Sie sind auf Seite 1von 36

Tender Document: C-2(b)/WC/0907/140/2016

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED


(A Public Sector Enterprise)

TENDER DOCUMENT

for the

“Supplying, installation, testing and commissioning of fire fighting and


hydrant system at CEL campus”.

Tender notice no. C-2(b)/WC/0907/140/2016 dated:Aug,29 2016

Assistant General Manager (Materials)


Materials Management Division
Central Electronics Limited,
4, Industrial Area, Saur Orji Marg, Sahibabad – 201 010 (UP) INDIA
Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: mmd@celsolar.com Website: www.celindia.co.in

1
Tender Document: C-2(b)/WC/0907/140/2016

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED


(A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA
Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: mmd@celsolar.com Website: www.celindia.co.in

TENDER NOTICE

Tender notice no. C-2(b)/WC/0907/140/2016 dated:Aug, 29 2016

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which
are valid for a minimum period of 90 days from the date of opening (i.e., 19-09-2016) for the

“Supplying, Installation, Testing and Commissioning of Fire Fighting and


Hydrant system at CEL campus”.

Scope of Work Supplying, Installation, Testing and Commissioning of Fire


Fighting and Hydrant system at CEL campus.

Estimated cost Rs 1,38,59,489/-


Earnest Money Rs 2,77,190/- ( Rupees Two lakh Seventy Seven Thousand One
Deposit hundred Ninety only )

Interested parties may view and download the tender document containing the
detailed terms & conditions, free of cost from the website http://eprocure.gov.in/
or http://www.celindia.co.in/tender.asp
Please see document control Sheet at Annexure -1.

For CENTRAL ELECTRONICS LIMITED


Sd-
Assistant General Manager (Materials)
Materials Management Division

2
Tender Document: C-2(b)/WC/0907/140/2016

Eligiblity criteria:

1. Experience of having successfully completed works likes “Supplying, Installation, Testing


and Commissioning of Fire Fighting and Hydrant system .etc in govt.Dept. /PSU in last
Seven years.( work completion certificate and other documents evidences must be
enclosed with technical bid)

Three similar completed works each costing not less than Rs 55,43,796/-
or
Two similar completed works each costing not less than Rs 83,15,693/-
or
One similar completed works each costing not less than Rs1,10,87,591/-

For the purpose of this clause “similar works’ means the work of S.I.T.C. of Fire Fighting
System in Multi-storied Buildings i.e. Industrial complex, Hospitals, Offices,
Residential Complexes, Schools, and Institutional Buildings etc.

2. Tenderer should be registered in composite category for appropriate class in


CPWD/PWD/MES

3. Tenderer should have valid Electrical contractor licence issued by State


Govt./union Territory. The Tenderer should submit copy of the same with tender
documents.

4. The tenderer shall have valid registration in TIN no, ESI, PF and PAN no. for carrying
out the work in UP state. The relevent documents must be submitted along with the
technical bid. However, if tenderer has no TIN no. of UP state,then he should submit an
affidavit that he has applied for the same.(No payment shall be made without TIN no. of UP)

3
Tender Document: C-2(b)/WC/0907/140/2016

TENDER DOCUMENT for Tender notice no. C-2(b)/WC/0907/140/2016

Important Instructions: -
1. The following documents/Annexure are part of tender document:
a. Tender notice
b. Document Control Sheet - Annexure 1
c. Price bid format Annexure 2
d. List of approved makes Annexure ‘A’
e. Commercial terms and conditions Annexure ‘B’
f. Additional terms and conditions Annexure ‘C’
g. Format for submission of commercial details Annexure ‘D’
h. Schedule of exception & Deviations Annexure “E”
i. Format for submission of Vender Annexure “F”
j. Tender acceptance letter: Annexure ‘G’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.
3. Escalation in price (except where price variation clause is applicable and given as per Clause 9 of
annexure B of tender), deviation from delivery schedule, terms and conditions will not be permitted in your
quotation. Statutory Taxes & Duties should be shown separately from the price.
4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or
KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and
Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro &
Small Enterprises (MSEs) Order 2012”.
5. Catalogue, literature, specification details should accompany the quotation.
6. Any deviation from specification & terms & conditions to be mentioned as schedule of exceptions &
deviations vide Annexure E. Any deviations whether technical or commercial stated elsewhere in the
bid shall not be taken into account and may render the bid non-responsible and liable to be
rejected.
7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure F.
8. Quotation should be submitted in Two bid system.
9. Quotation should be submitted in sealed envelope. There will be 2 sealed covers/envelops in the
quotation and following are to be submitted in your quotation:
a) Cover – 1:
i. Earnest Money Deposit demand draft or TT acknowledgement or document(s) for exemption from
submission of EMD (see Clause 15 of Annexure B).
ii. Commercial details as per format at Annexure D.
iii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule of
Exceptions & Deviation as per format at Annexure E.
iv. Filled up Format for Submission of Vendor Data as per format at Annexure F.
v. Technical catalogue, literature and approval/registration certificate, if any, required as per details
in the tender.
vi. Balance Sheets with profit and loss account details for last 3 financial years.
vii. Copy of Sales tax registration, Excise Registration, PAN Card, Income Tax Return of last 3
financial years,
viii. Tender acceptance letter as per format at Annexure G.
ix. Proof of fulfillment of eligibility criteria.

b) Cover – 2: This must contain only the Price Bid on company’s letter head as per Price Bid format
(Annexure 2).

4
Tender Document: C-2(b)/WC/0907/140/2016

10. The description of the work is as follows:-

Supplying, installation, testing and commissioning of fire Fighting and Hydrant system
at CEL campus. Sahibabad.

Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
as is practicable), the form and nature of the site, the means of access to the site, they may
require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender. A
tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and
no extra charges consequent on any misunderstanding or otherwise shall be allowed. The
tenderer shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, access, facilities for workers and all other services required for executing the
work unless otherwise specifically provided for the contract documents. Submission of a
tender by a tenderer implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be done and of
conditions and rates at which stores, tools and plant, etc. will be issued to him by the CEL
and local conditions and other factors having a bearing on the execution of the work.

