TENDER DOCUMENT FOR PURCHASE OF: SUPPLY … › UploadDocument › 6000010232.4973d3d... ·...
Transcript of TENDER DOCUMENT FOR PURCHASE OF: SUPPLY … › UploadDocument › 6000010232.4973d3d... ·...
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
12002220 18.10.2017 ARS ELE
Not Transferable
Security Classification:
TENDER DOCUMENT FOR PURCHASE OF: SUPPLY INSTALLATIONTESTING & COMMISSIONING OF POWER,LIGHTING DISTRIBUTION
PANEL & LED LIGHT FITTINGS INCLUDING REWIRING WORK
Tender Number: 6000010232/, Dated: 14.11.2017
This Tender Document Contains__________Pages.
Details of Contact person in SPMCIL regarding this tender:
Name: V KIRAN KUMAR
Designation: DM Material
Address: CNPN (Currency Note Press, Nashik)India
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1
(T
1. su
S
2
4
6
7
9
2
(A Unit
Tender Sl. N
Sealedpply of foll
Schedule No.
Br
1 1
2 In
3 Ca
4 J
5 Cu
6 Su
7 In
8 Cu
9 Jo
10 LE
11 In
12 Po
13 In
14 Po
15 Cu
16 w
17 RJ
18 RJ
19 4
20 Jo
Section
t of SecuritWN
No.) 60000
d tenders lowing good
rief Descrip
1 way pow
nstallation
able AL, 3.
Job of Layi
u Flexible
upply of lig
nstallation
u armoure
ob work of
ED Light fi
nstallation
ower Socke
nstallation
ower Socke
u armoure
wiring of so
J45 and RJ
J45 CAT-6
Pair telep
ob-Wiring o
n I: Noti
CURRty Printing a
Wholly owneNashik Road
10232
are inviteds & servic
tion of Goo
we5r distrib
& commiss
.5 Core, XL
ng of abov
Cable 4 co
ghting pane
& commiss
d Cable 4 c
f Laying of
ixture 35 W
& rewiring
et, 5/ 25, M
& wiring o
et, 32 A, M
d Cable 4 c
cket & layi
J11 Teleph
Cable-leng
hone cable
of Rj45 soc
ce InvitiRENCY NOTand Minting
ed by Goverd – 422 101
ed from eles:
ods/ service
bution pane
sioning of P
LPE, LT 18
ve power c
ore,16 sq.m
el
sioning of P
core,16 sq
above cab
W
g of LED lig
MCB SP 10
of power so
MCB 32 A
core,10 sq
ing of cabl
hone socke
gth 350 me
e-length 10
cket & Rj1
ing TendE PRESS g Corporatirnment of I (Maharasht
EPA
Emai
ligible and
es
el
Panel
85 sqmm
cable
mm
Panel
q.mm
ble
ght
A
ockets
q.mm
e
et
eter
00 meter
1 socket
der (NIT
ion of IndiaIndia tra)
Tel No 00 Fax No 00 ABX: 00 91 2il:gm.cnp@Website:ww
(Dat
d qualified
Quantity With unit
1 No.
1 No.
175 meter
175 meter
60 meter
1 No.
1 No.
35 meter
35 meter
35 Nos.
35 Nos.
6 Nos.
6 Nos.
4 Nos.
60 meter
4 Nos.
3 Nos.
1 bundle
1 bundle
3 Nos
)
a Limited)
91 253 24591 253 246253 246373
@rediffmailww.spmcil
te) 14.11.20
tenderers
Earnest Money (
Rs. 3500 Rs. ThirtFive Thousanonly
r
r
4493 66333 30-39 .com .com
017
s for
Rs.)
00/-
ty
nd
Type Of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.)
Two bid Limited Express
Dates of sale of tender documents: From 14.11.2017 to 23.11.2017 during office hours
Price of the Tender Document Rs 500/- Place of sale of tender documents Purchase Section, Currency Note Press,
Nashik Road-422 101, Maharashtra, India
Closing date and time for receipt of tenders
24.11.2017 up to 1430 Hrs
Place of receipt of tenders CNP PASS SECTION, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK-422 101.
