+ All Categories
Home > Documents > TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT...

TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT...

Date post: 23-Sep-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
45
SECURITY PAPER MILL, HOSHANGABAD - 461005 (M.P), INDIA (A Unit of Security Printing and Minting Corporation of India Limited)(Wholly owned by Government of India) (Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED) Website:http://spmhoshangabad.spmcil.com E-Mail:[email protected] CIN: U22213DL2006GOI144763 Ph.No:91-7574-255259,Fax No:07574-255170 GSTIN: 23AAJCS6111J3ZE PR Number PR Date Indenter Department 12002010 12.06.2017 ELECTRICAL ELECTRICAL Not Transferable Security Classification:NON SECURITY TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG SET WITH INSTALLATION & COMMISSIONING Tender Number: 6000009864/EL/945, Dated:06.09.2017 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: VIKAS KUMAR Designation: Officer(Material) Address: SPMH (Security Paper Mill,Hoshangabd) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1
Transcript
Page 1: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

SECURITY PAPER MILL,HOSHANGABAD - 461005 (M.P), INDIA(A Unit of Security Printing and Minting Corporation of India Limited)(Whollyowned by Government of India)(Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED)Website:http://spmhoshangabad.spmcil.comE-Mail:[email protected] CIN: U22213DL2006GOI144763Ph.No:91-7574-255259,Fax No:07574-255170GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department

12002010 12.06.2017 ELECTRICAL ELECTRICAL

Not Transferable

Security Classification:NON SECURITY

TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG SET WITHINSTALLATION & COMMISSIONING

Tender Number: 6000009864/EL/945, Dated:06.09.2017

This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: VIKAS KUMAR

Designation: Officer(Material)

Address: SPMH (Security Paper Mill,Hoshangabd)India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1

Page 2: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section1: Notice Inviting Tender (NIT)6000009864 /EL/945 06.09.2017

(SPMCIL's Tender SI No.) (Date)

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Earnest Money(In Rupee)

Remarks

1 200 KVA DG set

1.000 EA 38000.00INR THIRTY EIGHT

THOUSAND ONLY0.00

Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/Indigenization/ Disposal of Scrap/ Security Item etc.)

TWO-BIDNational Competetive Bid

Dates of sale of tender documents: From 06.09.2017 to 09.10.2017 during office hours.

Place of sale of tender documents ADMIN. OFFICE, SPM, HOSHANGABAD

Closing date and time for receipt of tenders 10.10.2017 11:00:00

Place of receipt of tenders ADMIN. OFFICE, SPM, HOSHANGABAD

Time and date of opening of tenders 10.10.2017 15:00:00

Place of opening of tenders ADMIN. OFFICE, SPM, HOSHANGABAD

Nominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)

VIKAS KUMAROfficer(Material)

Abbreviation :-"M" MEANS METER------------------------------------------------------------2. Interested tenderers may obtain further information about this requirement from the above office selling thedocuments. They may also visit our website mentioned above for further details.

3.Tender documents may be purchased on payment of non-refundable fee of per set in the form of account payeedemand draft/ Rs 250/- cashier's cheque/ certified cheque, drawn on a scheduled commercial bank in India, infavour of SECURITY PAPER MILL payable at HOSHANGABAD.

4.Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.com andhttp://eprecure.gov.in and submit its tender by utilizing the downloaded document, along with the requirednon-refundable fee.

5.If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, forwhich extra expenditure per set will be Rs.100/- for domestic post. The tenderer is to add the applicable postagecost in the non-refundable fee mentioned in Para 3 above.

6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchaseorganization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. SUBMISSION OF TENDER: The bid is to be submitted in two parts :-(i) Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructionscontained in the Tender Documents, are dropped in the tender box located at the address given below on or beforethe closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.

(ii) The bid is to be submitted in two part i.e. Techno-commercial bid & price bid in sealed envelopes duly superscribed with EMD, Tender document fee & mention our NIT reference No. with date and Due date on the top of thesealed envelope and be addressed to the General Manager, Security Paper Mill, Hoshangabad- 461005 (M.P.)

(iii)Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mail

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1

Page 3: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

will not be considered.

(iv) EARNEST MONEY DEPOSIT : Rs.38,000/- only (as per section-I) The earnest money Rs. 38,000/- shall be furnished in one of the following forms.

(a) Account Payee Demand Draft or(b) Fixed Deposit Receipt or(c) Banker#s cheque.

The demand draft, fixed deposited receipt or banker#s cheque shall be drawn on any scheduled commercial bank inIndia, in favour of SECURITY PAPER MILL PAYABLE AT HOSHANGABAD. The earnest money shall be valid for aperiod of fourty five days beyond the validity period of the tender.

(8) In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performancesecurity amount/ Security Deposit(S.D) (10% of the ordered value) before supply of material after issue of Purchaseorder by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The performancesecurity will be return back without any interest to successful tenderer after the completion of all contractualobligations.

(9) NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANYDIC/SSI/MSME/NSIC REGISTERED FIRM.

(10) EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO ANY DIC/SSI/MSME/NSICREGISTERED FIRM

Special Instruction: ---------------------------------(I) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Pleasesend the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwiseyour offer will not be considered for above exemption.

(II)Price quotation in tenders:(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall alsobe allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price isfrom someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed tosupply up to 20 per cent of total tendered value.

(b) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (totendered quantity).

(III) Special provisions for micro and small enterprises owned by SC or ST:Out of 20 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 20 per cent (i.e., 4 percent out of 20 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the ScheduledCaste or the Scheduled Tribe entrepreneurs. Provided that, in event of failure of such Micro and Small Enterprisesto participate in tender process or meet tender requirements and L1 price, 4 per cent sub-target for procurementearmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall bemet from other Micro and Small Enterprises.

---------------------------------------------------------------

Note :(1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurementmanual.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2

Page 4: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

(2) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of thistender document. For details regarding GIT and GCC please refer links as below:http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdfhttp://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

SECTION - II to XIX : APPLICALE, EXCEPT SECTION : XIII & XVIII.SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLESECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

IMPORTANT NOTE:-

(1) The tender documents are not transferable.

(2) SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or infull any tender or reject any tender without assigning any reason or to cancel the tendering process and reject alltenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer ortenderers.

(3) "BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER."

Encl.: Annexure-I (checklist)

(Vikas Kumar)Officer (Material)For General ManagerE-mail : [email protected], [email protected] :- (07574) 279041-60, Extension 6842,6587

CORRESPONDING ADDRESS---------------------THE GENERAL MANAGERSECURITY PAPER MILLHOSHANGABAD-461 005 (M.P.)Website: http://spmhoshangabad.spmcil.comE-MAIL:- [email protected] :- (07574)-255259FAX :- (07574)-255170

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

COPY TO : SK(E)/AM (F&A)-M(T)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3

Page 5: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details.(GIT Contains 32 pages)

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1

Page 6: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section II: General Instructions to Tenderers (GIT)Part II: Additional General Instructions Applicable to Specific type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details.(GIT Contains 32 pages)

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.2

Page 7: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

04 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

07 19 Tender Validity 120 days from opening date of quotation

08 20.4 Number of Copies of Tenders to besubmitted

Single Copy

18 28.1 Discrepancy in Prices - A (Page No. 273) If, in the price structure quoted by a tenderer,there is discrepancy between the unit price andthe total price (which is obtained by multiplying theunit price by the quantity, the unit price shallprevail and the total priceess SPMH feels that thetenderer has made a mistake in placing thedecimal point in the unit price, in which case thetotal price as quoted shall prevail over the unitprice and the unit price corrected.

