FORMAL ORDER M/s. Priya Enterprises LIG 14 SADA …nclcil.in/tenders/Oct 2016/63614079.pdf ·...

26
Northern Coalfields Limited (A Govt. of India Enterprise) A Subsidiary of Coal India Ltd) Materials Management Department P.O.Singrauli Colliery, Dist.Singrauli(MP) 486889 Ph: 07805-266606/256261 Fax: 266388/266640 Website : www.ncl.nic.in / www.tenders.gov.in Ref: No. 63614079/313A1092 Date : 17 -10-2016 FORMAL ORDER To M/s. Priya Enterprises LIG 14 SADA Colony Singrauli M.P. 486889 Vendor Code P0545 Cantact No. 9425176667 Fax No 07805-272575 PCC: By Regd. Post Dear Sirs, Sub: Supply , Installation, Testing and Commissioning of High Mast Lighting Towers along with AMC for 3 years Ref : 1.Our Tender Enquiry No. NCL/SGR/MMD/Sec III/313A1092/Open/40 dated 06-06-2015, opened on 06-07-2015 . 2. Your Offer dated 01.07.2015 submitted against Tender ID 2015_NCL_13177_1 and all subsequent clarification/confirmation. 3. Your Letter No:- PE/SGRL/NCL/15-16/01 dated 17.02.2016 4. Your Letter No. Priya/2016-17/SGRL/01 dated 29.04.2016 5. Your Letter No. Priya/2016-17/SGRL/03 dated 31.05.2016 6.Your Letter No. Nil dated 29.07.2016 7 Your Letter No. Nil dated 14.10.2016 With reference to the above, we hereby place our formal Supply Order on you for supply, Installation, Testing and Commissioning of following High Mast Lighting Towers which shall be governed by the specifications, prices, terms and conditions mentioned hereunder and also unless otherwise specified as per General Terms and Conditions of Supply of Stores “ of the NIT :- Srl. No. Item Description Qty. (No.) Basic Unit Price (Rs) Extension Price (Rs) 1 High Mast Lighting Tower of 20 Metre with 8 Nos. of 2 x 400 Watt Metal Halide Luminaries complete with control Panel, Foundation for erection at the site, transportation to the site, installation, Testing and Commissioning 58 319000.00 18502000.00 2 High Mast Lighting Tower of 30 Meter with 12 Nos. of 2 x 400 Watt High Pressure Sodium vapour lamp Luminaries complete with control Panel, Foundation for erection at the site, transportation to the site, installation, Testing and Commissioning 49 479000.00 23471000.00 Total (In Rs) 4,19,73,000.00

Transcript of FORMAL ORDER M/s. Priya Enterprises LIG 14 SADA …nclcil.in/tenders/Oct 2016/63614079.pdf ·...

Northern Coalfields Limited

(A Govt. of India Enterprise)

A Subsidiary of Coal India Ltd)

Materials Management Department P.O.Singrauli Colliery, Dist.Singrauli(MP) 486889

Ph: 07805-266606/256261 Fax: 266388/266640

Website : www.ncl.nic.in / www.tenders.gov.in

Ref: No. 63614079/313A1092 Date : 17 -10-2016

FORMAL ORDER

To

M/s. Priya Enterprises

LIG 14 SADA Colony

Singrauli M.P. 486889

Vendor Code – P0545

Cantact No. 9425176667

Fax No 07805-272575

PCC: By Regd. Post

Dear Sirs,

Sub: Supply , Installation, Testing and Commissioning of High Mast Lighting

Towers along with AMC for 3 years

Ref : 1.Our Tender Enquiry No. NCL/SGR/MMD/Sec III/313A1092/Open/40

dated 06-06-2015, opened on 06-07-2015 .

2. Your Offer dated 01.07.2015 submitted against Tender ID

2015_NCL_13177_1 and all subsequent clarification/confirmation.

3. Your Letter No:- PE/SGRL/NCL/15-16/01 dated 17.02.2016

4. Your Letter No. Priya/2016-17/SGRL/01 dated 29.04.2016

5. Your Letter No. Priya/2016-17/SGRL/03 dated 31.05.2016

6.Your Letter No. Nil dated 29.07.2016

7 Your Letter No. Nil dated 14.10.2016

With reference to the above, we hereby place our formal Supply Order on you for

supply, Installation, Testing and Commissioning of following High Mast Lighting

Towers which shall be governed by the specifications, prices, terms and conditions

mentioned hereunder and also unless otherwise specified as per “General Terms and

Conditions of Supply of Stores “ of the NIT :-

Srl.

No.

Item Description Qty.

(No.) Basic Unit

Price (Rs)

Extension Price

(Rs)

1 High Mast Lighting Tower of 20

Metre with 8 Nos. of 2 x 400 Watt

Metal Halide Luminaries complete

with control Panel, Foundation for

erection at the site, transportation to

the site, installation, Testing and

Commissioning

58 319000.00 18502000.00

2 High Mast Lighting Tower of 30

Meter with 12 Nos. of 2 x 400 Watt

High Pressure Sodium vapour lamp

Luminaries complete with control

Panel, Foundation for erection at the

site, transportation to the site,

installation, Testing and

Commissioning

49 479000.00 23471000.00

Total (In Rs) 4,19,73,000.00

Make Of Items:- Lamps & Luminaries- Philips India Limited

High Mast Structure:- Utkarsh

(Detailed Technical Specifications as per Annexure – I , enclosed)

TERMS & CONDITIONS

1. BASIS OF PRICE :Prices are inclusive of Packing, Forwarding, Freight and Transit

Risk Insurance charges etc. on FOR destination basis, which shall remain firm till

completion of supplies.

2. Excise Duty : The basic prices are inclusive of Excise Duty for which you have to

submit Cenvatable Invoice with minimum Cenvatable amount of Rs 6600.00 per

unit for 20 Metre High Mast Lighting Tower and Rs 12400.00 per unit for 30

Metre High Mast Lighting Tower. In case the actual Cenvatable amount is less

than the minimum Cenvatable amount, the differential amount shall be deducted

from your bills wherever NCL is eligible to avail Cenvat credit. For this purpose

you will submit the Cenvatable Invoice alongwith the Excisable Invoice of M/s

Philips India Limited for complete High Mast Tower i.e. all the items which are

Excisable and being used in the High Mast Tower including Luminaries.

For availing CENVAT Credit by NCL, you shall submit copy of

CENVATABLE EXCISE Invoice as per rule 11 of CENTRAL EXCISE Rule

2002 at the time of supply of material along with the final bill(s) indicating

therein Northern Coalfields Limited’s ECC No, Range, Division and

Commissionerate along with other details as detailed below:

Clean Energy Cess Regn.

No./ Excise Regn.

Range Division Commissionerate

AABCN4884HEM011 Waidhan Satna Bhopal

You have to submit your auditor’s certificate along with the bill confirming

that refund/ credit if any obtained against Excise Duty has been/ shall be

passed on to Northern Coalfields Ltd.

