do------ 0 - pstcl · sliort description supply and installation of 1100 nos:,ampact fired c wedge...

23
Dr partment Name Dy CE,Grid Const Circle, PSTCL, Ludhiana. Tr nder Specification No. 2t2017-18 Tt nder lssuing Authority Dy CE,Grid Const Circle, PSTCL , Ludhiana. Ar dress detail of issuing Authority Dy CE,Grid Const Circle, PSTCL , Ludhiana. PI rce a-.. Ludhiana. Sliort Description Supply and Installation of 1100 Nos:,Ampact Fired C Wedge Boltless Connectors suitable for Zebra to Zebra ACSR Conductor Tt nder Publication As per PRO policy Eligibility Criteria As per DNIT Last date of sale /downloading of documents 23.10.2017 upto 3.00pm Last date of Receipt of Tender 24.10.20'17 upto 12.00 noon Date of Opening of Tender 24.10.2017 at 3.00pm Tender document Cost Rs.1000/- Payment Mode Demand Draft Pdyment in favour of Addl.SE Grid Const Divn. PSTCL, Moga' EMD As per Tender documents Pa ryment Mode ------DO------ Pdyment in favour of DO Cr ntact Person Name Er.Yogesh Tandon Dy CE Cqntact Phone No. 0161-2455610,96461-17904 0 , Ccntact Email lD [email protected]. UI L for addition informatioh www.pstcl.org Tender document attachment DNIT Te nder information in detail !n case the date of opening the tender shown above happen to be holiday, then the Tender shall be opened on the nert workilg day the same place and time. A set of lender document containing Technical Specifications, General lnstructions and the terms and conditions can be obtained from this office on payment as shown above by Demand draft in favour of Addl.SE Grid Const Divn. Moga. Tenderer of the firms,which do not purchase the tender documents in advance shall not be opened. All tenders must be accompanied by earnest money at the rates prescribed in the tender documents except in the case of those tenderers who are specifically exempted there under. The tender must vailed for 120 days from the date of opening. The firm which has been debarred/black listed and with whom business dealing have been suspended , including their sister concern shall not be considered for issuing tender specification. i A47- ffii.t Ensineer Tender Enquiry No. ?2017.18 ?'r', rl, ,. l..l '; Gtid Const. Circte, PSTCL, Ludhiana.

Upload: hoanghuong

Post on 02-May-2018

222 views

Category:

Documents


5 download

TRANSCRIPT

Dr partment Name Dy CE,Grid Const Circle, PSTCL, Ludhiana.

Tr nder Specification No. 2t2017-18

Tt nder lssuing Authority Dy CE,Grid Const Circle, PSTCL , Ludhiana.

Ar dress detail of issuing Authority Dy CE,Grid Const Circle, PSTCL , Ludhiana.

PI rce a-.. Ludhiana.

Sliort Description Supply and Installation of 1100 Nos:,AmpactFired C Wedge Boltless Connectors suitable forZebra to Zebra ACSR Conductor

Tt nder Publication As per PRO policy

Eligibility Criteria As per DNIT

Last date of sale /downloading ofdocuments

23.10.2017 upto 3.00pm

Last date of Receipt of Tender 24.10.20'17 upto 12.00 noon

Date of Opening of Tender 24.10.2017 at 3.00pm

Tender document Cost Rs.1000/-

Payment Mode Demand Draft

Pdyment in favour of Addl.SE Grid Const Divn. PSTCL, Moga'

EMD As per Tender documents

Pa ryment Mode ------DO------Pdyment in favour of DO

Cr ntact Person Name Er.Yogesh Tandon Dy CE

Cqntact Phone No. 0161-2455610,96461-17904 0 ,

Ccntact Email lD [email protected].

UI L for addition informatioh www.pstcl.org

Tender document attachment DNIT

Te nder information in detail !n case the date of opening the tender shownabove happen to be holiday, then the Tender shall beopened on the nert workilg day the same place andtime. A set of lender document containing TechnicalSpecifications, General lnstructions and the termsand conditions can be obtained from this office onpayment as shown above by Demand draft in favourof Addl.SE Grid Const Divn. Moga. Tenderer of thefirms,which do not purchase the tender documents in

advance shall not be opened.All tenders must be accompanied by earnest moneyat the rates prescribed in the tender documentsexcept in the case of those tenderers who arespecifically exempted there under. The tender mustvailed for 120 days from the date of opening. Thefirm which has been debarred/black listed and withwhom business dealing have been suspended ,

including their sister concern shall not be consideredfor issuing tender specification.

i A47-ffii.t Ensineer

Tender Enquiry No. ?2017.18

?'r',rl, ,. l..l

';

Gtid Const. Circte, PSTCL,Ludhiana.