Time and date of opening of tenders 24.11.2017 at 1500 Hours Place of opening of tenders Purchase Section, Currency Note Press,
Nashik Road-422 101, Maharashtra, India
Nominated Person/ Designation to Receive Bulky Tenders (Clause 21.21.1 of GIT)
Shri V. Kirankumar, DM(M)
2. Interested tenderers may obtain further information about this requirement from the above office. They may also visit 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 by utilizing the downloaded document, along with the required non-refundable fee of Rs. 500 per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India,in favour 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 by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic post and Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the 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 purchase organization, 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 scribed as Techno-commercial and Price Bid with our NIT reference No. and date. The aforesaid two envelopes should be put inside an Outer big size envelope duly sealed and this outer envelope again should be super scribed with words Techno-Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Due date and be addressed 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-Mail will not be considered. (iii) EARNEST MONEY DEPOSIT (EMD) shall be submitted in the form as given below: (a) Account Payee Demand Draft (b) Fixed Deposit Receipt (c) Banker’s cheque. The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. The earnest money shall be valid for a period of forty five days beyond the validity period of the tender i.e. 165 days from due date. EMD should be sent along with your quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successful bidders will be returned. Only one D.D./F.D.R./ Banker's Cheque should be given of adding all the item wise EMD amount as per tender quoted by you. 8. In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performance security amount/ Security Deposit(S.D) (10% of the ordered value) after issue of Purchase order by CNP, Nashik Road in favour of SPMCIL, Unit CNP, payable at Nashik. The performance security will be return back without any interest to successful tenderer after the completion of all contractual obligations. 9. EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO DIC/SSI/MSME/NSIC REGISTERED FIRM FOR TENDERED STORE. 10. NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANY DIC/SSI/MSME/NSIC REGISTERED FIRM. 11. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from the tender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish the required performance security within the specified period, its EMD will be forfeited. 12. If the bidder or any representative of the bidder wants to attend the Bid opening then that person should carry with him /her letter of Authority (Section XVII of SBD) in the same format to be produced at the time of Bid opening and before the bids are opened. 13. Any dispute in the matter will be under Nashik (Maharashtra) Jurisdiction only. 14. Right of acceptance: - The General Manager, Currency Note Press reserves the right to reject any or all tenders without assigning any reason thereof.
15. Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any issue of the tender documents may take up the same with SPMCIL in writing or by fax / e-mail/ telex not later than twenty one days (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender. 16. This notice is being published only as an abundant precaution and is not an open invitation to quote in the tender. Participation in this tender is by invitation only and is limited to the selected SPMCIL’s bidders for the item, who have been sent this Tender by Post/Courier. Unsolicited offer are liable to be ignored. 17. For any queries regarding the tender, you may please contact at 0253-2454493 and 2461318. E-mail purchase.cnpnashik@spmcil. com. SPECIAL INSTRUCTIONS: - Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise your offer will not be considered for above exemption. Price quotation in tenders:
MANAGER(MATERIAL) FOR GENERAL MANAGER CURRENCY NOTE PRESS,
NASHIK Phone No 0253 245449
Tender Number:6000010232
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 THIS PAGE ISNOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1
Tender Number:6000010232
Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)
Sr No GIT ClauseNo.
Topic SIT Provision
04 11.2 Tender Currency INR
07 19 Tender Validity 120 DAYS FROM THE DATE OF TENDEROPENING
08 20.4 Number of Copies of Tenders to besubmitted
ONE
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1
Tender Number:6000010232
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 THIS PAGE ISNOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1
Tender Number:6000010232
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
06 16.2, 16.4 Warrantee Clause REFER SECTION VII OF TENDER DOCUMENTFOR ITEMWISE GUARANTEE / WARRANTEE
07 19.3 Option Clause THE PURCHASER RESERVES THE RIGHT TOINCREASE THE ORDERED QUANTITY BY 25%AT ANY TIME, TILL FINAL DELIVERY DATE OFTHE CONTRACT, BY GIVING REASONABLENOTICE EVEN THOUGH THE QUANTITYORDERED INITIALLY HAS BEEN SUPPLIED INFULL BEFORE THE LAST DATE OF DELIVETYPERIOD
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 AFTER RECEIPT,ACCEPTANCE & SUCCSSFUL COMPLETIONOF AWARDED JOB
11 24.1 Quantum of LD 0.5% PER WEEK OR PART THEREOF
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1
_
_Sc
Re
wo
Re
De
Pr
1.
