jun-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

Short Term Tender no. 66/EDC(B)/2015-16

“For laying of ABC and constructions of LT lines etc in the area under EDD (Barabanki)”

Due on 15.09.2015 Cost of document : Rs. 1140.00

Earnest money : Rs. 10000.00

e/;kWpy fo|qr forj.k fuxe fyfeVsM vYidkfyd fufonk lwpuk

v/kksgLrk{kjh }kjk fuEufyf[kr fufonkvksa ds lkis{k muds lEeq[k bfxr dk;ksZa dks laikfnr djkus gsrqq fo|qr lqj{kk funs’kky; }kjk tkjh “d” Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjsak ls nks Hkkxksa esa vyx&vyx eqgjcUn fufonk;sa fnukWd 15-09-2015 dks 14-00 cts rd vkeaf=r dh tkrh gSa] tks fd mlh fnu 15-00 cts fufonknkrkvksa vFkok muds vf/kd`r izfrfuf/k;ksa ds le{k v/kksgLrk{kjh vFkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;saxhA lkoZtfud vodk’k gksus dh n’kk esa fufonk vxys dk;Z fnol esa mijksDr le; ij izkIr@ [kksyh tk;saxhA fufofnr dk;Z dh ek=k 10% ?kV&c<+ ldrh gSA fufonk ds izFke Hkkx esa ¼1½ /kjksgj jkf’k ¼2½ Lo;a }kjk izekf.kr v|ru~ “d”Js.kh ds ykblsUl dh Nk;kizfr ¼3½ QeZ dh lk[k dh iqf"V laca/kh vfHkys[kksa ;Fkk lh0,0vkfMV fjiksVZ vFkok foxr foRrh; o kZ dh cSad [kkrk dk LVsVesaV dh Nk;kizfr ¼4½ foxr rhu o kksZa esa leku dk;Z laikfnr djus gsrq QeZ ds lkFk laikfnr vuqcU/kska dh lwph vFkok vuqcU/k dh Nk;kizfr fufonk ds f}rh; Hkkx esa enokj njsa o okf.kfT;d fu;e ,oa ’krsZa izLrqr djuh gksaxhA izR;sd fufonk izi= dk ewY; :0 fufonk ds lEeq[k vafdr /kujkf’k dks vf/k’kklh vfHk;Urk] fo|qr forj.k [k.M] ckjkcadh ds i{k esa ns; cSad MzkQV@ cSadlZ psd vFkok bl dk;kZy; esa uxn Hkqxrku dj fufonk [kqyus dh frfFk ls ,d fnu iwoZ rd] izkIr fd;k tk ldrk gSA fufonk izi= e/;kWpy fo|qr forj.k fuxe fyfeVsM dh lkbV www.mvvnl.in ij Hkh ns[ks tk ldrs gSaA osclkbV ls MkmuyksM fd;s x;s fufonk ii=ksa ds lkis{k fufonk izi= dk ewY; dk cSad MªkQ~V fufonk ds izFke Hkkx esa j[kuk vfuok;Z gksxkA izR;sd fufonk ds lEeq[k bafxr /kjksgj /kujkf’k dk f’kM~;wYM cSad }kjk tkjh cSad MªkQ~V@ ,QMhvkj@ lhMhvkj@VhMhvkj vf/k’kklh vfHk;Urk] fo|qr forj.k [k.M] ckjkcadh ds i{k esa ns; /kjksgj /kujkf’k layXu djuk gksxkA fufonk ds izFke Hkkx dh ’krsZa iw.kZ gksus dh fLFkfr esa gh fufonk dk f}rh; Hkkx ;Fkk laHko mlh fnu [kksyk tk;sxkA

1- vYidkfyd fufonk la[;k 65@fofoeack@2015&16] fo|qr forj.k [k.M] ckjkcadh ds varxZr fofHkUu ;kstukUrxZr fctusl Iyku ;kstuk esa Lohd`r iSdst la[;k 1]2]7]8]9]20]23]24 o 25@2015&16 ds lkis{k fo|qrhdj.k dk dk;Z A fufonk izi= dk ewY; :0 1140-00 ] /kjksgj jkf’k :0 10]000-00 ek=A

2- vYidkfyd fufonk la[;k 66@fofoeack@2015&16] fo|qr forj.k [k.M] ckjkcadh ds varxZr fofHkUu ;kstukUrxZr fctusl Iyku ;kstuk esa Lohd`r iSdst la[;k 12]13]14]15 o 16@2015&16 ds lkis{k fo|qrhdj.k dk dk;Z A fufonk izi= dk ewY; :0 1140-00 ] /kjksgj jkf’k :0 10]000-00 ek=A

3- vYidkfyd fufonk la[;k 67@fofoeack@2015&16] fo|qr forj.k [k.M] ckjkcadh ds varxZr fofHkUu ;kstukUrxZr fctusl Iyku ;kstuk esa Lohd`r iSdst la[;k 10 o 11@2015&16 ds lkis{k fo|qrhdj.k dk dk;Z A fufonk izi= dk ewY; :0 570-00 ] /kjksgj jkf’k :0 7]000-00 ek=A

4- vYidkfyd fufonk la[;k 68@fofoeack@2015&16] fo|qr forj.k e.My] ckjkcadh ds varxZr lgk;d vfHk;Urk] vkbZVh ds mi;ksxkFkZ gsrq ,d ux Mhty pfyr okgu fdjk;s ij j[ks tkus gsrqA¼bl dk;Z gsrq mijksDr izFke Hkkx dh krsZ 2 o 3 ekU; ugh gSa½ fufonk izi= dk ewY; :0 285-00 ] /kjksgj jkf’k :0 1000-00 :0 ek=A

v/kh{k.k vfHk;Urk

fo|qr forj.k e.My ¼forj.k½ flfoy ykbu] ckjkcadh "jk"Vª fgr esa fctyh cpk;sa

INSTRUCTIONS TO TENDERERS

1.00 GENERAL INSTRUCTIONS:

1.01 Tenderers are requested to go through the instructions carefully & furnish complete information along with their tender bid offer, failing which their tender may not be considered at all. Tender shall be received in two parts; each part shall be in separate covers as under:

a. Tender Bid part-I: Shall contain Earnest Money for Rs. 10000.00 (Rs. Three thousand only) in the shape of FDR/CDR/TDR/ DD duly pledged in favour of Executive Engineer, EDD, Barabanki. The part-I of the tender shall also contain (i) Earnest Money (ii) “A” Class Certificate issued by Directorate Electrical Safety (iii) Proof of credibility of their firm (iv) List of agreements/ photo copies of agreements executed with them during last three years in support of their past experience/ performance. The sealed cover for this part of the bid shall be super-scribed "Tender bid part-I (Earnest Money) Increasing capacity of Transforer Of different capacities at different locations in the area under EDD (Ram shanehi Ghat)” against the Short Term Tender no. 66/EDC(B) /2015-16 due for opening on 15.09.2015 at 15:00 hrs.

b. Tender Bid Part-II: Shall contain price schedule. Commercial & Technical terms & conditions. This part of the tender bid shall be superscripted "Tender Bid Part–II (Prices) against Short Tender Specification No. 66/EDC(B) /2015-16 due for opening on 15.09.2015 at 15:00 hrs.