SECTION – I

GENERAL TERMS AND CONDITIONS

TENDERING & CONTRACT AGREEMENT

1.1 SUBMISSION OF TENDERS:

The following points shall be carefully studied /compiled in order to ensure

submission of complete and comprehensive tender. Quotations /bids not strictly in

accordance with these instructions are liable to be rejected.

1. The tender must be completed in all respects.

2. Telegraphic/Tele fax/Telex quotations will not be accepted except for proprietary

items.

3. The tender shall be submitted in two separate envelopes, one envelope

containing the main tender (all copies) and the other containing the Earnest

Money. While opening the tenders the envelope containing Earnest Money shall

be opened first and in case the deposit of Earnest Money is in accordance with

the terms of Notice inviting Tender only then the second envelope containing the

tender shall be opened.

4. The officer inviting tenders (herein after referred to as purchaser) reserves the

right to modify the schedule of requirements, technical particulars and the

specifications at any time before the opening of any tender enquiry and to place

the order as a whole or in parts and to reject any or all the tenders received

without assigning any reasons. He will not be responsible for expenses or losses

that may have incurred by the bidder in the preparation of its tender and nothing

shall be paid on this account.

5. Quotations/Tenders should be enclosed in double covers both addressed to

Dy.CE Grid Const. Circle, PSTCL, Ludhiana. Both inner and outer covers shall

be sealed and subscribed with Tender specifications Number as given on the

Enquiry/Tender Notice together with the date on which the Tender Opening is due

and the name of work.

6. Quotations/Tenders shall be received in the office of Dy. Chief Engineer Grid

Const. Circle, PSTCL ,Ludhiana on due date and time given in the Tender Notice

and shall be opened at the given time in the presence of tenderers or their

authorized representatives who may like to be present. In case due date of

opening tenders happens to be a holiday, tenders shall be received and opened

at same time/hours on the next working day.

Note:- In case any dispute arises while opening the tender then to sort out

the dispute, concerned CE shall be the competent authority.

8. PRICES :

(i) The unit rates shall be quoted F.O.R. destination. The break-up of the F.O.R.

destination price shall be given as under:-

a) The price of the material inclusive of packing and forwarding charges forming part of

production cost.

b) Packing cost not forming part of production cost, handling charges, cartage, freight

charges and transit risk insurance etc.

(ii) In case rates are quoted ex-works/ ex-godown only & for imported material, freight

charges, transit risk insurance, handling and clearance charges, F.O.B.& C.I.F.

commission of clearing agents at Ports should also be indicated in Part-III of the Tender.

(iii) The quoted prices shall be ‘FIRM’/ ‘VARIABLE’ as per the requirement.

However, where variable prices are quoted, prescribed formula for price

variations on the base price of component elements as applicable on the first

day/first working day of the calendar month, one/ two/three months prior to the

date of opening of the Tender enquiry, as per requirement of the item, shall form

the basis for quoting variable rates. However, price adjustment shall be made on

corresponding rates of variable elements prevailing on the first day/ first working

day, of the month prior to (as prescribed in the Price Variation Formula) the date

of readiness of material intimated in the offer by the firm for inspection or the date

on which the offer for inspection of material is duly received in the concerned

office (whichever is later), if the date of readiness of material is not specified in

the offer. However, the period of two weeks for inspection as per Clause of

Schedule-E will not be counted for computing Price variation.

1.2 TENDERS TO BE INVALIDATED

The tenders must be complete in all respects. Conditional, incomplete or not

properly sealed tenders and tenders received late due to any reason whatsoever

will be rejected.

1.3 INSPECTION OF SITE BY THE TENDERERS

Tenderers should inspect the site and examine and obtain all information

required and satisfy himself regarding all matters and things before submission of

his tender such as:

i. Whether any existing access to the site is available on the Highway,

its suitability for transporting his equipment and the extent of

maintenance required to keep it into a serviceable condition.

ii. The type and extent of access roads to be provided by the

contractor including its maintenance for the transportation of

equipment.

iii. The type of number and equipment and facilities required for the

satisfactory completion of work, the quantities of various sections of

the work, the availability of local labour, availability and rates of

materials, local working conditions, extreme weather conditions,

uncertainties of weather, obstructions and hindrances that may

arise etc. all which may effect the work or cost thereof.

1.4 SIGNING OF THE TENDER

Tenders shall be signed by the owner or person holding power of attorney by him to do so. Necessary documents in support thereof should be enclosed with bid at the time of submission, failing which tenders may not be considered.

