CURRENCY NOTE PRESS(A UNIT OF Security Printing and Minting Corporation of India Limited) Whollyowned by Government of IndiaNashik Road # 422101 (Maharashtra)(ISO : 9001 & ISO 14001 Certified Unit)Tel. No 00- 91-253-2463730-39, 2461471Fax No:00-91-2532464100 CIN: U22213DL2006GOI144763Web: www.cnpnashik.spmcil.com E-mail: [email protected] : 27AAJCS6111J3Z6
PR Number PR Date Indenter Department
12003006 12.11.2019 ARS ELE
Not Transferable
Security Classification:
TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, INSTALLATION& COMMISSIONING OF POWER DISTRIBUTION PANEL, POWER
CABLES, LED LIGHT FITTINGS INCLUDING WIRING WORK,EARTHING SYSTEM & FIRE ANNUNCIATION
Tender Number: 6000014486/, Dated: 19.06.2020
This Tender Document Contains__________Pages.
Details of Contact person in SPMCIL regarding this tender:
Name: V KIRAN KUMAR
Designation: Dy.General Manager (MM)
Address: CNPN (Currency Note Press, Nashik)India
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1
Tender Number:6000014486
Section1: Notice Inviting Tender (NIT)6000014486 / 19.06.2020
(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)
Total Earnest Money(In Rs.)
Remarks
1 Supply of 300Sqmm Power Cable 100.000 M 138000.00INR
2 Laying & Installtion of cable 1.000 AU
3 Supply of 240Sqmm Power Cable 60.000 M
4 Laying & Installtion of cable 1.000 AU
5 Supply of 16 Sqmm Power Cable 150.000 M
6 Laying & Installtion of cable 1.000 AU
7 Supply of 2.5 Sqmm Power Cable 200.000 M
8 Laying & Installtion of cable 1.000 AU
9 Supply of Power Panel 1.000 EA
10 Installtion of Power Panel 1.000 AU
Supply of 32 A TPM Main switch 6.000 EA
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1
Tender Number:6000014486
Schd.No.
Brief Descriptionof Goods/services
Quantity(with unit)
Total Earnest Money(In Rs.)
Remarks
11
12 Installtion of 32ATPN Switches 1.000 AU
13 Supply of 5/16 A 3Pin socket 6.000 EA
14 Installtion of 5/16 A 3Pin socket 1.000 AU
15 Supply of 25 Sqmm Power Cable 30.000 M
16 Laying & Installtion of cable 1.000 AU
17 Supply of 25 Sqmm Power Cable 30.000 M
18 Laying & Installtion of cable 1.000 AU
19 Supply of Earthing system 3.000 EA
20 Installtion of Earthing System 1.000 AU
21 Supply of Copper Earthing
conductor350.000 M
22 Installtion of Copper Earthing
conductor1.000 AU
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2
Tender Number:6000014486
Schd.No.
Brief Descriptionof Goods/services
Quantity(with unit)
Total Earnest Money(In Rs.)
Remarks
23 Supply of GI Earthing conductor 350.000 M
24 Installtion of GI Earthing conductor 1.000 AU
25 Supply of 60W LED Light Fittings 170.000
EA
26 Installtion of LED Light Fittings 1.000 AU
27 Dismantling of old Light Fittings 1.000 AU
28 Dismantling of old LDB Panel &
Switches1.000 AU
29 Supply of 4 way LDB Panel 1.000 EA
30 Installtion of 4 Way LDB Panel 1.000 AU
31 Supply of 16 way LDB Panel 2.000 EA
32 Installtion of 16 Way LDB Panel 1.000 AU
33 Rewiring work of Lighting SUSI II 1.000 AU
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3
Tender Number:6000014486
Schd.No.
Brief Descriptionof Goods/services
Quantity(with unit)
Total Earnest Money(In Rs.)
Remarks
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/Indigenization/ Disposal of Scrap/ Security Item etc.)
TWO-BIDNational Competetive Bid EXPRESS
Dates of sale of tender documents: From 19.06.2020 to 02.07.2020 during office hours.
Place of sale of tender documents PURCHASE DEPARTMENT CNP NASHIK
Closing date and time for receipt of tenders 03.07.2020 14:30:00
Place of receipt of tenders CNP PASS SECTION CNP NASHIK
Time and date of opening of tenders 03.07.2020 15:00:00
Place of opening of tenders PURCHASE DEPARTMENT CNP NASHIK
Nominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)
V KIRAN KUMARDy.General Manager (MM)
2. Interested tenderers may obtain further information about this requirement from the above office. They may alsovisit our website mentioned above for further details.
3. Tenderer has to download the tender documents from the web site www.spmcil.com and submit its tender byutilizing the downloaded document, along with the required non-refundable fee of Rs. 112 per set in the form ofaccount payee demand draft/ cashier#s cheque/ certified cheque, drawn on a scheduled commercial bank in India,infavour of SPMCIL, Unit CNP, payable at Nashik.
4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and byinternational air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic postand Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable feementioned in Para 3 above.
5. 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.
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 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) The bid is to be submitted in two parts i.e.Part A: TECHNO-COMMERCIAL BID and Part-B: PRICE BID separately in 02 sealed envelopes duly super scribedas Techno-commercial and Price Bid with our NIT reference No. and date. The aforesaid two envelopes should beput inside an Outer big size envelope duly sealed and this outer envelope again should be super scribed with wordsTechno-Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Due date and beaddressed to the General Manager, Currency Note Press, Nashik road-422101(Maharashtra)
(ii)Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mailwill not be considered.
(iii) EARNEST MONEY DEPOSIT (EMD) shall be submitted in the form as given below: (a) Account Payee DemandDraft (b) Fixed Deposit Receipt (c) Banker#s cheque. The demand draft, fixed deposit receipt or banker#s chequeshall be drawn on any scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. Theearnest money shall be valid for a period of forty five days beyond the validity period of the tender i.e. 165 days fromdue date. EMD should be sent along with your quotation. Quotation without EMD will summarily be rejected. The
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.4
Tender Number:6000014486
Earnest Money Deposit of un-successful bidders will be returned.
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) after issue of Purchase order by CNP, NashikRoad in favour of SPMCIL, Unit CNP, payable at Nashik. The performance security will be return back without anyinterest to successful tenderer after the completion of all contractual obligations.
9. SPECIAL INSTRUCTIONS FOR MSME/SSI/NSIC/DICREGISTERED FIRM:-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.
Price Preference:(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 25 per cent of total tendered value.
(b) Special provisions for micro and small enterprises owned by SC or ST and Women: Out of 25 percent allowedfor procurement from Micro and Small Enterprises, a sub-target of 4% and 3% shall be reserved for procurementfrom Micro and Small Enterprises owned by the Scheduled Caste or the Scheduled Tribe and Womenentrepreneurs respectively.Provided that, in event of failure of such Micro and Small Enterprises to participate in tender process or meet tenderrequirements and L1 price, 4% and 3% sub-targets for procurement earmarked for Micro and Small Enterprisesowned by Scheduled Caste/Scheduled Tribe and Women entrepreneurs shall be met from other Micro and SmallEnterprises.
10. EXEMPTION FOR MSME REGISTERED STARTUPS/BIDDERS AS PER CIRCULAR NO. 1(2)(1)/2016-MADTD: 10.03.2016 OF GOVT. OF INDIA MINISTRY OF MSME.
11. NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANYDIC/SSI/MSME/NSIC REGISTERED FIRM.
12. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from thetender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish therequired performance security within the specified period, its EMD will be forfeited.
13. If the bidder or any representative of the bidder wants to attend the Bid opening then that person should carrywith him /her letter of Authority (Section XVII of SBD) in the same format to be produced at the time of Bid openingand before the bids are opened.
14. Any dispute in the matter will be under Nashik (Maharashtra) Jurisdiction only.
15. Right of acceptance: - The Chief General Manager, Currency Note Press reserves the right to reject any or alltenders without assigning any reason thereof.
16. Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any issue of thetender documents may take up the same with SPMCIL in writing or by fax / e-mail/ telex not later than twenty onedays (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender.
17. Important Instructions: The bidders are advised to visit the site before submission of the tender. CNP will not beresponsible for any misquoting without site visiting.
18. For any queries regarding the tender, you may please contact at 0253-2454493 and 2461318. E-mail
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.5
Tender Number:6000014486
purchase.cnpnashik@spmcil. com.
..........................................
..........................................(Name Designation, Adress telephone number etcof the officer signing the document)
For and on behalf of...........................................