Only such firms need tender who are having sufficient experience for carrying out such type of works during past or are authorized representative of such firms and can produce satisfactory evidence that they have necessary resources & organization to undertake the work tendered for the satisfaction of the tendering authority.

1.02 In case of any inconsistency of the provisions of Form 'A', the provisions under special conditions of the tender will supercede/prevail.

1.03 Tenderers are requested to submit the price schedule appendix duly filled in (item by item) as required & should strictly follow the instructions & notes supplementary there to facilitate the tendering authority to prepare Comparative Statements.

1.04 Tenderers should quote the earliest completion period of the Tendered work.

1.05 The portion of terms & conditions as laid down in the condition of the contract; Form 'A' enclosed along with nature of work etc. that is not clear to the tenderer should be got clarified before submission of the tender. Tenderers are requested to adhere to all clauses to the contract Form 'A' to facilitate finalization of the contract. In case, they are unable to do so, should state any particular clause of the conditions which may not be acceptable to them & should support alternative for consideration.

1.05 The tendering authority does not suggest pledge to accept the lowest of any tender & reserves to himself the right of rejecting the whole or any portion of the tender as he may think fit without assigning any reason for non acceptance or selection.

1.06 Tendering authority reserves the right to revise or amend the tender. Such revision & amendment, if any, will be communicated to all tenderers as amendment or addenda to this invitation of the tender.

1.07 Any action on the part of the tenderer to revise the price/prices and/or the change the structure of price/prices at his own instance after opening of tenders may result in rejection of tender & also debarring him form submission of the tenderers to the MVVNL/ Corporation at least for one year.

Cont’d …….. 2

: 2 : 1.08 Any approach etc., officially or otherwise on the part of the tender or his representative shall

tender his offer liable to be summarily rejected. 1.09 Tenders of those tenderers, who have not purchased the tender specification shall not be

read at the time of opening and shall be rejected outright. 1.10 The price of tender specification will not be refunded under any circumstance whatsoever. 1.11 In case of ambiguous or self contradictory terms/conditions mentioned in the tender

specification, interpretations as advantageous to the MVVNL/Corporation shall be taken without any reference to accept the deviations or not.

1.12 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped 1.13 In no case payment will be made by the Letter of Credit. 1.14 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution of

the tendered work. 1.15 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by

nationalized/scheduled bank. 1.16 In no. case, MVVNL will be held responsible to arrange the T&P or other equipment’s. Tender Bid Part-I (Earnest Money) Should contain the following: 2.01 The part one of the tender bid shall contain the Earnest Money amount to Rs. 10000.00 (Rs.

Ten thousand only) & documents with respect to pre-qualification of tenderer.

2.02 In case part quantity offered, Earnest Money deposit shall be reduced proportionately. 2.03 Tenderers are required to furnish Earnest Money amount in the form of Bank Draft/FDR/CDR

of any scheduled bank duly pledged in favor of Executive Engineer, EDD, Barabanki which should be submitted along with the tender bid Part-I. Tender will not be considered without Earnest Money.

2.04 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P. Kanpur, U. P. Small Scale Industries Corporation, Kanpur or any other Govt. Agency/Institutions shall not be exempted from deposition of Earnest Money.

2.05 The Earnest Money deposited by the tenderer will be refunded after finalization of tender, in the event of his tender being rejected/ not accepted. In the event of tender being accepted, the Earnest Money shall be retained by the tendering authority and adjusted against the security deposit specified under & the same shall be released only on satisfactory completion of work.It may be noted clearly that in case the offer is not with the valid Earnest Money, Part-II of the tender bid, will not be opened.

3.00 Only tender of those tenderers shall be considered who have sufficient experience for execution of such type of works during past and have necessary resources and organization to under take the work tendered for to the satisfaction of the tendering authority.

3.01 All the tenderers must furnish a list of agreements executed with them during last three years.

3.02 All the tenderers must submit past performance reports for execution of such type of works carried out by them during past.

3.03 The tendered quantity work proposed against this tender may vary (+) 10% on the same rates, terms and conditions.

3.04 TENDER FORM: Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II.

4.0 VALIDITY OF TENDER: Must be 180 days from the date of opening of the tender. Valid current income tax clearance certificate be also submitted.

Cont’d.. 3

: 3 :

4.1 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II at Sl. No. 15.

4.2 Any other information, which may be considered necessary by the tenderer but not covered in the specification, be also submitted.

5.0 PRICES: 5.1 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma

enclosed) Annexure- V of tender document duly typed both in words as well as in figures.

5.2 The quoted prices shall be firm & firm in all respect through the currency of the contract/agreement. No variation in the prices shall be allowed in any circumstances.

5.3 Tenderer should note clearly that the tenders with variable prices shall not be considered at all.

5.4 Any other another charges/duties/taxes/levies etc. should be specifically mentioned separately in the price schedule.

6.0 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS TENDER SPECIFICATION NO. 66/EDC(B) /2015-16 . The tenderers should clearly state whether all the provisions of tender specification application to this tender, are acceptable to them & incase of any deviations the same should be clearly mentioned and submitted along with their tender in the enclosed proforma.

7.0 PAYMENT: 90% Running payment will be made once during the month subject to the availability of the funds. 8.0 DISPUTE: For any dispute/ difference arises out of this tender in between the tendering

authority and Contractor, Chief Engineer (Distribution), Faizabad Zone, Faizabad will decide and his decision will be binding on both the parties.

Superintending Engineer (D)

ANNEXURE-I Tender. No. 66/EDC(B) /2015-16

TENDER FORM From:

To : The Superintending Engineer, Electricity Distribution Circle, Madhyanchal Vidyut Vitran Nigam Limited, Barabanki. Sub: - Offer for laying of ABC & constructions of line in the area under EDD (Barabanki)”

against Short Term Tender No. 66/EDC(B)/2015-16 due for opening on 15.09.2015 at 15.0 hrs.