1.5 EARNEST MONEY:

i) The tenderer shall be required to submit Earnest Money at the following rate in

the form of Demand Draft in favour of Addl.S.E. Grid Const. Division, PSTCL

Moga payable at Moga along with the tender: -`Lump Sum :-

(Rs. 55,000/- Only)

(Rs. Fifty Five Thousand only)

ii) Public sector under taking fully owned by the Punjab government/central

government, other ‘State government shall be exempted from depositing Earnest

Money provided that a certificate of government ownership shall be submitted in

envelope for Earnest Money.

iii) Earnest Money shall be forfeited in case of withdrawal / modification

of an offer within the validity period as required in the NIT/Tender

specification after opening of tenders.

iv) In case of successful tenders earnest money shall be converted into

security deposit excess to be refunded and shortfall to be paid by the

contractor within 7 days of issue of work order.

v) In case of tenders not accepted, the Earnest Money shall be refunded

within 30 days of the award of order/contract to the unsuccessful tenderer

or after expiry of additional period whichever is later.

vi) Tenders without Earnest Money shall not be entertained/opened.

vii) In case of tenders not accompanied by full amount of Earnest Money for

the items tendered but not less than 25% of the entire amount due, the

order/contact shall be awarded only for the part of material/equipment

services limited to a value corresponding to the actual amount of Earnest

Money submitted with the

tenders provided the placing of such part order is otherwise feasible and is

in the interest of the PSTCL, otherwise such tenders shall be ignored.

1.6 TENDER TO CONFIRM TO SPECIFICATIONS:

Tender which proposes any alteration in the work specified in the Tender specifications

or in time allowed for carrying out the work or which contains any other terms &

conditions of any sort will be liable to rejection.

1.7 RATES TO INCLUDE EVERY THING NECESSARY:

a) Prices & rates quoted shall be F.O.R destination, shall include cost of all

material charges for labour including all leads and lifts, tools, plant,

mobilizing and demobilizing equipment, consumables such as but not

limited to fuels, lubricants, electrodes, acetylene etc., fixtures, setting out,

transport charges, taxes, royalties, octroi for temporary/permanent works

and any local taxes or levies payable on all transactions necessary for due

performance of work under this contract. Quoted rates shall take into

account all the above and everything else necessary and such quoted

rates shall remain firm for the entire duration of the contract. Bidders shall

note that later claims on account of non-inclusion of some or any

necessary item in his quoted rates will not be entertained under any

circumstances. However, escalation owing to increase in basic prices of

material, labour and taxes/duties shall be payable as stipulated in price

variation clause.

b) The unit rates quoted shall take into account details of construction which

are obviously and fairly intended, and which may not have been

specifically referred to in these documents but are essential for the

satisfactory completion of work.

c) Rates quoted by bidder for all items of work shall remain firm irrespective

of variation to any extent in quantities of any or all items indicated in

schedule of quantities & rates and up to + 35% variation in the contract

price.

d) Tenderer shall furnish %age extra/rebate over the contract price in excess of +

35% variation allowed and in case tenderer does not specify the %age

extra/rebate in his offer, the quoted price shall be deemed remain unaltered for

any variation beyond + 35% also.

e) The rates quoted shall be good for all shapes and sizes of members whether or

not shown in tender drawings issued alongwith the specification.

f) The rates quoted shall be good for works below or above ground level,

Irrespective of elevations unless separate rates are called for, for different

elevations.

g) The rates quoted by the bidder shall remain unaltered for the use of

Any type of cement such as Portland Puzzolens or Ordinary Portland etc.

Supplied by the Board.

h) The rates quoted by the bidder shall include any straightening of raw

steel, coiled sheets etc. prior to use on the works.

1.8 DELIVERY SCHEDULE:

The entire job including Supply of material and its commissioning should be

completed as per the schedule for various sites to be given by this office or Addl.

S.E. of various divisions under this circle office as per the requirement of the

sites.

1.9 EXTENSION IN DELIVERY PERIOD

“Any genuine delay in the approval of technical details, drawings, samples; issuance of

amendment to Purchase Order; carrying out inspection; approval of Test Reports/Test

Certificates issuance of dispatch instructions/ stations etc. will count towards extension

of the delivery period by corresponding period other than that admissible under Force

Majeure conditions, if any substantiated by the suppliers, and duly accepted by the

Purchaser. No extension in delivery shall be granted in case of delay in payment.

1.10 NEGLIGENCE & DEFAULT

In case of any negligence on the part of a Supplier/Contractor to execute the Purchase-

order/Contract with due diligence and expedition and to comply with any reasonable

orders, pertaining to any contravention to the provisions of the Purchase-order/Contract,

given in writing by the purchaser, the purchaser may give a 21 days-notice in writing to

the Supplier/Contractor to make good the failure/neglect/contravention. In the event the

Supplier/Contractor fails to comply with the notice within a timeframe considered to be

reasonable by the purchaser, the business dealings shall be suspended/terminated with

the firm by the purchaser for a minimum period of three years or in extreme cases, the

firm shall be blacklisted forever by the purchaser.

