Dated: - /11/2013. - All India Radioallindiaradio.gov.in/Oppurtunities/Tenders/Documents/CCW E...

7
NOTICE INVITING e TENDER Dated: - /11/2013. The Executive Engineer (Electrical), ((W, All India Radio, Mumbai on behalf of the President of India invites sealed items rate tenders from approved and eligible contractors of C.P.W.D and those of appropriate list of M.E.S., BSNL, Railway and Gujarat State P.W.D. & Specialized firm for the following works: '. . Period during Period Last date & which EMD. Cost Estimated of bid document e- SR NIT Name of Work & Location cost put to Earnest of time to Tender processing Time and date NO No Money Comple submission opening of bid. bid fees and other tion to bid documents shall be submitted Name of Work: - Replacement of existing 300KW MW Transmitter by 04/E new 300 KW MW Solid state AM- EE/ DRM Transmitter at AIR, Rajkot. M/C (SH: Supply ,installation, testing One 21/11/2013 22/11/2013 1 and commissioning of vertical 1,72,123/- 3442/- CW/ Month. 19/11/2013 3.30 PM 3.30 PM 13- submersible motor pump set in 3.00 PM 14 bore well & horizontal Openwell submersible pumpset in sumpwell with pump control penel,HD UPVC pipe line.)

Transcript of Dated: - /11/2013. - All India Radioallindiaradio.gov.in/Oppurtunities/Tenders/Documents/CCW E...

NOTICE INVITING e TENDER

Dated: - /11/2013.

The Executive Engineer (Electrical), ((W, All India Radio, Mumbai on behalf of the President of India invites sealed items rate

tenders from approved and eligible contractors of C.P.W.D and those of appropriate list of M.E.S., BSNL, Railway and Gujarat State

P.W.D. & Specialized firm for the following works:

'.

. Period during

Period Last date &which EMD. Cost

Estimated of bid document e-SR NIT

Name of Work & Location cost put toEarnest of time to

Tender processingTime and date

NO No Money Comple submission opening of bid.bid fees and other

tion to biddocuments shallbe submitted

Name of Work: - Replacement ofexisting 300KW MW Transmitter by

04/Enew 300 KW MW Solid state AM-

EE/DRM Transmitter at AIR, Rajkot.

M/C(SH: Supply ,installation, testing

One 21/11/2013 22/11/20131 and commissioning of vertical 1,72,123/- 3442/-

CW/ Month. 19/11/2013 3.30 PM 3.30 PM13-

submersible motor pump set in3.00 PM

14bore well & horizontal Openwellsubmersible pumpset in sumpwellwith pump control penel,HD UPVCpipe line.)

.msistinq of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms.ontract to be complied

.iecessary documents can be seen and downloaded from website www.allindiaradio.org in free of cost.

srrnent of the contractors should be valid on the last date of submission of tenders. In case only the last date of submission of tender is.ded, the enlistment of contractor should be valid on the original date of submission of tenders.

Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be impartedtraining on online tendering process as per details available on the website. The intending bidder must have valid class-III digital signature to submitthe Tender.

* ditions for Non-CPWD contractors only, if tenders are also open to non-CPWD contractors. (For works estimated cost up to ' 15Crore)

Non CPWD contractors are a ligible to submit tender provided they have definite proof from the appropriate authority, which shall be to thesatisfaction of the competent authority, 0 ing satisfactorily completed similar works of magnitude specified below:-

'.

Three similar work each of value not less than Rs. Two" ar work each of value not less than Rs. or one similar work of value not less thanin last 7 years ending last day of the month previous to the one' hich the tenders are invited.(Scanned copy of work experience is to beuploaded)

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% 0

have to be deposited in shape prescribednest money or ' 20 lakh, whichever is less, will

above, and balance in shape of Bank Guarantee of any scheduled bank. Interested contractor who wish to participate in the r has also to makefollowing payments in the form of Demand Draft/Pay order or Banker's Cheque of any Scheduled Bank and to be scanned and upetendering website within the period of tender submission:

(i) Cost of Tender Document - ' 500/- drawn in favour of Prasar Bllarti,lndia's Public Service Broadcaster, Executive Engineer (EiE:;5fJ.1.CCW. All India Radio. MUMBAI

(ii) e-Tender Processing Fee - '.843/-(i/c12.36% ST) online payment.

Treasury Challan or Demand Draft or Pay Order or Banker's Cheque or Deposit at Call Receipt or FDR or Bank Guarantee against EMD, Cost ofTender Document and Cost of Tender Processing Fee shall be placed in single sealed envelope superscripted as "Earnest Money, Cost of TenderDocument and Cost of Tender Processing Fee" with name of work and due date of opening of the bid also mentioned thereon.

------------------~

~kExecutive Engineer (Elect)

CCW, AIR, Mumbai

Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded tothe e-tendering website within the period of tender submission and certified copy of each shall be deposited in a separate envelop marked as "OtherDocuments" .

Both the envelopes shall be placed in another envelope with due mention of Name of work, date & time of opening of tenders and to be submitted inthe office of Executive Engineer during the period mentioned above.