Sir,

With reference to your invitation to tender for the above I/We hereby offer to the Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed or such portion thereof as you determine in strict accordance with the annexed Special conditions of contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions.

The rates quoted are firm and in full satisfaction of all claims.

I/We agree to abide by this tender for the period of 180 days from the date fixed for receiving the same. The offer shall remain valid upto six months from the date of opening of offer.

A sum of Rs …………………………………. in the form of ……………………………………… as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions of contract.

I/We hereby undertake and agree to execute a contract in the form annexed hereto in accordance with the condition of contract. Yours faithfully, Signature of the Tenderer Date ………………………………… day of…………………………………………… Witness: Address

ANNEXURE–II

TENDER PROFORMA

(To be filled & submitted by the Tenderer in Tender Bid Part –II)

IMPORTANT INSTRUCTIONS TO THE TENDERERS Your tender shall not be considered, if you fail to submit this Performa duly filled. Replies should be

complete without ambiguity and should be clearly written against each item. Terms such as “Refer covering letter etc.” shall not be acceptable. You may, however, attach extra

sheets, if the space is not sufficient.

Sl. No

Particulars

1. Specification No. against which you have tendered. 2. Receipt No.& Date by which cost of tender

specification was deposited by you.

3. Name & Address of the tenderer.

4. Address of contractor

5. Whether tenderer is Contractor or Petty Contractor with power of attorney of agents of manufacturer (authentic proof regarding agents of manufacturer to be enclosed)

6. Amount of earnest money deposited with full details be submitted here.

7. Quantity offered (If there are two or more items, state quantities separately with units)

8. Do you agree to all conditions of Form- A & tender specification, if not, state the modifications clearly in the schedule enclosed which you would desire in Form–A & other terms & conditions (It may please be noted the it shall be entirely at the discretion of the competent authority to accept or reject the modifications proposed.)

9. Pl. state clearly (answer Yes / No.), if you would agree to undertake the works in case the modifications as suggested under Sl. No. 8 is not acceptable to the corporation without imposing any further condition / conditions from the site.

10.

Name & Detailed address of your Authorised representative against this order / agreement.

11. Name & detailed address of tenderer/ proprietor / partners / Directors be given.

12. Give two references who can certify your financial status & capability to undertake such supply order one of the references should be schedule Bank of India.

13. Do you confirm that there are no typographical errors/omissions in your tender & all other documents, forming part of the tender (answer Yes/ No)

14. What is the validity period of your Tender? 15. What is the completion, please state if the

completion is guaranteed under penalty?

16.

What is your Completion period?

17. What is your Terms of Payment? 18. Are you agreeable to the completion period being

reckoned from the date of receipt of letter of acceptance by you?

19 Do you agree to furnish security deposit, if order is placed with you (Answer Yes / No) ?

20 Give Details of License issued by Electricity Safety Directorate

21. Pl. encloses the certified copy of the latest income tax clearance certificate.

22 Whether all the schedule & documents required have been submitted or not?

TECHNICAL SPCIFICATIONS / PRICES: 23 Is the work/item offered is according to the

specifications of the tendering authority.

24 Pl. indicate clearly if the quoted prices are Firm & Firm in all respect through out the currency of the contract / agreement.

25 If the quoted rate are inclusive of any taxes / duties / other charges, give details of such taxes / duties / other charges, included & at that rate(s)

26 Pl state, if you would claim any other charges over & above the prices as extra, which are not covered above. If Yes, Pl. state each separately indicates the amount in Rs. Against each per unit basis.

27 Do you offer any discount and if so, then what is the rebate / discount in Rs. Per unit?

Place:

Signature of the tenderer with Co. seal. Address: Date:

ANNEXURE-III

DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST SHORT TERM TENDER No. 66/EDC(B) / 2015-16 DUE FOR OPENING ON 15.09.2015 at 15:00 hrs. I/We the undersigned have carefully examined the General Conditions of contract form “A” and other terms & conditions of the tender specification and I/We hereby confirm that all the terms & conditions contained in form A and other terms and conditions of tender specification under reference are acceptable to me/us with the following deviations: Sl. No.

Description Clause No. etc.

Stipulated in UPPCL/ MVVNL

Deviation offered Remark, if any

1 2 3 4 5

Signature of contractor with seal Date : Place: Address:

Annexure-IV

Completion Period

SCHEDULE OF COMPLETION OF WORKS AGAINST TENDER NO. 66/EDC(B)/2015-16 DUE FOR OPENING 15.09.2015

SL.NO.

PARTICULARS OF WORKS QUOTER QTY. COMMENCEMENT RATE /UNIT COMPLETION

1.

Date : Signature of contractor with seal

Place : Address :

ANNEXURE-V

Bill of Quantity & Price Schedule for “For laying of ABC and construction of LT lines in the area under EDD (Ram Sanehi Ghat)” against Short Term Tender No. 66/EDC(B)/2015-16 due for opening on 15.09.2015 at 15.0 hrs. Sl.No. Particulars of works Unit Qty. Rates

In figure In words 1 Safe loading carriage including unloading

and proper stacking of following materials from Central Store Barabanki / JE Store to site of work

a) PCC Pole 8.5 M long

Nos. 59 b) Aerial bunched conductor of size

3x95+1x70x1x16. mm KM 4.2 c) Aerial bunched conductor of size

3x50+1x35x1x16. Mm KM 5.5 d) Earthing rod Nos. 10 e) Stay Set complete Set. 41 f) Distribution Box Nos. 158 g) Other line material like steel section, GI

Wire etc Qtl. 37.3 2 Erection, Grouting (0.268 Cu M per pole),

plinthing (300 mm above ground level) of Single PCC Pole 8.5 M long for stringing and sagging of aerial Bunched Conductor/ and for 11 kV line including mounting of of Cross Arm with nut & bolts 11 kV line including grouting of support and plinthing 300 mm above ground level, fitting of 11 kV pin & pin insulator. 1/6 of total length of poles will remain under the ground and planted on Stone pad of size 300x300x75 mm. Nos. 59

3 Earthing of poles with M.S. Earthing Rod of size 20x2500 mm as per Specification. Nos. 10

4 Erection of stay set of 16X1800 mm rod duly painted with red oxide, anchor plate, thumble turn buckle and stay insulator etc. digging of pit of size 0.4X0.6X1.6m for grouting by 1:3:6 cement concrete, with stay of size 7/8 swg, nuzzling & grouting. Nos. 41

5 Stringing & sagging of ABC of 3x95+1x70+1x16 mm on erected single PCC pole including mounting of Clamps and connectors like Suspension clamp, Dead end with Eye Hook. (Only ABC will be provided by the department) KM 4.2