3. VAT : To be paid extra at actuals, as legally leviable at the time of supply

which is presently applicable @ 14%. You shall submit Vatable Invoice against

which NCL shall avail Input VAT credit.

4. Installation,Testing &Commissioning Charges : Shall be paid extra @ Rs

55000.00 per unit for 20 Meter High Mast & @ Rs 65000.00 per unit for 30 Meter

High Mast.

5. Service Tax on Installation, Testing &Commissioning charges: Shall be

paid extra at actuals, as legally leviable at the time of supply, which is presently

applicable @15%. You shall submit Service Tax Invoice in prescribed format as per

4(A) of Service Tax Rule 1994 for availing input Tax Credit by NCL.

6. AMC : Comprehensive Annual Maintenance Contract for 3 years from the

date of completion of Warranty/Guarantee period shall be concluded separately by

GM(E&M), NCL(HQ) @ Rs 15000.00 per unit for 20 Mtr Mast & @ Rs 18000.00

per unit for 30 Mtr Mast. with Service Tax thereon, which shall be paid extra at

actuals, as legally leviable, which is presently applicable @ 15 %.

7. Delivery including Installation,Testing & Commissioning : Within 6 (six)

months from the date of receipt of supply order. However, early delivery will be

preferred.

8. CONSIGNEE: The Depot Officer, Central Stores, Northern Coalfields Limited, P.O. Jayant,

Dist. Singrauli – 486890 (MP). Project-wise allocation shall be given by GM(E&M)/HOD, NCL(HQ).

9. SECURITY DEPOSIT: You are advised to submit security money for

57,19,527.00 (Rupees Fifty Seven lakh Nineteen Thousand Five Hundred Twenty

Seven only) within 15 days from the date of receipt of Supply Order. The security

deposit should be submitted in the form of Bank Demand Draft payable at SBI,

Morwa Branch (Code 3767), Singrauli, MP /or at any bank located at Morwa,

Singrauli, MP / or in the form of Bank Guarantee drawn on any nationalized bank /

Scheduled Bank in a prescribed Format (i.e. as per Annexure J of NIT) The validity

of BG for security deposit will be for a period of three months beyond the expiry of

delivery period. If you fail to deposit the security deposit within 15 (fifteen) days

from the date of receipt of order, the order shall be cancelled and the case shall be

processed to order elsewhere and your performance shall be kept recorded for future

dealings. The security deposit shall be refunded within thirty days of satisfactory

execution of the contract on your request. For contractual failure, the security

money shall be forfeited.

10. Performance Bank Guarantee : The Performance Bank Guarantee is to be

submitted for Rs 57,19,527.00 (Rupees Fifty Seven lakh Nineteen Thousand

Five Hundred Twenty Seven only) to cover both satisfactory performance and

warranty. The performance guarantee will be taken in the form of a Bank

Guarantee in prescribed format as per Annexure-K of NIT valid for 54 months

from the date of receipt and acceptance of the materials at site and the same shall

be either released, if no claim is pending or extended thereafter, as deemed fit. In

case, the security money has been submitted in the form of Bank Guarantee, the

same may be converted in to performance bank guarantee provided the validity is

54 months from the date of receipt and acceptance of materials at site.

11. PAYMENT TERMS: 100% payment shall be released within 21 days of receipt, acceptance,

Installation, Testing and Commissioning of materials at site or submission of bills complete in all

respects, whichever is later. The successful commissioning certificate shall be issued by

GM(E&M), NCL(HQ) directly to the Paying authority for arranging payment The payment will be

made through Electronic Fund Transfer (EFT) or e-payment after receipt and acceptance of

Performance Bank Guarantee.

12. PAYING AUTHORITY : The Area Finance Manager(HQ), Northern

Coalfields Limited, P.O. Singrauli, Dist. Singrauli (MP - 486889).

13. BANKER’S NAME : Allahabad Bank, Morwa Branch, Singrauli 486889, A/c

No. 50156667349 , IFSC Code – ALLA0210254

14. SUBMISSION OF BILLS: 100% bill with taxes & duties stamped and pre-

receipted shall be submitted in triplicate to the Paying Authority with the following

documents :--

(i) Receipted Challan

(ii) Guarantee/Warranty Certificate

(iii) Maker’s Test-cum-Inspection Certificate

(iv) Any other document required as per order duly authenticated.

A set of above documents should also be submitted to the consignee.

15. PACKING : Consignment should be securely packed & marked as per standard

Trade practices/BIS Norms to withstand the rigors of transport to prevent any

loss/damage or pilferage in transit and ensure safe arrival at destination. Packing

of materials should conform to the requirement of Carriers.

16. MODE OF DESPATCH & ROAD PERMIT : By Road transport only on Door

Delivery basis at your risk. Safe arrival of material at consignee’s end will be

responsibility of the supplier. In MP no road permit is required as per present rules

as NCL is a PSU. However, if the same is made applicable, you are advised to

write to the consignee for issue of necessary Road Permit before arranging

dispatch, indicating clearly the address of the place from where goods will be sent

to the consignee and the number of Road Permits required from the consignee

concerned.

17. LOWEST PRICE CERTIFICATE: You shall submit a certificate on the body of

each bill stating that “the price charged by you against this contract is the lowest

and is the same as applicable to other Government departments /

Undertakings/CIL and its subsidiaries./ Other Organisations and are not higher

than the rates quoted/ Prices charged by us for same items to other customers”

18. INSPECTION (i) Pre-dispatch Inspection : No pre-dispatch inspection shall be

carried out. (ii) Final Inspection : Final inspection shall be carried out by the

authorized representative of GM(E&M) /NCL HQ after receipt of materials at

consignee’s end. The stores found defective or not in accordance with the supply

order specification will be rejected and intimated for free replacement within 30

(thirty) days from the date of intimation.

19. LIQUIDATED DAMAGE CLAUSE: In the event of failure to deliver or

dispatch the stores within the stipulated date/period in accordance with the

specifications mentioned in the supply order and in the event of breach of any of the

terms & conditions mentioned in the supply order, NCL should have the right :

a. To recover from the successful tenderer as agreed liquidated damages, a sum of

0.5% (half percent) of the price of any stores which the successful tenderer has not

been able to supply as aforesaid for each week or part of a week during which the

delivery of such stores may be in arrears limited to 10% (ten percent). Where felt

necessary the limit of 10 % can be increased to 15 % at the sole discretion of

GM(MM)/NCL HQ.

b. Or to purchase elsewhere after due notice to the successful tenderer on the account

and at the risk of the defaulting supplier the stores not supplied or others of similar

description without canceling the supply order in respect of the consignment not yet

due for supply or

c. To cancel the supply order or a portion thereof and if so desired to purchase the

stores at the risk and cost of the defaulting supplier and also

d. To extend the period of delivery with or without penalty as may be considered fit

and proper the penalty, if imposed shall not be more than agreed liquidated damage

referred to in clause(a) above,

e. To forfeit the security deposit fully or partly

f. Whenever under this contract, a sum of money is recoverable from and payable to

the suppliers, NCL shall be entitled to recover such sum by appropriating in part or in

whole for deducting any sum or at any time thereafter may become due to the

successful tenderer in this or any contract should this sum be not sufficient to cover

the full amount recoverable, the successful tenderer shall pay NCL on demand the

remaining balance. The supplier shall not be entitled to any gain on any such

purchase.