19 28.2 Discrepancy in Prices - B (Page No. 273) If there is an error in a total price, which has beenworked out through addition and/or subtraction ofsubtotals, the subtotals shall prevail and the totalcorrected.

20 28.3 Discrepancy in Prices - C (Page No. 273) If there is a discrepancy between the amount expressed in words and figures , the amount inwords shall prevail If , as per the judgment ofSPMH , there is any such arithmetical discrepancyin a tender, the same will be suitably conveyedtothe tenderer by registered /speed post .If thetenderer does not agree to the observation ofSPMH, the tender is liable to be ignored.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1

Page 8: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section IV: General Conditions of Contract (GCC)Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for further details.(GCC Contains 28 pages)

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1

Page 9: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

01 8.2 Packing and Marking The quality of packing, the manner of markingwithin & outside the packages and provision ofaccompanying documentation shall strictly complywith requirements as provided in TechnicalSpecifications and Quality Control Requirementsunder Section VII andVIII and in SCC underSection V. In case the packing requirements areamended due to issue of any amendment to thecontract, the same shall also be taken care of bythe supplier accordingly.

02 11.2 Transportation of Domestic Goods Supplied material only through RegisteredCommon Carriers.

03 12.2 Insurance The supplier shall make arrangements for insuringthe goods against loss or damage incidental tomanufacture or acquisition, trasportation, storageand deliver as per clause no. 12.3, 12.4, 12.5Bearby firm

04 14.1 Incidental Services Applicable

05 15 Distribution of Dispatch Documents forclearance/ Receipt of Goods

Applicable

06 16.1 Warrantee Clause The supplier warrants that the goods suppliedunder the contract is new, unused and incorporateall recent improvements in design and materialsunless prescribed otherwise by SPM in thecontract. The supplier further warrants that thegoods supplied undercontract shall have no defectarising from design, material or workmanship orfrom any act or omission of the supplier, that maydevelop under normal use of the supplied goods.

07 16.2 Warrantee Clause Warrantee shall remain valid for 12 months afterthe goods have been delivered to the finaldestination and accepted by SPM in terms of thecontract or for 15 months or more from the date ofdispatch (whichever is later).

08 16.4 Warrantee Clause If claim arising out of this warranty, supplier shallrepair or replace the defective goods or partsthereof, free of cost, at the ultimate destination.The supplier shall take over the replaced

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1

Page 10: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Sl.No.

GCC ClauseNo.

Topic SCC Provision

parts/goods after providing their replacement andno claim,whatsover shll lie on SPM for suchreplaced parts/goods thereafter.

09 16.6 Warrantee Clause If the supplier, having been notified, fails torectify/replace the defects within a reasonableperiod, SPM may proceed to take such remedialaction as deemed fit by SPM, at the risk andexpense of the supplier and without prejudice toother contractualrights and remedies, which SPMmay have against the supplier.

12 21.2 Taxes and Duties Applicable ( Henceforth, every supplier has toindicate the break-up of Tax (GST Etc.) in priceschedule/bills. In case Tax is not applicable onsupplier, they must enclose relevant TaxExemption certificate. It is must for availing inputtax rebate.

13 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments (A) 80% Payment of the cost of goods (As per Part-Iof the price schedule section-XI of this tenderdocument) shall be made on receipt andacceptance of goods by the SPM at destinationand on production of all required documents bythe supplier.

14 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments (B) Balance 20% payment of the cost of goods (Asper Part-I of the price schedule section-XI of thistender document) and 100% payment of the costof installation and commissioning (As per Part-II ofthe price schedule section-XI of this tenderdocument)

15 24.1 Quantum of LD If the supplier fails to deliver any or all of thegoods or fails to perform the services within thetime frame incorporated in the contract. SPMHshall,without prejudice to other rights andremedies available to SPMH under thecontract,deduct from contrat price, as liquidateddamages, as sum equivalent to the 0.5% of thedelivered price of the delayed goods and/orservices for each week of delay or part therof untilactual delivery or performance, subject to a .....

16 24.1 Quantum of LD maximum deduction of the 10% (or any otherpercentage if prescribed in the SCC) of thedelayed goods or services contract price(s).During the above mentioned delayed period ofsupply and/or performance, the conditionsincorporated underGCC sub-clause 23.4

18 33.1 Resolution of Disputes If dispute or difference of any kind shall arisebetween SPMH and the supplier in connectionwith or relating the contract, the parties shall makeevery effort to resolve the same amicably by

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.2

Page 11: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Sl.No.

GCC ClauseNo.

Topic SCC Provision

mutual consultations. If the parties fail toresolvetheirdispute or difference by such mutualconsulation withing 21 days of its occurrence,then,unless otherwise provided in the SCC, eitherSPMH or the supplier may seek recourse tosettlement of disputes through arbitration act 33.2.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.3

Page 12: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section VI: List of Requirements

ScheduleNo.

Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 200 KVA DG set EA 1.000 38000.00 INRTHIRTYEIGHTTHOUSANDONLY0.00

(1) SUBMISSION OF TENDER: TWO BID

Technical bid and financial bid are to be submitted in two separate doubled sealed envelopes on or before the duedate of submission of tenders. It may be noted that the price is not to be quoted either in technical bid. It shall onlybe quoted in price bid. Non-adherence to this shall be making tender liable for rejection. The envelopes containingbids shall be superscribed Technical bid and Price bid. The sealed envelopes shall be again put in another sealedcover and should be superscribed The sealed envelopes shall be again put in another sealed cover and should besuperscribed with words # Techno- Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date &Due date and be addressed to the General Manager, Security Paper Mill, Hoshangabad# 461 005 (M.P.). Latetenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender byTelegram/Fax/E-mail shall not be accepted. Tender by Post/Hand/courier received on or before the due date andtime shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned.

Tenders shall be submitted in parts as below:-

PART # I: TECHNO-COMMERCIAL BID

i) The tenderer shall submit detailed technical offer as per as per Section VII of this tender document.

ii) Earnest Money Deposit Rs. 38,000/- (as per section-I)

iii) Tender document fee Rs. 250/- (as per section-I)

vi) Manufacturing/Authorization Certificate :

(1) If the bidder firm is manufacturer then firm has to submit the valid registration certificate.(2) If the bidder firm is not the manufacturer then firm has to submit the valid manufacturers authorizationcertificate/valid dealership certificate of the item supplied as per the standard form duly filled by OEM as perannexure XIV of this tender document.

v) Containing un-priced tender form as per Section-X.

vi) One format of blank Price bid to be furnished without price/ price elements to know whether the firm furnishedclearly all charges as required in our Price Schedule shown at Section: XI of this document. It should not contain anyprice element otherwise quotation liable to be rejected.

(vii) Validity: 120 days from the date of opening of the tender, offer valid for a shorter period shall be treated asunresponsive & rejected.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1

Page 13: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

(viii) Confirm the payment terms as per section-V sl. no. 13 & 14 of this tender document.

(ix) F.O.R. : SPM, Hoshangabad, door delivery duly unloading with installation and commissioning.

(x) Required Delivery Schedule with installation and commissioning : Within 2 months from the date of issue ofPurchase Order.

(xi). Taxes: If any - Please strictly incorporate in our NIT Section - XI.

(xii). Warranty: As per Section - V Sr. No. 6,7,8,9.