Apart from the suspension/termination of business dealings/blacklisting of the

supplier/contractor, the purchaser shall also forfeit the security & other pending

payments of the Purchase Order/ Contract against which the supplier has

defaulted, in addition to PEMD/ EMD lying with the concerned organization.

1.11 ALL CUTTING/CORRECTIONS TO BE INITIALLED:

Each page of the tender document including the schedule of quantity and bid

drawings be signed and dated by tenderer in ink as a token of his having

examined the same. Any correction in the rates quoted in the schedule of

quantities shall also be signed with date by tenderer before submitting the tender.

All corrections and additions or pasted slips should be initialed by the contractor.

Non-compliance with these conditions will make the tender liable to rejection.

1.12 VALIDITY OF TENDERS:

The offer should preferably be valid for 120 days from the date of opening of the

Tender enquiry or as specified in NIT and any withdrawal or modification of the

offer shall not be permitted.

1.13 SOLVENCY CERTIFICATE:

Every tenderer shall produce along with his tender a solvency certificate from a

schedule Bank. If he fails to produce such a certificate, his tender may not be

considered.

1.14 POST TENDER MODIFICATIONS:

No modification to the bid shall be made by the bidder after opening of the bids

unless specifically requested by PSTCL. The Earnest Money of any bidder who

modifies after opening, without any specific reference from PSTCL shall be

forfeited without any further reference to the bidder and he shall be liable to

further action like suspension of business dealings/blacklisting.

1.15 PATENT RIGHTS:

The contractor shall fully indemnify PSTCL or the officer-in-charge against any

action, claim or proceeding relating to infringement or the use of any patent or

design or any alleged patent or design rights and shall pay any royalties which

may be payable in respect of any article/or part thereof included in the contract.

In the event of any claim being made or action brought against PSTCL or Officer-

in-charge in respect of the matters a foresaid, the contractor shall immediately be

notified thereof for taking necessary action provided that payment of indemnity

shall not apply when such infringement has taken place in complying with the

specific directions issued by PSTCL but the contractor shall pay any royalties

payable in respect of any such use.

1 .16 PLANT & EQUIPMENT :-

i. The Contractor,shall at his own expense supply all tools, plants & equipment

(here in after referred to as T & P) required for the execution of the contract

other than those listed in tender documents/contract agreement which subject

to their availability may be hired from PSTCL to the contractor or issued free

for use in the execution of the work,as specified in the tender documents.

ii. The details of Plant, equipment & machinery available with the tenderer in

working order for deployment on the work shall be submitted alongwith

relevant information on the capability, financial resources and experience

about himself.

1.17 SPLITTING OF WORK

(a) The Owner reserves the right to split up the work in the scope of this contract

among more than one contractor at the stage of initial Award of contract or during

the progress of work due to unsatisfactory progress of work by the contractor.The

owner will not entertain any claim from any contractor as a result of such splitting

up.The Owner also reserve the right to exclude/include any items of work

from/into scope of the contract during the progress of work due to any reason

whatsoever.

(b) The owner also reserves the right to inject Labour, T&P & materials at the

contractor’s cost at any stage of work and also to inject labour in case law and

other situation deteriorates in the region due to which Contractor’s labour leaves

the site or the progress is not Commensurate with the committed schedule fixed

by the Engineer-in-charge for achieving target for completion of any activity or

part thereof and recover cost, thereof from bills of the contractor and or security

deposit and the contractor will not have any right to object.

1.18 SIGNING OF CONTRACT

In the event of tender being accepted an intimation shall be given to the

contractor, who shall thereupon attend office of Accepting officer to sign copies of

the specification and other documents and to execute the contract agreement

within specified dates of issues of such intimation failing which acceptance of his

tender shall be cancelled and his earnest money will be forfeited. No Payment

will be released unless the agreement has been signed.

1.19 OPENING OF TENDER & SIGNING OF CONTRACT

The Competent authority will open tenders on due date, time & place in the

presence of any or all the tenderers or their authorized representative on the

production of letter of authority, who may like to be present at the time of opening

of the tender and they will append their signatures in the tender register in token

of their presence.

1.20 PACKING FORWORDING AND TRANSPORTATION

The Contractor shall be responsible for suitable packing of all the

material/equipment and marking of the equipment so as to avoid any damage

during transit and storage to ensure correct dispatch direct to the destination.The

tenderer must quote the F.O.R destination prices for any place in Punjab and

breakup of the F.O.R. Destination Prices should be given as under:-

a) The Prices of the material inclusive of packing and forwarding charges

forming the part of production cost.

b) Packing cost and handling,cartage charges not forming the part of production

cost covered in F.O.R. Destination Prices.

c) Freight Charges and transit risk insurance charges covered in F.O.R

Destination prices.