20. RISK PURCHASE: In the event of failure of supplier to deliver or dispatch the

stores within the stipulated date / period of the supply order, or in the event of breach

of any of the terms and conditions mentioned in the supply order, Northern Coalfields

Limited have the right to purchase the stores from elsewhere after due notice to the

defaulting supplier at the risk and cost of the defaulting supplier. It is mentioned

clearly that in the event of failure of the supplier as detailed above, the cost as per risk

purchase exercise may be recovered from the bills against any other supplies pending

at NCL and also in any other Subsidiary Company/Coal India Ltd.

21. PRICE FALL CLAUSE: The price charged for the stores supplied against this

order by you shall in no event exceed the lowest price at which you sell or offer to sell

the stores of identical description to any other organization during the period of

contract.

If the supplier at any time during the period of contract reduces the sale price, sells or

offers to sell such stores to any other organization at a price lower than the priced

chargeable under this contract, the supplier shall forthwith notify such reduction of

sale price to the undersigned and the price payable under the contract for stores

supplied after the date of coming in force of such reduction in sale price shall stand

correspondingly reduced.

22. WARRANTY/GUARANTEE:

The supplier shall give a warranty/guarantee for satisfactory performance of the

supplied materials for a period of 12 months from the date of Installation &

commissioning. The supplier shall be responsible for any defect that may develop ,

under the conditions provided for by the contract and under proper use, arising from

faulty materials, design, quality or workmanship and shall remedy such defect at his

own cost. If it becomes so necessary for the supplier to replace or renew any

defective part, such replacement or renewal shall be made by the supplier 100% free

of cost without any extra cost to Northern Coalfields Limited. The new goods should

be supplied on FOR destination basis free of cost. M/s Philips India Limited shall also

be responsible for genuineness & quality of the High Mast Lighting Tower including

Luminaries.

Warranty replacement should be completed within a reasonable period maximum

within one month from the date of claim up to ultimate Consignee’s end. All cases of

warranty replacements will be decided on the basis of joint inspection of the failed

goods held between the user's representative and the supplier's representative.

.

23.The supplier shall warrant that the item(s) supplied under this contract / supply

order:

(a) Is new, unused and or current design not likely to be discontinued or become

obsolete in near future.

(b) Is in accordance with the Contract Specifications

(c) Shall have no defects arising out of design, materials and workmanship.

24. Apart from the above terms & conditions, the order will also be governed by the

“General Terms & Conditions of supply of Stores” enclosed with the NIT and all the

terms & conditions of NIT as well as Provisions of CIL Purchase Manual unless

otherwise specified in this order.

25. IDENTIFICATION MARK : The word “NCL” along with Manufacturer’s

distinctive identification mark / symbol as also the part no. must be clearly embossed /

punched / engraved on each and every item, as far as practicable, at a visible place,

which is not subjected to normal wear and tear, for convenience of identification any

time. Apart from this a tag may be attached to each part / item giving identification

mark, part no. description. However, for higher precision items where

embossing/engraving/punching is not possible, identification mark be put by Metal

Marker.

26. Jurisdiction of Court : All disputes are subject to jurisdiction of “Singrauli Court”

only.

The contract is concluded with this acceptance. You are requested to kindly

acknowledge receipt and acceptance of order within 10 days from the date of issue of

order. In case, no reply is received within the above period, it will be presumed that

the order has been accepted by you without any precondition.

Encl. Annexure – I (Technical specifications)

Annexure –II (Pre Contract Integrity Pact)

Yours faithfully,

For and on behalf of Northern Coalfields Limited,

( Prateek Singh) (M A Siddiqui)

Assistant Manager(X/MM) Chief Manager(MM)

Copy to:

1. CVO, NCL (HQ)

2. Sr. Officer (Sectl) to Dir (T/Oprns), NCL(HQ), Singrauli

2. GM(E&M)/GM(Stores)/GM(Fin)I/C-- NCL(HQ), Singrauli

3. GM(MM): CIL/ECL/BCCL/CCL/WCL/SECL/MCL

4. The Depot Officer, Central Stores, Northern Coalfields Limited, P.O.

Jayant, Dist. Singrauli – 486890 (MP) .

5. Sri Sewa Ram, IAS (Retd.), 660, Sector – 26, Panchkula, Haryana –

134116.

6. Sri J.K. Khanna, IPS (Retd.), A-102, Sector - 55, Noida -201307.

7. The Area Finance Manager(HQ), Northern Coalfields Limited, P.O.

Singrauli, Dist. Singrauli (MP - 486889).

8. M/s Philips India Limited, Technopolis Knowledge Park, Mahakali

Caves Road, Chakala, Andheri East, Mumbai 400 093 : This has reference

to their Authorization letter dated 30.06.2015 and subsequent letters dated

24.08.2015

This is issued against Sanction Orders communicated by GM(E&M) vide his

letter no. NCL/SGR/E&M/Sanction/2013/1269 dated 08.08.2013 &

NCL/SGR/E&M/Sanction/2013/1347 dated 21.08.2013, Indent Regn. No.

313A1092 dated 02.12.2013 and following BC Nos.:-

Sl

No.

Project/Unit Amount (Rs) BC No.

1 Amlohri 2220800 BC No. /1138/FA/Capital – Elect.

equipment/01 dated 24.09.2016

2 Nigahi 6000000 Against CB 16-17 Under Head of

Account Pther P&M Vide FC No.

1./8 dated 24.09.2016

3 Jayant 5612000 NCL/JNT/FY 2016-17 CAPITAL

(E&M) BC NO. 4 P.No. 43 P/No.