(xiii) Firm should have completed at least similar work in last five years and the following documentary evidence shall be furnished with the offer such as purchase order with excise invoice copy/performance certificate/completion certificate/commissioning report/tax invoice/delivery challan etc. related to supply, installation and commissioning of min. 200 KVA or higher rating DG set.

(xiv). Exemption from Tender fee & EMD: - Firms were having NSIC/MSME/DIC/SSI registration for the tenderedstores are only exempted from Tender fee & EMD. Enclosed copy of valid NSIC/MSME/DIC/SSI registration alongwith bid.

(xv) Submit a document stating "unconditional accepting of all the terms and conditions as per tender enquiry,without any deviations."

NOTE : Bidder should be submitted to fulfillment of above points in the technical bid for qualifying in the tender.

PART- II: PRICE BID:

The bidder shall quote the prices strictly as per the proforma given in Section # XI of the tender document. Noadditional/extra item with prize should be included other than that of section XI. If any that particular item will not beconsider for evaluation.

(2) All Sections & pages of the tender documents strictly should be signed, name and sealed by bidder firm.

NOTE : "BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OFFULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAYLEAD TO REJECTION OF OFFER."

-----------------------------------SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2

Page 14: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.1

Section VII: Technical Specifications Data Sheet for 200 KVA Engine Alternator Set

(A) Engine suitable for 200 KVA DG Set with standard scope of supply (1500 RPM) with coupling

arrangement suitable for single bearing alternator. The set shall be capable of taking 10%

overload for a period of one hour during any 12 hours period while operating continuously at full

rated load.

Make Model Remark

KOEL 6SL1500TAG2

CUMMINS QSB6.7-G15

Ashok Leyland or its Equivalent AL11TAG2 (B) Alternator 200 KVA(Suitable for 415 Volts , 50 Hz, 3-phase 4-wire system)

Make Model Remark

Crompton Greaves (AL Series) / KEC/

Leroy Somer/Stamford / Jyoti Ltd. or

Equivalent

Suitable for 40% non-linear (Thyristor

load) and balance linear load

Note: For Sr. No. A & B the make / model indicated above in respect of Engine & Alternator are

only for guidance purpose. However any other make and equivalent may be accepted subjected

to meeting of technical specification.

(C) Manual Control Panel (to be located inside the acoustic enclosure)

As per specification attached

(D) ENGINE GOVERNOR:-Suitable to meet requirements as given under Speed Governing under

PARA 9 of Test Sheet.

(E) Fuel tank complete with fuel piping, necessary valves etc. (To be placed inside canopy)

No. 1 Nos

Fuel Tank Capacity 450 Liters

MS Sheet thickness 14 Gauge

Fuel level Indicator 1 Nos

Manually Operated

Fuel Pump 1 No. with 3 mtrs. long reinforced PVC hose

(F)

Battery

12/24 volt 180 AH sealed low maintenance lead acid automotive/cranking duty battery or as recommended by the

engine manufacturer.

Make shall be as per approved product directory enclosed.

(G) A.V mounting for E.A set

Suitable Nos. of AVM pads as per manufacturer’s recommendations

(H) Residential Silencer As per CPCB Approval

(I) Acoustic enclosure Specifications and Noise Limit shall be in conformance with notification by Environment (Protection) Rules under Environment

Protection Act, amended upto date.

Note: Valid certificate as per type approval of Conformity of

Production must be submitted at the time of supply of DG Set.

(J) Cable Suitable size of XLPE armoured Aluminium /Copper conductor

cable from alternator to manual Control Panel along with laying of cable along with end terminations with brass compression glands

along with lugs and ferrules as required.

Page 15: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.2

NOTE:

1. Firm should check and satisfy above data and ensure for satisfactory performance

under given load conditions.

2. The E/A SET, Fuel tank, EA Control panel shall be duly assembled, tested & mounted on

common base frame and battery shall be mounted as part of RTU as per

Section-II

Specification for Supplying, Testing & Commissioning of Ready To Use Diesel Engine

Alternator Set, EA Control Panel

The offer shall cover complete supply, installation, testing and commissioning of diesel engine

alternator sets with all essential accessories as listed below and additional items described in

the specifications. All electrical and other works associated with installation, testing and

commissioning of the set shall be carried out by the tenderer as per schedule item. The

tenderer should quote for complete job to be executed under works contract. Tenderer must

include all works as specified in schedule of items. The firm shall supply E/A set as per

approved make. The tenderer is advised to inspect the site to obtain information of all the site

conditions before tendering. The firm should include minor civil works including opening on

wall/slab/floor and making good the same etc.

1. Engine:-

The engine shall be as per the data sheet and shall also contain the following:-

Battery charging alternator (12/24 Volts)

12/24-volt electric start arrangement with gear assembly.

Battery with leads. Engine shut down system comprising of fuel shut down coil, safety for (a) LLOP

(b) Over Speed (d) High cylinder head temperature / High Coolant water temperature. (This item will be from the original engine manufacturer).

START/ STOP Key Switch on Engine Instrument Panel.

Emergency stop push button on sound proof enclosure.

Diesel Generator set electronic control panel with following provisions :-

Displaying following :- Safety Control :- Trip and indication for Battery voltage High water temperature

Cylinder head temperature /Coolant water

temperature

Low lubricating oil pressure

Lubricating Oil Pressure & Temperature Over speed

Engine speed

Engine hours

Low fuel level

Note:-The electronic control panel shall be provided with vibration isolation pads and should be accessible from outside with transparent acrylic sheet for viewing the various

meters.

Page 16: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.3

Any other item not included/ specified but is a standard design of the manufacturer

All accessories included in the standard set like safeties, solenoid valve etc. shall be got from manufacturers as a part of equipment. This shall reflect in the packing list/invoice of

supplier. Failure to produce such evidence will result in any action as per relevant terms of contract.

2. Alternator :-

The alternator shall be 200 KVA, 415 V, three phase, 50 Hz, 1500 RPM, 0.8 power factor

brushless type, single bearing suitable for close coupling, copper wound, totally enclosed screen

protected with class H insulation, designed and constructed to withstand tropical conditions,

self regulating type and conforming to IS 4722/Equivalent BS Code, amended up to date as applicable. It should satisfy the performance requirements of specifications. They shall

conform to capacity ratings wherever so specified.

The AVRs shall be suitable for voltage regulation of ± 1 % or better against all loads and prime

mover drop up to 4% of the nominal speed. The winding shall be star connected and neutral point shall be brought out to the terminal box

and connected to two independent earths. The terminal of the alternator output shall be enclosed in terminal box mounted on the alternator, having ample space for cable bending and

termination. Alternator set capacity has been selected based on 40% non-linear (thyristor load) and balance linear load.

3. Operating Condition :-

The E/A set shall be capable of working at any ambient temperature.

4. Performance Requirement:-

The working KVA rating at site conditions after accounting for derating as per IS: 10001/10002 or

equivalent amended up to date shall be obtained at 0.8 power factor. The engine shall be rated for continuous rating.

5. Period of operation:-

The set may be idle for a long period except for routine check periodically. When there is

electrical main supply failure it will be required to work for a period which may even exceed 24

hours at a time.

6. Overload:-

The set shall be capable of taking 10% overload for a period of one hour during any 12 hours

period while operating continuously at full rated load.

7. Output Voltage, Frequency & Waveform:-

Nominal output voltage shall be 415 V with +/- 5%. Manual adjustment at all conditions of load with coarse and fine controls to obtain voltage variation of +/- 5% shall be available. Frequency

shall be 50 Hz +/- 3%.