1.21 GOODS AND SERVICE TAX:- PSTCL is registered centrally in the state under

GSTIN 03AAFCP4714J1ZK.

i) GST, as applicable, will be paid as per prevailing provisions of GST Act & Laws

against submission of documentary proof at rate(s) prevailing during the

contracted delivery period on the basis of actual. The following certificates shall

have to be furnished along with invoice –cum- gate pass duly signed by the

authorized agent /signatory. The first invoice should accompany the specimen

signatures of the authorized signatory duly attested by the Managing Director of

the factory with a copy of orders regarding his appointment as authorized

signatory.

2. Certified that the transaction on which the GST is claimed has been/shall be

included in the return submitted / to be submitted to the GST Authorities and the

amount claimed from the Punjab State Power Corporation Ltd. has been / shall

be paid to the GST Authorities.

3. Certified that the goods on which GST has been charged have not been

exempted under GST Act or rule made there under and that the GST charged on

these goods is not more than what is payable under the provisions of relevant

act.

4. Certified that we shall indemnify the Punjab State Power Corporation Ltd. in

case, it is found, at a later stage that wrong or incorrect payment had been

received on account of GST; the same will be refunded.

5. Certified that we are registered dealer under the GST Act and our Registration

No. is___________

i) In case the GST is applicable and is required to be paid extra as referred to

Para-(i) above, the tenderer should clearly indicate HSN code of item along with

present rate (in percentage) applicable to their company.

ii) The maximum rate (in percentage) up-to which the GST may become leviable/

payable under the prevailing Rules & Regulations applicable to their company,

should also be clearly indicated in their tender.

iii) In case the GST is applicable /payable, necessary certificate of GST claimed /

GST Gate Pass duly authenticated by the authorized representative of GST

Authorities, shall however, be furnished by the supplier along with each

consignment. The supplier should, therefore, clearly indicate in their tender that

whether such GST Gate Passes/Certificates shall be furnished by them or not.

NOTE: The firms indicating nil or concessional rate of GST in their tenders (if any) will

have to absorb GST up to the full rate applicable at the time of tendering.

iv) FURTHER any loss due to non-availability of ITC or levy of penalty/ interest

payable by PST CL on account of non-filling of return or non-compliance or any

miss-statement given under the provisions of GST ACT by the firms shall be

recoverable from them.

iv) Further GST at applicable rates on principal supply shall be

payable on Freight and Insurance.

1.22 TERMS OF PAYMENT

Cost of the material value will be made after the receipt of material in the

stores/grid construction divisions along with GST as per contract shall be paid

within 30 days against receipted challans after the receipt of material/equipment

against the consignment. Payment of installation charges will be paid after the

installation of ‘C’ Wedge Connectors at site by the firm.

1.23 FORCE MAJEURE

During the pendency of the Contract/Purchase Order, if the performance in whole/part by

either party or any obligation there under, is prevented/delayed by causes arising out of

any natural calamity, war, hostilities, civil commotion, acts of the public enemy, sabotage,

fire, floods, explosion, epidemics or non-availability of Government controlled raw

material under orders/ instruction of Central/State Government regulations strikes, lock-

outs, embargo, acts of Civil/Military authorities or any other causes beyond their

reasonable control, neither of two parties shall be made liable for loss or damages due

to delay or failure to perform the contract during the currency of Force Majeure

conditions, provided that the happening is notified in writing (with documentary proof)

within 30 days from the date of the occurrence.

The supplies shall be resumed under the contract as soon as practicable after

the happening (event) ceases to exist.

1.24 WARRANTY

The Contractor shall be responsible to replace free of cost with no transportation

and insurance expenses to the Allotment Order issuing authority or officer

authorized by him up to the destination of material/equipment, the whole or any

part of the material, which under normal and proper use and maintenance proves

defective in material or workmanship within 12 months from the date of

commissioning by the Allotment Order issuing authority or officer authorized by

him or 18 months from the date of dispatch whichever expires earlier, provided

the Allotment Order issuing authority or officer authorized by him gives prompt

written notice of such defects to the Contractor. Such replacement shall be

affected by the Contractor within a reasonable time not exceeding 6 months of

the intimation of defects. Contractor’s responsibility arising out of supply of

material or its use whether on warranties or otherwise shall not in any case

exceed the cost of correcting the defects or replacing the defects or replacing the

defective part

material part material and upon the expiry of the warranty period stipulated

above,all such liabilities shall terminate.

The above provisions shall equally apply to the material so replaced/repaired by

the Contractor under this clause in case the same is again found to be defective

within 12 months of its replacement/repair.