Scope of work

Work under this contract consist of furnishing labour, material, equipment and appliances
necessary and required to completely do all works related to the fire protection system which
consisting of:

a) Supply, installation, testing and commissioning of Fire Hydrant down comer system and
ancillary system.

b) Preparation of plan and shop drawing of actual work to be executed in CEL and
submission for getting approval/ NOC by the local fire authority and getting NOC from local
Fire Authority after completion of work.

c) Supply of necessary spare parts during the commissioning stage.

d) Supply of any other item or services not specifically mentioned anywhere but required by
the Local Fire Authority or essential for the operation.

11. The Competent Authority on behalf of the C M.D., CEL does not bind himself to accept the
lowest or any other tender and reserves to himself the authority to reject any or all the
tenders received without assignment of any reason. All tenders in which any of the
prescribed conditions is not fulfilled or any condition including that of conditional rebate is
put forth by the tenderer shall be summarily rejected.

5
Tender Document: C-2(b)/WC/0907/140/2016

12. Canvassing whether directly or indirectly, in connection with the tenders is strictly prohibited
and the tenders submitted by the contractors who resort to canvassing will be liable to
rejection.

13. The Competent authority on behalf of CEL reserves to himself the right of accepting the
whole or any part of the tender and the tenderer shall be bound to perform the same at the
rate quoted.

14. The contractor shall not be permitted to tender for works in the CEL Campus (responsible for
award and execution of contract)in which his near relative is posted as any cadre up to
CMD. He shall also intimate the names of persons who are working with him in any capacity
or are subsequently employed by him and who are near relatives to any officer/ Manager in
the CEL. Any breach of this condition by the contractor would render him debar for further
tendering in CEL.

15. No Engineer and Officer employed in Engineering or Administrative duties in an Engineering


Department of the CEL is allowed to work as a contractor for a period of two years after
the date of his retirement from Government service without previous permission of the CEL
in writing. The contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the permission of
the CEL as aforesaid before submission of the tender or engagement in the contractor’s
service.

16. This Notice for the tender shall form a part of the contract document. The successful
tenderer/contractor on acceptance of his tender by the accepting authority shall sign the
contract within 15 days from the stipulated date of start of the work.

17. If any tenderer submit false information and/or documents, his EMD shall be

forfeited and he will be debarred for future tendering in CEL for a period of two

years.

18. The price bid of those bidders will be opened whose technical bid stands qualified.

19. All quantities and parameters which are considered in the tender are for broad guideline.
Quantity may be increase or decrease. Only actual quantity shall be measured and
remaining quantity/ surplus material will be returned to the Contractor.

20. If any tenderer feel some items are short/missed in the bill of quantity, which shall be
essential for getting NOC from chief fire officer (CFO) then he may intimate/ raise a
quarry in pre-bid meeting. Such items will be incorporated in the BOQ through
corrigendum.

21. Chief Manager (Engineering Division) will be the Engineer- in-charge.

6
Tender Document: C-2(b)/WC/0907/140/2016

22. Requirement of Technical representative (s) for above work and recovery rate,

as per O.M. No. DGW/MAN/122 dated. 6/1/2005 issued by CPWD.

Minimum Designation Minimum Rate at which recovery


Qualification (Principal Experience shall be made from to
of Technical Technical/ contractor in the event
Discipline

Number
Representativ Technical of not fulfilling
S. No.

e representative) provision of clause 36


(i)

Figures Words

1 Graduate E&M 5 Years 1 15,000.00


Engineer Principal P/M
Technical
Representative

Technical
Graduate Representative
2 Engineer Or E&M NIL/5 Years 1
10,000.00
P/M
Diploma

Engineer

Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.

7
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-1

Document Control Sheet

Tender Reference No. C-2(b)/WC/0907/140/2016


Name of Organization Central Electronics Limited
Tender Type OPEN
(Open/Limited/EOI/Auction/Single)
Tender Category (Services/Goods/works) Works
Type/Form of Contract (Work/Supply/ Works
Auction/Service/Buy/Empanelment/Sell)
Payment Mode (Online/Offline) Offline
Date of Issue/Publishing 29.08.2016 (18:00 Hrs)
Document Download/Sale Start Date 29.08.2016 (18:00 Hrs)
Pre-bid meeting 12.09.2016 (10.00 Hrs )
Document Download/Sale End Date 29.08.2016 (15:00 Hrs)
Bid submission Start Date 29.08.2016 (18:00 Hrs)
Last Date and Time for Submission of Bids 19.09.2016 (15:00 Hrs)
Date and Time of Opening of Bids 19.09.2016 (15:30 Hrs)

The Pre-Bid meeting will be held on 12-09-2016 (10.00 Hours) in the conference
room of Materials Management Division, CEL-Sahibabad.

8
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-2
Price bid format

Name of Work: Supplying, Installation, Testing and Commissioning of Fire Fighting and
Hydrant system at CEL campus.

S. Description of Items Qty. Rate Unit Amount


No
.

1 Providing laying cutting welding and jointing of


following Size 'C’ Class heavy duty MS pipe
confirming of IS:1239 and IS:3589 part 1 & 2 i/c fitting
like elbow tee flanges tapers gaskets nut bolts etc
excavation up to 1 mtr depth in ground / providing
cement concrete anchor block as supports wherever
required, coating and raping with heated coating
material after treatment by preheating the MS pipe
surface as per IS:10221 with supports of following
sizes complete as required.(Make:- Jindal/ Tata)

a) (a) 150 mm dia


1500 Mtr Mtr
b) (b) 100 mm dia
300 Mtr Mtr
c) 80 mm dia 50 Mtr Mtr
2. Supplying & Fixing of Following Size PN.1.6 non rising
spindle sluice valve ISI marked CI body Stainless
steel shaft i/c rubber packing nut and bolts after
dismantling of defected & unserviceable sluice valve
complete testing as required.
(Make Kirloskar/Kalpana/ Kartar)

A 200 mm dia 2 Each Each


B 150 mm dia 15 Each Each
C 100 mm dia 6 Each Each
D 80 mm dia 6 Each Each
3. Supply ,Installation ,testing and commissioning of
Stainless steel strainer fabricated out of 1.6mm thick
stainless sheet with 3 mm dia holes with stainless
flange