2.
co
3.
th
su
_______
_______chedule
No. B(RS
1 12 In3 C4 J5 C6 S7 In8 C9 J10 L11 In12 P13 In14 P15 C16 w17 R18 R19 420 J
equired Del
ork within 3
equired Ter
estination :
referred Mo
Bid Validity
Bidders sho
ommercial b
Bidder hav
e documen
bmit along
________Secti
________Breif DescriRelated Spection-VII)1 way pow
nstallation Cable AL, 3Job of LayiCu Flexible upply of lignstallation Cu armoureob work ofED Light fnstallation Power Socknstallation Power SockCu armourewiring of soRJ45 and RJRJ45 CAT-64 Pair telepob-Wiring
livery Sched
30 days aft
rms of Deliv
- CURRENC
ode of Tran
y: 120 days
ould submit
bid separat
e to open t
nts availabl
g with the t
_______ion VI: _______iption of goecification
we5r distrib & commiss.5 Core, Xing of abov Cable 4 coghting pan & commissed Cable 4 f Laying offixture 35 W & rewiring
ket, 5/ 25, & wiring o
ket, 32 A, Med Cable 4 ocket & layJ11 Teleph
6 Cable-lenphone cableof Rj45 soc
dule: - The
ter receipt
very: - FOR
CY NOTE PR
sportation:
s from due
t offer as p
tely.
the link pro
e and then
technical te
_______List of _______oods and sens etc. are
bution pansioning of LPE, LT 18ve power core,16 sq.mel sioning of core,16 sqf above caW g of LED li MCB SP 10of power soMCB 32 A core,10 sqying of cablhone sockegth 350 me-length 10cket & Rj1
e firm has to
of the purc
R CNP NASH
RESS,JAIL RO
: - BY ROAD
date of ten
per price sc
ovided in Se
sign and st
ender.
_______ Require_______ervices in
nel Panel
85 sqmm cable mm
Panel q.mm ble
ight 0 A ockets
q.mm le et eter 00 meter 1 socket
o supply &
chase order
HIK ROAD
OAD, NASH
D.
nder.
chedule (Se
ection II an
tamp each
_______ement _______
AccountinUnit
No. No. meter meter meter No. No. meter meter Nos. Nos. Nos. Nos. Nos. meter Nos. Nos. bundle bundle Nos.
complete
r.
HIK ROAD #
ection XI)in
nd IV take p
and every
_______ _______ng Quant
1 1
17517560 1 1 35 35 35 35 6 6 4 60 4 3 1 1 3
the above j
422 101.
their seale
print out of
paper and
___
___ tity
5 5
job
ed
f all
4.All the copies of tenders shall be complete in all respects with all their
attachments/enclosures duly numbered.
5.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.
6. RISK PURCHASE:
(a) If the supplier after submission of tender and due acceptance of the same,
i.e. after placement of contract fails to abide by the terms & conditions of
these tender documents, or fails to supply the deliverables as per delivery
schedule 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 other agencies at the risk & consequence of the supplier.
The cost difference between the alternative arrangement and supplier tendered
value will be recovered from the supplier along with other incidental charges,
including taxes, insurance, freight etc.,
(b) For all the purpose the award of contract will be considered acceptance of
tender and formal contract pending signing 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 account will be passed on to the supplier
7. The bidders firm is advised to visit the site on any working day excluding
Sunday and holiday with prior intimation to CNP before submission of their
offer.
8. Bidders has to submit Bank details i.e.
a] Account Number :
b] Bank Name :
c] Branch :
d] IFSC Code :
_
_SC
Su
De
Thsh
AlSq
Su
Twco
Th
Deca
Thwi
Th
a.
b.
c.
d.
e.
f. pr
g. dis
h.mo
SCInspa
1. dr
_______S
_______CHEDULE N
upply of Ele
etails of co
he control eet dully p
l control wq. mm. & 2.
uitable size
wo nos. of eonnection.
he sufficien
etachable uabling.
he panel DBiring.
he panel wi
Main Inco
Outgoing:-
Outgoing:-
Outgoing:-
Outgoing:-
Indicationrovided.
Meter: - splaying th
Suitable hounting the
CHEDULE Nstallation, anel
The firm rawing alon
________Section
________NO. -1
ectrical pow
ntrol panel
panel will powder coa
wiring shall .5 Sq. mm
of electrol
earthing st
nt space sha
upper & low
B shall be d
ill have foll
omer: - 400
- 250 Amp.
- 100 Amp.
- 63 Amp./
- 40 Amp./
:- Red, Ye
suitable sie Voltage &
heavy duty e panel.
NO. -2 Testing an
shall submng with the
_______
n VII: Te_______
wer distribu
l ( Asset No
be base mted with IS
be providesize.
lytic coppe
uds should
all be main
wer end pla
duly assemb
lowing acce
Amp / 440
/ 440 Volt
/ 440 Volt
440 Volt T
440 Volt T
ellow & Blu
ze of Mult& Current r
metallic st
nd commiss
mit the la quotation.