1.25 ORDER PREFERENCE

The PSTCL would allow an order preference to such tenderer whose works are

situated within tha state of Punjab as per the procedure laid down as under:-

a) The rate of Punjab based firms shall be de-escalated by 15% for all the units (i.e. 100*

Quoted Rates/115). For these firms quantity upto 20% of the total ordered quantity may

be reserved provided their de-escalated rates fall below the lowest rates considered for

the placement of purchase orders/ contract. For the purpose of allocation of quantity

against Order Preference, the merit position of the Punjab based eligible firms shall be

prepared separately. However, where the Punjab based firms qualify amongst the lowest

bidders on their own quoted rates,they shall also form part of the original merit list

without order preference for the purpose of allocation of quantity.

b) Purchase order on the Punjab firm claiming order preference& found eligible as per

clause (a) above would be placed on the lowest rates (L-1) considered for the placement

of purchase orders/ contract

c) The Punjab based firms claiming order preference shall be required to furnish an

undertaking in prescribed form (Annexure-II) on a non-judicial stamp papers of

appropriate value duly notarized to the effect that they shall execute the order if placed

on them under ‘Order Preference’ as per the Tender specification. Such undertaking

shall be submitted by the Punjab based firms latest by 5:00 PM on the day of opening of

price bid and duly acknowledged by the concerned office.

d) In case no such undertaking is furnished by the Punjab based firms, who are

otherwise eligible for claiming ‘Order Preference’ as per the Tender specification, their

Tender shall not be considered for placement of any order under Order Preference. In

the event of refusal by the Punjab based firms to execute the purchase order/contract at

their quoted rates or offers made under Order Preference as per ‘a’ and ‘b’ above as the

case may after furnishing the above undertaking as per Annexure II their earnest money

shall be forfeited apart from initiating further administrative action, such as suspending

business dealings blacklisting etc.

TENDERSPECIFICATION NO

02/2017-18

TECHNICAL SPECIFICATIONS

SECTION-II

1.1 SCOPE

This specification covers the design, manufacture, testing, supply, delivery (F.O.R.

Destination at any place in Punjab) of and Installation of Fired ‘C’ Wedge Blotless

Connectors (Clamps) to be provided/installed at various Sub Stations in PSTCL. Any

other parts and accessories which may be required for proper functioning of these

material/equipment would be deemed to have been specifically mentioned in tendered

prices, even though the same may not have been specifically mentioned in the

specification. The Tenderers will submit their offer strictly as per Standard Terms and

Conditions of this Enquiry. The offers with any deviation will be liable to be rejected.

1.2 REQUIREMENT

Sr. No. Description of Material Quantity Required

1 Supply, Delivery & Installation at any PSTCLSubstation Site. Aluminium Alloy Based AmpactFired ‘C’ Wedge Boltless Connectors (Clamps) alongwith ‘C’ Wedge Suitable for Zebra to Zebra ACSRConductors (0.4 Sq” to 0.4 Sq” Conductor)Conforming to IS Code-5561 with its latestamendments.

1100 Nos.

1.3 CLIMATIC CONDITIONS

All the Substations where these Ampact Fired ‘C’ Wedge Boltless Connectors are to be

installed are located in the level alluvial plains of the Punjab (Altitude not exceeding

1000 meters),where the climate conditions are as under:-

a) The temperature of air in shade varies from-10 degree c to 50 degree C.

b) The maximum outside temperature of air in sun is 60 degree C.

c) Maximum daily and yearly average ambient temperature is 45 degree C to 35 degree

C.

d) The tropical monsoon rain conditions exist for about the four months in the year and

the average annual rainfall is 250 cm. The maximum relative humidity may be of the

order of 90-100%

e) Heavy dust storms/thunderstorms accompanied by lightening occur at frequent

intervals. The maximum wind pressure may be of the order of 195 KG per .

Annexure-‘B’

SCHEDULE OF GENERAL PARTICULARS OF THE MANUFACTURER/SUPPLIER

Particulars mentioned below if requires more space, the Information may be supplied on

extra pages as annexures):

1. Name of the Manufacturer/Supplier/Firm :

2. Address, Telephone/Fax Nos. and e.mail address :

of the Manufacturer/Supplier/Firm

3. PAN No. and proof of filing Income Tax Return/ :

Clearance Certificate for last 3 years of the

Manufacturer/Supplier/Firm

4. Name of two Owner/Partner/Directors/Proprietors/ 1. :

General Managers/Responsible men of the Firm 2.

along with their Telephone Nos./e.mail address

5. PAN No. and proof of filing Income Tax Return 1. :

Clearance Certificate for last 3 years of above

responsible men 2.

6. Name, telephone no. and e.mail address of Work’s :

Manager/Responsible person to whom reference

should be made for expeditious technical

co-ordination/other clarifications.

7. In case Authorized Representative/Distributor/

Dealer then give:

a) Name and particular of the manufacturer :

b) Certified copy of the instrument of Authorization :

of the Supplier/Manufacturer

8. Constitution and Composition of the Firm (Whether :

Proprietary/Partnership/Private/Public Limited or

Govt. Undertaking.

9. Copy of the Memorandum/Partnership Deed/Article :

of Association may be attached.