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.6
Tender Number:6000014486
Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
BIDDERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMITTHE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. PRINTOUT OF ONLY THISPAGE IS NOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1
Tender Number:6000014486
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
01 4 Eligible Goods and Services (Origin ofGoods)
NA
02 8 Prebid Conference NA
03 9 Time Limit for receiving request forclarification of Tender Documents
NA
04 11.2 Tender Currency INR
05 12.10 Applicability of Octroi and Local taxes NA
06 14 PVC Clause & Formula NA
07 19 Tender Validity 120 DAYS FROM THE DATE OF TENDEROPENING
08 20.4 Number of Copies of Tenders to besubmitted
SINGLE
09 20.9 E-Procurement NOT PERMITTED
10 35.2 Additional Factors for Evaluation of Offers NA
11 43 Parallel Contracts NA
12 50.1, 50.3 Tender For rate Contracts NA
13 51.1, 51.2 PQB Tenders NA
14 52.1, 52.3,52.5
Tenders involving Purchaser#s andPre-Production Samples
NA
15 53.4, 53.5,53.7
EOI Tenders NA
16 54.3.1, 54.5.2 Tenders for Disposal of Scrap NA
17 55.2, 55.3,55.7, 55.8
Development/ Indigenization Tenders NA
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1
Tender Number:6000014486
Section IV: General Conditions of Contract (GCC)http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMITTHE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. PRINTOUT OF ONLY THISPAGE IS NOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1
Tender Number:6000014486
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 NA
02 11.2 Transportation of Domestic Goods NA
03 12.2 Insurance NA
04 14.1 Incidental Services NA
05 15 Distribution of Dispatch Documents forclearance/ Receipt of Goods
NA
06 16.2, 16.4 Warrantee Clause MINIMUM 1 (ONE) YEAR GUARANTEE ON THESUPPLIED MATERIALS AND ENTIRE JOBWORK FROM THE DATE OF ACCEPTANCE.
07 19.3 Option Clause THE PURCHASER RESERVES THE RIGHT TOINCREASE THE ORDERED QUANTITY BY 25%AT ANY TIME, TILL FINAL DELIVERY DATE OFCONTRACT.
08 20.1 Price Adjustment Clause NA
09 21.2 Taxes and Duties IF THE TENDERER FAILS TO INCLUDE TAXESAND DUTIES IN TENDER, NO CLAIM THEREOFWILL BE CONSIDERED BY PURCHASERAFTERWARDS.
10 22, 22.1, 22.2,22.4, 22.3,22.6
Terms and Mode of payments 100% PAYMENT THROUGH NEFT WITHIN 30DAYS RECEIPT OF MATERIAL ANDACCEPTANCE BY CNP.
11 24.1 Quantum of LD APPLICABLE AS PER CLAUSE 24 OF GCCALONG WITH GST. IF LD LEVIED, GST WILL BECOLLECTED FROM SUPPLIER'S INVOICE.
12 25.1 Bank Guarantee and Insurance for MaterialLoaned to Contractor
NA
13 33.1 Resolution of Disputes APPLICABLE
14 36.3.2, 36.3.9 Disposal/ Sale of Scrap by Tender NA
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1
Tender Number:6000014486
Section VI: List of Requirements
ScheduleNo.
Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)
Accounting Unit Quantity Amount ofEarnestMoney
Remark
1 Supply of 300Sqmm PowerCable
M 100.000 138000.00INR
2 Laying & Installtion of cable AU 1.000
3 Supply of 240Sqmm PowerCable
M 60.000
4 Laying & Installtion of cable AU 1.000
5 Supply of 16 Sqmm PowerCable
M 150.000
6 Laying & Installtion of cable AU 1.000
7 Supply of 2.5 Sqmm PowerCable
M 200.000
8 Laying & Installtion of cable AU 1.000
9 Supply of Power Panel EA 1.000
10 Installtion of Power Panel AU 1.000
11 Supply of 32 A TPM Mainswitch
EA 6.000
12 Installtion of 32ATPNSwitches
AU 1.000
13 Supply of 5/16 A 3Pinsocket
EA 6.000
14 Installtion of 5/16 A 3Pinsocket
AU 1.000
15 Supply of 25 Sqmm PowerCable
M 30.000
16 Laying & Installtion of cable AU 1.000
17 Supply of 25 Sqmm PowerCable
M 30.000
18 Laying & Installtion of cable AU 1.000
19 Supply of Earthing system EA 3.000
20 Installtion of EarthingSystem
AU 1.000
21 Supply of Copper Earthingconductor
M 350.000
22 Installtion of CopperEarthing conductor
AU 1.000
23 Supply of GI Earthingconductor
M 350.000
24 Installtion of GI Earthingconductor
AU 1.000
25 Supply of 60W LED Light EA 170.000
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1
Tender Number:6000014486
ScheduleNo.
Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)
Accounting Unit Quantity Amount ofEarnestMoney
Remark
Fittings
26 Installtion of LED LightFittings
AU 1.000
27 Dismantling of old LightFittings
AU 1.000
28 Dismantling of old LDBPanel & Switches
AU 1.000
29 Supply of 4 way LDB Panel EA 1.000
30 Installtion of 4 Way LDBPanel
AU 1.000
31 Supply of 16 way LDBPanel
EA 2.000
32 Installtion of 16 Way LDBPanel
AU 1.000
33 Rewiring work of LightingSUSI II
AU 1.000
1. Note: The bidders are advised to visit the site before submission of tender. CNP will not be responsible for anymisquoting without visiting the site.
2. Required Delivery Schedule: -
The firm will have to supply all the above materials within 60 days from the date of issue of purchase order and thejob work for installation, commissioning & rewiring work has to be completed within 50 days from the date of receiptof the material at CNP.
3. Required Terms of Delivery: - FOR CNP NASHIK ROAD
i. Destination:- CURRENCY NOTE PRESS,JAIL ROAD, NASHIK ROAD -422101.
ii.Preferred Mode of Transportation :- BY ROAD.
4. Bid Validity: 120 days from the date of tender opening.
5. Bidders should submit offer as per price schedule (Section XI)in their sealed commercial bid separately.
6.Bidder have to open the link provided in Section II and IV take print out of all the documents available and thensign and stamp each and every paper and submit along with the technical tender.
7. All the copies of tenders shall be completed in all respects with all their attachments/enclosures duly numbered.
8. The total cost inclusive of all elements as cited above on FOR Currency Note Press, Nashik Road (Maharashtra),India, basis should be indicated clearly both in words and figures in the price bid.
9. RISK PURCHASE:
(a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of contract fails
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2
Tender Number:6000014486
to abide by the terms & conditions of these tender documents, or fails to supply the deliverables as per deliveryschedule given or at any time repudiates the contract, the purchaser shall have the right to:(i) Forfeiture of the EMD and
(ii)Invoke the Security-cum-Performance Guarantee if deposited by the supplier & procure stores from otheragencies at the risk & consequence of the supplier. The cost difference between the alternative arrangement andsupplier tendered value will be recovered from the supplier along with other incidental charges, including customduty, excise duty, taxes, insurance, freight etc.
(b) For all the purpose the award of contract will be considered acceptance of tender and formal contract pendingsigning of agreement. Supplier has to abide by all the terms and conditions of tender.
(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this accountwill be passed on to the supplier.
10. The bidders firm is advised to visit the site on any working day excluding Sunday and holiday with prior intimationto CNP before submission of their offer.
11. Bidders has to submit Bank details i.e.a] Account Number:b] Bank Name:c] Branch:d] IFSC Code:
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.3
_
1. PVCoVoSizCoNoNoMaMaCoInsCoMaQt 2. Lapone a. cab.whcaMuc. Auatcod.cae.caf. Do Qt
_______Se
Technical
VC Insulatedonductor: Aoltage Gradze: 300 Sq.onfirming toominal Systominal Systaximum Coaximum Coonductor tysulating Maore Identificake: Polycaty: 100 met
Job work
aying & Instower Cableew "Sheet F
The firm sable from The firm shichever is able at Poulticolor of The firm uthority. Th its positio
oloured wit If required
able at inte The Alum
able/ coppe The acceowells, Jain
ty: 100 Mtr
________ection Vl Specificat
d, inner sheAluminum de: 1.1 KV mm , Core o: IS: 7098(tem Voltagetem Frequenductor temnductor Te
ype : Strandaterial : PVcation Strip
ab / Lapp /ter
details:
tallation ofe from PowFed Multico
shall carryo Completa sshall supply required fwer Distri
ffset printin shall fix ahe cable shon. All clah black cold the Firm
erval minimminium / coer bus-bar essories likenson, Etc.