Online tender documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit, Cost of TenderDocument and e-Tender Processing Fee and other documents placed in the envelope are found in order.

List of Documents to be scanned and uploaded within the period of tender submission:

I. Treasury Challan / Demand Draft / Pay order or Banker's Cheque / Deposit at call Receipt / FOR / Bank Guarantee of any Scheduled Bank againstEMD.

II. Demand draft / pay order or Banker's cheque of any Scheduled Bank towards cost of Bid document.~ Demand draft / pay order or Banker's che ue of any Scheduled Bank towards cost of Processing Fee.

IV. Enlistment Order of the Contractor.V. Certificates of work Experience ( if required from non CPWD class II contractors)

VI. Affidavit as per clause 1.2.3 of CPWD 6 ( if required from non CPWD and CPWD class II contractors)VII. Two letters from CPWD class I contractors as specified under clause 1.2.3 of CPWD 6 ( if applicable)

VIII. Certificate of registration for sales Tax / VAT Service tax and acknowledgement of up to date filed return if required.

SCHEDULE OF WORKName of work- Replacement of existing 300KW MW Transmitter by new 300 KW MW Solid state AM-DRM

Transmitter at AIR, Rajkot. (SH: Supply ,installation, testing and commissioning of vertical submersible motor pump setin bore well & horizontal Openwell submersible pumpset in sumpwell with pump control penel,HD UPVC pipe line.)

ItemNo.

Description of Item Quantity Rate

each.

Amount

2 Supply, installation testing and commissioning of Horizontaltype 'crompton' make 440 volts, 50Hz, 2880rpm, A.C. 3Phase Submersible motor pump set suitable for lifting thewater from underground tank to overhead tank. (Open welltype) as per details given below in the underground tank.Capacity in LPM: 580 515 440 380 375 Head in metres:18 20 22 24 26 DOL starting, 9 to 14AMPS.,2.2KW, 3HP, 2900 RPM, suction X delivery: 65 X 50MM dia, crompton make model No.SHONM32TAQCI)

160

105

Unit

each.

Supply installation, testing and commisoning of3phase, 440 volts A.C. vertical type submersible motorpump set of' crompton" make as per details given below.With all accesseries. Make-crompton,Model:-6W10Z3,redialflow HP:3, KW:2.2, 50Hz AC. RPM:-2900,NRV:50 mm dia,10 stage. (Installation with existing available column pipes &mechanical arrangement up to the depth of 75 mtrs along 1with control &main submersible cable, water level probe fordry run preventor)capacity in LPM : 45 70 75 100 110 125 135Head in meters : 90 83 75 66 57 47 38

3 Supply of following size multistrand ,copper conductor PVCinsulated, PVC sheathed flexible flat cable suitable forsubmersible of ISI make as directed by Engineer incharge

A 3X2.5sqmm mtr.

each.

-

4 Supplying of 'Ashirwad' make or equivalent make U PVCcolumn pipes of 50 mm dia size, blue coloured, each pipe of3 metres in length, threaded at both the ends and heavyduty long coupling at one end of each pipe ( 27 kg I ern" )heavy class as required(for borwell-77,borwell tosumpwell-6,borwell to O/H line-8, sumpwell to O/H line-6,in sumpwell2Nos P/S-6)

..

5 Supply and fixing of following valves in existing 50 mm diaPVC heavy duty pipe line with supplyng & fixing allaccessories required like Tee, coupling, Socket, union,flange nut bolts, nippel, reducer etc. complete

A 50 mm dia size sluice valve ISI mark of repute make orequivalent. 6 each.

Item Description of Item Quantity UnitNo.

B b) 50 mm dia size non-Return valve vertical Itype of ISI marked of repute make or equivalent 3 Each

7 Earthing with G.1.earth plate 600 mm X 600 mm thickincluding accessories, and providing masonary enclosurewith cover plate having locking arrangement and watering 2 each.pipe of 2.7 metre long etc. with charcoall coke and salt asrequired.

8 Providing and laying earth connection from earth electrodewith 6 SWG dia G.l.wire in 15 mm dia G.l.pipe from earthelectrode including connection with G.1.thimble excavation

12 rntr.and re-filling as required. Including fixing on surface of wall Ifloor with suitable size of clamps etc. as required.

9 Providing and fixing 6 SWG dia G.1.wire on surface or inracess for loop earthing etc. as required. 30 rntr.

10 Fabricating, supplying, installation, testing andcommissioning of suitable size dust and vermin proof indoortype totally enclosed compartmentalised CRCA cubical wall!floor mounted panel board made out from M.S. sheet of 16SWG and frame work made from size 25 mm x 25 mm x 3mm angle iron duly phosphated powder coated paintingincluding providing and fixing following switchgear inapproved manner, incoming and out going connections,interconnections with suitable size copper wire and copperThimble I lugs gland plate, danger notice plate, earthing thebody, etc as required. (MV panel shall not be less than 1.20mtr x 1.05 mtr x 0.30 mtr deep)

INCOMERA) 100 amps TPN MCCB of L&T make----1 NoB) 200 amps capacity TPN copper busbar----1 setC) Amps & Volt meter with selector switch,fuseD) Pilot lamp set with toggal switch-----3 NosOUTGOINGA)32 Amps TP MCB---------4 NosB) DOL starte with 9--14amps OIL relay, 1-0prevator,water level guard, ON-OFF idication lamp,0--25amps range Amps meterwith selectorswitch--4 setsC) space for 8-way mcb db with din chanel----1 set 1 Set

Total Rs.======

CONTRACTOR EX~~R(E)CCW,AIR,MUMBAL

.'