9
Tender Document: C-2(b)/WC/0907/140/2016

a) 200 mm 2 Each Each


4. S/F of following size PN 1.6 non return valve as CI
body i/c rubber packing nut & bolts after dismantling of
defective & unserviceable non return valve. Complete
testing commissioning etc. as required. (make
Kirloskar / Kalpana / Kartar)

a) 150 mm
8 Each Each
b) 100 mm
10 Each Each
c) 80 mm
6 Each Each
5. P/F first aid hose reel wall mounting wall swinging
type fitted with 30 mtr long 20 mm high pressure hose
confirming to IS:1532 with 6 mm dia outlet GM shut of
nozzle and shut of valve and 20 mm dia outlet GM
inlet gate valve as per IS:884 finished with postal red
paint etc. complete as required.(make:-
Getech/Safefire/Safeguard/ lifeguard/Newage)
20 Each Each
6. Supplying & Fixing of SS metal ISI Mark fire hydrant
Single landing valve with 80 mm NB flanged inlet,
brass spindle controlled 63 mm dia female
instantaneous outlet type metal/PVC coupling blank
cap, chain, twist release type lugs & all accessories
Confirming to IS:5290. Including testing
commissioning etc. as required.
(Make Getech / Safefire / Safeguard/
lifeguard/Newage)
40 Each Each
7. SITC of following Size fire brigade (SS) inlet
connection CI body(Siamese connection) having 63
mm dia instantaneous inlet and 150 mm dia flanged
outlet for wet riser complete with coupling nuts, bolts
and rubber insertion i/c welding connection as
required (Make:-
Getech/Safefire/Safeguard/ lifeguard/Newage)

a) 4 way FBC
3 Each Each
b) 2 way FBC
5 Each Each
8. Providing and fixing 63 mm dia 15 mtr. long
rubberized fabric lined hose including SS male &
female instantaneous type coupling approved by fire
authority, machined wound with SS wire complete in
all respect, hose shall conform to IS : 636 TYPE ‘B’
and coupling to IS 903-1990 with ISI certificate 80 Each Each

10
Tender Document: C-2(b)/WC/0907/140/2016

(Make:-Getech/Safefire/Safeguard).

9. Supply & Installation of 63 mm dia instantaneous


pattern SS metal branch short pipe, 20 mm di nozzle
confirming to IS 903, suitable for inter connection to
hose pipe coupling complete as required.
(Make:-Getech/Safefire/Safeguard/
lifeguard/Newage)
40 Each Each
10. Supplying and fixing of hydrant box made out of
1.2mm thick MS sheet of size 750mm x 600mm x
250mm to accommodate two no’s hose pipe and
branch pipe double door with locking arrangement
and 4mm acrylic sheet on front with writing “Break
Glass in case of fire”. Complete with complete as
required. (Make:- Getech/Safefire/Safeguard/
lifeguard/Newage)
9 Each Each
11. Supplying and fixing of hydrant box made out of
1.2mm thick MS sheet of size 1500mm x 900mm x
600mm to accommodate two no’s hose pipe and
branch pipe double door with locking arrangement
and 4mm acrylic sheet on front with writing “Break
Glass in case of fire”. Complete with complete as
required. (Make:-Getech /Safefire/Safeguard/
lifeguard/Newage)
20 Each Each
12. Providing and fixing of Air vessel made out of 6mm
thick MS sheet with dished end size 250mmX1200mm
with dished 6mm thickness and fitted with 25mm drain
valve 25mm dia 1.5 mtr length for pressure gage and
in let connection 80mm dia 1mtr pipe complete with
testing commissioning etc as required.
(Make:-Getech/Safefire/Safeguard/
lifeguard/Newage)

a) Air Vessel 250mmX1200mm


4 Each Each
13. Supplying and fixing following size heavy duty C'
Class MS Pipe ISI Marked With accessories as elbow,
flange, gasket with welding work on surface complete
as reqd. (Make:- Jindal/ Tata)

a) 200 mm
100 mtr mtr
b) 150 mm
10 mtr mtr
c) 100 mm
50 mtr mtr
d) 80 mm
50 mtr mtr
11
Tender Document: C-2(b)/WC/0907/140/2016

14. Supplying at site, armoured, following conductor,


XLPE power cable of 1.1 KV grade as per IS 7098
(part-I) 1988 with latest amended up to date as per
following sizes.

a) 3.5 X 120 sqmm ( Aluminium Conductor)


100 mtr mtr
b) 3 X 70 sqmm ( Aluminium Conductor)
20 mtr mtr
c) 3 X 25 sqmm ( Aluminium Conductor)
20 mtr mtr
d) 2 X 1.5 sqmm (Copper Conductor control cable)
20 mtr mtr
e) 6 X 1.5 sqmm (Copper Conductor control cable)
20 mtr mtr
15. Supplying and installing following size of perforated
prepainted ms cable tray with perforation not more
than 17.5 % in convenient section, joint with connector
suspended from the ceiling with m.s suspenders
including bolts and nuts , painting suspenders etc as
required.

a) (a) 150 mm width x 50 mm depth x 1.6 mm thick


25 mtr mtr
b) (a) 300 mm width x 50 mm depth x 1.6 mm thick
25 mtr mtr
16. Earthing with GI earth pipe 4.5 meter long, 40 mm dia
including accessories and providing masonry
enclosure with cover plate having locking arrangement
and watering pipe etc. with charcoal / coke and salt as
required.
4 set set
17. Providing and fixing of 25mm x 5mm GI strip on
surface or in recess for connection etc. as required.
30 mtr mtr
18. Laying of one no. XLPE power cable of 1.1 KV grade
of following size on wall surface as required.

Up to 35 sq mm cable
60 mtr mtr
Above 35 sqmm and up to 95 sqmm
20 mtr mtr
Above 95 sqmm and up to 185 sqmm
20 mtr mtr
19. Laying of one no. XLPE power cable of 1.1 KV grade
of following size direct in ground including excavation,
sand cushioning, protective covering and refilling the
trench etc. as reqd.

Above 95 sqmm and up to 185 sqmm


100 mtr mtr
20. Supplying and making end termination with brass
compression gland and aluminum lugs for following
size of PVC insulated and PVC sheathed / XLPE

12
Tender Document: C-2(b)/WC/0907/140/2016

aluminum conductor cable of 1.1 kv grade as reqd.