Page 17: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.4

8. Speed Governing :-

The Engine shall run steadily and load up to its maximum rated load to the standards given below:-

Load variation Maximum change of speed as a percentage of rated speed.

Load variation on suddenly taking off or throwing on the rated load

Temporary change : 10% Permanent change : 4%

On change of load by any step of 20 percent of the rated load

Temporary change : 3% Permanent change : 2%

When the engine alternator is delivering 10% and 100% of the rated power output, the steady load

speed band shall not exceed 1% of the rated speed. The recovery time from temporary disturbance to the steady load band at the new load shall

not exceed 3 seconds after taking off or throwing on the rated load.

9. Manual Control Panel :- ( Accommodated Inside the Canopy )

Consisting of the following fabricated out of 16 SWG CRCA sheet metal adequate size to accommodate various switchgears, metering equipments, protective devices control wiring etc. and suitable for 415V, 3 phase 4 wire 50 Hz AC supply, dust proof, vermin proof, treated in seven

tanks process and powder coating consisting of the following features :-

MCCB, 320 Amps, four poles, 35 KA, with overload, short circuit and under voltage

protection.

AC Ammeter (0 – 400 A), size 96mm x 96 mm, with selector switch & Suitable rating CTs. AC voltmeter (0 - 500V), size 96mm x 96 mm, with selector switch & protective fuses. KW meter, size 96mm x 96 mm.

Frequency meter, size 96mm x 96 mm. Power factor meter, size 96mm x 96 mm. KWH meter (Energy Meter) ( The Energy Meter shall be accommodated in separate lockable

compartment either in the pane itself / outside the pane in suitable lockable encloser) . CT’s 5VA, Class-I – 3nos.

Digital/Multi display digital meter may be used in lieu of analog meters. LED type Indicating lamps of red and green colour for “load on”, “set running”. LED type indicating lamps for “R”,”Y”,”B” indication with protective fuses.

Control fuses for AC control circuit. 20A DP MCB for DC control circuit. Start / Stop push button for engine ON/ OFF. 12V / 24V Hooter – 1 No. Power terminals of suitable capacity

Connections for control wiring from control panel to the E/A set shall be done with multi- core 2.5 sq.mm PVC insulated PVC sheathed copper conductor cable, with ‘WAGO’ type screw less connector stripes and ferrules for identification on both ends. AC and DC shall be separated distinctly.

All control wiring shall be of adequate size but not less than 1.5 Sq.mm. PVC insulated multi

Page 18: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.5

stranded copper conductor conforming to relevant IS. All control wiring shall be provided with letter/number ferrules at both ends. The connectors shall be screw less type.

Aluminum / Copper bus bars (current density not exceeding 130/160 Amps per sq. cm. respectively) of adequate dimensions with superior quality epoxy insulator etc. shall be provided. Earth studs shall be provided on both sides of the panel and shall be interconnected with tinned copper earth bus of 25 x 5 mm size minimum.

Bilingual MV danger notice plate with inscription in signal red colour on front sides as required.

Note: Drawing shall be got approved from the Engineer – in – charge before fabrication.

10. Battery Charger :-

Automatic trickle / boost, static battery charger of SMPS type to charge the starting battery of Diesel E/A set. It should incorporate current and voltage limiting circuits to avoid overcharging, short circuit protection, reverse polarity protection, auto cut-off when E/A set is ON. This charging shall be done through Main supply for which a suitable incomer shall also be provided in the panel with suitable range of ammeter and voltmeter on the DC side with protective fuses. The charger shall have following features:

Automatic trickle and boost charging. Current and voltage limiting circuits to avoid overcharging. Short circuit protection. Reverse polarity protection.

Auto cut off when Gen set is ON. Following LED indications shall be provided at the front cover of the battery Charger :

(i) Mains ON (ii) Dynamo ON (iii) Trickle (iv) Boost (v) Short Circuit.

11. Alarm Annuciator :-

Alarm annunciation comprising of 6 windows and illuminated by super bright LED’s complete with Power pack, CPU and Facia suitable for operation on 12V/ 24V DC complete with electronic

Page 19: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.6

hooter with test, silence, accept and reset push buttons including interconnections, etc complete as required for the following :

Low lube oil pressure. High water temperature / High cylinder head temperature. Over Speed. Low Fuel Level. High enclosure temperature

12. Battery Charging Alternator:-

Battery charging alternator is to be provided as per manufacturers recommendations suitably

mounted on the engine.

13. Fuel tank:-

Fuel tank shall be designed such that at least 5 % expansion space is available above the maximum level of fuel to allow for expansion due to temperature rise. The tank shall have

dipper marked of 25 litres, filling inlet with removable screen, fuel outlet located at minimum 25 mm above from bottom of the tank. The fuel oil filter shall be multi disc or felt type. Tank shall be provided with drain plug, fuel level sensor extended to electrical control panel, fuel

suction and return connection with suitable M.S. braided Fuel piping / As per manufacturers recommendation , air vent should be protected from entry of dirt and water. For installation of Fuel tank it should be the same as approved by Engine manufacturers. The fuel tank shall not extend below the engine area and restrict up to alternator and coupling areas.

14. Fuel Piping :-

MS braided PVC flexible / as per manufacturers recommendation fuel piping shall be provided with all required accessories such as gunmetal valve, inlet strainer. Fuel line shall have minimum bends to prevent air locking and surges. Fuel return line should be separated from suction line by at least 300 mm in horizontal plane in the fuel tank so that returning fuel does not cause air entered in the fuel supply line. Return connection is at least made above the maximum level so that entered gases in return line are vented.

15. Engine Start :-

The engine shall be self-starting type. The starter batteries shall have suitable copper connecting lead, sufficient to meet engine rating and control gear requirement as per requirement of manufacturer.

16. Exhaust Pipe :-

Suitable size of MS class B exhaust pipe with expansion bellow as per manufacturer recommendation with flanges on both sides including cutting, jointing, welding along with all accessories such as flanges, nuts, bolts and providing 30 degree cut with reference to horizontal

plane at the end with thick welded mesh to prevent rain water entry. The M.S. pipe shall be covered with 25 mm thick unbounded mineral rock wool with minimum density of 96 kg/m3 covered with 0.63 mm (24 gauge) aluminum sheet cladding.

Page 20: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.7

DE Spanner -- 01 Set.

Screw Driver -- 03 Nos. ( 8", 10" & 12" Sizes ). Filler Gauge -- 01 No. Cutter Plier -- 01 No. Nose Plier -- 01 No.

17. Silencer :-

Residential silencer with approved make / as supplied by the engine manufacturer and as per

CPCB norms shall be provided. Silencer shall be supported on both ends and located as per

engine manufacturer recommendations. Silencer shall be provided outside the canopy.

18. Engine Alternator Set :-

Common base plate for both the engine and the alternator shall be provided. The alternator shall be directly coupled to engine by means of direct coupling. Each alternator shall be provided with its own exciter. The main base plate material shall be from reputed makes with cross members welded and machined to give true plane surface as per recommendations of manufacturers. A nameplate showing rating, connection diagram, year of manufacture etc., should be provided on engine and alternator; all the important major parts should bear their catalogue number, name of the parts etc. All the control wiring shall be provided with letter/number ferrules at both ends. Three sets of manuals giving the details about design specifications, special features of the equipment, schematic and wiring diagram, instructions regarding installation, maintenance /operation etc., should be supplied.

19. Inspection & Test :-

The engine set will be tested as per attached test schedule attached. The initial commissioning

and detailed testing shall be done in presence of Engineer in charge or his duly authorized representative and user.