2196 dated 24.09.2016

4 Dudhichua 5700000 BC/Rev/2016-17/41/02 P&M (E&M)

Capital Budget dated 24.09.2016

5 Khadia 5000000 KHD/CB/16-17/Other P&M

E&M/High Mast Lighting

Tower/160/01 dated 23.09.2016

6 Krisansilla 3454360 BC No. 16-17/120108/05/25/02 dated

23.09.2016

7 Bina 6000000 16-17/05/54/02 dated 22.09.2016

8 Kakri 2220800 BC No. KKR/FIN/16-

17/Capital/28/01 dated 21.09.2016

FD NO. KKR/FIN/16-17/25/308

dated 21.09.2016

9 Jhingurda 4000000 JRD/BC/REV/Ac hd Capital Other

P&M P291-12F Yr 2016-17 dated

27.09.2016

10 Block B 4786840 Block-B/BC/CAP/Other P&M P

247/01 F Yr 2016-2017 dated

23.09.2016

11 Central Workshop 3000000 BC No. Capital 16-17/Other P&M-

E&M P NO.27 Sl No. 1 dated

22.09.2016

12 HQ 2664960 NCL/HQ/C&B/Capital/Other P&M

E&M/2016-17/04 dated 23.09.2016

13 Central Store, Jayant

plus Fund of Other

P&M E&M kept at HQ

6535510.00 NCL/HQ/C&B/Capital/Other P&M

E&M/2016-17/06 dated 12.10.2016

FC No:- NCL/HQ/FC/2016-17/Capital/Other P&M E&M/05 dated 12.10.2016

for Rs 5,71,95,270.00

ANNEXURE - I

A. TECHNICAL SPECIFICATIONS

1)ITEM NO. 1

1. Scope of Supply: You have to supply of 58 nos. of 20 Metre with 8 Nos. of 2 x 400 Watt Metal Halide Luminaries, High Mast Lighting Towers along with a provision of individual and dedicated Lantern carriage motorised hoist winch for raising /lowering unit with manual operation facilities complete with control panel, foundation for erection at the site of various projects/units and HQ of NCL Singrauli. The supply will include transportation to site, Installation, testing, commissioning and 3 years AMC.

2..Performance parameters: High Mast Lighting Towers should be designed for withstanding adverse weather and operation conditions.

3. Dynamic Loading for the Mast You should consider the following for the design of the High Mast lighting mast towers. a) Regional Basic Wind speed: 50 m/sec (180 km/hr ). b) Gust Factor: 1.15 (as specified in IS: 875 (Part 3)—1987). c) Topography configuration: To be taken for Plain Area as specified in IS 875 (Part 3) -1987. d) Mean probable design life : 25 years. e) Terrain Category: Category 1 Class A as per IS 875 : 1987 (Part 3) f) Height Variation factor: The values for different heights viz 20m , depending upon the height of the mast from ground level to be taken from IS 875 : 1987 (Part 3) for the category and class specified. g) Wind Frontage Area : To be calculated by the manufacturer based on the size of their luminaire. To design with equal distribution of luminaries along the carriage.

4. Lighting mast structure : The Lighting mast shall be continuously tapered, polygonal cross section at least 20 sided and shall be as per IS: 875 -1987 (Part—3) and TR No: 7-2003 of ILE, UK and other relevant standards to give an assured performance. The allowable stresses while designing the structure shall be calculated taking consideration Para 3.9.4 of IS:800 -1984 ( amended up to date) The Lighting mast shall be fabricated from steel plate conforming to IS: 2062, cut and folded to form polygonal section and shall be jointed and welded. The mast shall be delivered in 4 /5 sections (for easy transportation). Each section shall be fabricated out of individual plated duly folded and welded. The dimension of the mast shall be based on proper design and structural design calculations. At the site, the sections shall be joined together by slip stressed — fit method. No site welding Bolted joint shall be done on the mast. The minimum overlap distance shall be 1.5 times the diameter at penetration. The base section shall penetrate to full depth of the flange and welded to the top and bottom to achieve fully developed to the strength to with stand the high wind speed, perfect verticality and stability of entire section. The base flange shall be provided with supplementary gussets between the foundation bolts holes to ensure elimination of helical stress concentration. Minimum thickness of bottom section shall not be less than 5.00 mm and top section not less than 4.00 mm. For Environmental protection of the mast, the entire fabricated mast shall be hot dip galvanised, internally and externally having uniform thickness as per relevant standards.

5. Aperture compartment: An adequate door opening shall be provided at the base of the mast and the opening shall be such that it permits clear access to the equipment like winch, cables, plug and sockets etc and also facilitate for easy removal of the winch. The door opening shall be with heavy duty double internal lock with special pad lock and key The door opening shall be carefully designed and reinforced with welded steel section so that the mast section at the base shall be un effected and undue buckling of the cut portion is prevented. Size of the door shall be minimum to avoid the buckling of the mast section under heavy wing/gale conditions.

6. Lantern Carriage: (i) Fabricated Lantern carriage shall be provided for fixing and holding the flood light Luminaries and control gear boxes. The lantern carriage shall be designed with steel tube construction. The tubes acting as conduits for cables with holes and fully protected by grommets. (ii) The Lantern carriage shall be designed to hold required number of flood light luminaries with control gear boxes and shall have perfect balance. (iii) The Lantern carriage shall be fabricated in two/three halves and joined by bolted flanges with stainless steel bolts and nuts to enable for easy installation or removal from erected mast. The entire Lantern carriage shall be hot dip galvanised internally and externally having uniform thickness as per relevant standards after fabrication. (iv) The inner lining of the Lantern carriage shall be provided with protective arrangement by providing PVC buffer to avoid swing and no damage is caused to the surface of the mast during raising and lowering operation of the carriage.

7. Junction Box The weather proof junction box with IP: 54 protected enclosure, made of cast aluminium should be provided on the carriage assembly as required from which the inter connections to the designed number of flood light luminaries and associated control gear fixed on the carriage shall be made.

8. Raising and Lowering mechanism : For the installation and maintenance of the metal halide luminaries and lamps, it shall be necessary to lower and raise the lantern carriage assembly. To enable this, a suitable Winch arrangement shall be provided. The winch shall be fixed in the Aperture compartment provided at the base of mast and the specially designed head frame assembly at the top of the mast.

9. Winch: The electrically operated winch shall be of “integral power tool” type with motor of suitable HP. The winch shall have provision of manual operation, in the event of failure of power motor. The winch shall be double drum and completely self-sustained type without the need for break shoe, springs or clutches. Each driving spindle of the winch shall be positively locked when not in use Gravity activated pawls. The capacity, operating speed, safe working load, recommended lubrication and Sl.No of the winch shall be clearly marked on the each winch. The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay with no chances of slippage. The rope termination in the winch shall be such that distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum when the lantern carriage is fully lowered and reset on pads. It should be possible to remove the hoist mechanism after dismantling through the door opening provided at the base of the mast. Also winch gear box for simultaneous and reversible operation of the double drum winch shall be provided. The winch shall be type tested at Govt. or Govt. approved/Accredited Test House and copy of the test report shall be submitted along with supply and the test certificate for each winch from original manufacturer shall be submitted with supply in support of the maximum load operated by the winch.