r
_______VII: TECtion for Po
eathed, Arm
: 3.5 Core (Part 1) / 1e: 440 V +/ency: 50 Hz mperature:
emperatureded C ps: Red , YeCCI /Havel
f 300 Sq.mwer distribu
lor offset p
out the layisection to y all requirefor laying, bution Panng" Machineand route hall be fixeamp shouldour. should proum of 3 mtopper lugs etc. e Lugs, ca
_______CHNICAL
wer Cables
moured Pow
988 , IS:81- 10% +/-3% : 90 C
e in short ci
ellow , Bluells or equiv
mm x 3.5 Coution Panel printing" ma
ng & instal New propoed Cable G terminationel and Me. the cable
ed with Clad be of he
ovide the catr distance should be
able gland
_______L SPECIs:
wer Cable
30 ( Part-I
ircuit : 250
e, & Black valent
ore Alumi of Compleachine sec
llation workosed Powe
Gland, Lugs,on & instalMain Switc
from the amp strong eavy duty,
able marke to trace th
e used for
etc shoul
_______IFICATIO
)/1984
C
(for Neutra
num Condueta sectioction (SUSI-
k of above r DB of SUS, Clamp , mlation workches of Ne
route spec enough to M S mate
er throughohe cable. connection
ld be repu
_______ONS
al)
uctor Armoon to prop-II)
supplied poSI-II Sectionmetallic ladk of the poew "Sheet
cified by C hold the cerial & d
out the rou
n to Alumi
uted make
___
oured posed
ower n. dders ower Fed
CNP’s cable ually
te of
nium
like
3. Technical Specification For Power Cables: PVC Insulated, inner sheathed, Un-armoured flexible Power Cable Conductor: Copper multi-strand, Flexible Voltage Grade: 1.1 KV Size: 240 Sq.mm , Core : 3.5 Confirming to: IS : 694:1990 / IS 8130:2013 Nominal System Voltage: 440 V +/- 10% Nominal System Frequency: 50 Hz +/-3% Maximum Conductor temperature: 90 C Maximum Conductor Temperature in short circuit: 250 C Conductor type: Stranded Insulating Material: PVC Core Identification Strips: Red , Yellow , Blue, & Black (for Neutral) Make: Polycab / Lapp /CCI /Havells or equivalent Qty: 60 meter 4. Job work details: Laying & Installation of 240 Sq.mm x 3.5 Core multi-strand Copper Conductor Un-Armoured power cable from New Power Distribution panel of SUSI-II Section CNP-I to proposed control panel of new "Sheet Fed Multicolor offset printing" machine (SUSI-II, CNP-I) for machine power supply a. The firm shall carryout the laying & installation work of above supplied power cable from 630 Amp, MCCB mains ( Qty. 01 Nos. of Power DB ) to Control panel main of proposed "Sheet Fed Multicolor offset printing" machine ( SUSI-II, CNP-I ) for machine power supply b. The firm shall supply all required Cable Gland, Lugs, Clamp, metallic ladders whichever is required for termination & installation work of the cable at Power Distribution Panel and Main Switches of New "Sheet Fed Multicolor offset printing" machine. c. The firm shall fix and route the cable from the route specified by CNP’s Authority. The cable shall be fixed with Clamp strong enough to hold the cable at its position. All clamp should be of heavy duty, M S material & dually coloured with black colour. d. If required the Firm should provide the cable marker throughout the route of cable at interval minimum of 3 mtr distance to trace the cable. e. The Aluminium / copper lugs should be used for connection to Aluminium cable/ copper bus-bar. f. The accessories like Lugs, cable gland etc should be reputed make like Dowells, Jainson, Etc. Qty : 60 Mtr 5. Technical Specification for Power Cables: PVC Insulated, inner sheathed, Armoured Power Cable Conductor: Copper multi-strand, Flexible Voltage Grade: 1.1 KV
Size : 16 Sq.mm , Core : 4 Confirming to: IS: 7098(Part 1) / 1988 , IS:8130 ( Part-I )/1984 Nominal System Voltage: 440 V +/- 10% Nominal System Frequency: 50 Hz +/-3% Maximum Conductor temperature: 90 C Maximum Conductor Temperature in short circuit: 250 C Conductor type: Stranded Insulating Material: PVC Core Identification Strips: Red , Yellow , Blue, & Black (for Neutral) Make : Polycab / Lapp /CCI /Havells or equivalent Qty : 150 meter 6. Job work details: Laying & Installation of 16 Sq.mm x 4 Core Copper conductor, Armoured power cable from Power Distribution panel to proposed three phase outlet switches provided at 6 different locations in the proposed New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP-I ): a. The firm shall carryout the laying & installation work of above supplied power cable from 100 Amp, MCCB mains ( Qty. 01 Nos. of Power DB ) to three phase outlet switches provided at 6 different locations in the proposed "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP-I ) for auxiliary power supply b. The firm shall supply all required Cable Gland, Lugs, Clamp , metallic ladders whichever is required for termination & installation work of the cable at Power Distribution Panel and Main Switches of New "Sheet Fed Multicolor offset printing" machine. c. The firm shall fix and route the cable from the route specified by CNP’s Authority. The cable shall be fixed with Clamp strong enough to hold the cable at its position. All clamp should be of heavy duty, M S material & dually coloured with black colour. d. If required the Firm should provide the cable marker throughout the route of cable at interval minimum of 3 mtr distance to trace the cable. e. The Aluminium / copper lugs should be used for connection to Aluminium cable/ copper bus-bar. f. The accessories like Lugs, cable gland etc should be reputed make like Dowells, Jainson, Etc. Qty : 150 Mtr 7. Technical Specification For Power Cables : PVC Insulated, inner sheathed, Armoured Power Cable Conductor : Copper multi-strand, Flexible Voltage Grade : 1.1 KV Size : 2.5 Sq.mm , Core : 3 Confirming to: IS: 7098(Part 1) / 1988 , IS:8130 ( Part-I )/1984 Nominal System Voltage : 440 V +/- 10% Nominal System Frequency : 50 Hz +/-3% Maximum Conductor temperature : 90 C Maximum Conductor Temperature in short circuit : 250 C
Conductor type : Stranded Insulating Material : PVC Core Identification Strips : Red , Yellow , Blue, & Black (for Neutral) Make : Polycab / Lapp /CCI /Havells or equivalent Qty : 200 meter 8. Job work details: Laying & Installation of 2.5 Sq.mm x 3 Core Copper conductor, Armoured power cable from Power Distribution panel to single phase Power Outlet provided on wall at 6 different Location in the proposed New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP-I ) a. The firm shall carryout the laying & installation work of above supplied power cable from 63 Amp, MCCB mains ( Qty. 01 Nos. of Power DB ) single phase Power Outlet provided on wall at 6 different Location in the proposed "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP-I ) for auxiliary single power supply b. The firm shall supply all required Cable Gland, Lugs, Clamp , metallic ladders whichever is required for termination & installation work of the cable at Power Distribution Panel and Main Switches of New "Sheet Fed Multicolor offset printing" machine. c. The firm shall fix and route the cable from the route specified by CNP’s Authority. The cable shall be fixed with Clamp strong enough to hold the cable at its position. All clamp should be of heavy duty, M S material & dually coloured with black colour. d. If required the Firm should provide the cable marker throughout the route of cable at interval minimum of 3 mtr distance to trace the cable. e. The Aluminium / copper lugs should be used for connection to Aluminium cable/ copper bus-bar. f. The accessories like Lugs, cable gland etc should be reputed make like Dowells, Jainson, Etc. Qty : 200 Mtr 9. Technical specifications : Supply of 15 Way Electrical Power Distribution Panel for proposed New Numerota section ( Completa CNP1 ) Complete with Main Incomer, Outgoing Switches , bus-bar chamber , Indication, Metering and control wiring. Detail specification of Power Distribution Panel : The Panel should be totally enclosed floor mounting free standing fully compartmentalized front operated , dust & vermin proof. Each compartment should self-sufficient with Outgoing switches/MCCB’s. The Power Distribution Panel should be compact unit with all smooth joints closes fitting unobtrusive and as per IP 42 protection. All outgoing switches / MCCBs Should be with Rotary door Handles for easy operation. The Power distribution panel should be folded CRCA sheet construction assembled on Channel / Angles base frame. The Panel must be fabricated in
minimum 16 SWG CRCA sheet. The panel shall have sufficient reinforced structure to sustained operational vibration, provide rigidity during shipment and installation. The panel should be powder coated with shade RAL 7032 / IS 631 after execution of surface treatment such as degreasing, acid pickling. Power Distribution Panel should have provision for cable entry from bottom as well as top side. The panel should have lifting hook’s at each corner for shifting and handling. The Incoming and Outgoing Bus-bar must be of electrolytic grade Copper of capacity min 1.8 A /sq mm and dually insulated with heat shrinkable sleeve with phase indication marking. All terminal should be shrouded in approved manner to maintain the phase to phase distance. All Control wiring shall be of 1.5 sqmm for potential & 2.5 sqmm for current flexible multi strand copper wire with terminal ferrules identification. All access doors shall provide with rubber/ neoprene gasket and latches are sufficiently strong to hold them in alignment when closed. All door handle should have door latching arrangement. Name plate should be provided on the front side and back side of the panel at outgoing terminals for easy identification as per the list provided by CNP’s Authority. The Name plate shall be made up of black anodized aluminium / PVC / Backelite plate with readable text height. All switches shall be mounted at easily accessible height and highest operating handle should not be more than 1.75 meter high from the floor. Danger sign board should be provide on the front door. An arrangement to terminate double earthing should be provide on the Panel. Cable entry hole should be provide for incoming as well outgoing cables with knock out plates as per incoming & outgoing Cable sizes. The Details of incoming & Outgoing feeders: Incoming Feeder: 1000A / 440V AC , 4 Pole , 50 KA microprocessor based Air circuit breaker with earth fault trip and Under voltage trip, Electrically operated Draw out type. Details of Air Circuit Breaker: Rating : 1000A ; Type : Electrically Operated Draw our Type Current Limiting with PR 121 / P LSIG Release Number of Pole : 4 with Neutral Current Carrying capacity 100% of Rated Current; Breaking Capacity : 50KA; Termination Arrangement : HR-HR , VR – VR , HR-VR, VR-HR Ue : 690V AC 50/60 Hz Icu at 220—440V AC : 50 KA Ics at 220—440V AC : 50KA Icw for 1 s : 50Ka Icw for 3 s : 36KA Breaking Capacity : 50 KA Current Sensor : Rogowsky coil & external Current Sensor Power consumption: 147.5 Watt or less Trip Unit: Without external Power supply, Sensitive to RMS value of Current, inter-changeability with other type of trip unit without any modification if