_______echnica_______
ution contro
o. 20120010
mounted, f 631/RAL 7
d with best
er bus-bar s
be provide
ntained at o
ates shall b
bled with a
essories:-
0 volt AC F
TP, MCCB
TP, MCCB
TP, MCCB
TP, MCCB
ue colour
tifunction dreadings of
tand shall b
sioning of E
ayout draw
_______al Speci_______
ol panel.
026 )
fabricated 7032 grade
t quality co
shall be pro
ed on both
outgoing te
e provided
ll accessori
FP MCCB
LED type
digital met each phase
be provided
Electrical p
wing & sing
_______ification_______
out of 14 of shade.
opper flexib
ovided.
side of pan
erminal.
for easy &
ies & comp
Quant
Quant
Quant
Quant
Quant
phase ind
ter shall be.
d along wit
power distr
gle line el
_______ns _______
/16 SWG C
ble cable o
nel for eart
& flexibility
plete with
tity : 01 no
tity : 04 no
tity : 04 no
tity : 03 no
tity : 04 no
dicator sha
be provided
th the pane
ribution co
lectrical w
___
___
CRCA
of 1.5
thing
of
o.
os.
os.
os.
os
ll be
d for
el for
ntrol
wiring
2. The firm should inspect the site for nature of work to be carried out before quoting for the same . The site can be inspected on any working day excluding Sundays and holidays with prior intimation.
3. The switchgears used in the above panel shall be of reputed makes like : Schneider / GE / ABB only.
4. The flexible cable used for the control wiring of the panel is should of reputed makes i.e. Polycab, Finolex, CCI etc.
5. The firm shall remove all the existing electrical old installations, panels, brackets, old cables, cable trays etc.
6. The firm shall carryout the installation & commissioning of the supplied panel at the proposed site.
7. The firm should bring their own tools and tackles man power and entire job work is to be carried out on turnkey basis.
8. The firm has to supply all the accessories required for installation & commissioning of the supplied panel.
9. All the power & lighting cables shall be terminated to the installed control/power panel with suitable size of copper / brass glands.
10. The supplied panel shall be guaranteed for One year.
SCHEDULE NO. -3 Supply of XLPE Power cable 185 Sq. mm. x 3 ½ core
PVC insulated, inner sheathed, Armoured power cable
Conductor : Aluminium
Voltage grade : 1.1 KV
Size : 185 Sq. mm.
Core : 3 ½
Confirming to : IS : 1554 ( part I )
Make : Polycab / Finolex / CCI / Havells only.
Quantity : 175 mtr.
SCHEDULE NO. -4 Laying & termination work of XLPE power cable, size : 3 ½ core X 185 sq.mm.
The above cable shall be laid from Substation I to the proposed CTIP section CNP-I with proper clamping.
The approximate distance from Sub-Station I to Proposed CTIP section is 175 mtr.
The cable will be laid through duct, overhead channel & wall as per requirement.
All the necessary works during laying of the cable is to be carried out by the firm.
All the accessories required for laying & termination of cable has to supplied by the firm.
The cable is to be terminated at both the ends to the substation main switch & control panel of CTIP section with proper size of brass glands.
SCHEDULE NO. -5 Copper flexible cable un-armoured 16 Sq. mm. x 4 core
Supply of copper multi-strand PVC insulated, PVC sheathed un-armourd flexible cable
Conductor : Copper
Voltage grade : 1.1 KV
Size : 16 Sq. mm.
Core : 4
Confirming to : IS : 1554 ( part I )
Make : Polycab / Finolex / CCI / Havells only.
Quantity : 60 mtr.
SCHEDULE NO. -6 Supply of Electrical power distribution control panel.
Details of control panel (Asset No. 2012001026 1 )
The control panel will be base mounted, fabricated out of 14/16 SWG CRCA sheet dully powder coated with IS 631/RAL 7032 grade of shade.
All control wiring shall be provided with best quality copper flexible cable of 1.5 Sq. mm. & 2.5 Sq. mm size.
Suitable size of electrolytic copper bus-bar shall be provided.
Two nos. of earthing studs should be provided on both side of panel for earthing connection.
The sufficient space shall be maintained at outgoing terminal.
Detachable upper & lower end plates shall be provided for easy & flexibility of cabling.
The panel DB shall be duly assembled with all accessories & complete with wiring.