10. Head Frame : The head frame is so designed as a capping unit of the mast shall be welded, steel construction, galvanized both internally and externally. The top pulley shall be appropriate diameter, large enough to accommodate the steel wire ropes and multi core electric cable. The pulley block be made of non-corrodible material, die cast aluminium alloy (LM-6}. Self-lubricating bearings and steel shaft shall be provided to facilitate smooth and maintenance free operation for a longer period. The pulley assembly shall be fully protected by a canopy galvanized internally and externally. The Head frame shall be provided with guides and stops with PVC buffer for docking the lantern carriage.

11. Steel wire Ropes : The suspension system shall essentially be without any intermediate joint and shall consists of only non-corrodible steel wire of AISI -316 or better grade. The steel wire ropes shall be of 7/19 construction, the central core being of the same material. The overall diameter of the rope shall not be less than 6 mm. The breaking load of each rope shall not be less than 2400 Kgs, the factor of Safety not less than 5 times of safe working load of the winch. Three/four suspension ropes of steel ropes shall be used in the system with a provision of compensating disc. There shall be a separate torque limiting device to protect the wire rope from over stretching. It shall be mechanical with suitable load adjusting device. The Torque limiter shall trip the load when the load exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is tripped off. The torque limiter is a requirement as per the standards in view of the overall safety of the system.

12. Electrical system, Cable and Cable connection : A suitable cable coupler shall be provided as a part of the contract at the base compartment of the high mast for terminating the incoming cable. The electrical connection from the bottom to the top of mast to provide power supply to the installed luminaries shall be provided by special trailing cable of appropriate current rating. The cable shall be EPR/ PVC Insulated and PCP sheathed to get flexibility and endurance. At the top, there shall be a weather proof Junction Box (Degree of protection IP:54) to terminate the trailing cable. The system shall have in-built facilities for testing the luminaries while in lowered position. Also a suitable provision shall be made at the base of the compartment of the mast to facilitate the operation of internally mounted electrically operated power tool for rising /lowering of the lantern carriage assembly. The trailing cables of the lantern carriage shall be terminated by means of specially designed metal clad multi plug and socket provided in the base compartment to enable easy disconnection when required.

13. Lightning Conductor: One no Lightning conductor shall be provided for each mast. The lightning conductor shall be minimum of 1.2 Mtrlength and shall be provided at the centre of the head frame. It shall be solidly bolted to the head frame to get a direct conducting path to the centre of the earth through the mast. The lightning conductor shall not be provided on the lantern carriage under any circumstances in view of safety of the system.

14. Aviation obstruction lights: A Set of two aviation obstruction lights (preferably L.E.D type) of approved type shall be provided on the top of each Lighting Mast.

15. Earthing Terminal: Earthing terminal using 12 mm diameter stainless steel bolt and nut shall be provided at a convenient location on the base of the mast. Two Nos Earth pits shall be provided conforming to IS 3043 - 1987 (one for Earthing of cable gland and the other for the Earthing the Lighting mast). The Earth electrodes shall be made out of cast iron , not less than 100 mm diameter and 2.7 mtr long with 6 to 8 mm dia holes on the periphery of the Cast Iron pipe as per IS standards. The minimum distance between the two earth pits shall be double the length of earth electrode. Charcoal, salt shall be filled around earth pipe of 150 mm thick. 25 x 6 mm GI Flat shall be laid and terminated between the earth electrode and body of the High mast Lighting tower for body Earthing and Two runs of earth wire of 8 SWG thick GI wires shall be laid and terminated between the earth electrode and Cable gland. The brick masonry wall around earth electrode with internal dimension size of 600mm x600mm x 450 mm constructed by 112.5 mm thick brick wall and cement plastered. Cast Iron cover with frame /RCC Slab shall be provided on the masonry wall to cover earth pit. The earth resistance shall not exceed 1 to 1.2 Ohms.

16. Feeder pillar panel : The control panel shall be out door type, stand mounted, dust and vermin proof with degree of protection IP: 55. The same shall be fabricated out of 14 SWG CRCA sheet steel. The panel shall be given pre-treatment and powder coated to grey colour. The stand shall be painted with black paint with synthetic enamel paint. Cable entry shall be at the bottom [Detachable plate of suitable size) with 2 Nos Heavy duty double compression brass Cable gland for cable termination (for Incoming and Out going cable). Laminated circuit diagram shall be fixed to the inside of the door of the feeder pillar panel with screws. Feeder pillar shall have pad locking arrangement, 2 Nos earth terminals of 12mm dia brass bolts, nuts with washers shall be provided. Panel shall have a sloping canopy to avoid accumulation of dust. The panel shall consists of 3 Phase RCBO (Short Circuit, Over current and Earth leakage protection of 300 mA) of suitable rating, Contactor of suitable rating of ISI Mark (MDS /L&T-Hager/Siemens/BCH make). Timer for switching ON & OFF the lights (L&T make). Pilot L.E.D lamps for indication, toggle switch for Automatic / Manual mode, copper bus bar, duly wired with other accessories for the safe and efficient operation of the system shall be included by the supplier.

17.Technical specification for luminaries : The luminaries shall be long range, high intensity and energy saving 230 Volts, 400 watt metal halide flood light conforming to IS:10322 (latest) and the enclosure alongwith control gear box should be dust, moisture and vermin proof and shall have degree of protection IP: 65/IP66 and shall be as per IS:10322 and IS:13383 . All lighting fixture shall be complete with lamp, lamp holder, control gear, reflector and cable gland. Power factor of the fixture shall be not less than 0.93. Suitable correction capacitor shall be provided where ever required. All electrical accessories such as energy efficient copper blast, electric ignite, PF improvement capacitor etc. shall be pre-wired to a terminal box. The fixture incorporating reflector control gear housing, lamp holder and terminal block shall be made of single piece di-cast aluminium furnished silver grey to resist corrosion or of highly polished stainless steel mirror finish reflector cum body. In case of di-cast the reflector shall be of high quality electromechanically brightened and anodized faced cast aluminium for optimum light distribution with MH lamp. The Luminaries offered shall have type tested to parameters laid down in the relevant IS and shall submit copy of Type test report laid down in the relevant IS Standard from a Government or Gov. approved/accredited Test house having approval for testing of Luminaries. The ballast should be heavy duty, low loss, electromagnetic type consisting of silicon steel lamination, super enamelled copper wire, core and coil embedded in polyester thermosetting compound, terminal block with tapping for 200/220/240 V AC supply and suitable for industrial area lighting application. All components of luminaries shall be of one make. i.e M/s Philips India Limited

Lamps: The 230 V, 400 W MH lampshould be high efficiency lamp and after 5000 hrs. operation the lumen maintenance shall not be less than 80%. Luminous efficiency not less than 100 lm/W. Lumen output (approx.) of efficient 400 W MH lamp: 40000 lm (approx.). Lamp should be of same make as of luminaries offered i.e. M/s Philips India Limited .