required, Configurable setting for neutral: Off / 50%/ 100% / 200% With Shut Open Release & Shunt Closing Release 220-240 VAC With front accessible control terminal, Shunt Open, Shunt Close release, & Motor Mechanism. Protection against: Overload with inverse long time delay trip, Selective protection against short circuit inverse or definite short time delay trip Instantaneous short circuit with adjustable trip current threshold. Ground fault. Fault History : should be in RTC . Checking of Trip Status : Continuous Check of CT Monitoring : Continuous Standard : IEC 60947-2, EN 60947, CEI EN 60947, LVD n0 73/23EFC, EMC 89/ Microprocessor based With DIP switches for setting current threshold with trip curve. Quantity : 01 No Outgoing Feeders : The following outgoing feeder shall be provided in the PDB. 1. Moulded case circuit breaker Rating : 630 Amp, Number of Pole : Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC : 36KA Standard : IEC 60947-2, LVD 2006/95/CE , 89/336 EEC, EN 45011, CSA C22.2, UL 489, IEC 60068- 2-6, IEC 60068-2-27 With Rotary Operating Handle Mechanism. Quantity: 02 Nos 3. Moulded case circuit breaker Rating: 400 Amp, Number of Pole: Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC: 36KA Standard: IEC 60947-2, DIN EN 50022, EN 45011 With Rotary Operating Handle Mechanism. Quantity: 02 Nos 4. Moulded case circuit breaker Rating: 250 Amp, Number of Pole : Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC : 36KA Standard: IEC 60947-2, DIN EN 50022, EN 45011 With Rotary Operating Handle Mechanism. Quantity: 02 Nos
4. Moulded case circuit breaker Rating: 100 Amp, Number of Pole: Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC: 15KA Standard: IEC 60947-2, DIN EN 50022 EN 45011 With Rotary Operating Handle Mechanism. Quantity: 04 Nos 5. Moulded case circuit breaker Rating: 63 Amp, Number of Pole: Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC: 15KA Standard: IEC 60947-2, DIN EN 50022 EN 45011 With Rotary Operating Handle Mechanism. Quantity: 04 Nos Indication & Measuring Instruments: The panel shall be complete with Following indication & Measuring instruments: a. Three Phase Indication for Incoming Supply indication b. ACB ON , ACB Trip , ACB OFF indication. c. Digital Multifunction Meter of size 96 x96 capable to measure Voltage, Current, Frequency, KVA, & KWh for Incomer. d. Digital Multifunction Meter of size 96 x96 capable to measure Voltage, Current, Frequency, KVA, & KWh for Outgoing feeder of 400 A – 06 Nos. Make Preferred: 1) ACB & MCCBs: Siemens / ABB / L&T 2) Indicators: Siemens /ABB / L&T/ Teknik or equivalent 3) Meters: Rushabh / Nippen / Selectron / L&T or equivalent Qty : 01 No 10. Installation, testing & Commissioning of Electrical power Distribution panel in the proposed "Sheet Fed Multicolor offset printing" Section (SUSI-II , CNP1): a. The firm shall install and commission the supplied Power Distribution Panel on the base frame provided along with panel. b. The panel should fixed with grouting and removable ‘L’ plates at the location specified by CNP’s authority. c. The firm should terminate all outgoing cable’s to outgoing feeder of the panel with proper size of Lugs and Cable glands. The Lugs and cable gland should be of reputed make like Dowells , Jainsons, Crimpwell etc. d. The firm should terminate the earthing at both end of the Panel. e. It’s firm responsibility to provide supervisor / engineer during the installation and commissioning of the Power Distribution Panel. f. CNP will provide only free electricity, all other tools and tackles required for Installation and Commissioning should be brought by firm.
g. The firm should supply all required accessories for installation of power distribution panel h. The Firm should furnish test report for Panel for HV test. Qty: 01 No 11. Technical Specifications: Supply of TPN MCCB Main switches enclosed in metallic enclosure TPN 32 A MCCB main switch enclosed in Sheet steel enclosure, dually powder coated fabricated out of 16/18 SWG CRCA sheet complete with Operating handle and Wall Mounting Brackets Detail Specification: Moulded case circuit breaker Rating: 32 Amp, Number of Pole: Three pole, Ue: 690 V AC, 50/60 Hz, Icu At 380-415V AC: 15 KA Standard: IEC 60947-2, DIN EN 50022 EN 45011 With Rotary Operating Handle Mechanism. Make: ABB / Siemens / L & T or equivalent The enclosure should be folded CRCA sheet construction. The enclosure should fabricated in 16 SWG CRCA sheet The enclosure shall have sufficient reinforced structure to sustained operational vibration, provide rigidity during shipment and installation. The enclosure should be powder coated with shade RAL 7032 / IS 631 after execution of surface treatment such as degreasing, acid pickling. The size of enclose should such that the termination of cable should be easy. The enclosure should have provision for cable entry from bottom as well as top side. The Main MCCB should be provided with staggered copper termination to properly terminate the cable. Qty: 06 Nos 12. Job work details: Installation & Commissioning of 32 A TPM MCCB Enclosed Power distribution Switches at New "Sheet Fed Multicolor offset printing" Section (SUSI-II, CNP I) at 6 different Location: a. The firm shall install & commission the supplied three phase power distribution Switches (32A MCCB) with Sheet steel enclosed on the wall of the proposed New "Sheet Fed Multicolor offset printing" section ( SUSI-II CNP-I ) at 6 different location specified by CNP’s Authority. b. The firm shall supply mounting bracket made up with heavy duty MS angle of suitable Size, dually coloured with black oil based colour after providing red oxide coat. c. The firm shall mount the main switches on the mounting bracket by fixing on the wall. d. The firm shall terminate incoming cable to the main switch by providing all required accessories like Lugs, gland etc, of reputed make. e. The Firm should provide Danger board on each outlet Switch. Qty : 06 Nos
13. Technical Specifications: Supply of 5/16 Amp 240 V AC single phase three pin socket and 16 Amp SP MCB main enclosed in metallic enclosure with wall mounting bracket The enclosure should be folded CRCA sheet construction. The enclosure should fabricated in 16 SWG CRCA sheet The enclosure shall have sufficient reinforced structure to sustained operational vibration, provide rigidity during shipment and installation. The enclosure should be powder coated with shade RAL 7032 / IS 631 after execution of surface treatment such as degreasing, acid pickling. The size of enclose should such that the termination of cable should be easy. The enclosure should have provision for cable entry from bottom as well as top side. The Main MCCB should be provided with staggered copper termination to properly terminate the cable. Make : Anchor/ Havells / L&T / ABB or equivalent Qty : 06 nos 14. Job work details: Installation & Commissioning of 5/16 Amp 240 V AC single phase three pin socket and 16 Amp SP MCB enclosed in metallic enclosure & wall mounting bracket at New "Sheet Fed Multicolor offset printing" Section ( SUSI-II CNP I ) at 6 different Locations : a. The firm shall install & commission the supplied single pole 3 Pin 5/16 A socket & MCB with Sheet steel enclosed on the wall of the proposed New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP-I ) at 6 different location specified by CNP’s Authority. b. The firm shall supply mounting bracket made up with heavy duty MS angle of suitable Size, dually coloured with black oil based colour after providing red oxide coat. c. The firm shall mount the main switches on the mounting bracket by fixing on the wall. d. The firm shall terminate incoming cable to the main switch by providing all required accessories like Lugs, gland etc, of reputed make. Qty : 06 Nos 15. Technical Specifications: Supply of Power cable: Technical Specification For Power Cables: PVC Insulated, inner sheathed, Armoured Power Cable Conductor: Copper multi-strand, Flexible Voltage Grade: 1.1 KV Size: 25 Sq.mm , Core: 4 Confirming to: IS: 7098(Part 1) / 1988 , IS:8130 ( Part-I )/1984 Nominal System Voltage: 440 V +/- 10% Nominal System Frequency: 50 Hz +/-3% Maximum Conductor temperature: 90 C
Maximum Conductor Temperature in short circuit: 250 C Conductor type: Stranded Insulating Material: PVC Core Identification Strips: Red , Yellow , Blue, & Black (for Neutral) Make : Polycab / Lapp /CCI /Havells or equivalent Qty: 30 meter 16. Job work details: Laying & Installation of 25 Sq.mm x 4 Core Copper conductor, Armoured power cable from Power Distribution panel to proposed Thermoregulation Unit of proposed New "Sheet Fed Multicolor offset printing" machine (SUSI-II, CNP-I) a. The firm shall carryout the laying & installation work of above supplied power cable from 63 Amp, MCCB mains (Qty. 01 Nos. of Power DB) Thermoregulation Unit of proposed New "Sheet Fed Multicolor offset printing" machine (SUSI-II, CNP-II) b. The firm shall supply all required Cable Gland, Lugs, Clamp , metallic ladders whichever is required for laying, termination & installation work of the cable at Power Distribution Panel and Thermoregulation Unit of New "Sheet Fed Multicolor offset printing" machine. c. The firm shall fix and route the cable from the route specified by CNP’s Authority. The cable shall be fixed with Clamp strong enough to hold the cable at its position. All clamp should be of heavy duty, M S material & dually coloured with black colour. d. If required the Firm should provide the cable marker throughout the route of cable at interval minimum of 3 mtr distance to trace the cable. e. The Aluminium / copper lugs should be used for connection to Aluminium cable/ copper bus-bar. f. The accessories like Lugs, cable gland etc should be reputed make like Dowells, Jainson, Etc. Qty : 30 Mtr 17. Technical Specifications: Supply of Power cable: Technical Specification For Power Cables: PVC Insulated, inner sheathed, Armoured Power Cable Conductor: Copper multi-strand, Flexible Voltage Grade: 1.1 KV Size: 25 Sq.mm , Core : 4 Confirming to: IS: 7098(Part 1)/1988 , IS:8130 ( Part-I )/1984 Nominal System Voltage : 440 V +/- 10% Nominal System Frequency : 50 Hz +/-3% Maximum Conductor temperature : 90 C Maximum Conductor Temperature in short circuit : 250 C Conductor type : Stranded Insulating Material : PVC Core Identification Strips : Red , Yellow , Blue, & Black (for Neutral)