A 3.5 X 120 sqmm


2 set set
B 3 X 70 sqmm
6 set set
C 3 X 25 sqmm 4 set set
D 2 X 1.5 sqmm
4 set set
E 6 X 1.5 sqmm
4 set set
21 Supplying and fixing of 12Volt 150Ah SMF battery
model no.FE02-EP150-12 Exide Make with four no.
battery terminal and battery terminal lead complete
with testing commissioning etc as reqd.
2 set set
22 Fabricating, supplying, installation, testing and
commissioning of LT cubical type compartmentalized
panel board fabricated from out of 2 mm thick CRCA
sheet with 35 mm x 35 mm 5 mm angel iron stiffener
and 2 nos. earth stud in the panel body, phosphatized
dust & vermin proof, totally enclosed free standing
floor mounting type, extendable from both side,
detachable gland / knockout plate with suitable size
cable alloys and loose wire box, 400 A aluminum bus
bar bars, necessary connection interconnection with
copper conductors earthing etc as reqd. and with
following switch gears mounted there on.

Section 1 incoming

I. 250 A, 415 V, 4 pole MCCB having breaking


capacity 35 KA with terminal magnetic release (Range
200-250 A) etc. ------------1 No.
II. 400 Amp Four pole Aluminum Bus bar ------ 1 Set
III. One set Voltmeter (0-500 volts) with selector
switch, 1 No. ammeter (0-300 A)
with CT'S and selector switch, phase indication lamps
with back up

OUT GOING

I. 200 A, 415 V TPN MCCB having breaking capacity


35 KA with terminal magnetic release (Range 200-
250A) etc. …….. 1 No. (For fire pump)
II. 63 A, 415V, 50HZ, TPN MCCB having breaking
capacity 25 KA with terminal magnetic release etc.
(For Pressurization Pump) - 1 No.
III. 32 A, 230v, 50HZ, SPN "C" Series MCB - 2 no’s
(One for battery charge unit and other for auxiliary 1 job job

13
Tender Document: C-2(b)/WC/0907/140/2016

supply)

Section 2 For HYDRANT

Automatic star delta starters suitable for main fire


pump motor, ammeter (0-200A), selector switches, set
of suitable ration CT's with indicating lamps ON/OFF
with necessary control system component such as
relay, contractors, timer, single phase preventer etc as
reqd.
1 job job
Section 2( For PRESSIRIZATION PUMP)

Automatic star delta starters suitable for


Pressurization pump motor with single phase
preventer, ammeter (0-60A), selector switches, set of
suitable ration CT's with indicating lamps ON/OFF
with necessary control system components such as
relay, contractors, timer, single phase preventer etc as
reqd
1 job job
Section 2 (For BATTERY PANEL)

Automatic diesel engine starting system with battery


unit suitable AH rating operation at 24 volts DC
complete with necessary boost / trickle charging
arrangements i.e providing and fixing necessary
control system components such as relay, contractor,
timer i/c DC Volt & amperes meter etc. to meet the
functional required as per CPWD Specification etc as
reqd.
1 job job
23 Supply, installation, testing and commissioning of
Diesel Engine driven fire pump suitable for automatic
operation comprising of the following :Horizontally
mounted end suction centrifugal pump, suitable for
operation on 415 Volts ± 10%, 3 phase, 50 HZ A.C
supply, complete with flexible coupling and coupling
guard as required. Fire pump having C.I. body, bronze
impeller and S.S. Shaft with mechanical seal, capable
for delivering 2280 LPM of water at 70 mts head to
ensure a minimum pressure of 3.5kg/cm2 at the
farthest hydrant. Complete with necessary pressure
gauge with gun metal shut off cock on delivery side.
The pump should meet the condition of Local fire
Authority). Water Cooled Diesel engine (72 BHP) of
speed 1800 RPM for the above pump with automatic
starting mechanism and other accessories including
fuel tank (fabricated from 3mm MS sheet painting with

14
Tender Document: C-2(b)/WC/0907/140/2016

two coats of synthetic enamel paint over a coat of


primer) capacity 600 Its (fitted with Magnetic oil level
indicator, MH with cover drain valve, Air vent hydraulic
pumps including structural supports (painted with
approved shade), 2 Nos. x 12 volt battery, heat
exchanger with necessary piping connections &
fittings flexible coupling, coupling guard & exhaust
pipe as per drawing complete as required. Common
base plate for (a) and (b) from M.S. channel of
required size. Suitable cement concrete foundation
with plaster, Anti vibration arrangement of cushy foot
mountings.24 volts, 180 AH Lead battery - Exide
make (12 volts-2 Nos.) with boost / trickle charger for
starting the engine automatically as required. 1 job Job

24 Supply, installation, testing and commissioning of


jockey pump comprising of the following :Horizontally
mounted end suction centrifugal pump, suitable for
operation on 415 volts ± 10%, 3 phase, 50 HZ A.C
supply, complete with flexible coupling and coupling
guard as required. pump having C.I. body, bronze
impeller and S.S. Shaft with mechanical seal,
capable for delivering 180 LPM of water at 70 mts
head to ensure a minimum pressure of 3.5kg/cm2 at
the farthest hydrant. Complete with necessary
pressure gauge with gun metal shut off cock on
delivery side. The pump should meet the condition of
Local fire Authority). Squirrel cage induction motor
TEFC type for operation on 415 V, 3 phase 50 HZ
AC supply for the above pump with a synchronous
speed of 2900 R.P.M. with flexible coupling and
coupling guard etc. as required. Common base plate
for (a) and (b) from M.S. channel as required size.
Suitable cement concrete foundation with plaster,
Anti vibration arrangement of cushy foot mounting.
1 job job
25 Supplying, Installation, testing and commissioning
of electrically driven main fire pump set, suitable for
automatic operation consisting of the following :
complete in all respect as reqd. Horizontal foot
mounted type with class F insulation, end suction
multistage pump, suitable for operation on 415 volts ±
10%, 3 phase, 50 HZ A.C supply, complete with
flexible coupling and coupling guard as required. Fire
pump having C.I. body, bronze impeller and S.S.
Shaft with mechanical seal, capable for delivering
2280Lpm water at 100 mts head to ensure a minimum
pressure of 3.5kg/cm2 at the farthest hydrant.