18. Foundation : You have to submit the detailed foundation engineering drawing after the site inspection within 30 days from the date of receipt of purchase order for verification and got it approved by GM(E&M)/ NCL HQ for carrying out Foundation works before commencement by you. 1) Required Foundation bolts with three nuts duly coated with Galvanized / passivated threaded portion to avoid rusting shall be supplied along with High mast lighting towers under the scope of supply. 2) Lightning Conductor, providing of two earth pits and cables from Feeder panel to High Mast tower Luminaries shall be supplied along with High mast lighting towers under the firm scope of supply. 3) NCL will provide the power supply to the incoming terminals, feeder pillar panel.

19. Test Certificate You are advised to submit copy of following type test certificate from an Govt. or Govt. approved/accredited test laboratory or institution along with copy of calibration reports of the testing equipment where type tests had been conducted are to be submitted with the supply. 1. Winch 2. Luminaries 3. Lamps Copy of following test for high mast lighting tower of 20 Metre height with 4 Nos of 400 Watt luminaries on one side as per IS:800-1984(latest amended) from an Govt. or Govt. approved/accredited test laboratory or institution along with copy of calibration reports of the testing equipment where type tests had been conducted are to be submitted with the supply. 1. Optical Photometric Test of luminaries. 2. Dynamic Load Testing Apart from above routine test certificates form manufacturer is required to be submitted with the supply.

20. Annual Maintenance Contract: You have to comply the AMC terms and conditions given at Sl. No. B of this Annexure-I.

2) ITEM NO. 2

1. Scope of Supply: You have to supply 49 nos. of 30 Metre with 12 Nos of 2 x 400 W High Pressure Sodium vapour lamp Luminaries, High Mast Lighting Towers along with a provision of individual and dedicated Lantern carriage motorised hoist winch for raising /lowering unit with manual operation facilities complete with control panel, foundation for erection at the site of various projects/units and HQ of NCL Singrauli. The supply will include transportation to site, Installation, testing, commissioning and 3 years AMC.

2. Performance parameters: High Mast Lighting Towers should be designed for withstanding adverse weather and operation conditions.The luminaries are such chosen to achieve following guaranteed illumination level:- • For 30 Mtr. Lighting Mast for coverage area of 150 Meters: Minimum Lux 7.5, Maximum Lux 45, Average Lux 25(min), Uniformity Factor 0.30 (min), for Maintenance Factor of 0.70.

3. Dynamic Loading for the Mast You should consider the following for the design of the High Mast lighting mast towers. a) Regional Basic Wind speed: 50 m/sec (180 km/hr ). b) Gust Factor: 1.15 (as specified in IS: 875 (Part 3)—1987). c) Topography configuration: To be taken for Plain Area as specified in IS 875 (Part 3) -1987. d) Mean probable design life : 25 years. e) Terrain Category: Category 1 Class A as per IS 875 : 1987 (Part 3) f) Height Variation factor: The values for different heights viz 30 m depending upon the height of the mast from ground level to be taken from IS 875 : 1987 (Part 3) for the category and class specified. g) Wind Frontage Area : To be calculated by the manufacturer based on the size of their luminaire. To design with equal distribution of luminaries along the carriage.

4. Lighting mast structure : The Lighting mast shall be continuously tapered, polygonal cross section at least 20 sided and shall be as per IS: 875 -1987 (Part—3) and TR No: 7-2003 of ILE, UK and other relevant standards to give an assured performance. The allowable stresses while designing the structure shall be calculated taking consideration Para 3.9.4 of IS:890 -1984 ( amended up to date) The Lighting mast shall be fabricated from steel plate conforming to IS: 2062, cut and folded to form polygonal section and shall be jointed and welded. The mast shall be delivered in 4 /5 sections (for easy transportation). Each section shall be fabricated out of individual plated duly folded and welded. The dimension of the mast shall be based on proper design and structural design calculations. At the site, the sections shall be joined together by slip stressed — fit method. No site welding Bolted joint shall be done on the mast. The minimum overlap distance shall be 1.5 times the diameter at penetration. The base section shall penetrate to full depth of the flange and welded to the top and bottom to achieve fully developed to the strength to with stand the high wind speed, perfect verticality and stability of entire section. The base flange shall be provided with supplementary gussets between the foundation bolts holes to ensure elimination of helical stress concentration. Minimum thickness of bottom section shall not be less than 5.00 mm and top section not less than 4.00 mm. For Environmental protection of the mast, the entire fabricated mast shall be hot dip galvanised, internally and externally having uniform thickness as per relevant

standards.

5. Aperture compartment: An adequate door opening shall be provided at the base of the mast and the opening shall be such that it permits clear access to the equipment like winch, cables, plug and sockets etc and also facilitate for easy removal of the winch. The door opening shall be with heavy duty double internal lock with special pad lock and key The door opening shall be carefully designed and reinforced with welded steel section so that the mast section at the base shall be un effected and undue buckling of the cut portion is prevented. Size of the door shall be minimum to avoid the buckling of the mast section under heavy wing/gale conditions.

6. Lantern Carriage: (i) Fabricated Lantern carriage shall be provided for fixing and holding the flood light Luminaries and control gear boxes. The lantern carriage shall be designed with steel tube construction. The tubes acting as conduits for cables with holes and fully protected by grommets. (ii) The Lantern carriage shall be designed to hold required number of flood light luminaries with control gear boxes and shall have perfect balance. (iii) The Lantern carriage shall be fabricated in two/three halves and joined by bolted flanges with stainless steel bolts and nuts to enable for easy installation or removal from erected mast. The entire Lantern carriage shall be hot dip galvanised internally and externally having uniform thickness as per relevant standards after fabrication. (iv) The inner lining of the Lantern carriage shall be provided with protective arrangement by providing PVC buffer to avoid swing and no damage is caused to the surface of the mast during raising and lowering operation of the carriage.

7. Junction Box The weather proof junction box with IP: 54 protected enclosure, made of cast aluminium should be provided on the carriage assembly as required from which the inter connections to the designed number of flood light luminaries and associated control gear fixed on the carriage shall be made.

8. Raising and Lowering mechanism : For the installation and maintenance of the Flood light luminaries and lamps, it shall be necessary to lower and raise the lantern carriage assembly. To enable this, a suitable Winch arrangement shall be provided. The winch shall be fixed in the Aperture compartment provided at the base of mast and the specially designed head frame assembly at the top of the mast.

9.Winch: The electrically operated winch shall be of “integral power tool” type with motor of suitable HP. The winch shall have provision of manual operation, in the event of failure of power motor. The winch shall be double drum and completely self-sustained type without the need for break shoe, springs or clutches. Each driving spindle of the winch shall be positively locked when not in use Gravity activated pawls. The capacity, operating speed, safe working load, recommended lubrication and Sl.No of the winch shall be clearly marked on the each winch. The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay with no chances of slippage. The rope termination in the winch shall be such that distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum when the lantern carriage is fully lowered and reset on pads. It should be possible to remove the hoist mechanism after dismantling through the door opening provided at the base of the mast. Also winch gear box for simultaneous and reversible operation of the double drum winch shall be provided. The winch shall be type tested at Govt. or Govt. approved/Accredited Test House and copy of the test report shall be submitted along with supply and the test certificate for each

winch from original manufacturer shall be submitted with supply in support of the maximum load operated by the winch.