The panel will have following accessories:-
a. Main Incomer: - 63 Amp / 440 volt AC FP MCCB Quantity : 01 no.
b. Outgoing:- 10 Amp./ 240 Volt SP, MCB Quantity : 12 nos.
c. Nutral link, copper Quantity : 01 nos.
d. Indication:- Red, Yellow & Blue colour LED type phase indicator shall be provided.
e. Suitable mounting hooks shall be provided along with the panel for mounting the panel.
SCHEDULE NO. -7 Installation, Testing and commissioning of Electrical power distribution control panel
1. The firm shall submit the layout drawing & single line electrical wiring drawing along with the quotation.
2. The firm should inspect the site for nature of work to be carried out before quoting for the same. The site can be inspected on any working day excluding Sundays and holidays with prior intimation.
3. The switchgears used in the above panel shall be of reputed makes like : Schneider / GE / ABB only.
4. The flexible cable used for the control wiring of the panel is should of reputed makes i.e. Polycab, Finolex, CCI etc.
5. The firm shall remove all the existing electrical old installations, panels, brackets, old cables, cable trays etc.
6. The firm shall carryout the installation & commissioning of the supplied panel at the proposed site.
7. The firm should bring their own tools and tackles man power and entire job work is to be carried out on turnkey basis.
8. The firm has to supply all the accessories required for installation & commissioning of the supplied panel.
9. All the power & lighting cables shall be terminated to the installed control/power panel with suitable size of copper / brass glands.
10. The supplied panel shall be guaranteed for One year.
SCHEDULE NO. -8 Copper flexible cable 16 sq.mm x 4 core
Supply of copper multi-strand PVC insulated, PVC sheathed armourd flexible cable
Conductor : Copper
Voltage grade : 1.1 KV
Size : 16 Sq. mm.
Core : 4
Confirming to : IS : 1554 ( part I )
Make : Polycab / Finolex / CCI / Havells only.
Quantity : 35 meter.
SCHEDULE NO. -9 Laying & termination work of power cable , size : 4 core X 16 sq.mm.
The above cable shall be laid from East gangway power DB panel to the to the proposed LDB panel to be installed in CTIP section with proper clamping.
The approximate distance from Power DB to LDB panel is 35 mtr.
The cable will be laid through Wall & overhead channel as per requirement.
All the necessary works during laying of the cable is to be carried out by the firm.
All the accessories required for laying & termination of cable has to supplied by the firm.
The cable is to be terminated properly with suitable brass gland at both the ends to the main switch & LDB control panel of CTIP section.
SCHEDULE NO. -10 LED Tube light fitting
Supply, installation, testing & commissioning of LED tube light fittings in CNP on turn key basis.
ED Light fixtures complete with fitting , driver & LED lamps.
Input Voltage : 100 to 240 Volt AC, 50 HZ.
Rating : 35 Watts. Power factor : 0.9
Lumens level : 2800 Apx.
Protection : IP 20
Safety standard : EN 60598
EMC / EMI Standard : WN 61547 / EN 55015
Harmonics : EN 61000-3-2 & 61000-3-3
Operating Temperature : -20 to 50 degree centigrade
Colour temperature : 4000 K to 6000 K appx.
Limens efficiency : 70 Lumens per watts.
Housing : Extruded Aluminum
Mounting : Suitable for surface / recessed / hanging.
Rated life span of Led : 50,000 Hours appx.
Size : 4 feet x 1 feet appx.
Make : Syska / Havells / Goldwyn / Wipro / Philips
Size : 4 feet x 1 feet appx.
Quantity : 35 Nos.
a. The firm should attach the following test reports for the offered material
a. LM 80 test report
b. LM 79 Test report
d. Short circuit protection
b. The firm shall attach the detailed product catalogue along with the quotation.
c. The firm should attach valid authorization dealership certificate obtained from manufacturer as per the format given in our tender documents.
d. The firm shall carryout the installation & commissioning work of supplied LED tube lights in CNP.
e. The installed LED tube lights shall be guaranteed for minimum One year.
f. Photometric report of LED fittings should be submitted along with the material.
SCHEDULE NO. -11 Installation & commissioning of LED tube light fittings & rewiring work.
1. Prior to installation work the firm shall remove the existing fluorescent tube light rod, tube light starters & conventional chocks & its wiring etc..
2. The firm has to carry out the rewiring work of 35 points as per requirement with casing capping & copper flexible wire of 1.5 sq. mm. size.
3. The firm shall supply necessary material required for installation of LED tube lights.
4 The firm should depute electrical supervisor licensed holder / ITI holder workmen’s to carry out the installation work.