Make: Polycab / Lapp /CCI /Havells or equivalent Qty: 30 meter 18. Job work details: Laying & Installation of 25 Sq.mm x 4 Core Copper conductor, Armoured power cable from Power Distribution panel to Air Compressor Unit of proposed New "Sheet Fed Multicolor offset printing" machine(SUSI-II, CNP-I) a. The firm shall carryout the laying & installation work of above supplied power cable from 63 Amp, MCCB mains ( Qty. 01 Nos. of Power DB ) Air Compressor Unit of proposed New "Sheet Fed Multicolor offset printing" machine ( SUSI-II, CNP-II ) b. The firm shall supply all required Cable Gland, Lugs, Clamp , metallic ladders whichever is required for laying, termination & installation work of the cable at Power Distribution Panel and Air Compressor Unit of New "Sheet Fed Multicolor offset printing" machine. c. The firm shall fix and route the cable from the route specified by CNP’s Authority. The cable shall be fixed with Clamp strong enough to hold the cable at its position. All clamp should be of heavy duty, M S material & dually coloured with black colour. d. If required the Firm should provide the cable marker throughout the route of cable at interval minimum of 3 mtr distance to trace the cable. e. The Aluminium / copper lugs should be used for connection to Aluminium cable/ copper bus-bar. g. The accessories like Lugs, cable gland etc should be reputed make like Dowells, Jainson, Etc. Qty: 30 Mtr 19. Technical Specifications: Provision of Earthing system to the Proposed New "Sheet Fed Multicolor offset printing" & other auxiliary equipment’s. Supply of earthing system: Detail Technical Specification: This specification covers earth electrodes, ground enhancing materials used for a maintenance free earthing system in line with the guidelines given in the standard IS 3043, BS 7430, IEC 60364,62561 & IEEE 80 to ensure that the resistance of the earth pits should be around 1 Ohm limits. The Earthing system should be designed in such way that earth pits resistance should be less or equal to 01 ohms. • Earth Electrode: High tensile low carbon steel rod of 3 Mts length & 32 mm dia with 250 micron (average) molecularly bonded copper on the outer surface. The Carbon Steel Rod should be Tested at CPRI for short current time rating of 55KA rms for 1
sec. The firm should provide test certificate along with quotation. Make : Indelec / Jef Techno System /Erico or equivalent • Activated Carbon Based Back-fill Grounding Compound:- The Back-fill compound should be strictly Activated Carbon based conductive type, having a very low resistivity i.e less than 0.12 Ohm per Mtr. as per Clause 14.5D of IEEE : 80 -2000 standard. The Back-fill should be tested as per IEC ; 62561-7. The firm should provide test certificate along with quotation. The composition of Back-fill compound should be such that it should not require the continuous presence of water / moisture / salt to maintain its conductivity. The Back-fill compound should contain corrosion inhibitor to prevent oxidation of Earth electrode. The Back-fill compound should not contain hazardous chemicals to human & soil. The firm should provide necessary test certificate from reputed accredited laboratories along with quotation. The Back-fill compound should supplied with different bags of 50 pounds. Make – Indelec / Jef Techno System /Erico or equivalent 1) The firm shall supply 3 nos. of Earth electrode. 2) The firm shall supply minimum 6 bag of activated carbon based back-fill Grounding compound 3) The firm shall submit : Following Test Certificates for Earthing system a. Short circuit withstanding capacity of the copper bonded rod from CPRI / ERDA b. Corrosion test certificate for the backfill compound from an independent laboratory c. Earth system should be as per IEC62561-7. d. Sulphur test certificate for the backfill compound from an independent laboratory e. Resistivity test certificate for the backfill compound from an independent laboratory Qty: 03 nos 20. Job work details: Installation of Earthing System: a. The firm shall conduct the soil resistivity test, prior to start the execution of Earthing job in the presence of CNP’s Authority. b. The firm shall carry out the digging work required for the earth pit of size 3 Mtr x 6" at specified location and it should filled with carbon based earthing powder in proper proposition in mixture as per standard guidelines. c. The firm shall connect the earthing electrode with suitable size of copper connector to the earthing strip. d. The firm shall install the test link box at the earth pit chamber with the all required accessories to complete the earthing system. e. After completion of the earthing system work, the firm shall carry out the earthing resistivity test and value of the resistance shall be maintained less or equal to 1 ohm f. The firm shall supply necessary bricks, cement, sand etc. required for earth
PIT installation work. g. The earth pit shall be properly covered with heavy duty PVC/metallic removable cover. Qty: 03 nos 21. Technical Specifications: supply of Copper Earthing Conductor Detail Specification of Earthing conductor: Grade of the conductor :Electrolytic Conductor Purity : 99.9% pure copper conductor Size of the conductor : 25 mm x 3 mm Qty : 350 Mtr 22. Job work details: Installation & Commissioning of Copper Earthing Conductor a. The firm shall route & lay the copper earthing Conductor (size: 25 mm x 3 mm)from New earth pits (Near Sub Station III or I) to the New proposed "Sheet Fed Multicolor offset printing" Machine Panel. b. The earthing conductor shall be fixed with rectangular clamp or proper fixing arrangement, it should not be loose along the route. c. The earthing conductor should be properly terminated to the Machine’s Panel and earthing pit. d. The earthing conductor should be fixed with the copper / brass nut bolts. e. The earthing conductor shall be connected to two new earth pits installed near sub-station III or I with properly fixed with copper/ brass nut & bolts f. Each and every joint during the laying of the copper conductor shall be overlapped more than 6" and joint shall be fixed with the copper / brass nut & bolts (minimum 3 nos of nut & bolts with proper washer). g. If required the bare conductor should be cover with heat shrinkable insulated sleeve. h. The earthing shall be dedicated only for proposed New Numerota machine ( Qty 1 nos. of machine ) , hence proper insulator shall be provided, if any crossover with other earthing / metal during the laying of conductor to avoid any interference due to other earthing conductor. Qty : 350 Mtr 23. Technical Specifications: Supply of GI Earthing Conductor Detail Specification of Earthing conductor: Material of conductor: Soft Mild steel with Galvanized Size of conductor: 50 mm x 5 mm Qty: 350 Mtr
24. Job work details: Installation & Commissioning of G.I. Earthing Conductor a. The firm shall route & lay the G.I. earthing Conductor from New earth pits to the New power distribution panel of proposed New "Sheet Fed Multicolor offset printing" section panel. b. The G.I. earthing conductor shall be fixed with rectangular clamp or proper fixing arrangement, it should not be loose along the route. c. The G.I. earthing link shall be connect to the earthing in the cable trench d. The firm shall lay the G.I. conductor throughout the cable trench in proposed intaglio section. e. The earthing conductor shall be properly terminate at both ends of Power Distribution Panel. f. Each and every joint during the laying of the G.I. conductor shall be overlapped more than 6" and fixed with the copper / brass nut & bolts & minimum 3 nos of nut & bolts with proper washer shall be used . Qty: 350 Mtr Terms & Conditions for power cable, power panel, distribution board and earthing system: 1. The firm should inspect the site for nature of work to be carried out before quoting the same. The site can be inspected on any working day excluding Sunday and holidays with prior intimation. 2. The firm shall quote all technical details including terms & conditions in their quotation. 3. The switchgear / control gear used in the above panel, DB’s shall be of reputed make of :Siemens /ABB / L&T or equivalent make. 4. The cable used in panel wiring should be of Polycab/ Lapp / Havells/ CCI make 5. The firm shall remove all the existing electrical old installation, panels, brackets, cables, Conduits, old cable, cable trays etc and shift to specified location as instructed by CNP’s Authority. 6. The firm will have to carry out installation & commissioning of the supplied material. 7. The firm should bring all their tools and tackles, man power and entire job work is to be carried out on turnkey basis. 8. The firm shall supply any extra accessories, if required during the installation & Commissioning work of cables, panels, earthing to complete the Job work. 9. The above job work shall be guaranteed for one year from the date of acceptance. 10. The firm shall depute electrical supervisor licensed holder, ITI holder workmen/ supervise to carry out the above job work. 11. The firm shall attach the detailed product catalogue, Certificates for Cables, Switchgear and Earthing along with the quotation. 12. The firm will have to provide Police Verification Certificate of all the person working in CNP to complete the Job work. 13. The firm shall carry out the above job work during normal working hours from 8.00 am to 5.00 pm 14. (if approved by CNP competent authority, the firm will have to carry out the