10. Head Frame : The head frame is so designed as a capping unit of the mast shall be welded, steel construction, galvanized both internally and externally. The top pulley shall be appropriate diameter, large enough to accommodate the steel wire ropes and multi core electric cable. The pulley block be made of non-corrodible material, die cast aluminium alloy (LM-6}. Self-lubricating bearings and steel shaft shall be provided to facilitate smooth and maintenance free operation for a longer period. The pulley assembly shall be fully protected by a canopy galvanized internally and externally. The Head frame shall be provided with guides and stops with PVC buffer for docking the lantern carriage.

11. Steel wire Ropes : The suspension system shall essentially be without any intermediate joint and shall consists of only non-corrodible steel wire of AISI -316 or better grade. The steel wire ropes shall be of 7/19 construction, the central core being of the same material. The overall diameter of the rope shall not be less than 6 mm. The breaking load of each rope shall not be less than 2400 Kgs, the factor of Safety not less than 5 times of safe working load of the winch. Three/four suspension ropes of steel ropes shall be used in the system with a provision of compensating disc. There shall be a separate torque limiting device to protect the wire rope from over stretching. It shall be mechanical with suitable load adjusting device. The Torque limiter shall trip the load when the load exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is tripped off. The torque limiter is a requirement as per the standards in view of the overall safety of the system.

12. Electrical system, Cable and Cable connection : A suitable cable coupler shall be provided as a part of the contract at the base compartment of the high mast for terminating the incoming cable. The electrical connection from the bottom to the top of mast for power supply to installed luminaries shall be provided by special trailing cable of appropriate current rating. The cable shall be EPR/ PVC Insulated and PCP sheathed to get flexibility and endurance. At the top, there shall be a weather proof Junction Box (Degree of protection IP:54) to terminate the trailing cable. The system shall have in-built facilities for testing the luminaries while in lowered position. Also a suitable provision shall be made at the base of the compartment of the mast to facilitate the operation of internally mounted electrically operated power tool for rising /lowering of the lantern carriage assembly. The trailing cables of the lantern carriage shall be terminated by means of specially designed metal clad multi plug and socket provided in the base compartment to enable easy disconnection when required.

13. Lightning Conductor: One no Lightning conductor shall be provided for each mast. The lightning conductor shall be minimum of 1.2 Mtrlength and shall be provided at the centre of the head frame. It shall be solidly bolted to the head frame to get a direct conducting path to the centre of the earth through the mast. The lightning conductor shall not be provided on the lantern carriage under any circumstances in view of safety of the system.

14. Aviation obstruction lights: A Set of two aviation obstruction lights (preferably L.E.D type) of approved type shall be provided on the top of each Lighting Mast.

15. Earthing Terminal: Earthing terminal using 12 mm diameter stainless steel bolt and nut shall be provided at a convenient location on the base of the mast. Two Nos Earth pits shall be provided conforming to IS 3043 - 1987 (one for Earthing of cable gland and the other for the Earthing the Lighting mast). The Earth electrodes shall be made out of cast iron , not less than 100 mm diameter and 2.7 mtr long with 6 to 8 mm dia holes on the periphery of the Cast Iron pipe as per IS standards. The minimum distance between the two earth pits shall be double the length of earth electrode. Charcoal, salt shall be filled around earth pipe of 150 mm thick. 25 x 6 mm GI Flat shall be laid and terminated between the earth electrode and body of the High mast Lighting tower for body Earthing and Two runs of earth wire of 8 SWG thick GI wires shall be laid and terminated between the earth electrode and Cable gland. The brick masonry wall around earth electrode with internal dimension size of 600mm x600mm x 450 mm constructed by 112.5 mm thick brick wall and cement plastered. Cast Iron cover with frame /RCC Slab shall be provided on the masonry wall to cover earth pit. The earth resistance shall not exceed 1 to 1.2 Ohms.

16. Feeder pillar panel : The control panel shall be out door type, stand mounted, dust and vermin proof with degree of protection IP: 55. The same shall be fabricated out of 14 SWG CRCA sheet steel. The panel shall be given pre-treatment and powder coated to grey colour. The stand shall be painted with black paint with synthetic enamel paint. Cable entry shall be at the bottom [Detachable plate of suitable size) with 2 Nos Heavy duty double compression brass Cable gland for cable termination (for Incoming and Out going cable). Laminated circuit diagram shall be fixed to the inside of the door of the feeder pillar panel with screws. Feeder pillar shall have pad locking arrangement, 2 Nos earth terminals of 12mm dia brass bolts, nuts with washers shall be provided. Panel shall have a sloping canopy to avoid accumulation of dust. The panel shall consists of 3 Phase RCBO (Short Circuit, Over current and Earth leakage protection of 300 mA) of suitable rating, Contactor of suitable rating of ISI Mark (MDS /L&T-Hager/Siemens/BCH make). Timer for switching ON & OFF the lights (L&T make). Pilot L.E.D lamps for indication, toggle switch for Automatic / Manual mode, copper bus bar, duly wired with other accessories for the safe and efficient operation of the system shall be included by the supplier.

17. Technical specification for luminaries : The luminaries shall be high intensity and energy saving 230 Volts, 400 watt HPSV Lamp, dust, moisture and vermin proof and shall have degree of protection IP: 65/IP66. All lighting fixture shall be complete with lamp holder, control gear, reflector and cable gland. Power factor of the fixture shall be not less than 0.93. Suitable correction capacitor shall be provided where ever required. All electrical accessories such as energy efficient copper blast, electric ignite, PF improvement capacitor etc. shall be pre-wired to a terminal box. The fixture incorporating reflector control gear housing, lamp holder and terminal block shall be made of single piece di-cast aluminium furnished silver grey to resist corrosion or of highly polished stainless steel mirror finish reflector cum body. In case of di-cast the reflector shall be of high quality electromechanically brightened and anodized faced cast aluminium for optimum light distribution withHPSV/SON-T lamp. The Luminaries offered shall have type tested to parameters laid down in the relevant IS and shall submit copy of Type test report laid down in the relevant IS Standard from a Government or Gov. approved/accredited Test house having approval for testing of Luminaries. The ballast should be heavy duty, low loss, electromagnetic type consisting of silicon steel lamination, super enamelled copper wire, core and coil embedded in polyester thermosetting compound, terminal block with tapping for 200/220/240 V AC supply and suitable for industrial area lighting application. All components of luminaries shall be of one make i.e M/s Philips India Limited.