5. The firm should insure & maintain the Lux level of the proposed section up to 700 LUX.
6. The light of the installed LED tube should be suitable to be used in printing & processing area, where no strain on eyes & no colour variation is allowed.
7. Experience & past performance: Bidder firm should have experience of supply & installation work of LED tube lights at least one work in the last 3 year.
SCHEDULE NO. -12 Supply of power socket 5/25 Amp. 250 Volt AC with MCB SP of 10 A / 250 Volt AC
Make : Legrand / L & T / Anker / GM .
SCHEDULE NO. -13 Installation & commissioning of power sockets complete with rewiring work from power panel to different location of the section.
Quantity : 06 Nos.
Note : The firm has to supply all accessories required for rewiring work of power socket & must be carried out complete wiring with casing & capping & suitable size of copper flexible wire.
SCHEDULE NO. -14 Power sockets 32 A.
Supply of power socket 32 Amp. 440 Volt AC, five pole insulated socket & plug with MCB 32 A TP / 440 Volt AC to provide the power supply to the Air-conditioning unit of 3 Ton capacity.
Quantity: 04 Nos.
SCHEDULE NO. -15 Copper armoured cable
Supply of copper multi-strand PVC insulated, PVC sheathed armourd flexible cable
Conductor: Copper
Voltage grade : 1.1 KV
Size : 10 Sq. mm.
Core : 4
Confirming to : IS : 1554 ( part I )
Make : Polycab / Finolex / CCI / Havells only.
Quantity : 60 mtr.
SCHEDULE NO. -16 Laying of 10 sq. mm. 4 core power cable from power panel to the different locations of CTIP section.
All the accessories required for laying & termination of cable has to supplied by the firm.
The cable is to be terminated properly with suitable brass gland at both the ends to the main switch & power socket 32 A/440 Volt..
Quantity : 04 Nos.
SCHEDULE NO. -17 RJ 45 Socket + RJ 11 telephone socket board with frame
Selective gold plated pins, shielding : Nickel plated Brass.
Current rating for power contact : 2.1 A
Voltage rating : 50 Volt DC / 35 Volt AC, Tem : -40 to +120 Degree Centigrade.
RJ 45 connector : Cat5e / cat 6, 100 Ohms, straight male plug
Plug housing: PC- Polycarbonate, UL-94 V-2 rated.
Contact blade: Phosphor bronze plated with 50u” gold over 100u” nickel under coated.
Current ratin: 1.5 A max.
Characteristics impedance : 100 Ohms.
Insulation resistance : 100 Ohms.
Cable retention force : 40 lbs max.
Maximum insertion & withdrawal force : 22 N
Humidity : 10 % to 90 & RH
Temperature Range : -10 to + 60 Degree Centigrade
Make : D-Link / Tipi Link / Iball
RJ11 Connector : Connector type RJ 11
Cable assembly type : Telephone
Colour : Transparent
Connector type A & B : RJ 11 connector
Material housing: Polycarbonate.
Contact: Phosphor, selective gold plated in contact are at over 100 micron nickel plated.
Shield: Nickel plated brass.
Make: D-Link / Tipi Link / Iball
Quantity: 03 nos.
SCHEDULE NO. -18 RJ 45 Cat 6 cable , Length of the cable : 305 meter
Conductor : Stranded bare copper (7x 32 AWG)
Insulation : HDPE (CMI-75E) nominal wall thickness 0.178 mm.
Jacket (Gray)
Characteristic impedance ( Zo ) : 85 – 115 Ohms ( 1-250 Hz. )
Conductor resistance : 14 Ohms /100m
Mutual capacitance : 5.6 nf / mtr. max
Cat 6 Ethernet cable, frequency : min. 200 MHz.
Attenuation at min 100 mHz. : 19.8 db
Delay skew min per 100 mtr. : 45 ns.
Network support : 1000 base-tx
Make : D-link/KEI / Polycab / Raymax / SVARN
Quantity : 1 Bundle.
SCHEDULE NO. -19 Telephone 4 pair
PVC insulated unarm telephone wire
Conductor material: Copper, 0.4 sq.mm thick
No insulated thickness: 0.112 mm
Insulation : High Density polyethylene.
RIP cord: Nylon.
Total length of the cable: 100 meter
Make : KEI / Polycab / Finolex / Anchor
SCHEDULE NO. -20 Job work of wiring work of RJ45 & RJ11 socket with telephone 4 pair cable to be provided at different 3 locations of the section.
The firm shall carryout the wiring work with casing & capping.
The approximate distance of the each socket will be 35 mtr.