6 Stringing & sagging of ABC of 3x50+1x35+1x16 mm on erected single PCC pole including mounting of Clamps and connectors like Suspension clamp, Dead end with Eye Hook. (Only ABC will be provided by the department) KM 5.5

7 Erection & Commissioning of distribution boxes/ kiosk on the LT poles including all clamps & material required, connections & sealing its connection in between Distn. box & ABC with 1x16 Sq. mm LT PVC cable.(Only DB provided by the department) Nos. 158

8 Disconnection of service lines of consumers before dismantling of existing line and reconnection through distribution box of replacement of damaged conductor. Nos. 442

9 Lopping and chopping of tree branches existing on the route of proposed 11 kV and LT line. Nos.

10 Dismantling of existing old HT/LT line ¾ wire on weasel , including rolling back of conductor, loading –carriage-unloading upto Store Centre/JE Dump Store. KM 9.7

Date :

Signature of contractor with seal Place : Address:

SPECIAL CONDITIONS AGAINST TENDER NO. 66/EDC(B)/2015-16

These special conditions shall be read as construed along with annexed "Conditions of Contract Form-A as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail. SCOPE OF WORK:

It is proposed for execution of works against sanctioned package No. 12,13,14,15,16/15-16/Vyapar Vikas Nidhi for laying of ABC, construction of lines and execution of other associated works at various places(ABC & Pole in Vill Kasarawa, ABC and Pole in Jamuwashi , ABC & Pole in Vill Jasmanda , ABC & Pole in Panipurwa, ABC & Pole in Baisrua). The materials mentioned at Sl. No. 1 in schedule IV of the tender document will be supplied by the department while the other materials required for execution of work, will be arranged by the contractor at his own cost. The work also includes loading at central store, carriage upto JE Dump Store/site of work. The proposed work shall be carried out under the supervision of Executive Engineer, Electricity Distribution Division, (Barabanki), or his authorized representative.

CONDITIONS FOR WORKS AND CONTRACTOR'S RESPONSIBILITY:

1. The contractor should see the route of line before quoting rates/ starting construction work and satisfy him or herself to ensure that Indian Electricity Rules should be followed strictly.

2. The work shall be carried out strictly in accordance with the MVVNL Practices RESSPO Drawings, directions of the MVVNL /UPPCL representative and prevailing Indian Electricity Rules/Acts.

3. The railway crossing shall be carried out as per rules /regulations /procedure issued by the railway authorities from time to time.

4. No jointing in conductor or guard wire shall be permitted before & after one span of crossing span of road, railway track, communication circuits and power line.

5. Approval for crossing of railway track and telecommunication circuits shall be arranged by the MVVNL/UPPCL from the railway authorities and PTCC respectively and all cost on this account shall be born by the Corporation.

6. The crossing of houses shall not be permitted and minimum clearance as per Indian Electricity Rules shall have to be strictly followed by the contractor.

7. The contactor shall be given store material by the Corporation representative for each job which will be acknowledged & arrange to submit detail utilization of material used on the work & balance return to store immediately after completion of each work.

8. The contractor shall be entirely responsible for safe upkeep of the materials given to him till completion of work to the satisfaction of the MVVNL/UPPCL representative for final accounting. The material shall be kept at dumpsite safely decided by the supervising authority.

9. The contractor shall exercise all possible care to avoid damage to public utility services i.e. water/ sewage pipe line, telephone, telecommunication and power cable already laid under the ground. If any accidental damage occurs to these during works, the contractor shall inform Corporation representative about the damages. The contractor will have to repair/replace free of cost all the damages occurred during execution of works in the shortest possible time.

10. The contractor shall arrange at his own end all the proper tools & equipment and testing facilities etc. Necessary for the work. The contractor shall make adequate arrangement (particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC pole & conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any what so ever.

11. The contractor shall reserve the bricks, stone, slab etc. taken out of pavement due to digging out of pits and will hand over the same to the representative of Corporation after backfilling the pit. However the contractor shall do the reinstatement work.

12. The contractor shall make adequate arrangement (particularly sufficient man power) for proper handling of rails/ ST pole/ PCC pole, conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any case what so ever.

13. The contractor will keep the conductor empty drums secured and in good condition and return the same to Corporation representative after sagging of conductor.

14. The contractor shall be solely responsible for any losses/theft/damages/ accident to the persons working with/under him and shall have to pay due compensation in accordance with the prevailing rules/regulation of Govt. Contractor shall arrange to have group insurance for labours engaged by him and shall have to pay due compensation in accordance with the same. The Corporation will bear no responsibility for the compensation to his labor in case of any accident. He will also be required to produce License for engagement of the labors from the Labors Department, U.P. Government.

15. No compensation for idle labors shall be admissible to the contractor on account of stopping of due to non-availability of any material/ fund/ shutdown/ permission from PTCC/ Railway/ Govt. Deptt. or any other force majure conditions beyond the control of the Corporation. However, the contractor shall be given necessary extension in completion period accordingly.

16. While construction work is in progress, the contractor shall have to provide lightening arrangement, sign Boards etc or necessary precautionary materials/ arrangements so that accidents/damages/ losses to the public manpower of contractor/corporation etc. are avoided.

17. All charges on account of damages/ losses/ claims/ theft etc. involved under the conditions laid down above shall be borne by the contractor, if paid by the Corporation shall be recovered from the contractor's bills/ security deposit.

18. Execution authority will ensure that the material supplied by the contractor, is strictly as per technical specifications.

19. The contractor is required to abide by the provisions of the labors / industrial loss such payment of minimum wages to labors engaged by them for execution of work.

20. After completion of work, Executive Engineer, Electricity Distribution Division (BARABANKI), will ensure that "As executed" estimate has been prepared & got sanctioned from the Competent authority.

21. SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after completion of entire work. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favor of Work execution authority. In case the amount of Security deposit exceeds Rs. 5000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 6 months.

22. PRICES: The above prices are "FIRM & FIRM" in all respect during the currency of the contract/ agreement. No variation in the cost will be allowed at any cost.

23. PAYMENT: Payment shall be made against running bills duly pre-receipted to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Distribution Division (BARABANKI) after deduction of Income tax/ Security if legally applicable. In no, case payment will be made by letter of credit.

24. COMPLETION PERIOD: The work will be completed within 90 (Ninety) days from the date of start of work which will be decided by the execution authority subject to availability of the Store material. However, the work may be completed prior to completion period.

25. PENALTY: Penalty for delay in completion of works shall be levied @ ½% per week up to maximum of 10% value of in-completed portion of work.