job work during extended hours/ Sundays and holidays) 15. The firm should ensure the safety of their employees during the job work & CNP will not be held responsible for any accident occurs during the work. 16. The firm should follow all the safety norms of the CNP’s. 17. Above Tender is to be executed on turnkey basis hence only supply of material is not acceptable. 25. Technical Specifications: Supply of LED Light fixtures complete with fitting & inbuilt driver Input Voltage= 140 to 270 Volt AC, Frequency = 50 HZ. Rating = 60 Watts. Power factor = >0.90 Lumens Efficiency >110 Lumens per watt Protection = IP 20 Operating Temperature = -10 to 50 degree centigrade Colour temperature: 5700-6500 K approx. Housing: CRCA Powder Coated with phosphochromate treatment Safety Standard: IEC 60598 EMC/ EMI Standard:IEC61547 / EN55015 Harmonics standard:IEC 61000-3-2 LED Chip Make - CREE/OSRAM/NICHIA/LUMILED Surge Protection = 03 KV Built-in SELV Isolated Driver Specification – a) Driver should be potted b) Driver should be BIS Approved with certificate to be submitted c) Power factor > 0.90 d) Total Harmonics Distortion < 10% e) Driver Protection – i) Short Circuit ii) Open Circuit No – Load iii) Overload iv) EMI Mounting: Suitable for surface Size: Approximately 1200mm x 300mm x 70mm (+/- 10%) Make: Syska / Havells / Goldwyn / Wipro / Philips or equivalent. Test Certificates to be submitted with Tender:- All Test Certificates only from NABL Accredited LAB • Electrical Type Test Report – SC Test / Full Burn Report • Photometry Report – LM79 & LM80 • Safety Standard EN61547 / EN55015 • Harmonics Standard – EN610003-2 to 61000-3-3 • IP Test Report • Complete LED Fixture BIS CML R Certificate Copy mandatory Quantity – 170 Nos.
26. Job work details: Installation of 4 x 1 feet LED Panel Light with all necessary mounting arrangements in the proposed "Sheet Fed Multicolor offset printing" section (SUSI-II section CNP-I ). a. The Firm Shall Install the 4Ft x 1Ft LED Panel Lights fittings as per the above specification in place of existing Fluorescent tube fittings at New "Sheet Fed Multicolor offset printing" section (SUSI-II section CNP-I ) b. All Fittings should be installed at height of 5.5 Mtr. to 6 Mtr. as per existing Mounting height. c. All necessary Mounting arrangements required for the same will be arranged by firm. d. Connections to every fitting shall be made with the help of new copper wiring through LDB panel. e. Firm will have to supply all accessories / material required for installation work of LED fittings. f. The tools and tackles required for Installation and Commissioning work,should be brought by firm . g. After completion of the installation work, firm shall submit the test report of the installed LED light fitting & the average lux level of the section shall be more or equal to 700 Lux. Quantity – 170 Nos. 27. Job work details: Job work of Dismantling of old fluorescent type tube light fittings, old wiring, Lighting DB and switches from SUSI-II section, CNP-I a. Dismantling of Old Fluorescent tube light fittings from their existing location at height of 5.5 to 6 Mtr with safety. b. All the removed old serviceable fittings, Tube light rods, Chocks, Starters, Switchgears will have to Handed over to CNP representative. c. The firm shall remove & shift the old unserviceable fittings, old wires, conduits, cables & switchgears to CNP-IV area or any specified location. d. All safety precautions required for working on height as per CNP Safety department has to be taken care by the firm. Quantity – 01 Job. 28. Job work details: Dismantling and shifting work of old Main Lighting Distribution Panel and Lighting Distribution Board at New "Sheet Fed Multicolor offset printing" section (SUSI-II section CNP-I ) Scope of work :During the renovation work of the proposed section (SUSI-II, CNP-I) the wall of the section will be dismantled on which existing Lighting DB is mounted & therefore, the following job work is to be carried by the firm. a. The existing old LDB panel shall be removed along with all incoming &
outgoing connection cable & same panel shall be shifted & installed to the specified location in the same section for temporary lighting arraignment of the section. b. The firm has to supply any required material for the LDB shifting & installation work. c. After completion of installation work of new LDB panel ( ref item no. 28 -32 ) & completion of rewiring work of the proposed section ( ref item no. 33 ) the temporary lighting connection shall be disconnected & removed. d. The firm shall carryout the dismantling & shifting work of old LDB panels & old , switches of the section. e. The removed serviceable old Panels & switchgears shall be handed over to the Electric shop CNP & Electrical waste shall be shifted to the scrap yard at CNP-IV area. f. The firm shall bring their tools & tackles like cutter, welding & drilling machines for dismantling & removing work of metallic parts. Qty : 01 Nos 29. Technical Specifications: Supply of 4 Way Lighting Distribution Panel for Proposed New "Sheet Fed Multicolor offset printing" section (SUSI-II section CNP-I) The Panel should be totally enclosed floor mounting free standing fully compartmentalized front operated , dust & vermin proof. Each compartment should be self-sufficient with Outgoing switch/MCCB and power ON indication. It should be a compact unit with all smooth joints closes fitting unobtrusive and confirming to IP 31 protection. All outgoing MCCBs should be with Rotary door Handles for easy operation. The Power distribution panel should be folded CRCA sheet construction assembled on Channel / Angles base frame. The Panel should be fabricated in 16 SWG CRCA sheet. The panel should have sufficient reinforced structure to sustained operational vibration, provide rigidity during shipment and installation. The panel should be powder coated with shade RAL 7032 / IS 631 after execution of surface treatment such as degreasing, acid pickling. The panel should have provision for cable entry from bottom as well as top side. The panel should have heavy duty lifting hook’s at each corner for shifting and handling. The Incoming and Outgoing Bus-bar should be of electrolytic grade Copper of capacity min 1.8 A /sq mm and dually insulated with heat shrinkable sleeve with phase indication marking. All terminal are shrouded in approved manner to maintain the phase to phase distance. All Control wiring shall be carried out by using 1.5 sq mm / 2.5 sq mm copper flexible wire for potential & current & suitable terminal ferrules shall be provided for proper identifications. All access doors shall be provided with standard rubber/ neoprene gasket All latches of the panel shall be sufficiently strong to hold them in alignment when in closed position. All door handle shall having proper door latching arrangement. All the switches shall be provided with proper Name plates on the front side and
back side of the panel & outgoing terminals for easy identification. The Name plate shall be made up of black anodized aluminum plate with readable text height All switches shall be mounted at easily accessible height and shall be easily operative height Danger sign board shall be provided on the front door. Suitable studs arrangement shall be provided to terminate the double earthing to the supplied panel. Suitable size of Cable entry hole shall be provided for incoming as well outgoing cables entry with knock out plates. Incoming Feeder: 1. Moulded case circuit breaker Rating : 400 Amp, Number of Pole : Three pole, Ue : 690 V AC, 50/60 Hz, Icu At 380-415V AC : 36KA Standard : IEC 60947-2, LVD 2006/95/CE , 89/336 EEC, EN 45011, CSA C22.2, UL 489, IEC 60068-2-6, IEC 60068-2-27 With Rotary Operating Handle Mechanism. Quantity : 01 No Outgoing Feeder : 1. Moulded case circuit breaker Rating : 100 Amp, Number of Pole : Three pole, Ue : 690 V AC, 50/60 Hz, Icu At 380-415V AC : 15KA Standard : IEC 60947-2, DIN EN 50022 EN 45011 With Rotary Operating Handle Mechanism. Quantity : 03 Nos Indication & Measuring Instruments : The panel should provide with: a. Three Phase Indication for Incoming Supply indication b. Digital Multifunction Meter of size 96 x96 capable to measure Voltage, Current, Frequency, KVA, & KWh for Incomer. Make: 1) MCCBs : Siemens / ABB / L&T 2) Indicators : Siemens /ABB / L&T/ Teknik or equivalent 3) Meters : Rushabh / Nippen / Selectron / L&T or equivalent Quantity – 01 Nos. 30. Job work details: Installation, Testing & Commissioning of LDB Panel at specified location in the proposed New "Sheet Fed Multicolor offset printing" section (SUSI-II section CNP-I ) Installation Covers following –
a. The firm shall carryout the job work of installation & commissioning of supplied LDB panel at SUSI-II Section CNP-I at specified location shown by CNP’s Authority b. The firm shall install supplied Lighting Distribution Panel on the metallic base frame provided along with panel. c. The panel shall be fixed with grouting and removable‘L’ plates. d. The firm shall supply suitable size of heavy duty mounting bracket / stand made from Soft MS angle dually coloured with black oil based colour after providing red oxide coat. e. The firm shall carryout the termination/connection work of all outgoing & incoming cables of the LDB panel with proper size of Lugs and Cable glands. f. The Lugs and cable gland required for cable termination work shall be of reputed make like Dowells , Jainsons, Crimpwell etc. g. The firm shall terminate the double earthing at both end of the LDB Panel. h. The firm shall depute supervisor licensed holder / ITI holder workmen’s during the installation and commissioning of the Power Distribution Panel under the supervision of Engineer / Electrical contractor licensed holder. i. The tools and tackles required for Installation and Commissioning work of shall be brought by firm. j. The firm shall supply all required accessories for installation of power distribution panel k. After completion of installation work, firm shall carryout the insulation test of the installed panel & accordingly suitable test report of panel shall be submitted. Quantity – 01 Nos. 31. Technical Specifications: Supply of 16 Way Lighting Distribution Board required for Lighting circuit of proposed New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP I) a. Double door type, for three phase distribution board complete with wall mounting bracket b. Powder coated shade : RAL 7032 / IS631 c. Suitable size of wall mounting bracket shall be supplied by the firm for mounting the LDB panel on the wall . d. The LDB shall fabricated with CRCA sheet and dually with powder coated. e. Suitable size of copper bus bar with proposer insulator & copper/brass connection nut/bolts shall be along with the panel board. f. Suitable size of entry holes shall be provided at upper & lower removable gland plate of the Distribution board for cable entry. g. The panel board shall be provided with suitable name plate on front for identification marking. h. The LDB shall be provided with suitable connection threaded studs at both sides of the panel for earthing connections. Switchgear Provided With DB: Incomer : 100 A TPN MCCB – 1 No Outgoing : 32 A TP MCB – 12 Nos Make : ABB / Siemens/ L&T only Quantity – 02 Nos.