20. Tools & Spares : -

The Tenderer will supply a standard set of tools free of cost with each E/A set comprising of

21. Making over of Installation :-

The complete installation shall be taken over by the SPM only after clearance of acceptance & testing .

22. Guarantee :-

The entire installation system shall be guaranteed against any inherent defect or faulty

workmanship and for its proper functioning for a period of one year from the date of SITC.

23. General Requirement :-

Engine Lubrication :-Lubrication shall be positive pressure type for lubricating all moving parts. Lubricating oil shall conform to relevant IS. Necessary lubricating oil filter shall be provided for operation at normal conditions for a period of 250 hours without any necessity of replacement and cleaning. Lubricating oil shall be topped up after Acceptance Testing.

Page 21: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.8

Fuel System :-Manually operated barrel pump for transferring fuel to the engine fuel tank shall be provided. The outlet of the pump shall be provided with 3 mtrs. long reinforced PVC hose. Suitable braided flexible fuel pipes for supply and return fuel lines with gun metal cock and banjo connection shall be provided. Fuel tank shall be easily removable for cleaning.

Earthing :-Provision shall be made for earthing of all non-current carrying metal parts of the equipment. Earth lugs of suitable size shall be provided wherever earth connections to the

apparatus are necessary. Earthing work shall be carried as per IE rules/IS specifications amended up to date .

Safety Provision :-All exposed moving parts like fan blades, fan belts, coupling, shaft end etc. shall be provided with suitable guards/covering to avoid the chances of accidents.

All components shall conform to relevant Indian Standard Specifications, wherever existing, amended to date.

All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 2003 and Indian Electricity Rules, 1956 as amended up to date. They shall also conform to CPWD General Specifications for Electrical Works, Part-I (Internal), 2013 and Part-II (External), 1994 and Part IV (Sub-station), 2013, as amended up to date.

All sundry equipments, fittings, assemblies, accessories, hardware items, foundation bolts, supports, termination lugs for electrical connections, cable glands, junction boxes and all other sundry items for proper assembly and installation of the various equipments and components of the work shall be deemed to have been included in the tender, irrespective

of the fact that whether such items are specifically mentioned in tender documents or not

Section-III

SpecificationforSoundProofEnclosure

1. Scope of Supply :-

The canopy should be sound proof, weather proof & environment friendly, confirming to the latest CPCB norms environment (protection) act 1986 (29 of 1986) of Ministry of Environment & Forest notification no dated 17th may 2002 & 12th July 2004 & second amendment of 2002 &

2004 respectively. Necessary valid certificate of type approval and conformity of production confirming to CPCB

latest norms shall be supplied.

Supply of containerized type ACOUSTIC ENCLOSURE suitable for DG set driven by radiator cooled diesel engine including Design and Preparation of the drawings, submission and obtaining approval. The maximum permissible sound pressure level shall be 75dB (A) at 1 meter from the enclosure surface. The DG Agency shall comply the l a t e s t pollution control board norms and any deviation, shortfall in the parameters shall be carried out at no extra cost.

Page 22: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.9

2. Constructional Feature :-

The acoustic enclosure shall be of free standing, floor mounting type integral with the DG set.

The construction and design of the Acoustic enclosure shall be very rugged, durable and shall be virtually maintenance free. The enclosure shall be provided with rugged heavy-duty structural steel base frame.

The enclosure shall be prefabricated factory-built and modular in construction with a provision of assembly at site. The enclosure shall consist of acoustically treated panels housed in rugged steel frames, which shall be bolted together to form the body of the enclosure.

The acoustic panels shall be filled with a special grade high-density mineral wool/rock wool GI sheet having perforation fitted with strips by hydraulic riveting to support the whole insulation rigidly specially designed for optimum sound attenuation complete as required or polyurethane foam/PUF acoustic foam of dark grey/black color, fire retardant. PVC foam canopy insulation material is also acceptable . The outer surface of the Acoustic Panels shall be fabricated by minimum of 1.60 mm

CRCA sheet steel. The sheet steel treatment shall consist of degreasing, de-rusting and phosphating followed by

powder coating Hinged doors shall be provided, on either side, which shall also be acoustically treated, thereby

providing easy access to the DG set while minimizing the operating space requirements. The

doors shall be provided with high quality EPDN gaskets to avoid leakage of sound. The door handles & hinges shall be zinc plated & lockable type.

The construction of the acoustic enclosure shall be such that with both the acoustic doors open on the either side, full access is available to the engine and alternator. For fresh air inlet into the system a parallel baffle air inlet silencer shall be provided.

For hot air discharge, an acoustic discharge plenum shall be provided in front of the engine radiator, for discharge of hot air into the surroundings through a parallel baffle air outlet

silencer.

It shall be ensured that at least 800mm minimum clear space is available all around the Acoustic Enclosure to ensure free air flow for the Genset as required and to facilitate accessibility for generator operation and routine maintenance.

Adequate ventilation shall be provided to meet the air requirement for combustion and also to expel heat to maintain temperature inside enclosure within 7 ⁰C of above ambient at 10% over load.

The radiator fan of the water cooled engines shall be used for ventilation. A pusher fan in addition to radiator fan, if required shall also be provided. The fans shall be designed with sufficient static pressure to draw the requisite quantity of air from the duct provided for this purpose.

Page 23: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.10

The suction fan shall be of the axial flow type designed to handle the static pressure estimated based on the inlet air duct size and length.

Two light points controlled by a switch complete with 9 W, LED lamp & 1 no 3 pin 5 amp socket outlet on light switch board inside the enclosure shall be provided.

Necessary openings shall be made for the entry of power cable/bus trunking and control

cables, fuel piping, exhaust piping, air inlet pipe etc. The acoustic enclosure placement should be such that there is no restriction in front of

air inlet & outlet from canopy. Genset / engine control panel should be visible from outside the enclosure. Small see

through window for reading meters etc. made of transparent polymer sheet of appropriate thickness shall be provided & protected with suitable size GI wire mesh.

Fuel tank, Control panel shall be incorporated inside the canopy. Exhaust piping inside

enclosure must be lagged (except bellow) Radiator cooled engines may create slightly negative pressure inside the enclosure,

maximum static restriction should not increase 6 mm of water column.

To avoid re-circulation of hot air, durable sealing between radiator & canopy should be done.

3. Performance :-

With the above Enclosure, the sound pressure levels when measured at a distance of 1 meter outside the Acoustic Enclosure shall be around 75 dB (A) under free field conditions average

taken at 8 points. With the installation of the acoustic enclosure, there shall not be any de-rating of the DG set. The DG set shall give rated output continuously.

The maximum temperature of oil and water shall not exceed the limits prescribed by the manufacturer of the engine.

Page 24: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.11

Section-IV

TestSheetForEngineAlternator

STATION :-

DATE :-

TESTED BY : -

NAME & PARTICULARS :-

ITEM ENGINE ALTERNATOR

Make

Type

Serial No.

Rating

NOTE: - 1. The tests prescribed in this schedule are to be followed generally. In case they are in

variation with the manufacturer’s instructions / manuals, the procedure shall be suitably modified conforming to the manufacturer’s instructions.