15
Tender Document: C-2(b)/WC/0907/140/2016

Complete with necessary pressure gauge with gun


metal shut off cock on delivery side. The pump should
meet the condition of Local fire Authority). Squirrel
cage induction motor, TEFC type suitable for
operation on 415 volts, 3 phase 50 HZ A.C supply, for
the above pump with synchronous speed of 1500
RPM. Common base plate for (a) and (b) from M.S.
Channel for required size. Suitable cement concrete
foundation with cement concrete plaster complete with
anti vibration arrangement of cushy foot mountings.
1 job Job
SUBHEAD - 2( CIVIL WORK)

26 Construction of Under Ground Water storage tank for


capacity 3 lac liter with three partition (one lakh Each)
One for Fire Sump, Second and third for Raw water
storage) work shall be carried out as per accordance
with fire norms and CPWD specifications with latest
amendments, complete etc. as reqd.
1 job job
27 Construction of Pump House suitable for handle/
commissioned the Main fire pump, Diesel engine
pump, jockey pump and Two nos. Raw water pump
set. Work shall be carried out as per accordance with
fire norms and CPWD specifications with latest
amendments, complete with foundations etc. as reqd.
1 job job
28 Making and repairing of all such civil work like hole,
Patch work and damages of the building, and
restoring the same to the original finish(But without
whitewash and painting work)
1 job job
29 Providing, fixing, installation, testing and
commissioning of 4 x 5000 ltr capacity overhead water
storage tank (Sintex Make) of three layer with suitable
thickness as per latest IS amendment and fitted with
inlet and outlet valve of existing pipe line and drain
valve for overflow system with CC foundation/
platform arrangement. Complete testing and
commissioning etc. as reqd.
1 job job
30 Supplying, Installation, testing and commissioning of
electric drive terrace pump set, suitable for automatic
operation consisting of the following: complete in all
respect as reqd.

a) Horizontal type, single stage, centrifugal split


casing pump of cast iron, body & bronze impeller with
stainless steel shaft, mechanical seal and flow of 900

16
Tender Document: C-2(b)/WC/0907/140/2016

LPM , 2950 rpm at 35 M head confirming to IS : 1520

b) Suitable HP sq induction motor TEFC type with


suitable for operation on 415 volts ± 10%, 3 phase, 50
HZ A.C supply with IP 55 class of protection for
enclosure , horizontal foot mounted type with class F
insulation confirming to IS: 325

c) M.S. fabricated common base plate for motor and


pump, coupling. Coupling guard, foundation bolt etc.
as reqd.

d) Suitable cement concrete foundation duly plastered


with antivibration pads.

e) Automatic star delta starter suitable for terrace


pump motor with single phase preventer, Ammeter
1 set Set
and Voltmeter

31 Supplying and fixing following size heavy duty C'


Class GI Pipe ISI Marked With accessories as elbow,
flange, gasket with welding work on surface complete
as reqd. (Make:- Jindal/ Tata)

a) 50 mm
20 Mtr Mtr
b) 40mm
20 Mtr Mtr
c) 25mm
20 mtr Mtr
Total

17
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-A

List of approved Makes of materials

S.N Materials I.S:No Brand Name

1. G.I. pipes TATA/

(Upto 150mm dia) 1239 Pt-I JINDAL HISSAR

2. M.S Pipes 1239 Pt-I TATA,


/Pt-II
(Upto 150mm dia) JINDAL HISSAR

(Above 150mm dia) 3589 JINDAL HISSAR

SURYA ROSHNI

3. Forged Steel Fittings VS

OR

EQUIVALENT

TRUE FORGE

DRP

4. Butt Welded Fittings DRP

TRUE FORGE

5. Sluice valve Kirloskar/

Kartar

Kalpana/

SANT

6. Butterfly Valve 13095- AUDCO


1991
KSB

SANT

18
Tender Document: C-2(b)/WC/0907/140/2016

S.N Materials I.S:No Brand Name

CASTLE

ADVANCE

DANFOSS

7. Air Release Valve SANT/Safeguard

IVC

8. C.I Double flanged KIRLOSKAR


sluice valves
SANT/KALPNA

KARTAR

9. C.I Double Flanged KIRLOSKAR/KALPANA


Non-return valve
SANT/ KARTAR

10. Dual /Disk Type Non- AUDCO


return valves
C&R

KSB

ADVANCE

DANFOSS

11. Fire HYDRANT BOX MINIMAX/GETECH/

NEWAGE

SAFEGUARD

12. Fire fighting first-aid


hose reel

a) Hose Reel Drum IS:884 NEWAGE/SAFEGUARD/lifeguard

SAFEFIRE, GETECH
b) Rubber Tubing IS:444- PADMINI, JYOTI
1984
c) Thermo Plastic Hose IS: 12585 KESARA PLAST
Reels

19
Tender Document: C-2(b)/WC/0907/140/2016

S.N Materials I.S:No Brand Name

13. R.R.L. Hose 636 NEWAGE


Type-A
PADMINI

KESARA PLAST, CRC

EVERSAFE

14. Branch Pipe, Nozzle, MINIMAX


Coupling etc.
NEWAGE

SAFEGUARD/ GETECH

15. Landing Valves IS:5290 MINIMAX

NEWAGE

SUKAN, GEETEK

SAFEGUARD

16. Fire Brigade MINIMAX/SAFEGUARD/GETECH


Connections
NEWAGE

17. Fire Fighting MINIMAX/ GEETEK


Equipment not covered
else where NEWAGE/LIFEGUARD/

SAFEGUARD/SAFEFIRE

18. Hose Box

19. Sprinklers & Rosette I.S. 15105 GRINNELL/


Plates (All Types)
STAR

TYCO

VIKING

20. Motors for Fire Pumps KIRLOSKAR

ABB

SIEMENS

20
Tender Document: C-2(b)/WC/0907/140/2016

S.N Materials I.S:No Brand Name

CROMPTON GREAVES

ALSTHOM

JYOTHI

21. Fire Pumps IS: 1520 KIRLOSKAR, CROMPTON, GRONFOS

MATHER PLATT, CRI

22. Electric Motors KIRLOSKAR

CROMPTON

SIEMENS

23. Diesel Engine IS: 10000 ASHOK LEYLAND

KIRLOSKAR/ GREAVS COTTON

CUMMINS

24. Electrical Switch Gear SIEMENS

L&T

25. Cables POLYCAB

GRANDLAYS

HAVELLS

CCI

26. Main Control panel CPRI approved


(Powder coated)