26. Any damage or loss of, public property/ Board's material shall have to be borne by the contractor.

27. The quantities of work may vary + 10% (Ten percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained.

28. ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute/ difference of opinion in between the contractor and the engineer of contract, the decision of Chief Engineer (Distribution), Faizabad Zone will be final and binding on both the parties.

29. TERMINATION OF AGREEMENT: The Engineer of the contract can terminate the agreement at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement.

(R.P. Singh) Superintending Engineer (D)

Recommendation Report against Tender No. 65/EDC(B)/2015-16 for “Increasing capacity of Transformer at different location & Replacement of damaged conductor of LT line in the area under EDD,” for consideration & decision of Zonal Works Committee. After obtaining approval from CE (Distribution), Faizabad Short Term tenders were invited from “A” Class License holder issued by Directorate Electrical Safety in two parts (i) Part-I containing Earnest money, “A” Class License for execution of electrical works, Proof of credibility of their firm and relevant documents in support of their past experience for execution of similar works during last three years (ii) Part-II containing rates, commercial terms & conditions against Short Term Tender No. 65/EDC(B)/2015-16 for execution of works required for “ Increasing Capacity of Transformer at different locations & Replacement of damaged conductor of LT line”. The work has been proposed to Increasing Capacity of transformer 160 KVA to 250 KVA at Dariyabad Town, Moh. Chaudhariyan against package no. 32/VVN/FZD/2015-16, Replacement of Damaged conductor by ABC at Dariyabad Town Moh. Barwari against package no. 33/VVN/FZD/2015-16, Increasing capacity of Transformer 63 KVA to 100 KVA at Dariyabad Town Near Block Office against package no. 34/VVN/FZD/2015-16, & Replacement of Damaged conductor by ABC at Vill. Belkhara, Block- Puredalyi against package no. 35/VVN/FZD/2015-16, respectively under the head Vaipar Vikash Nidhi 2015-16 for improvement of supply of the concerned area.

Tender notice was sent to the following leading news papers for its publication and also displayed on the notice Board of this office vide letter No. 1484-EDC(B)/2015-16 dated 14.08.2015 and also uploaded on the website of MVVNL. The date of its publication mentioned against each:

1. Hindustan Times, Lucknow : 19.08.2015 2. Rahat Times, Lucknow : 15.08.2015

The date of opening of the tender was fixed for 31.08.2015 at 15.00 hours.

In response to above publication, the following firms purchased tender document on payment of requisite tender fee i.e. Rs. 570.00 and submitted their offer for execution of proposed work within the stipulated date & time.

1. M/s Ashok Kr. Contractor, Vill. Rohila Nagar, PO. Kusfar Dariyabad, Distt. Barabanki. 2. M/s Vinod Kumar Chaturvedi, Moh. Laxmanpuri Colony, Barabanki. 3. M/s Suraj Enterprises, Ashok Nagar, PO. Somiya Nagar, Barabanki. 4. M/s Shams Contractor & Suppliers, C-18 Civil Lines, Siddiq Nagar, Barabanki.

The offers so received from the above firms, were opened by the undersigned at 15.00 hrs on dated 31.08.2015. Part-I of the tender bid were opened first. All the firms submitted Earnest Money, “A” Class Certificate issued by Directorate Electrical Safety, relevant document in respect of credibility of their firm & experience of their firm as desired in the tender document, accordingly part-II containing rates, technical, Commercial terms and conditions was opened thereafter in presence Divisional Accountant as well as tenderers or their authorized representatives who were present at the time of opening of tender, rates, terms & conditions read out to them.

Comparative Statement has been prepared and got checked by Divisional Accountant, the same is enclosed in the tender file for kind perusal of the Competent Works Committee.

On the basis of Comparative Statement, the offers of the various firms are discussed here under in ascending order:

1. M/s Ashok Kr. Contractor, Vill. Rohila Nagar, PO. Kusfar Dariyabad, Distt. Barabanki.

The offer of this firm, is individually and overall 1st lowest among other participating bidders. As per their quoted rates the total value of the proposed work, works out to be Rs. 5,66,478,.00. The firm have deposited Rs. 3,000.00 as Earnest Money vide FDR No. 35178247141 dated 25.08.2015 issued by State Bank of India, Barabanki duly pledged in favour of EE, EDD, Barabanki as desired in tender notice/document. The rates quoted by them are firm & firm during the currency of the contract. Their quoted rates are exclusive of Service tax and the same will be charged extra as applicable. Validity of their offer is 180 days from the date of opening of tender. Their completion period is within 90 days from the date of agreement. The firm has demanded Final payment after the completion of work . The firm have submitted photo copy of Valid “A” class License issued by Directorate Electrical Safety, Proof of the credibility of their firm and photo copies of agreements executed with them for execution of works in support of their past experience/ performance. On going through the offer of this firm, it may be seen that the offer of this firm meet out pre-qualifying conditions as desired in our tender Notice/ document.

2. M/s Vinod Kumar Chaturvedi, Laxmanpuri Colony, Behind GIC, Barabanki.

The offer of this firm, is individually and overall 2nd lowest among other participating bidders. As per their quoted rates, the total value of their offer for execution of proposed work, works out to be Rs. 6,00,168.00. The firm have deposited Rs. 3,000.00 as Earnest Money vide FDR No. 053900DP00013399 dated 26.08.2015 issued by Punjab National Bank, Barabanki duly pledged in favour of EE, EDD, Barabanki as desired in tender notice/ document. The rates quoted by them are firm & firm exclusive of service taxes and duties. Validity of their offer is 180 days from the date of opening of tender. Their completion period is within 90 days from the date of agreement. The firm have demanded Final payment after the completion of work. The firm have submitted photo copy of “A” class License & mentioned undertaking that they will submit the same before execution of agreement if their offer is considered for execution of proposed work Photo copies of agreements in support of their past experience/ performance. On going through the offer of this firm, it may be seen that the offer of this firm meet out pre-qualifying conditions as desired in our tender notice document.

3. M/s Suraj Enterprises, Ashok Nagar, PO. Somiya Nagar, Barabanki.

The offer of this firm, is individually and overall 3rd lowest among other participating bidders. As per their quoted rates, the total value of their offer for execution of proposed work, works out to be Rs. 6,01,994.50. The firm have deposited Rs. 3,000.00 as Earnest Money vide FDR No. 0102984 dated 28.08.2015 issued by Indian Bank, Barabanki duly pledged in favour of EE, EDD, Barabanki as desired in tender notice/ document. The rates quoted by them are firm & firm exclusive of service taxes and duties. Validity of their offer is 180 days from the date of opening of tender. Their completion period is within 90 days from the date of agreement. The firm have demanded running payment. The firm have submitted photo copy of “A” class License, Proof of the credibility of their firm and relevant documents in support of their past experience/ performance. On going through the offer of this firm, it may be seen that the offer of this firm meet out pre-qualifying conditions as desired in our tender notice document.