10 If Firm Registered with Registrar of Companies or :

other Govt./Semi-Govt. Dept. Give the details of

authority with which it is registered and also give the

Registration No.

11. Manufacturer’s type and description of Equipment :

12. Whether the equipment is indigenous or imported one. :

13. In case the equipment is being manufactured/

supplied with the collaboration of Foreign Company,

then give the name of Collaborator and Country of

Origin.

14. Experience and standing in the market :

15. Particulars of Purchase Orders/Contracts executed :

with Board and other Board/Govt. Department as

per ‘Performance Schedule’ attached as Annexure F

16. Order copies of similar nature of supplies executed :

with Govt./Semi-Govt./Reputed Organizations and

Electricity Board

17. Performance Certificate regarding satisfaction :

supply and operation of equipment already supplied.

18. Balance Sheet or details of turnover for last three :

years including trading, manufacturing and profit &

loss account.

19. Details of Technical Qualified Staff/Engineers, :

Skilled/Semi-Skilled/Un-Skilled Workers employed

in Company.

20. Details of Testing instruments available :

21. Details of Plant and Machinery available :

22. Details of Service Centers/Registered Offices :

available in India

23. Copies of Literature/Drawings/Test Certificates :

attached

24. Bank References

25. Whether Firm or their product bears Quality Marking :

such as ISS/IEC/ISO/BS Certification/License, if

so send the details/photocopy of same

26. Details of Testing/Calibration/Repair Facilities : Detail of Testing Available

Available for following:

a) Tests of Raw material

i) :

ii) :

iii) :

b) Type Tests

i) :

ii) :

iii) :

c) Routine Tests

i) :

ii) :

iii) :

d) Acceptance Tests

i) :

ii) :

iii) :

SIGNATURE OF TENDERER

NAME___________________

SEAL OF COMPANY/FIRM

DESIGNATION____________

1.1.1.1.i.1.a. Signature:

1.1.1.1.i.1.b. Name

1.1.1.1.i.1.c. Status

1.1.1.1.i.1.d. Whether authorized

of the Attorney of the Tendering Co.

1.1.1.1.i.1.e. Name of Tendering

Company

Annexure-‘C’

GUARANTEED TECHNICAL PARTICULARS OF C-Wedge Clamps

Sr.No. Particulars of Supplies/Required Specifications Specification

offered

By the supplier

1. Aluminium Alloy Based Fired ‘C’ Wedge

Boltless Connectors (Clamps) alongwith ‘C’

Wedge suitable for Zebra to Zebra ACSR

Conductors (0.4 Sq. “ to 0.4 Sq.” Conductor)

Conforming to IS-5561 Code

SIGNATURE _______________________________________

DESIGNATION _______________________________________

COMPANY _______________________________________

DATE _______________________________________

COMPANY SEAL

Annexure- ‘D’

S C H E D U L E O F D E V I A T I O N S

Tenderers shall carefully state below any and all points clause by clause of his offer,

which are not in accordance with PSTCL’s Technical specifications and General

Instructions.

Section Clause No. Deviation

We hereby certify that the above mentioned deviations are the only deviations

from the General as well as Technical Specification of the Enquiry. All other clauses of

the specification not specifically commented are acceptable.

SIGNATURE_____________________

DESIGNATION___________________

COMPANY SEAL

COMPANY______________________

DATE__________________________

Note: In case, the technical specifications as well as general conditions of Tender

Specifications are acceptable in toto, the word ‘Nil’’ shall invariably be put in the above

column.

ANNEXURE-E

CONTRACT AGREEMENT FORM

( To be entered on a Non-Judicial Stamped paper of

Rs. __________________only )

This contract Agreement made this __________________day

of_____________________in the year ________________between the PSTCL called

Purchasers and M/s. __________________________ having their Regd. Office at

______________________hereinafter called contractor for the supply of

delivery/construction of______________________________ in accordance with Tender

Enquiry No __________ Dated _________ and Contractor’s proposal No

___________________ Dated ____________.

This is in confirmation of the advance acceptances notified in the owner’s letter

No.________________ wherein the Purchaser has accepted the proposal of the

Contractor for the delivery/construction of _________________________ as per

work order No._______________.

In view of the foregoing, the Purchaser and the Contractor have agreed to the

scope of work and the terms and conditions of the order settled between them.

The NIT/Tender Specification, the Contract’s proposal and related

correspondence and the work order acknowledged/accepted by the Contractor form

part of this agreement.

This agreement contains _______________________________pages.

In witness whereof the parties here to have affixed their signatures on the day

month and year written as above.

Contractor Owner

1.26 ClVlll$UlT/JURISDIGTION',(

#

nlf Fgi:&',Arbitration proceedings in gonnection with the Allotment Order/Contract shall

be subject to the territorial jusrisdiction of the Local Civil Courts in which the respective.,4-.