32. Job work details: Installation, Testing & Commissioning of 16 Way LDB panel on the specified location at New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP I) Installation Covers following – a. The firm shall carryout the Installation work of Panel board at specified location. b. The firm shall provide suitable Mounting bracket for installation of LDB. c. The firm shall terminate the incoming cable to the main switch & Outgoing feeders by providing all required accessories like Lugs, gland etc, of reputed make. d. The firm shall provide suitable studs for earthing termination to the LDB Panel Quantity – 02 Nos. 33. Job work details: 1. Supply of Material required for complete rewiring work of Lighting 170 nos. of points of SUSI II Section A. PVC Conduit Pipe - Heavy Duty 32 mm PVC conduit pipe Quantity : = 500 Mtr Make : Precision / Press fit B. Heavy duty PVC Junction Boxes suitable for above 32mm Heavy duty PVC Conduit Pipe a. 1 Way Junction Box – 24 Nos. b. 2 Way Junction Box – 150 Nos. c. 3 Way Junction Box – 12 Nos d. PVC Heavy duty Bend -- 35 Nos. Make : Precision / Press fit C. FRLS Flexible Copper multi stranded wire Fire resistant & flame retardant low smoke (FRLS) insulated copper flexible wire. Product Category: FRLS Nominal size: 2.5 Sq. mm. Conductor material: Copper Current Rating: 18 Amp. Confirming to: IS 8130-1994 Length of the each coil: 100 Mtr. Make of Wire – Polycab / havells / Lapp/ CCI / BCH Quantity : a) Red – 05 Bundles b) Yello – 05 bundle’s c) Blue – 05 Bundle’s d) Green – 05 bundles 2. Installation & commissioning & complete rewiring work of the lighting circuits of proposed new "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP I)
Scope work job work: a. The firm shall carryout the complete rewiring work of 170 nos. of LED light fittings of New "Sheet Fed Multicolor offset printing" section ( SUSI-II, CNP I) b. The firm shall carryout the laying of PVC pipes above the fall ceiling with proper junction box, bends & terminal points. c. The firm shall use heavy duty good quality copper connectors for termination of Light fittings. d. The wire joints, if any shall be properly joint with the connector/ junction box & shall be properly insulted. e. The firm shall supply any other material required for rewiring work as per site requirement. f. The firm shall provide suitable colour codes / numbers for identification of the light circuit. g. All the LED light fittings shall be properly earthed. h. The Sectional light fittings shall be equally distributed in three phase supply. Terms & Conditions for LED Light Fittings, Rewiring work & LDB Panel: 1. The firm should inspect the site for nature of work to be carried out before quoting the same. The site can be inspected on any working day excluding Sunday and holidays with prior intimation. 2. The switchgear / control gear used in the above panel, DB’s shall be of reputed make of :Siemens /ABB / L&T 3. The cable used in panel wiring & LED Light fittings wiring work shall be of Polycab/ Lapp / Havells / CCI or equivalent make. 4. The firm shall remove all the existing electrical old installation, panels, brackets, cables , Conduits, old cable, cable trays & old light fittings etc and these material shall be shifted to scrap yard of CNP or at specified location as shown by CNP’s Authority. 5. The firm shall carry out the installation & commissioning work of the supplied material at site. 6. The firm should bring all their tools and tackles, man power and entire job work is to be carried out on turnkey basis. 7. The firm shall supply any extra accessories, if required during the installation & Commissioning work of cables, panels, wiring work to complete the Job work. 8. The above job work shall be guaranteed for one year from acceptance. 9. The firm shall depute electrical supervisor licensed holder, ITI holder workmen / supervise to carry out the above job work. 10. The firm shall provide "Police Verification Certificate: of all the person who will work in CNP during the installation work to complete the Job work. 11. The firm shall carry out the above job work during normal working hours from 8.00 am to 5.00 pm (if approved by competent authority the firm will have to carry out the job work during extended hours/ Sundays and holidays). 12. The firm should ensure the safety of their employees during the job work & CNP will not be held responsible for any accident occurs during the work. 13. The firm should follow all the safety norms of the CNP’s. 14. Above Tender is to be executed on turnkey basis hence only supply of material is not acceptable.
_
_1. to saNo
_______Sec
_______The mat
the PURCHme will be ote Press, Na
________ction VII________
erial will beHASER. If a returned toashik Road.
_______II: Qual_______e accepted oany defects o the SELLE
_______lity Con_______on manufact observed oER for free
_______ntrol Re_______turer’s guaror material replacemen
_______equirem_______rantee certiffound unsu
nt from and
_______ments _______ficate to be
uitable, thend up to Curr
___
___ e sent n the rency
_
_1. BidInsLigmi Nopudo
2.
i
ii
Nobaco
3. an 4. lic
5. fo 6. acan 7. ma 8.
_______Sect
_______Experi
dder firm sstallation wghting Paneinimum Rs. 2
ote- In suppurchase ordeocumentary
Financi. Averag
2017-2
i. Bidder during
i. The nethree y
ote - In supalance sheetompleted thr
The firnd PAN card.
The bidcense issued
The firmr dealing by
The firmcept all ter
ny deviations
The firmanufacturer
The firmFittings, C
________tion IX:
________ience and p
hould have work i.e. Pol, Power Ca20,77,000/-
orts of abovers, experienevidence.
cial standingge Annual Tu2018 & 2018-
firm should the last thr
et worth of years 2016-1
pports of pts and Profiree financia
rm shall enc.
dder firm sh by compete
m should givey Governmen
m has to surms and cons.
m shall atta of LED light
m shall attaCables, Switc
_______ Qualifi_______ast perform
executed sower Distribables, Earthi in any one
ve clause 1 nce certifica
g: urnover of t-19 should b
d not have sree years i.e
the firm sho17, 2017-201
oint no.2 at & Loss acl years i.e. f
close atteste
hould attachent authority
e a declaratnt of India in
bmit an unnditions of t
ach valid aut Fittings, Po
ach the detachgear, Eart
_______ication/_______
mance:
similar workbution Paneing system & year during
the bidderates, Job co
he bidder fibe more than
suffered anye. 2016-17, 2
ould not hav18 & 2018-19
above, the count (certifor 2016-17,
ed copy of G
h the copy oy.
ion that then the past.
dertaking /the tender d
uthorizationower cables
ailed producthing.