4. M/s Shams Contractor & Suppliers, C-18 Civil Lines, Siddiq Nagar, Barabanki.

The offer of this firm, is individually and overall 4th lowest among other participating bidders. As per their quoted rates, the total value of their offer for execution of proposed work, works out to be Rs. 6,11,462.00. The firm have deposited Rs. 3,000.00 as Earnest Money vide FDR No. 053900DP00013380 dated 26.08.2015 issued by Punjab National Bank, Barabanki duly pledged in favour of EE, EDD, Barabanki as desired in tender notice/ document. The rates quoted by them are firm & firm exclusive of service taxes and duties. Validity of their offer is 180 days from the date of opening of tender. Their completion period is within 90 days from the date of agreement. The firm have demanded running payment after the agreement. The firm have submitted photo copy of “A”

class License & mentioned undertaking that they will submit the same before execution of agreement if their offer is considered for execution of proposed work Photo copies of agreements in support of their past experience/ performance. On going through the offer of this firm, it may be seen that the offer of this firm meet out pre-qualifying conditions as desired in our tender notice document.

On going through the discussions of the participating bidders as well as comparative statement, Committee may kindly like to see that the offer of M/s Ashok Kr. Contractor, Vill. Rohila Nagar, PO. Kusfar Dariyabad, Distt. Barabanki are first lowest among others. The offer of this firm also meets out pre-qualifying conditions of our tender document.

On going through the sanctioned estimate/package for execution of proposed work it may be seen that the following fund provisions has been made to meet out the cost of decentralized material, erection & cartage which is to be arranged by the Contractor at his own cost.

(Rs. in lacs) Sl. No.

Estimate/Package No. Provisions made in the sanctioned package under the head

Value of work as per 1st lowest bidder Cost of

decentralized material

Erection Total Rs.

1 32/VVN/FZB/2015-16 0.00 0.90 0.90

5.61

2 33/VVN/FZB/2015-16 0.05 1.87 1.92 3 34/VVN/FZB/2015-16 0.00 0.82 0.82 4 35/VVN/FZB/2015-16 0.03 2.18 2.21 Total Rs. 0.08 5.77 5.85

From the perusal of the provisions, it may be seen that the total value of the first lowest bidder is Rs. 5.61 lacs as against the total provision made in the sanctioned package of Rs. 5.85 lacs which is within the provisions of estimate/ package to meet out the cost of decentralized material, expenses towards Erection & Cartage, of sanctioned estimate/package which is to be borne by the contractor.

As far as reasonability of the rates is concerned, it is bring to the kind notice of the Committee that the lowest rates received against this tender are almost at par in comparison to the Decided Previous rates.

In view of above, it is recommended that the offer of overall first lowest bidder i.e. M/s Ashok Kr. Contractor, Vill. Rohila Nagar, PO. Kusfar Dariyabad, Distt. Barabanki may be considered for execution of proposed work on their quoted rates as detailed below:

Sl. No.

Particulars of Works Unit Qty. Quoted 1st lowest rates

Decided Rates Tender no. 05/19, 2015-16

Recommended Rates

Value

1 Safe loading carriage including unloading and proper stacking of following materials from Central Store Barabanki / JE Store to site of work.

a) ST Pole 11 mtr. Long. Nos. 13 780 780 780 10140

b) PCC Pole 8.5 Mtr. Long. Nos. 25 800 800 800 20000 c) ABC of Size

3x120+1x95+1x16mm. KM. 1 3200 3200 3200 3200

d) ABC of Size 3x95+1x70+1x16mm.

KM. 2.37 2900 2900 2900 6873

e) ABC of Size 3x50+1x35+1x16mm.

KM. 0.9 1900 2000 1900 1710

f) Stay Set Complete Nos. 27 40 40 40 1080 g) LT Distribution Box Nos. 35 50 50 50 1750 h) 11/0.4 KV 250 KVA

Transformer Nos. 1 3500 3000 3000 3000

i) 11/0.4 KV 100 KVA Transformer

Nos. 1 3200 2800 2800 2800

j) Others Line materials like steel section GI wire etc.

Qtl. 30 750 750 750 22500

2 Fabrication, Erection, Grouting (0.268 Cu M per pole), plinthing (300 mm above ground level) & painting of Single ST Pole 11 M long for LT line mounting of Cross Arms including grouting of support and plinthing 300 mm above ground level, fitting of 11 kV pin & Disc insulator. 1/6 of total length of poles will remain under the ground and planted on Stone pad of size 300x300x75 mm.( Only ST Pole will be provided by the department.)

Nos. 38 3200 3200 2200 83600

3 Construction of masonry type transformer plinth of size 2x2x1.5 M with brick, cement, coarse sand, sand & brick ballast, filling of sand in the hollow space, plastering outer surface in ratio 1:4:6 top of the plinth 4” thickness grouting of 2 nos. MS Channel of size 100x50x2000 mm on the top of the plinth for placement of transformer. (All the material will be arranged by the contractor)

Nos 2 27000 27000 27000 54000

4 Construction of retaining wall, fabrication & erection of Wiremesh fencing of size 5+3x2.0 M height around Transformer and with retaining wall & 1 no. gate with locking arrangement made of MS Angle iron of size 50x50x6 mm jointed with nuts and bolts. The

RMT 32 2200 2200 2200 70400

panel must be supported with MS Flat of size 50x6 mm. Wiremesh of size 10 SWG rectangle type, its painting as per norms of RESSPO. (All the material will be arranged by the contractor at his own cost)

5 Installation and commissioning of 11/0.4 kV 250 KVA Transformer including its connection in between 11 kV and LT line mounting of copper L-Pieces, Providing Crimping type Aluminium lugs of required sizes. (All the material except transformer will be arranged by the contractor)

a) 11/0.4 KV 250 KVA T/F Nos. 1 6500 6500 6500 6500 b) 11.0.4 KV 100 KVA T/F Nos. 1 3200 3200 3200 3200 6 Earthing of Poles with M.S.

Earthing rod of size 20x2500 mm and connecting with GI Wire.