I I

Additional Condition for Internal Electrical Installation and Pump works1. The work shall be carried out as per CPWD specification Part-I 2005 for internal works & part-

II 1995 for external works and Indian Electricity rules, with amendments up to date.2. All material required to be used on work shall be got approved from the Engineer-in-charge.

well in advance3. Earthing, Cable laying, Cement concrete works and testing of the installation shall be done in

presence of the Engineer-in-Charge or his authorized representative.4. On completion of work the Contractor shall test the installation and produce Test Certificate

along with completion plan in accordance with the CPWD specification failing which a recoveryshall be made from the bill of the Contractor as per Clause SB.

5. Description of Items underlined in the Schedule of work shall be used for abbreviationnomenclature of items for measurement and running account bills only.

6. All debris at site shall have to be removed by the contractor before handing over theinstallation to the Department.

7. The Main board shall be fabricated in consultation with the Engineer-in-charge. Adequatespace for providing energy meter, Cutout for providing Energy Meter, Cutout for providingService Connection shall also be made on the Main Board.

S. The successful tendered shall be making his own arrangement for storage and watch andward of materials whether the same brought by him or supplied by the department. He shallremain responsible for watch and ward of installation and other fitting till these arecommissioned and handed over to the department.

9. Cement required for the work shall have to be procured by the Contractor himself.10. Electrical contractor will make recess in brick work by cutting chases for provision of Electrical

conduit and metal box according to the electric drawings for electrical services. ElectricalContractor will fix the conduits and boxes and there after close the chases up to the surface ofmasonry work in cement mortar 1:4 (1 Cement 4 sand) There after surface of chases shall beplastered and finished by the Contractor.(Civii Contractor) with mix and specification same asfor plaster to ensure smooth and even surface. Nothing extra shall be paid to the contractorfor above operations irrespective of whether the chases are out before or after plastering ofthe Wall

l1.AII the fitting and fans should be proper Earthed.12.Termination of wiring inside the DB's and main board should be by crimped connection. For

which no extra payment shall be made.13. The brass batten angle holder should be ISI marked.14. Dismantled materials shall be return back to department15. Before starting the fabrication. The contractor shall prepare drawing of the Main board shall

be got approved from the Engineer-in-Charge.16. The contractor shall co-ordinate with all other agencies involved in the building work so that

the building work is not hampered due to delay in his work. Recessed conduit and otherworks, which directly affect the progress of the building work, should be given priority.

17. (i) When work is executed in occupied buildings, there would be minimum of inconvenience to

the occupants with the Engineer-in-charge and the occupying department. If so required, the

work may have to be done even before and after office hours.

(ii) The contractor shall be responsible to abide by the regulations or restrictions set in regard

to entry into, and movement within the premises .

-

..21

(iii) The contractor shall not tamper with any of the exsisting installations including their

switching operations or connections there to without specific approval from the Engineer-in-

charge or his authorized representatives.

18. The Contractor use any following makes for use in the work. Materials with ISI certification

mark shall be preferred including prior approval from the Engineer-in-Charge.

A) PVC insulated FR copper ConductorMulti core Cable : Polycab/RR Cable/ Avocab / Bin Cab / Havells

B) Modular Accessories Roma-Anchor / MK- Wraparound / Spectra-Havells/Siernens/Le grande.Precision / Nihir / Modi

: Finolex / Delton

: Crompton / Bajaj /Philips/Havells Ltd.

: Philips / wipro/Crompton

: Crompton/Baja/Almonard/

Khaitan/GMC/Havells.

H) Ceiling Fan : Crompton / Usha / Orient/Havells.

I ) Fluorescent Fitting : Crompton / Bajaj / Philips/

J) Wall bracket : Decon / Jilco/ Jimco

K) MCB's & MCB DB's : Havells / Standard / ABB/Siemens/ Le grande

L) Energy Meters : AE!Meco/L&T/Havelis.

M) Switch gears : L&T, / Siemens/, C & S Ltd

N) The makes of pump, panel, uPVC pipes, valves, non return valves, pressure gauge

and switch gear accessories shall be as per schedule make or to be got approved

from Engineer - in- charge before use at site.

C) PVC Conduit

D) Telephone T.V Wire

E) CFL Fitting

F) CFL Lamp

G) Exhaust Fan

ExeCU~n~(E)CCW AIR Murribai

.'

22