2. Testing shall be done considering the Engine capacity as full load.

Page 25: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.12

1. PhysicalVerification

S.N. Item Remarks

a. Check the plinth area with the approved plan

b. Check whether sand is filled.

c. Verify level of bed.

d. Check whether anti-vibration pads are provided.

e. Check firmness of mounting.

f. Check for verticality.

g. Verify tightness of bolts and nuts other fitting.

h. Check whether hot air pipe (if provided is property led out)

i. Check whether exhaust pipe is property lead out and lapping of asbestos rope provided for part of the run.

j. Check whether proper ventilation is provided.

k. Check exhaust fans for their proper functioning

l. Check whether necessary guard wire nets are provided.

m. Location of fuel tank at a suitable location for early flow of

n. Oil check of loading in pipes.

o. Check of electrical wiring & suitable of gauge of cables.

p. Neatness of lying and leads are properly terminated.

q. Check whether the leads are properly terminated.

r. Check of fuses.

s. Physical checking

t. Location of earth for Engine Alternator set.

u . Type of earth

v. Suitability of gauge of leads.

w. Resistance of Engine Alternator earth leads.

2. Load Test

The Engine shall be given a test run continuously for at least 6 hrs. with the alternator on full

rated load. During the load test, record the following observations:

ITEM DESCRIPTION AFTER

1st hr. 2nd hr. 3rd hr. 4th hr. 5th hr. 6th hr. 7th hr.

Lubricating oil pressure

Colour of exhaust gas (by visual inspection )

Speed in RPM (as on panel mater)

Output current (as on panel meter)

Wattage (as calculated)

Page 26: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.13

3. Calculation of load required: For Example Two types of loads can be utilized – Inductive loads or Resistive loads

FOR 125 KVA EA SET a) When load used is inductive (Assuming Cos Φ=0.8)

KW = √3 x V x I x Cos Φ (When E/A set is 125 KVA; KW = 100) 100000 = √3 x 415 x I x 0.8

I = 173.9 A i.e. Load of 173.9 Amp is required for 125 KVA E/A set for load test

b) When load used is Resistive:- Here Cos Φ = 1

KW = √3 x V x I x Cos Φ (When E/A set is 125 KVA; KW = 100) 100000 = √3 x 415 x I x 1

I = 139.12 A required i.e. Load of 139.12 Amp is required for 125 KVA E/A set for load test

4. Temperature rise test for Alternator:-

Run the alternator at full rated load. Record the reading of the stationary coil/half hour till three consecutive readings in the following tables.

Time Ambient temperature Temperature of station

NOTE : Temperature rise will be taken by the thermometer from alternator body and will be recorded.

5. Check of Fuel Consumption :-

After steady conditions have been obtained, the fuel consumption at full load for half-hour shall be checked. During this test, the load shall be maintained as early as possible at the test

figure.

6. Over Load Test :-

Immediately after the load test an overload test by 10% over load for 1 hour shall be taken. At the end of the over-load run, verify the output voltage and temperature of the starter coil after restoring the load to normal full load.

7. Insulation Test :-

Immediately after the overload test, take insulation test. The insulation resistance between the

starter coil and the frame when tested with 500 V insulation tester shall not be less than

RATED VOLT

1000 X (Rated output in KVA or BHP) = Mega Ohms

Page 27: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.14

Tender Number:6000009864

8. Regulation Test :-

The automatic and manual regulation of the alternator at no load, half load and full rated load shall be tested for a nominal voltage of 230 volts between phase and neutral at Pf 0.8 The variation shall not exceed +/- 5 & of the nominal voltage. The recovery time shall not exceed 3 seconds. Variation in the output frequency should not exceed +/- 3 % of the nominal frequency of 50 CPS. It shall also be verified whether the alternator is capable of being set at nominal.

9. Speed Governing :-

The Engine shall run steadily and load up to its maximum rated load to the standards given below:

Load variation Maximum change of speed as a percentage of

rated speed.

Load variation on suddenly taking off or throwing on the rated load

Temporary change : 10% Permanent change : 4%

On change of load by any step of 20 percent of the rated load

Temporary change : 3% Permanent change : 2%

When the engine alternator is delivering 10% and 100% of the rated power output, the steady load speed band shall not exceed 1% of the rated speed. The recovery time from temporary disturbance to the steady load band at the new load shall not exceed 3 seconds after taking off or throwing on the rated load.

10. Insulation Resistance of Wiring :- Measure the insulation resistance of engine alternator O/P wiring control cubical wiring at site with respect to earth with 500V insulation tester. It should be better than one-mage ohms.

11. Functioning Test :-

Functioning tests on the following shall be carried out to re-assess for its proper performance. Mains/standby change over contractors. Type of standing provided for the engine. Visual and audio alarm, if provided. Instruments : the accuracy of the indicating instruments shall be tested by

comparing with a standard meter.

Page 28: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.15

Tender Number:6000009864

12. Starter Battery :-

Starter battery leads should be as short possible and should not give any drop. Tests for

determining the 20 Hrs. capacity rating and for high charge rating shall be carried out.

After standing on open circuit for not less than 12 hours and not more than 24 hours from

completion of a full charge. The battery should be discharged through suitable resistance at a constant current of 0.5x6 ampere and the discharge shall be stopped when enclosed

circuit voltage across the battery terminals fall down the 1.75 x n volts wherein n is the

total number of cell in series in the battery or until the voltage across any one cell has

fallen to 1.70 volts whichever is earlier. At this rate of discharge hourly voltage reading may be taken until the battery voltage

approaches 1.80xn volts after which readings shall be taken every 15 minutes until voltage falls to 1.75 x n volts.

The capacity in ampere hours shall be obtained by multiply the discharge current by the total time of discharge in hours and the product so obtained shall be corrected to a

temperature of 270 C by applying the temperature coefficient of one per degree centigrade variations of the average temperature during the discharge from standard temperature of 270 C.

Examples : Calculated capacity at 290C = 120AH

Corrected capacity at 270 C = 120 - 2 x 120 100 x 1

= 117.6 AH Calculated capacity at 250 C = 80 AH Corrected capacity at 270 C = 80 + 2 x 80

100 x 1 = 81.6 AH

The test for 20 hours shall be carried out under constant supervision.

TEST FOR HIGH DISCHARGE PERFORMANCE:-This test indicates the starting of the

battery.

Test of Battery: - The battery shall be tested for successive attempts for starting to enable for

testing healthy condition of battery

Page 29: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec.07.16

13. Battery Charger :- The battery chargers shall be tested if provided following the general methods laid down for battery charging as for as applicable.

14. Operation instruction/drawings for the alternator set and batteries supplied

by the manufactures should be framed and displayed prominently for the guidance of maintenance staff.

Approved Makes

S. N. Item Makes

1 Engine Ashok Leyland/ Cummins/Cater pillar/KOEL/Volvo penta / Mahindra & Mahindra or its equivalent .

2 Alternator (Brushless) Crompton Greaves (AL Series) / KEC/ Leroy Somer/Stamford /

or its equivalent .

3 Battery ( Lead Acid / Mntc. Free)

Amara Raja / AMCO / Farukawa / Hitachi / Exide / Prestolite / or its equivalent .

4 Air Circuit Breaker, MCB L&T / Schneider Electric / Siemens or its equivalent.

5 MCCB(Ics=Icu) L&T / Schneider Electric / Siemens or its equivalent.

6 SDF units L&T / Schneider Electric / Siemens / HPL / Havells or its equivalent .

7 Power Contactors L&T / Schneider Electric / Siemens/ Lakshmi (LECS) or its equivalent .

8 Change Over Switch HPL / Havells/ H-H Elcon or its equivalent . 9 Power Capacitors (MPP/APP) L&T /EPCOS (Siemens) / ABB/Crompton/ Schneider Electric

/Neptune Ducati or its equivalent .