27. Voltmeter & Ammeter AE/ RISHAB

DUCATI

MECCO

28. Y-Type / Pot / Suction KIRLOSKAR/KARTAR

21
Tender Document: C-2(b)/WC/0907/140/2016

S.N Materials I.S:No Brand Name

Strainer LEADER/ADVANCE

FIVALCO

30. Foot valve with KIRLOSKAR


Strainer
LEADER

ZOLOTO

SARKAR

31. Batteries EXIDE

AMCO-YUASA

STANDARD

32. Flexible Connectors for Easyflex


Sprinklers
Superflex

Flexhead

33. Flow Switches MORLEY IAS


/Monitor Modules
SYSTEM SENSOR

POTTER

34. Annunciation panels MORLEY IAS

EDWARDS, AGNI

35. Inspector Test Valves BAN CHANG

36. Pipes Supports CHILLY, FABRICATED

37. Pressure Gauge FIEBIG

H.GURU

38. Alarm Valve HD, GEETEK

MATHER + PLATT

39. Pipe Coat Material PYKOTE

22
Tender Document: C-2(b)/WC/0907/140/2016

S.N Materials I.S:No Brand Name

(Pipe Protection) COATEK

POLYCHEM

40. Dash fasteners HILTI

FISHER

41. Paint / Primers ASIAN

JENSON NICHOLSON BERGER

42 Weld. Electrodes ADVANI


ESSAB

VICTOR

43 Anti-vibration Pads RESISTOFLEX

RELAY CORPORATION

44. Nuts/ Bolts LAKSHMI

UNBRAKO

45. Conduit ERW BEC

(Ist Marked) AKG, STEELCRAFT

46. Contactors & overload L&T


relays.
SIEMENS

GE POWER

47. Fuse Link SIEMENS

L&T

GE POWER

23
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-B
Commercial terms and conditions:
1. CEL prefers to deal with registered / licensed contractor of Electrical.

2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on
FOR CEL, Sahibabad basis or DDP, Sahibabad basis (for foreign bidder). The quotations
submitted with basis of price other than the above are liable to be rejected.
3. Taxes and duties: The taxes and duties are to be clearly mentioned, if any. Otherwise assume
that quoted rates are inclusive of all taxes.

4. Completion schedule. Within 180 days after placement of order. Bidder should indicate
earliest monthly delivery schedule plan date wise with PERT chart.

5. Payment terms: :

Sr. Activity Percentage


no.

01 Submission of design and drawing of layout plan with 03%


summery sheet to Chief fire officer with consent of
engineer in charge and also submission of bar chart/
activity chart to engineer in charge
02 Supply of material at site on pro-rata basis. 70%
03 Installation testing and commissioning of material 17%
04 On submission of completion plan and obtaining NOC 10%
from Chief fire officer and handing over to CEL

a) Payment terms other than this will not be accepted and his bid will be rejected in technical
evaluation.

b) Running payments shall not be made less than Rs. Five lakh.

6. Guarantee/Warrantee period: After the completion of work and before issuance of virtual
completion, the contractor shall furnish the written guarantee indemnifying the owner against
defective material and workmanship for a period of One Year after completion. The contractor
shell holds himself fully responsible for re installation or replace free of cost to the owner any
defective parts or materials. The security @ 10 % shall be deduct in each bill and released after
completion of One year Warranty period.

7. Price reduction for delayed delivery: In the event of delay in affecting the delivery within
agreed period, a reduction in the price shall be levied @ 1% of the total order value per week or
part thereof subject to maximum of 5% of the total order value. The date of submission &
inspection call letter will be considered as delivery date for the purpose of price reduction for
late delivery clause.

24
Tender Document: C-2(b)/WC/0907/140/2016

8. Inspection: Inspection will be done by CEL /CEL’s representative. CEL/CEL’s representative


shall have free access to the supplier’s works during testing and final inspection. Vendor shall
inform the purchase not less than one week in advance. All testing arrangements shall be the
responsibility of the vendor. CEL reserves the right to inspect the material during manufacturing
and/or before dispatch as per specifications and test protocols. Internal inspection report and
inspection certificate must accompany the supply.

9. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price
variation clause would be rejected.

10. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a
minimum period of 90days from date of opening.

11. Deviation (if any) w. r. t. our technical & commercial requirements shall be specifically
mentioned in a separate sheet marked as ‘ Schedule of Exceptions & Deviations’ as per
format in Annexure D. Deviations/Exceptions mentioned elsewhere shall not be
considered.

12. 1) The contractor/ agency should have valid ESI, PF, PAN and TIN no. The proof of the same
must be enclosed with technical bid.

(In case contractor does not have valid ESI, PF no. He will be covered by CEL in ESI/PF and
expenditure on this a/c shall be deducted from the contractor’s bill as per procedure of CEL.)

2) Service tax liability, if any a/c of service provider to be discharged by the party as provided in
the notification S.T. 11/2014 dated 10/04/2014.

13. Loading factors:

Loading for deviation from Basis of Price term, clause no. 2

S. No. CEL’s term as per clause If bidder quote Loading factor for
no. 2 above non-compliance
1 DDP, CEL, Sahibabad EX-Works 3% of quoted total
basic price
FOB / FOR basis 2% of quoted total
(i.e. including basic price
packing and
forwarding charges)

Loading for deviation from Price Reduction for Delayed Delivery (Late Delivery or LD
Clause), clause no. 10

25
Tender Document: C-2(b)/WC/0907/140/2016

S. No. CEL’s term as per clause If bidder quote Loading factor for
no. 10 above non-compliance
1 Penalty of 1% per week Not agreed 5% of quoted total
subject to maximum 5% on basic price
the value of the items
delayed 5% max. agreed 5% of quoted total
value

14. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL
does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.

15. Earnest money amount of Rs.2,77,190/- in the form of demand draft favoring Central
Electronics Limited and payable at Delhi ,and valid for 6 month to be submitted along with
tender documents. No interest shall be payable on the earnest money deposited by bidder/
renderers. The earnest money may be deposited through TT/SWIFT into CEL’s account with
Syndicate Bank. The details of account are as below:
Beneficiary Name: Central Electronics Limited
Beneficiary Account Number/IBAN: 87761250000014
Beneficiary Bank SWIFT Address/BIC: SYNBINBB161
Beneficiary Bank Name: Syndicate Bank
Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4,
Sahibabad 201010 INDIA

The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / renderers
will be refunded within one month of finalization of tender. The earnest money of successful
bidder would be converted into security deposit and would be returned (after deduction of bank
charges, if any) to the bidder after 2 months of successful completion of work.