_______/ Eligib_______
k of supply el, LED Fitti& Fire Annug the last fiv
rs should strompletion c
irm during lan Rs. 20,77,
y financial l2017-2018 &
ve eroded b9.
firm shall ified by Cha, 2017-2018
GST Registra
of valid elect
ey have not
declarationdocument in
n dealerships & Earthing
ct catalogue
_______bility Cr_______
& installatings includiunciation sysve year endi
rictly producertificates o
ast three ye000/-.
loss for mor& 2018-19.
by more tha
enclose copartered Acc & 2018-19.
ation Certifi
trical contra
been black-
n that theyncluding all
p certificate System.
e, Certificat
_______riteria _______
tion of Elecng wiring wstem of valing March-20
ce the copiof customer
ear i.e., 201
re than one
n 30% in the
pies of certcountant) fo
icate (in Re
actor/ super
-listed/ deba
y unconditio section wit
e obtained
tes for LED
___
___
trical work, ue of 019.
ies of r as a
6-17,
year
e last
tified or the
eg-06)
rvisor
arred
onally thout
from
light
9. a. ERb. c. d. e. f. 10Ce
11sig 12the Bidcriof No
Test Ce Short circu
RDA. Corrosion te And should Leach test Sulphur tes Resistivity t
0. Test Ceertificates o
. The bidgning the bid
2. The fie quotation
dders shouliteria. Non s offer.
ote: Bidder
rtificates foit withstand
est certifica be as per IEcertificate ft certificate
test certifica
ertificates foonly from NAElectrical TPhotometrySafety StanHarmonics IP Test RepComplete L
dder shouldd, entering i
rm shall ins.
d furnish ssubmission o
r is advise
or Earthing toding capacity
ate for the bEC62561-7. for the backe for the bacate for the b
or LED fittinABL AccrediType Test Rey Report – LMndard EN615 Standard – Eport LED Fixture
d submit Pointo contrac
spect the sit
tipulated dor incomple
ed to visit
o be attachey test repor
backfill comp
kfill compouckfill compobackfill com
g to be submited LAB. eport – SC TeM79 & LM80
547 / EN5501EN610003-2
BIS CML R C
ower of Attct, if awarde
te with prio
ocuments iete submissio
t the site
ed with Tenrt of the cop
pound from
nd from an ound from an
mpound from
mitted with
est / Full Bu0 15 to 61000-3-
Certificate C
torney of thed and for a
or intimatio
in support oon of docum
e before s
nder: pper bonded
an indepen
independenn independe
m an indepen
Tender:- Al
urn Report
-3
opy manda
he Authorizeny other cor
on to CNP be
of fulfillmements may l
submitting
d rod from C
dent labora
t laboratoryent laboratondent labora
ll Test
atory.
ed Signatorrrespondenc
efore submi
ent of qualilead to reje
the quota
CPRI/
tory
y ry
atory
ry for ces.
itting
ifying ection
ation.
Tender Number:6000014486
Section X: Tender Form Date:
To,Currency Note Press,NasikA Unit of Security Printing & MintingCorporation of India LimitedWholly Owned by Govt. of IndiaNasik
Ref: Your Tender document No.6000014486 / dated 19.06.2020
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
SUMMARTender NDate:
Sl No Item
1 2
1 SupPow
2 Layof c
3 SupPow
4 Layof c
5 SupPow
6 Layof c
7 SupPow
8 Layof a
9 SupPan
RY OF PRICE SNo:
m description
pply of 300Sqmmwer Cable ying & Installatiocable pply of 240Sqmmwer Cable ying & Installatiocable pply of 16 Sqmmwer Cable ying & Installatiocable pply of 2.5 Sqmmwer Cable ying & Installatioabove cable pply of Powenel
CHEDULE (FO
HSN CODE / SAC NO.
3 m
on
m
on
m
on
m
on
er
Se
OR INDIAN BIDD
UOM (Unit of measurement)
Basic p (Rs)
4 5
M
M
M
M
M
M
M
M
EA
ection XI: P
DERS): PRICES
price/
Freight, (Rs)
6
Price Sche
S SHOULD BE O
Insurance/Other charges if any (Rs)
IGT@%
7
dule
ON FOR, CNP,
GST @...%
CGST @...%
SG@
7 8 9
, NASHIK ROA
GST @...%
UNIT raunit (Rs)(FOR Nashik) inclusiveGST, and inscharges
10
D BASIS.
ate per )
CNP,
e of freight
surance
Quantty
11
100
100
60
60
150
150
200
200
1
ti
Total amourequired quastore (Rs) (FOR CNP, inclusive ofreight, inand Other ch(if any) 12
unt forantity of
Nashik)of GST,nsuranceharges
10 Installation of Power Panel
EA
1
11 Supply of 32 A TPM Main switch
EA
6
12 Installation of 32ATPN Switches
EA
6
13 Supply of 5/16 A 3Pin socket
EA
6
14 Installation of 5/16 A 3Pin socket
EA
6
15 Supply of 25 Sqmm Power Cable
M
30
16 Laying & Installation of above cable
M
30
17 Supply of 25 Sqmm Power Cable
M
30
18 Laying & Installation of cable
M
30
19 Supply of Earthing system
EA
3
20 Installation of Earthing System
EA
3
21 Supply of Copper Earthing conductor
M
350
22 Installation of Copper Earthing conductor
M
350
23 Supply of GI Earthing conductor
M
350
24 Installation of GI Earthing conductor
M
350
25 Supply of 60W LED Light Fittings
EA
170
26 Supply of LED Light fittings
EA
170
27 Dismantling of old Light Fittings
JOB
1
28 Dismantling of old LDB Panel & Switches
JOB
1
29 Supply of 4 way LDB Panel
EA
1
30 Installation of 4 Way LDB Panel
JOB
1
31 Supply of 16 way LDB Panel
EA
2
32 Installation of 16 Way LDB Panel
EA
2
33 Rewiring work of Lighting SUSI II
JOB
1
TOTAL
*EA- Each *AU-Job FOR CNP Nashik price in words……………… (Name and Signature with date) Office Seal/Stamp 1. We confirm that there would not be any price escalation during the supply period. PO will be issued to the single lowest offer. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 3. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover. 4. Dispatch Point: _____________ (Bidder to indicate dispatch point from where goods dispatched) 5. Bid shall remain valid for acceptance for a period of 120 days from the date of tender opening. Notes- i. The bidder has to quote the applicable GST (i.e. IGST, CGST, and SGST) as per GST law. ii. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid. iii. Price bids with conditions/ counter conditions are liable to be rejected. iv. The bidder has to indicate SAC/ HSN code in the space provided above.
h
TW Pa
Sr. No.
1 2 3 4 5 6 7 8 9
10
11
12 13
Part
Sr. No.
1
……(Bidd
SECSECSECSECSECSECSECSECPlea
http://cnpna
WO BID, SIN B
art I: - TECHTender Su
Tender FeEarnest MTender DoTerm of DeTender VaTechnical Submit MaAccept theSubmit thSection IX Fill Tendeprice) Delivery Ptender DocBlank pricePower of awarded.
t II: - PRICE
Tender Su
Price Bid a
……………der’s Seal &
CTION XII: QCTION XIII: BCTION XIV: MCTION XV: BCTION XVI: CCTION XVII: CTION XVIII: CTION XIX: P
se CLICK th
ashik.spmci
NGLE STAGBIDDER’S C
HNO-COMMubmission Ch
e oney Depos
ocument (Seelivery :- FO
alidity 120 daSpecification
anufacturer’se Warranty ce documen r Form – S
Period: Accecument. e schedule fAttorney fo
BID
ubmission Ch
as per Sectio
………. & Sign)
QUESTIONNBANK GUARMANUFACT
BANK GUARCONTRACTLETTER OFSHIPPING
PROFORMAhe link for fu
l.com/SPMC
GE (TWO PACHECK LISTERCIAL BIDheck Points
sit ec. I to XIX) dOR, CNP Nasays as per thn –Section Vs Authorizaticlause as pents as per ection X du
eptance of d
format as peor signing t
heck Points
on XI (Price
AIRE RANTEE FOTURER’S AURANTEE FORT FORM F AUTHORITARRANGEM
A OF BILLS rther details
CIL/Upload
ACKETS) TET BEFORE TD
duly Sealed shik road, duhe tender VII as per tenon form r tender Qualificatio
uly seal & s
delivery peri
er Section XIthe bid doc
including all
ORM OF EMDUTHORIZATRM FOR PE
TY FOR ATTMENT FOR FOR PAYM
Document/S
ENDER TENDER SU
& Signed uly unloaded
nder (As App (As Appln / Eligibili
sign (Withou
od as per S
indicating 'Xcument and
l taxes & oth
D TION FORM ERFORMAN
TENDING ALINER CAR
MENTS
SBDTEMPL
UBMISSION
d
plicable) licable) ity criteria
ut mentionin
Section VI o
XXXX' d contract,
her charges
NCE SECUR
A BID OPENRGOES
LATE1.pdf
N
Check submissTick ( √)
–
g
of
if
Check submissTick ( √)
)
RITY
ING
before sion
before sion