10 Digital / KWHr meter Schneider Electric/ AE/ Digitron / IMP / Meco / Rishabh / Universal / HPL/ L&T / ABB or its equivalent .

Page 30: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec8.1

Section VIII: Quality Control Requirements

Not Applicable

Page 31: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec9.1

Section IX: Qualification/Eligibility Criteria

Not Applicable

Page 32: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section X: Tender Form Date:

To,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Ref: Your Tender document No.6000009864 /EL/945, dated 06.09.2017

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

...................................(Signature with date)

...................................... (Name and designation)

Duly authorized to sign tender for and on behalf of

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1

Page 33: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XI: Price Schedule

BLANK PRICE SCHEDULE : SUBMITTED WITH TECHNO-COMMERCIAL BID

A. PRICE FOR SUPPLY ITEMS

The Price bid should clearly indicate the break-up of the price as under:------------------------------------------------------------------------------------------------------------------------------------------------------S. No. Price Break Up AMOUNT (RS.)-----------------------------------------------------------------------------------------------------------------------------------------------------HSN DISCRIPTION OF ITEM-----------------------------------------------------------------------------------------------------------------------------------------------------1. Basic price as per Section VII----------------------------------------------------------------------------------------Quoted-------------------------------------------------------2. Packing and Forwarding charges----------------------------------------------------------------------------------------Quoted-------------------------------------------------------TOTAL (1 + 2) = (A)----------------------------------------------------------------------------------------Quoted-------------------------------------------------------3. GST in percentage (%) only on ''A''-----------------------------------------------------------------------------------------------------------------------------------------------------TOTAL (A + 3) = (B)----------------------------------------------------------------------------------------Quoted-------------------------------------------------------4. Freight charges----------------------------------------------------------------------------------------Quoted-------------------------------------------------------5. Unloading charges----------------------------------------------------------------------------------------Quoted-------------------------------------------------------6. Other charges (if any) Please specify----------------------------------------------------------------------------------------Quoted-------------------------------------------------------7. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (B+4+5+6) Rs.----------------------------------------------------------------------------------------Quoted-------------------------------------------------------8. Total Price (F.O.R, SPM, HOSHANGABAD) (in words only) Rupees.----------------------------------------------------------------------------------------Quoted-------------------------------------------------------

___________________________________SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.1

Page 34: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

B. PRICE FOR INSTALLATION & COMMISSIONING CHARGES

The Price bid should clearly indicate the break-up of the price as under:------------------------------------------------------------------------------------------------------------------------------------------------------S. No. Price Break Up Amount(in Rs.) -----------------------------------------------------------------------------------------------------------------------------------------------------SAC DISCRIPTION OF SERVICE-----------------------------------------------------------------------------------------------------------------------------------------------------1. Complete installation & commissioning as per section - VII-------------------------------------------------------------------------------------------------------Quoted----------------------------------------2. GST (in % only)-----------------------------------------------------------------------------------------------------------------------------------------------------3. Total Price (F.O.R, SPM, HOSHANGABAD)(in figures only) Rs. (1+2)-------------------------------------------------------------------------------------------------------Quoted----------------------------------------4. Total Price (in words) Rupees.-------------------------------------------------------------------------------------------------------Quoted----------------------------------------5.GRANT TOTAL (A+B) = Rs...........................-------------------------------------------------------------------------------------------------------Quoted----------------------------------------In words : Rupees....................................-------------------------------------------------------------------------------------------------------------------------------------

NOTE:1.Levies/Taxes would not be paid on Forwarding & Freight charges.2.Conditional price & Variable Price in Tender are liable to be rejected.3.Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.4.Quote your rates in your quotation as per the given above price schedule format only and accept our condition i.e.F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITIONINCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected.5. The basic price/rate of the material/services is not indicated anywhere in Techno-commercial bid.6. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder andBE DECIDED TAKING INTO CONSIDERATION OF TOTAL OFFERED PRICE (A + B)

___________________________________SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

"BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER."

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.2

Page 35: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

PRICE SCHEDULE : SUBMITTED WITH COMMERCIAL BID

A. PRICE FOR SUPPLY ITEMS

The Price bid should clearly indicate the break-up of the price as under:------------------------------------------------------------------------------------------------------------------------------------------------------S. No. Price Break Up AMOUNT (RS.)-----------------------------------------------------------------------------------------------------------------------------------------------------HSN DISCRIPTION OF ITEM-----------------------------------------------------------------------------------------------------------------------------------------------------1. Basic price as per Section VII------------------------------------------------------------------------------------------------------------------------------------------------------2. Packing and Forwarding charges------------------------------------------------------------------------------------------------------------------------------------------------------TOTAL (1 + 2) = (A)------------------------------------------------------------------------------------------------------------------------------------------------------3. GST in percentage (%) only on ''A''------------------------------------------------------------------------------------------------------------------------------------------------------TOTAL (A + 3) = (B)------------------------------------------------------------------------------------------------------------------------------------------------------4. Freight charges------------------------------------------------------------------------------------------------------------------------------------------------------5. Unloading charges------------------------------------------------------------------------------------------------------------------------------------------------------6. Other charges (if any) Please specify------------------------------------------------------------------------------------------------------------------------------------------------------7. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (B+4+5+6) Rs.------------------------------------------------------------------------------------------------------------------------------------------------------8. Total Price (F.O.R, SPM, HOSHANGABAD) (in words only) Rupees.------------------------------------------------------------------------------------------------------------------------------------------------------

___________________________________SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.3

Page 36: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

B. PRICE FOR INSTALLATION & COMMISSIONING CHARGES

The Price bid should clearly indicate the break-up of the price as under:------------------------------------------------------------------------------------------------------------------------------------------------------S. No. Price Break Up Amount(in Rs.) -----------------------------------------------------------------------------------------------------------------------------------------------------SAC DISCRIPTION OF SERVICE-----------------------------------------------------------------------------------------------------------------------------------------------------1. Complete installation & commissioning as per section - VII------------------------------------------------------------------------------------------------------------------------------------------------------2. GST (in % only)-----------------------------------------------------------------------------------------------------------------------------------------------------3. Total Price (F.O.R, SPM, HOSHANGABAD)(in figures only) Rs. (1+2)------------------------------------------------------------------------------------------------------------------------------------------------------4. Total Price (in words) Rupees.------------------------------------------------------------------------------------------------------------------------------------------------------5. GRANT TOTAL (A+B) = Rs...........................------------------------------------------------------------------------------------------------------------------------------------------------------In words : Rupees....................................-------------------------------------------------------------------------------------------------------------------------------------

NOTE:1.Levies/Taxes would not be paid on Forwarding & Freight charges.2.Conditional price & Variable Price in Tender are liable to be rejected.3.Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.4.Quote your rates in your quotation as per the given above price schedule format only and accept our condition i.e.F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITIONINCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected.5. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder andBE DECIDED TAKING INTO CONSIDERATION OF TOTAL OFFERED PRICE (A + B )

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required)S.No. Details1. Name of supplier ............................2. Account No. ............................3. Account Type ............................4. Name of the Bank ............................5. Branch ............................6. City ............................7. Branch Code ............................8. MICR Code ............................9. IFSC Code ............................10. GSTIN No. ............................11. HSN Code ............................12. Shipping Address ............................13. Place of Supply ............................14. Billing Address ............................

___________________________________SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.4

Page 37: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

"BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER."