Nos. 14 250 250 120 1680

7 Dismounting and Cartage of 160/63 KVA T/F From Site to store

Nos. 2 3200 0 2500 5000

8 Erection of stay set of 16X1800 mm rod duly painted with red oxide, anchor plate, thumble turn buckle and stay insulator etc. digging of pit of size 0.4X0.6X1.6m for grouting by 1:3:6 cement concrete, with stay of size 7/8 swg, nuzzling & grouting.

Nos. 27 750 750 750 20250

9 Stringing & sagging of ABC of 3x120+1x95+1x16mm on erected single PCC pole including mounting of Clamps and connectors like Suspension clamp, Dead end with Eye Hook. (Only ABC will be provided by the department)

Km. 1 28000 28000 28000 28000

10 Stringing & sagging of ABC of 3x95+1x70+1x16mm on erected single PCC pole including mounting of Clamps and connectors like Suspension clamp, Dead end with Eye Hook. (Only

Km. 2.37 23000 24000 23000 54510

ABC will be provided by the department)

11 Stringing & sagging of ABC of 3x50+1x35+1x16 mm on erected single PCC pole including mounting of Clamps and connectors like Suspension clamp, Dead end with Eye Hook. (Only ABC will be provided by the department)

Km. 0.9 21500 21000 21000 18900

12 Erection & Commissioning of distribution boxes/ kiosk on the LT poles including all clamps & material required, connections & sealing its connection in between Distn. Box & ABC with 1x16 Sq. mm LT PVC cable.

Nos. 35 750 750 750 26250

13 Disconnection of consumer connection with existing line and reconnection with distribution box after stringing and sagging Aerial bunched conductor.

Nos. 405 95 95 95 38475

14 Lopping & Chopping of tree branches coming on the rout of line.

Nos. 33 150 150 150 4950

15 Dismantling of Old & damaged conductor, rolling back of the same, it’s loading carriage upto J.E. Dump store/store center and proper stacking.

Ckt/Km. 4.27 7000 7000 7000 29890

16 Laying of LT PVC cable of size 3.5x240 Sq. mm in air of following sizes in between transformer and LT line & its connection

Mtr 30 175 90 20 600

(RS. Five Lac ninteen thousand two Hundred fifty Eight Only) 519258

Submitted for consideration & decision of Zonal Works Committee of CE (Distn.), Faizabad Zone as the face value of the tender is beyond the powers of Circle Works Committee.

( R.P. Singh ) Superintending Engineer (D)

eq[; vfHk;Urk ¼forj.k½] QStkckn {ks= dh dk;Z lfefr dh fnukWd ------------------ dks vkgwr cSBd dh dk;Zo`Ùk mifLFkr%

1- ba0 v’kksd dqekj] eq[; vfHk;Urk ¼forj.k½ % v/;{k 2- ba0 kqHk pUnz >k] v/kh{k.k vfHk;Urk] fo0fo0ea0 ¼lqYrkuiqj½ % lnL; 3- Jh lat; xqIrk] mi eq[; ys[kkf/kdkjh % lnL;

fo k;% v/kh0vfHk0] fo0fo0ea0 ckjkcadh ds }kjk fufonk la0 55@fofoea¼ck0½@2015&16 ds lkis{k fofHkUu LFkkuksa ij fo|eku 11@0-4 dsoh0 ifjorZdks dh {kerkof̀) ,oa ,0ch0lh0 yxkusaa ds dk;Z gsrq izLrqr laLrqfr ds laca/k esaA

v/kh{k.k vfHk;Urk] fo0fo0ea0 ckjkcadh }kjk mijksDr lanfHkZr fufonk ds lkis{k O;kikj fodkl fuf/k 2015&16 en esa Lohd`r iSdst la0 32]33]34

o 35@O;kikj fodkl fuf/k@QStkckn@2015&16 ds lkis{k fo0fo0[k0] jkelusgh ?kkV ds dk;Z{ks= esa fofHkUu LFkkuksa ij fo|eku 11@0-4 dsoh0 ifjorZdksa dh {kerkof̀) ,oa ,0ch0lh0 ykxkus ds dk;Z gsrq {ks=h; dk;Z lfefr ds le{k fopkjkFkZ ,oa vuqeksnukFkZ izLrqr vk[;k ,oa laLrqfr ds voyksdu ls ik;k fd;

• eq[; vfHk;Urk ¼forj.k½] QStkckn }kjk fufonk ds lkis{k izLrkfor dk;Z dks okg~; ,tsUlh ls laikfnr djkus gsrq fufonk izdkf’kr djkus gsrq vuqefr iznku dh x;h gSA

• mijksDr fufonk ds lkis{k esllZ v’kksd dqekj dkUVªSDVj] xzke jksfgyk uxj] nfj;kckn] ckjkcadh }kjk m)fjr dh x;h njsa vU; fufonknkrkvksa dh rqyuk esa izFke U;wure~ gSaA

• izFke U;wure~ fufonknkrk }kjk m)fjr njksa ds vk/kkj ij dk;Z laikfnr djkus gsrqa vkus okyk O;; izkWDdyu ,oa iSdst esa LFkkuh; O;; en esa izkfo/kku dh x;h /kujkf’k dh lhek ds vUnj gSSA

• v/kh{k.k vfHk;Urk us mijksDr fufonk ds lkis{k izkIr izFke U;wure~ njsa dh vkSfpR;rk ds lanHkZ esa lwfpr fd;k gS fd mijksDr fufonk ds lkis{k izkIr izFke U;wure~ njsa iwoZ esa fu ikfnr fd;s x;s vuqcU/ksak dh vuqcfU/kr njksa ds yxHkx lerqY; gSa rFkk izFke U;wure~ njsa m)fjr djus okys fufonknkrk esllZ v’kksd dqekj dkUVªSDVj] xzke jksfgyk uxj] nfj;kckn] ckjkcadh ds i{k esa muds }kjk m)fjr njksa ij fuf.kZr djus gsrq laLrqfr dh gSA

lfefr us njksa dh vkSfpR;rk ,oa izLrkfor dk;Z dh vko’;drk ij lE;d fopkjksijkUr fufonk ds lkis{k izLrkfor dk;Z dks laikfnr djkus gsrq izFke U;wure~ njsa m)fjr djus okys fufonknkrk esllZ v’kksd dqekj dkUVªSDVj] xzke jksfgyk uxj] nfj;kckn] ckjkcadh ds i{k esa muds }kjk m)fjr njksa ij fuf.kZr fd;kA fufonk ds lkis{k izLrqr laLrqfr esa fn;s x;s fofLrr̀ fooj.k ds vuqlkj izLrkfor dk;Z ij dqy O;; :0 5]19]258-00 ¼:0 ikWp yk[k mUuhl gtkj nks lkS vV~Bkou ek=½ gksxkA

fu;eksa ds varxZr fu/kkZfjr izfØ;k dk vuqikyu lqfuf’pr fd;k tk;s rFkk l{ke izkf/kdkjh dk vuqeksnu izkIr djus ds mijkUr lkef;d

vxzsRrj dk;Zokgh dh tk;sA

1- mijksDr njksa eas lHkh izdkj ds dj@O;;@’kqYd lfEefyr gS] ek= lsokdj okLrfodrk ds vk/kkj ij lk{;ksa ds lkis{k vfrfjDr ns; gksxkA lsokdj dj dk fu;ekuqlkj Hkqxrku@tek djuk@djkuk lqfuf’pr fd;k tk;sA