The accessories required for wiring work should be supplied by the firm.
Quantity : 03 nos.
Terms & conditions for the above job work: 1. The above job work is on turnkey basis, hence firm should quote all the
items & confirmed all the terms & conditions.
2. The inspection/suitability report of the above job work shall be given
after extensive trial.
3. The firm has to submit the test reports of electrical installations & job
completion report.
4. The firm should depute electrical supervisor licensed holder /ITI holder
workmen’s to carry out the installation work.
5. Firm should take necessary precautions & follow safety norms as per
safety codes.
6. During execution of work in case of any major or minor accident at site,
it will be the sole responsibility of the firm & no compensation or penalty to any
employees of the firms & their contractors will be borne by the CNP.
_
_1. beunup
_______Sec
_______The ma
e sent to nsuitable, tp to Curren
________ction VII________
terial will the PURC
then the sacy Note Pre
_______II: Qual_______be accepte
CHASER. ame will beess, Nashik
_______lity Con_______ed on manIf any de
e returned k Road.
_______ntrol Re_______ufacturer’s
efects obse to the SEL
_______equirem_______s guaranteeerved or mLLER for fre
_______ments _______e certificatmaterial foee replacem
___
___ te to ound ment
_
_1.ele5, 2.tu Noofcu 3.
i
ii
iii
Nobafo
4.PA 5.lic
6.de 7.uninc Bidqulea
_______Sect
_______ Experiectrical w27,000/- d
Bidderbe lights at
ote- In suppf purchase ustomer as
Financ
i. Averag2014-1
i. Bidderyear d
i. The nethe las
ote - In supalance sheer the comp
The fi
AN card.
The ficense issued
The firm
ebarred for
The firnconditionacluding all
dders shouualifying crad to rejec
________tion IX:
________ience and p
works and uring any o
r firm shout least one
ports of ab orders, ea documen
cial standin
ge Annual 15, 2015-16
r firm shouduring the l
et worth ost three ye
pports of poets and Propleted three
rm shall en
rm should d by compe
m should g dealing by
rm has tally accept section wit
uld furnishiteria. Non
ction of offe
_______ Qualifi_______past perforshould ha
one year of
uld have ex work in th
ove clause experience ntary eviden
ng:
Turnover o6 and 2016-
ld not haveast three y
of the firm ars 2014-15
oint no.3 aofit & Losse financial
nclose atte
attach the etent autho
give a declay Governme
o submit t all termthout any d
h stipulaten submissioer.
_______ication/_______rmance: Bidave execut the last fiv
xperience oe last three
the bidder certificatence.
of the bidd-17 should
e suffered years i.e. 20
should no5, 2015-16
bove, the fs account ( years i.e. f
ested copy
copy of vaority.
aration thaent of India
an undems and codeviations.
ed documen or incom
_______/ Eligib_______dder firm sted minimve years en
of supply &e year.
rs should stes, Job co
der firm dube more th
any financ014-15, 201
t have ero and 2016-1
firm shall e(certified bfor 2014-15
of GST Re
alid electric
at they hava in the pas
ertaking / onditions o
ents in sumplete subm
_______bility Cr_______should have
mum order nding Octob
& installatio
trictly prodompletion
uring last than Rs. 5,27
ial loss for 15-16 and 2
oded by mo17.
enclose copby Chartere5, 2015-16
egistration
cal contrac
ve not beest.
declaratiof the ten
upport of mission of d
_______riteria _______e experienc value ofber 2017.
on work of
duce the cocertificate
three year 7,000/-
more than2016-17.
ore than 30
pies of certed Accountand 2016-1
Certificate
ctor/ super
en black-lis
ion that nder docum
fulfillmendocuments
___
___ ce in f Rs.
f LED
opies es of
i.e.,
n one
0% in
tified tant) 7.
e and
rvisor
sted/
they ment
nt of may
Tender Number:6000010232
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.6000010232 / dated 14.11.2017
We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.
...................................(Signature with date)
...................................... (Name and designation)
Duly authorized to sign tender for and on behalf of
...................................................
...................................................
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1
Tender NDate:
Sr No
1
1 11 dis
2 Inscom
3 CabXLP
4 Jopow
5 Cu cor
6 Sup
7 Inscom
8 Cu cor
9 Jobabo
10 LED
11 Insof
12 PowMC
SUMMARY OFNo:
Item descripti
2 way powe5r tribution pantallation & mmissioning oble AL, 3.5 CoPE, LT 185 sq
ob of Laying ofwer cable Flexible Cablre,16 sq.mm pply of lightin
tallation & mmissioning o armoured Care,16 sq.mm b work of Layove cable D Light fixtur
tallation & re LED light wer Socket, 5
CB SP 10 A
PRICE SCHED
on
HSNCOD/ SANO
3
el
of Panel
ore, mm
f above
le 4
ng panel
of Panel
ble 4
ing of
re 35 W
wiring
5/ 25,
Se
DULE (FOR IND
N DE AC .