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.5

Page 38: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XII: QuestionnaireThe tenderer should furnish specific answers to all the questions / issues mentioned below. In case a question /issue does not apply to a tenderer, the same should be answered with the remark "not applicable".Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof / evidence tosubstantiate the corresponding statement.In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, itstender will be liable to be ignored.1. Brief description and of goods and services offered:2. Offer is valid for acceptance up to .....................................................3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of Government of India:Please attach certified copy of your latest/ current Income Tax clearance certificate issued by the above authority.4. Status :a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and / orthe National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate ofIndustries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you areregistered and whether there is any monetary limit imposed on your registration.b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is inaffirmative.5. Please indicate name & full address of your Banker(s) :6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptt. ofGovernment of India or by any State Govt.

................................(Signature with date)

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

..............................(Full name, designation & address of thePerson duly authorized sign on behalf of the tenderer)For and on behalf of

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

................................ (Name, address and stamp of the tendering firm)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec12.1

Page 39: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XIV: Manufacturer's Authorization FORMTo,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Dear Sirs,

Ref.: Your Tender document No..................................................... dated..............

We..................................................................... who are proven and reputable manufacturers of................................... (name and description of the goods offered in the tender) having factories at......................................... here by authorize Messrs........................................... (name and address of the agent) tosubmit atender, process the same further and enter into a contract with you against your requirement as contained in theabove referred tender enquiry documents for the above goods manufactured by us.We further confirm that no supplier or firm or individual other than Messrs................................. (name and addressof the above agent) is authorized to submit a tender, process the same further and enter into a contract with youagainst your requirement as contained in the above referred tender enquiry documents for the above goodsmanufactured by us.We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract readwith modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by theabove firm against this tender document.Yours faithfully,

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

.............................................. [Signature with date, name and designation]

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by aperson competent and having the power of attorney to legally bind the manufacturer.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec14.1

Page 40: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XV: Bank Guarantee Form for Performance Security....................................................[insert: Bank's Name, and Address of issuing Branch or Office]Beneficiary: .............................. [insert: Name and Address of SPMCIL]Date:.........................PERFORMANCE GUARANTEE No.: ..................................WHEREAS................................................................................... (name and address of the supplier) (hereinaftercalled "the supplier") has undertaken, in pursuance of contract no..................................... dated ..............to supply(description of goods and services) (herein after called "the contract").

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin any way release us from any liability under this guarantee and we hereby waive notice of any such change,addition or modification.

We undertake to pay SPCMIL up to the above amount upon receipt of its first written demand, without SPMCILhaving to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the currency of this contract and any demandinrespect thereof should reach the bank note later than the above date.

.........................................................................(Signature with date of the authorized officer of the Bank)

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

.............................................................Name and designation of the officer

.............................................................Seal, name & address of the Bank and address of the Branch

............................................................Name and designation of the officer

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

............................................................Seal name& address of the Bank and address of the Branch

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec15.1

Page 41: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XVI: Contract FormContract No..............dated.............This is in continuation to this office' Notification of Award No................... dated ....................1. Name & address of the Supplier: ..........................................2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),issued by SPMCIL3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),exchanged between the supplier and SPMCIL in connection with this tender.4. In addition to this Contract Form, the following documents etc, which are included in the documents mentionedunder paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:(i) General Conditions of Contract;(ii) Special Conditions of Contract;(iii) List of Requirements;(iv) Technical Specifications;(v) Quality Control Requirements;(vi) Tender Form furnished by the supplier;(vii) Price Schedule(s) furnished by the supplier in its tender;(viii) Manufacturers' Authorization Form (if applicable for this tender);(ix) SPMCIL's Notification of AwardNote: The words and expressions used in this contract shall have the same meanings as are respectively assignedto them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated underclause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to thiscontract.5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for readyreference:(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:(ii) Delivery schedule(iii) Details of Performance Security(iv) Quality Control(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.(b) Designation and address of SPMCIL's inspecting officer(v) Destination and dispatch instructions(vi) Consignee, including port consignee, if any(vii) Warranty clause(viii) Payment terms(ix) Paying authority......................................(Signature, name and address of SPMCIL's authorized official)For and on behalf of..............Received and accepted this contract..................................................(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)For and on behalf of...........................................(Name and address of the supplier).................................. (Seal of the supplier)Date:Place:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec16.1

Page 42: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XVII: Letter of authority for attending a Bid openingThe General Manger,Security Paper Mill, Hoshangabad.

Subject: Authorization for attending bid opening on 10.10.2017 in the Tender of 200 KVA DG SET WITHINSTALLATION & COMMISSIONING.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of___________________ __________(Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures

1.

1.

Alternate representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one,first preference will be allowed. Alternate representative will be permitted when regular representatives are not ableto attend.2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribedabove is not recovered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec17.1

Page 43: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Section XIX: Proforma of Bills for Payments (Refer to Clause 22.6 of GCC)

Name and Address of the Firm.................................................................................................

Bill No....................................................................Dated.......................................................

Purchase order..................................................No...................................Dated......................

Name and address of the consignee.........................................................................................

S.No Authority for Purchase Description of Stores No.or

qty. Rate Rs.

P. Price

per Rs.

P

Amount

1. G.S.T. Amount and Rate

2. Freight (if applicable)

3. Packing and Forwarding charges (if applicable)

4. Others (Please specify)

5. PVC Amount (with calculation sheet enclosed)

6. (-) deduction/Discount

7. Net amount payable (in words Rs.)

8. GSTIN No.

9. HSN Code

10. Shipping Address

11. Place of Supply

12. Billing Address

Despatch detail RR No. other proof of despatch....................... ........................

Dated............................................................(enclosed)

Inspection Certificate No............................................Dated..................(enclosed)

Income Tax Clearance Certificate No...........................Dated..................(enclosed)

Modvat Certificate No...........................................................................(enclosed)

Place and Date

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec19.1

Page 44: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

Tender Number:6000009864

Received Rs.................................................(Rupees)..................................................................... I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract. Signature and of Stamp supplier Revenue stamp

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec19.2

Page 45: TENDER DOCUMENT FOR PURCHASE OF: 200 KVA DG ......Note : (1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement manual. Regd.

ANNEXURE - I

TWO BID, SINGLE STAGE ( TWO PACKET) TENDER

BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I: - TECHNO-COMMERCIAL BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Acceptance of Technical Specification –Section VII as per tender

2 Tender Fee Rs. 250.00

3 Earnest Money Deposited Rs. 38,000.00

4 Term of Delivery : FOR, SPM Hoshangabad, duly unloading with installation and commissioning

5 Blank Price Bid as per Section XI ( Without Price but mention the taxes & other charges )

6 Accept Tender Validity 120 days as per the tender

7 Accept delivery schedule as per tender document

8 Accept warranty clause as per tender

9 Accept payment terms as per tender document.

10 Submit Valid Manufacturer's Authorization form

11 Fill Tender Form - Section X duly seal & sign (without mentioning price)

12 Submit valid NSIC/MSME/DIC/SSI registration certificate for exemption from tender fee & EMD.

13 Submission of Declaration " We undertake withdraw all deviations if any in the quotation and unconditionally accept all the terms and conditions of the tender document without any deviations"

14 Tender Document duly Seal & Signed (Without mentioning any price)

Part II: - PRICE BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Price Bid as per Section XI (Price including all taxes & other charges )

NOTE : “BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF OFFER.”

………………………….

(Bidder’s Seal & Sign)


Recommended