18. Lamps HPSV Lamp : 230 Volts, 400 Watts HPSV SON-T should be high efficiency lamp and after 5000 hrs operation the lumen maintenance shall not be less than 80%. Luminous efficacy not less than 140 Im/W. Lumen output (approx.) of efficient 400 W SON-T lamp: 55000 Lm (Aprox). Lamp shall of same make as of luminaries offered.

19. Foundation : You have to submit the detailed foundation engineering drawing after the site inspection within 30 days from the date of receipt of purchase order for verification and got it approved by GM(E&M) NCL HQ for carrying out Foundation works before commencement by you. 1) Required Foundation bolts with three nuts duly coated with Galvanized / passivated threaded portion to avoid rusting shall be supplied along with High mast lighting towers under the scope of supply. 2) Lightning Conductor, providing of two earth pits and cables from Feeder panel to High Mast tower Luminaries shall be supplied along with High mast lighting towers under the firm scope of supply. 3) NCL will provide the power supply to the incoming terminals, feeder pillar panel.

20. Test Certificate You are advised to submit copy of following type test certificate from an Govt. or Govt. approved/accredited test laboratory or institution along with copy of calibration reports of the testing equipment where type tests had been conducted are to be submitted with the supply. 1. Winch 2. Luminaries 3. Lamps Copy of following test for high mast lighting tower of 30 Meter height with 4 Nos of 400 Watt luminaries on one side as per IS:800-1984(latest amended) from an Govt. or Govt. approved/accredited test laboratory or institution along with copy of calibration reports of

the testing equipment where type tests had been conducted are to be submitted with the supply. 1. Optical Photometric Test of luminaries. 2. Dynamic Load Testing Apart from above routine test certificates form manufacturer is required to be submitted with the supply.

21. Annual Maintenance Contract: You have to comply the AMC terms and conditions given at Sl. No. B of this Annexure-I.

B. ANNUAL MAINTENANCE CONTRACT (AMC) – To be separately

Concluded by GM(E&M)/NCL HQ

The complete installation will be covered by 3 years comprehensive AMC. You shall

be responsible for maintaining the complete lighting system in terms of NIT

parameters, for a period of 03 years from the date of the completion of

warranty/guarantee period. During the currency of the contract, the contractor shall

have to maintain the system functioning in all respects adhering to the duty

parameters of the specifications. For this, the contractor has to replace

damaged/wearied out parts/components of the system free of cost without any charges

to NCL. The contractor should maintain necessary inventory, infrastructure and safety

gears required for smooth and prompt rectification of the problem/breakdown. The

work of maintenance shall be carried out by trained and statuary competent workmen.

All the complaints must be rectified within 48 hours from the time of the reporting of

the same.

In case contractor fails to attend the complaint in time, penalty to the following extend

shall be imposed for each tower.

For 30 Metre Mast, Penalty shall be charged @ Rs.250 for every 24 hour

delay.

For 20 Metre Mast, Penalty shall be charged @ Rs.200 for every 24 hour

delay.

Terms and conditions of AMC To be separately Concluded by GM(E&M)/NCL

HQ

1.0 SCOPE OF WORK:

The complete installation will be covered by 3 year comprehensive AMC. You

shall be responsible for maintaining the complete lighting system for a period

of 03 years from the date of the completion of warranty/guarantee period.

During the currency of the contract, the contractor shall have to maintain the

system functioning in all respects adhering to the duty parameters of the

specifications. For this, the contractor has to replace damaged/wearied out

parts/components of the system free of cost without any charges to NCL.

2.0 VALIDITY OF CONTRACT:

2.1 The contract for offered High Mast tower shall be valid for three years i.e. from

the date of expiry of warrantee period.

3.0 POSTING OF SERVICE ENGINEER :

3.1 You will post the Service Engineer at NCL Singrauli command area or near by

place during the AMC period. The service Engineer will keep stock of spares

for the immediate replacements of defective parts.

4.0 AMC CHARGES :

4.1. The AMC charges for the individual equipment shall be firm during the

contract period.

4.2. The Service Tax shall be at the prevailing rates. All other taxes & levies as may

be applicable due to or under the law from time to time shall be inclusive of

AMC charges.

5.0 PENALTY:

5.1. All the complaints must be rectified within 48 hours from the time of the

reporting of the same. In case you fail to attend the complaint in time, penalty to the

following extent shall be imposed.

For 30 Metre Mast, Penalty shall be charged @ Rs.250 for every 24 hour

delay.

For 20 Metre Mast, Penalty shall be charged @ Rs.200 for every 24 hour

delay.

6.0 PAYMENT OF MAINTENANCE CHARGES:

6.1. The payments of service charges will be made half quarterly after the successful

completion of the work. Duly passed and certified by project /units, bills may

be rendered by the supplier at the end of the each period and shall be paid by

the company within 21 days of their receipt.

7.0 PAYING AUTHORITY :

7.1. Area Finance Manager, NCL HQ.

8.0 OPERATION OF THE CONTRACT:

8.1 The contract will be operated by the projects/units. SO(E&M) of the

projects/units/in case of Head Quarter in-charge (E&M) will be Engineer in-

charge for operation of the contract. His responsibility will include monitoring of

supply, installation testing commissioning of tower and operation of AMC. For this a

log book indicating date of commissioning and report of breakdown and it’s

rectification is to be maintained at project/units level. If necessary Engineer in-charge

may nominate any executive of the projects/units to assist him.

9.0 COMPENSATION:

9.1. You shall be responsible to your employees who work on equipment, situated

in the companies’ premises for any injury sustained by them. But the

responsibility for meeting the claims under the workmen’s compensation Act,

of persons who are in the employment of the company (But happened to work

on the equipment) for any injury or accident sustained by them shall rest with

the company.

10.0 SAFETY :

10.1 The safety of the workman engaged by the supplier is the sole responsibility of

the supplier. Supplier shall make all possible measures for safety as per

statutory provisions. Any compensation on account of damage of person or

properties of owner/supplier of owner, has to be borne by the supplier. It shall

be governed as per statutory requirement.

11.0 TERMINATION OF CONTRACT:

11.1. The contract may be rescinded and the security deposit and other dues of this

work or any other work done under the company may be forfeited and brought

under the absolute disposal of the company if in the opinion of the company

(i) either the work is not progressing satisfactorily or is not likely to be

completed within the stipulated time or (ii) if the supplier fails to comply with

the terms and conditions of the tender.

12.0 TRANSPORT:

12.1 NCL will not provide any kind of transport facilities to the your Service

Engineer for servicing of the High Mast Tower.

13.0 LABOUR LICENSE :

13.1 You must obtain & process the labour license, if they are engaging more than

19 person as per law & same has to be produced to the Engineer.

Yours faithfully,

For and on behalf of Northern Coalfields Limited,

( Prateek Singh) (M A Siddiqui)

Assistant Manager(X/MM) Chief Manager(MM)