Exemption from submission of EMD: The following type of bidders are exempted from
submission of EMD subject to submission of relevant documents mentioned herein:
a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or
DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises,
Govt. of India. A copy of valid registration certificate should be submitted with technical
bid of quotation.
b) Bidders who have already submitted the EMD against our tender No. C-
2(b)/RC/0907/0003/2014 need not to submit the EMD again. However, they have to
submit fresh tender again.

16. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all
tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser
quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any
order placed on basis of this tender in case of strike, accident or any other unforeseen
contingencies causing stoppage of production at CEL or to modify the order without liability for
any compensation and or claim of any description.

26
Tender Document: C-2(b)/WC/0907/140/2016

17. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice
no., name of the item and due date should be delivered at the Office of the Asstt. General
Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur
Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations
is19.09.2016 up to 15:00 hrs IST. The offer shall be submitted in two separately sealed
envelopes marked Part A (Techno-Commercial ) and Part B (price offer – not to be
opened ) along with tender number and due date written on each envelopes) as detailed
below:

Part A: This should contain the following documents

i. Earnest Money Deposit demand draft or TT acknowledgement or the documents for


exemption from submission of EMD (see Clause 18 of Annexure B).
ii. Commercial details as per format at Annexure C.
iii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule
of Exceptions & Deviation as per format at Annexure D.
iv. Filled up Format for Submission of Vendor Data as per format at Annexure E.
v. Technical catalogue, literature and approval/registration certificate, if any, required as
per details in the tender.
vi. Balance Sheets with profit and loss account details for last 3 financial years (for new
vendors).
vii. Copy of income tax returns up to date , Excise Registration, PAN Card, Income Tax
Return of last 3 financial years, customer list in India & abroad , etc. (for new vendors)
viii. Tender acceptance letter as per format at Annexure F

Part-B: This should contain only Finance/Price Bid only as per format vide Annexure 2.

18. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on 19.09.2016.at


1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the
technical bids, usually within a week of opening of technical bids. Price bid of only those bidders
would be opened who qualify the technical bid. The date of price bid opening would be
intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.

19. Technical Clarifications: Bidders desiring any technical clarification may contact Assistant
General Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010
Phone no. 0120-2895145 Fax: 0120-2895148 email: mmd@celsolar.com between 1000 hrs to
1600 hrs on any working day up to 12.09.2016. However, the tender submission and opening
dates would remain firm as per above clause 20 & 21.

20. In case an order placed by the CEL based on the quotation/bid/tender submitted by the
bidder/supplier is not executed by the /bidder, CEL may right to execute the above work from
elsewhere and recover the additional amount that CEL may have to spend in procuring the
stores plus 10% to cover the overhead & incidental expenses.
21. Replacement of Rejected Material: Any material supplied against order place on basis of this
tender and found to be defective on inspection or differing from approved samples or make or
specifications will be replaced by the supplier free of cost or full refund made for the amount
paid by Central Electronics Limited including freight and insurance and other incidental charges
at our discretion.

27
Tender Document: C-2(b)/WC/0907/140/2016

22. The required quantity of the material or job/ work area shown in the tender document is pre
estimated. It can vary at the time of execution. The payment will be made after the
measurement of the actual used at site after deducting statuary taxes at prevailing rate at the
time of payments.
23. The company reserves the right to modify the quantity, delete any item of the tender or reject
any/ all tenders and distribution of work without assigning any reason.

24. Arbitration: Any disputes, difference controversies/difference of opinions, breach and


violation arising from or related to this agreement/contract/work/order/etc. between the parties
shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference
controversies/difference of opinion, breach and violation arising from or related to this
agreement /contract/work order etc. cannot be resolved within 30 days of commencement of
reconciliation/discussions then the matter shall be referred to the sole arbitrator, nominated by
CMD, CEL for this purpose and his decision shall be final and binding on both the parties.
There will be no objection to any such appointment on the grounds that the arbitrator is an
employee of CEL and no appeal on any order passed by the arbitrator for this purpose shall be
filled In any court of law on such ground.

28
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-C

Additional terms and Conditions

1.0 The work shall be executed as per CPWD General Specifications for Electrical Work
Part-I (Internal) 2014, Part-II (External) 1995 & Part – IV (Substation) 2013, Part –
V (Wet riser and sprinkler system for firefighting) – 2006, Part – VI (Fire alarm
system) installations as amended up to date, as per relevant BIS, relevant IE Rules
and directions of Engineer-in-charge. These additional specifications are to be read
in conjunction with above and in case of variation; specifications given in this
additional conditions & specifications shall apply. However, nothing extra shall be
paid on account of these conditions & additional specifications as the same are to
be read along with schedule of quantities for the work.

2.0 The Tenderers should in his own interest visit the site and familiarize himself with
the site conditions before tendering.

3.0 No T&P shall be issued by the Department and nothing extra shall be paid on
this account. The contractor will have to arrange T&P at his own.

4.0 The cable quantity taken in schedule of work is approximate. The contractor will
supply the cable as per actual measurement at site. The spare cable will be taken
away and removed from site by the contractor. In this regard Engineer-in-charge
Decision shall be final

5.0 Out of the approved makes of material mentioned above, the contractor will have to
get the make of material, approved from the Engineer-in-Charge before
procurement and being used at the site of the work.

6.0 In respect of materials for which approved makes are not specified above, these will
be of makes to be decided and approved by the Engineer in Charge and as per
sample approved before procurement.

7.0 The contractor shall submit samples of all materials before procurement for
approval from the Engineer-in-Charge and shall preferably be procured directly
either from the manufacturer or their authorized dealer/ representative.

8.0 The contractor will have to submit self attested copy of challan/ bills of the
material procured for use in work and make a gate entry at CEL.

29
Tender Document: C-2(b)/WC/0907/140/2016

9.0 The work shall be completed within 180 days or mutually agreed period from the
date of receipt of letter of award/work order. Liquidated damage at the rate of 1 %
of the value of work order per work not more than 5% in total shall be recovered
for the delay period. In addition remaining work may be completed at the risk and
cost of the contractor.