2- fufonk fof’k Vhdj.k ds vuq:i dk;Z lEiknu lqfuf’pr fd;k tk;sA 3- mRrj izns’k ikoj dkjiksjs’ku fy0@e/;kapy fo|qr forj.k fuxe fy0 ds ekud fu;e@’krksZa rFkk fufonk fof’k Vhdj.k eas fufgr krksZa ,oa

izkfo/kkuksa dk dM+kbZ ls vuqikyu lqfu’fpr fd;k tk;sA 4- lfefr dk fu.kZ;] v/kh{k.k vfHk;ark fo|qr forj.k e.My] ckjkcadh dh fufonk laLrqfr eas miyC/k djk;h x;h lwpuk ij vk/kkfjr gS rFkk ;g

ekuk x;k gS fd fufonk laLrqfr izLrko] fufonk izfØ;k] njksa ds vkadyu dh tkap] QeksZa dh vgZrk ,oa l{kerk rFkk nj vkSfpR; dk lE;d ijh{k.k djus ds mijkUr lfefr ds le{k izLrqr fd;k x;k gSA Lohd`r@vuqeksfnr dk;Z dks fu;ekuqlkj mfpr dk;Zokgh izfØ;k viukrs gq, xq.koRrk ds lkFk iw.kZ djk;k tkuk lqfuf’pr fd;k tk;sA

5- izLrkfor dk;Z gsrq O;kikj fodkl fuf/k ds en ls lanfHkZr iSdstksa ds lkis{k 2015&16 eas izkfo/kkfur /kujkf’k ls fuLrkfjr fd;s tk;saxsA

¼lat; xqIrk½ ¼’kqHk pUnz >k½ ¼ v’kksd dqekj ½ lnL; ,oa mieq[; ys[kkf/kdkjh lnL; ,oa v/kh{k.k vfHk;ark¼lqYrkuiqj½ v/;{k ,oa eq[; vfHk;ark

dkjiksjs'ku ds vkns'k la0 424&dk;Z@pkSng@ikdkfy@2000@3ds@2000@3ds@2000 fnukWd 03-04-2002 ¼izcU/k funs'kd e0fo0fo0fu0fy0 ds dk;kZy; Kki la0 754@e0iz0¼fo0½e/;kWpy fnukWd 11-10-2013 }kjk izsf"kr½ ds ,oa fuxe ds vkns'k la0 295& dk;Z@pkSng@ikdkfy&2003@2000 fnukWd 27-02-2003ds vUrxZr dk;Z gsrq iwoZ fyf[kr iz'kklfud Lohd`fr%&

1 ¼v½ lEikfnr fd;s tkus okys dk;Z dk fooj.k] ys[kk 'kh"kZd rFkk ys[kk dksM?

fufonk la0 55@2015&16] O;kikj fodkl fuf/k ds en es iSdst la0 32]33]34 o 35 eas fofHkUu LFkkuks ij 11@0-4 dsoh ifjorZdks dh {kerko`f) o ,0ch0lh0 yxkus dk dk;ZA

Qer D;k mDr dk;Z Lohd`r izkDdyu ds izkfo/kkuksa esa izofjr gS?

th gka] o kZ 2015&16

2 dk;Z laiknu dh vof/k? vuqcU/k dh fnukad lss 90 fnu ds vUnjA 3 dk;Z dk enokj vuqekfur ewY; ¼:0 yk[k esa½ ;fn

vko';d gks rks fooj.k vyx ls fd;k tk;s? :0 5-19 yk[k ek=A

4 dk;Z fdl ,tsUlh }kjk fd;k tkuk izLrkfor gS? esllZ v’kksd dqekj dkUVªSDVj] xzke jksfgyk uxj] nfj;kckn] ckjkcadh

5 dk;Z ds laca/k esa vk[;k ¼bldh vfuok;Zrk vyx ls n'kkZrs gq, ½

Xkzeh.k o kgjh {ks= dh fo|qr vkiwfrZ lwpk: :Ik ls pykus ds fy, dk;Z djk;k tkuk furkUr vko’;d gSA

6 izLrkfor dk;Z dh /kujkf'k dk fdl foRrh; o"kZ ds vk; O;;d esa izkfo/kku gS rFkk dk;Z dh ykxr izkfo/kku ds vUnj gSA

th gka] o kZ 2015&16

7 orZeku foRrh; o"kZ esa Hkqxrku gsrq vkoafVr /kujkf'k orZeku o"kZ esa bl en esa iM+us okyk foRrh; Hkkj rFkk vxys o"kZ dk foRrh; Hkkj vyx&2 n'kkZ;sa?

foRrh; o"kZ 2015&16

8 iwoZ esa mijksDr dk;Z ds laca/k yh x;h iz'kklfud Lohd`fr;ksa dk fooj.k rFkk /kujkf'k?

ugha

9- iwoZ esa dk;Z dh njsa? &

izfrgLrk{kfjr eq[; vfHk;ark

QStkckn {ks= QStkckn

v/kh{k.k vfHk;ark fo|qr forj.k e.My] ckjkcadhA

iz'kklfud vuqeksnu fuEu izfrca/kksa ds lkFk iznku fd;k tkrk gS%&

1- m0iz0 ikoj dkjiksjs'ku fy0 ls le;&le; ij fuxZr vkns'kksa dk vuqikyu lqfuf'pr djsaA 2- ;g dsoy iz'kklfud vuqeksnu gS rFkk njsa ,oa ewY;ksa dh vkSfpR;rk dk iw.kZ mRrjnkf;Ro lqfuf'pr djuk

vf/k0vf/k0@v/kh0vfHk0 dk gksxkA 3- iwoZ eas bu dk;ksZa dk vuqeksnu u fn;k x;k gksA 4- ctV eas ;Fkksfpr izkfo/kku ,oa /ku vkoafVr gksA

izcU/k funs'kd

e/;kapy fo|qr forj.k fuxe fy0