UOM (Unit of measurement)
Uni
Forins
4 No.
No.
meter
meter
meter
No.
No.
meter
meter
Nos.
Nos.
Nos.
ection XI: P
DIAN BIDDERS)
Basic price/ it including Packing
& rwarding, freight, surance charges if
any (Rs)
5
Price Sche
): PRICES SHO
IGST @...% C
6
dule
ULD BE ON FO
CGST @...% SGST
7 8
OR, CNP, NAS
T @...%
UNIT ra
unit ((FOR C
Nashik) inof GST, fand insu
charg
8 9
HIK ROAD BAS
te per (Rs) CNP, nclusive freight urance ges
Offered Quantity
10
1
1
175
175
60
1
1
35
35
35
35
6
SIS.
y
Total amount required quanti
store (Rs) (FOR CNP, Nasinclusive of G
freight and insucharges
11
for ity of hik) ST, rance
13 Installation & wiring of power sockets
Nos.
6
14 Power Socket, 32 A, MCB 32 A
Nos.
4
15 Cu armoured Cable 4 core,10 sq.mm
meter
60
16 wiring of socket & laying of cable
Nos.
4
17 RJ45 and RJ11 Telephone socket
Nos.
3
18 RJ45 CAT-6 Cable-length 350 meter
bundle
1
19 4 Pair telephone cable-length 100 meter
bundle
1
20 Job-Wiring of Rj45 socket & Rj11 socket
Nos.
3
TOTAL
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, SGST) as per GST law with effect from 01.07.2017. 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
hTW Pa
Sr. No.
1 2 3 4 5 6 7 8 9
10
11
12 13
Part
Sr. No.
1
SECTSECTSECTSECTSECTSECTSECTSECT Plea
http://cnpnasWO BID, SI
art I: - TECHTender Sub
Tender FeeEarnest MoTender DoTerm of DeTender ValTechnical SSubmit MaAccept theSubmit theSection IX Fill Tenderprice) Delivery Petender DocBlank pricePower of Aawarded.
t II: - PRIC
Tender Sub
Price Bid a
TION XII: QTION XIII: BTION XIV: MTION XV: BATION XVI: CTION XVII: LTION XVIII: TION XIX: P
ase CLICK t
shik.spmcil.cNGLE STAGBIDDER’S
HNO-COMMbmission Ch
e oney Depositcument dulyelivery :- FOlidity 120 daSpecificationnufacturer’s
e Warranty ce documents Form – Sec
eriod: Accepcument. e schedule foAttorney for
CE BID
bmission Ch
s per Sectio
QUESTIONNABANK GUARAMANUFACTUANK GUARACONTRACT LETTER OF SHIPPING APROFORMA
he link for
com/SPMCIL/UGE (TWO PCHECK LIS
MERCIAL Beck Points
t y Seal & Sign
OR, CNP Nashays as per thn –Section VIs Authorizatiolause as per
s as per Qua
ction X duly s
ptance of del
ormat as persigning the
eck Points
n XI (Price i
AIRE ANTEE FORURER’S AUTANTEE FORMFORM AUTHORITARRANGEMOF BILLS FO
further det
UploadDocumACKETS) T
ST BEFOREBID
ned hik road, du
he tender II as per tenon form r tender lification / E seal & sign (
ivery period
r Section XI bid documen
ncluding all
RM OF EMD THORIZATIOM FOR PERF
TY FOR ATTENT FOR LIOR PAYMEN
tails
ment/SBDTEMTENDER TENDER S
ly unloaded
nder (As Ap (As App
Eligibility crite
(Without me
as per Sect
indicating 'Xnt and contr
taxes & othe
ON FORM FORMANCE
TENDING A BINER CARGONTS
MPLATE1.pdf
SUBMISSIO
plicable) plicable) eria –
entioning
tion VI of
XXXX' ract, if
er charges )
E SECURITY
BID OPENINOES
f
ON
Check besubmissiTick ( √
Check besubmissiTick ( √
)
(
NG
efore ion √)
efore ion √)
……………(Bidder’s Se
……………. al & Sign)