10. All tools and tackles required for unloading/ handling of equipments and materials
at site, their assembly, erection, testing and commissioning shall be the
responsibility of the contractor.

11. All sundry equipments, fittings, assemblies, accessories, hardware items,


foundation bolts, supports, junction boxes and all other items which are useful
and necessary for proper assembly and efficient working of the various equipments
and components of the work shall be deemed to have been included in the tender,
irrespective of the fact whether such items are specifically mentioned in the tender
or not.

12. Submission of schedule programme:-


Within fifteen days from the date of receipt of the work order, the successful
tenderer shall submit his schedule programme for submission of drawings, supply
of materials, installation, testing and commissioning and hand over to Engineer-
in-charge. This programme shall be framed keeping in view the building progress
and time period of tender. Items like piping etc. that directly affect the building
progress shall be given priority. Hose reel, Hose pipe, branch pipe, first aid hose
reel pipes shall be supplied just before commissioning the system.

13. Submission of Drawings:-


The contractor shall submit the shop drawings with summary report to the
Engineer-in-charge for getting NOC/ approval from CFO before start of work.

14. Care of the building:-


Care shall be taken by the contractor during execution of the work to avoid
damage the building. He shall be responsible for repairing all such damages and
restoring the same to the original finish at his cost. He shall also remove all
unwanted and waste materials arising out of the installation from the site of the
work from time to time.

15. Colour Scheme for the equipment and Components.


The entire metal works above ground level shall be painted with red colour shade as
per IS standard with latest amendment. Pumps, motor and engine shall be painted
with red colour shade no. 536 of IS:5

16. Final Inspection and testing:-


Inspection and testing will be done by the Engineer-in-charge or his
representative. However, the final inspection will be offered for inspection by CFO (
Chief Fire officer). The contractor or his representative will attend such inspection
of the chief fire officer(CFO). Extend all test facilities as are considered necessary,
rectify and comply with all observation of the CFO which are part of the agreement

30
Tender Document: C-2(b)/WC/0907/140/2016

and arrange for obtaining necessary clearance certificate in favour of the


department. In case the contractor fails to attend the inspection and makes desired
facilities available during inspection, the department reserves the right to provide the
same at the risk and cost of the contractor and impose penalty for the same. The
installation will be accepted by the department only after receiving clearance from
chief fire officer (CFO) for the work executed by the contractor under the
agreement/work order.

17. Safety Measures:-


All equipments shall incorporate suitable safety provisions to ensure safety of the
operating personnel at all times. The initial and final inspection reports shall bring
out explicitly the safety provisions incorporated in each equipment.

18. Guarantee:-
The contractor shall guarantee the complete system to provide the specified flow and
pressure under all conditions and outlets.
All equipment shall be the under guarantee of 12 months/ one year from the date of
handing over of the system to Engineer in charge. The equipment or component or
any part of the system found so defective during the guarantee period, shall be
replaced/ repair urgently free of cost, as per satisfaction of engineer-in-charge. In
case, it felt by the department that undue delay is being caused by the contractor,
the same will be done by the other agency on risk and cost of the
contractor. The decision of the Engineer in charge shall be final.
19. The contractor shall arrange all Pressure testing of pipes as per IS specifications
before trial run of system.
20. The contractor shall arrange for training to operator/ employee of CEL for operation of
the system, as desired by engineer-in-charge.

31
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-D

FORMAT FOR SUBMISSION OF COMMERCIAL DETAILS


(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)

1. Basis of Price :

2. Sales Tax (if any, in case of Indian bidders) :

3. Service Tax (if any, in case of Indian bidders) :

4. Excise duty (if any, in case of Indian bidders) :

5. Packing Forwarding, Delivery at CEL, Sahibabad :

6. Delivery Schedule :

7. Payment Terms :

8. Guarantee

Signature & Stamp of Organization

32
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-E
SCHEDULE OF EXCEPTIONS & DEVIATIONS

SL. BID DOCUMENT REFERENCE SUBJECT DEVIATION


NO. SECTION PAGE CLAUSE
NO. NO. NO.

NOTE: 1. If unavoidable, Tenderers may indicate deviations to the requirements of the bid
Document only in this format. If this sheet is left blank or ‘No deviation’ is mentioned,
it would be considered that there are no technical or commercial deviations.
2. Tenderers shall furnish Technical and Commercial deviations, if any, in this format
only but separately.
3. Any deviations stated elsewhere in the bid shall not be taken into account and may
render the bid non-responsible and liable to be rejected.

Seal & Signature of Tenderers (s) : _____________________________


Name of Tenderers (s) : ______________________________
DATE:

33
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-F
Format for submission of Vendor Data

1. Name of vendor
TIN No.
2. Sales Tax related information
Registered Address

Phone No.
Fax No.
Name of Proprietor/
CEO/Chairman

Phone/Mobile No.
Email id
3. Factory Address

Phone No.
Fax No.
Email id
Phone No.
Fax No.
Email id
5. Correspondence Address

6. Name of Contact Person


Designation
Phone/Mobile no.
Fax No.
Email id
7. Website

34
Tender Document: C-2(b)/WC/0907/140/2016

TIN No.
L.S.T. No.
C.S.T. No.
Sales Tax Exemption No. (if any)
9. Income Tax related information
PAN No.
PAN reference no. (in case PAN
applied for)
PAN Status (in case PAN applied
for)
10. Excise duty related information
ECC No.
Range
Collector ate
11. Registration No. with Directorate
of Industries
12. MSE registration no. (for Micro &
Small Enterprise)
13. Name & address of organization
with whom MSE is registered
14. Whether MSE is owned by Yes / No (please strike-off non-relevant and attach
ST/SC? supporting document)
15. Bank related information
Bank name
Branch name
Bank address
Bank phone no.
Bank fax no.
Bank MICR Code (9 digit)
RTGS-IFC Code
Account type
Account no.
Swift Code

I certify that the information given herein is correct to the best of my knowledge and belief.

Signature of Proprietor/CEO/Chairman
Seal of the company/concern

35
Tender Document: C-2(b)/WC/0907/140/2016

Annexure-G
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)

Date:
To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’
from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents
from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form
part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also been
taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender


document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organization shall
without prejudice to any other right or remedy be at liberty to reject this tender/bid including the
forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)


36

Das könnte Ihnen auch gefallen