GridlConst. DiVisions under this Circle are Situated.

-J,qr ii

''!I

-.t

tl. I' t.t

gi\EE

$E;:PoLr..-E

Pi,,utc

: qaN:[h

.41--#

*-: rt\\E \I]b /\i'=orlILo)o-a(E

aEocog,oEc)

co)(,oID-o:foc(U

oa@l

? \F

T&

#o

3(g'

o-cEoo

od

oE

C([(UY

(s-co

=aaooG-oo.soNryoo-Lo

U)aYONNccoaYoNNcacG

YoNryr-a(vYaU)

VoNNj:lo-G

G'YaaYoNNfJo-L

.o

.dU>o-aaYoNo{,6oG-o(ELc)oaa

YoNo{c(Uo)Cocoa\U)

YoNN

-q'6'trU)

YoNN.c-9E

oU)

YoNNo)io=o.cooo"a.co)!ooLoU)LoooCcoooa0)

6moo)oo

=o!q).=lro

.(Uo-E

oLo).C

=oilo

=o.9,J

ooEo.O.ac=

L

cO6C;P u:0) oo,bP'' FE.=EEh 3<u6--o5q, I>E oEO P9r

='o,b=o=!Oo)c'cEao-ae(u)'=

EE T!.? o_ 0)U.o!=:ogo)

occfE9q bte 3(Di.Lo-:.o ;EP-!k= I=o=o3 iL-=odg, ;3'E(,)oocrE b*fr E Efr.=iEpc

2,9 A'6€: efe# Ebq6oF!=

;P Ed:= EE=o6o)*EG€6,froF€; ! 8: '5 .lJ o)$e EE..cOIs E€.ut Rc-ooY-L-V

orF 5;E= bEH=ood;o:Sc.Ege-

-'=E6?,(I)g9$EEE.. o !

= N o 5

EF E s'€ # B

lrots=(J-=.Ef,?O II;Et.aj\;P>, \'E Olo(L

.

\,''rl/,,'{

',,-l,l:t.:

li-.i r'''li

$$ 4rEui

-E\ E!.

EdEffsf

o6,a6ze. at,

c(U

!E

tr:oo.!2o o

u.o

!E

ooo6roEEL>5,iE ot o)

ooBE(EJ

o.=co=-O! ED .:

=Eu55€ ot o

=oED TL'0=

-o*'B E

ED .=tEE3oE

ou

9r96b.-tEgE 8.8

EggE5E#5Eg o

x. (o

o

OLHia!o oI 6

o EDoIt E, tr!tr-troolrtrUi

T i -E Eut.-tr! s,E 9**gfiEsrie !,x t'

>-'.:trG

aooz (9

oozoo

G

o6

totroo.g(,ooo c!

EEBg=:3EEE*eiEEtfiEgf€E#$-;:E: E

;'a$EEos:EsHE.Eag=E:s*.E EE-eEE;rEEE;ftusE

r:O'r, z I,ft

olullolclo-lulOI

slrl6lulIIol.nl

N(f)

1.4

1.,

0 Heavi[y polluted atmosphere having acidic contents in air causing normal

sulptronation' The sites are vermin infested'

GUARANTEED DAfiA AND OTHER PARTICULARS:.

The Firm will give its General Particulars in the form of schedule of General Particulars

of the supplier attached as Annexure-B. Guaranteed technical data of 'c' wedge

clamps should be given in the form of schedule of Guaranteed Technical Particulars

attached as Annexure-G. Any other particular:s considered necessary by the tenderer

may also be given in addition to those listed in the schedule. This information/particulars

shouldbesupportedwithdocumentswhereverrequired.

STANDARDS :.

The 'c' wedge clamps shall comply with the requirement laid down in relevant.-

lndian/international standard specifications as amended up to date or othenrvise except

for those, which are specifically mentioned/modified by this specification' Deviations

from these standard specifications if any, should be clearly brougat out in the tender in

,,schedule Deviation" enclosed as Annexure-D. These Deviations should be supported

with futl justifications.

1.6 PERFORMANCE GUARANTEE:-

All the material/equipment supplied against this specification shall be guaranteed against

defectivematerial,inadequatedesignandbadworkmanshipforaperiodofatleastl2

months from the date of commissioning or 18 months from the' date of dispatch

whichever is earlier. For this successful bidder shall be required to give undertaking on

StampPaperworthRs.l5l-beforemakingdeliveries.

1.7 The bidder should have supplied/executed work orders for similar items worth Rs' 40

Lacs. with psTcl/Utility during the last financial year or the bidder should have-=*

supplied/exeiuted work orders worth Rs. 1 Crore with PSTCUUtility during the last three

Years' r . -/

? uffin"n""'

Grid Const. Circle

PSTCL' Ludhiana

:"

1.5

f!. '' ,. l