Sei sulla pagina 1di 19

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION

RESOURCES (NISCAIR)
(Council of Scientific & Industrial Research)
Dr. K S Krishnan Marg, New Delhi-110012
NOTICE INVITING TENDER
Sealed tenders in two bid system i.e. Technical along with EMD, & financial separately,
are hereby invited for the work of Annual Maintenance Contract(AMC) of HT & LT Substation, transformer switch gears and up to out going of Distribution system including last point
of power and light installed at NISCAIR (Pusa Campus), New Delhi. from the contractors of
appropriate class of C.P.W.D., railways, MES, P&T,state PWD, semi Govt. organizations and/or
from those who have worked for CSIR or its laboratories/Institutes and having successfully
carried out preferably three similar works (AMC of HT&LT substation in Govt. semi. Govt.
etc.) The tenderers are required to produce proof of fulfilling these conditions along with valid
electrical license while making requests for issue of tender document. Estimated cost of the
above work is Rs. 2,80,977.
SN

Description of work

Estimated
cost (Rs. In
lakh)

1.

Annual Maintenance 2,80,977


Contract (AMC of
HT & LT Substation, transformer,
switch gears and up
to out going of
distribution system
and including last
point of power and
light installed at
NISCAIR, SV Marg,
New Delhi-110012

Earnest
money (Rs)
7030

Date of
collecting of
tender
document
17/9/2009
upto 5.00
p.m.

Last date
and time of
submission
of tender
18/9/2009
upto
3.00
p.m.

Tender document (non transferable) comprising detailed terms and conditions can be obtained
from the Book Shop, NISCAIR, Dr. K S Krishnan Marg, near Pusa Gate, New Delhi-110012
during the office hours on all working days on a payment of Rs. 500/- for each work (non
refundable) by a cash/demand draft of a scheduled bank drawn in favour of Director, NISCAIR,
New Delhi Technical bids of the tenders will be opened on 3.30 PM on 18/9/2009 in the
presence of bidders, if any.

The tender document is also available at our website http://www.niscair.res.in for downloading.
The application made on downloaded form shall be considered valid if the bidding party pays the
amount of Rs. 500/- by Demand Draft/Pay order at the time of submission of the bid documents.
Director NISCAIR reserves the right to accept or reject in part or in full of any or all the tenders
without assigning any reason thereof.
Tenders received without EMD will be rejected out rightly.

Controller of Administration

TECHNICAL BID

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION


RESOURCES (NISCAIR)

Dr. K.S. Krishnan Marg (Near Pusa Gate) New Delhi-12

GENERAL TERMS AND CONDITIONS (GTC)


1.

Sealed tenders in two bid system i.e. Technical along with EMD, & financial
separately, arehereby invited for the work of Annual Maintenance Contract(AMC) of
HT & LT Sub-station,Transformer, Switch gears and up to out going of Distribution
system including last point of power and light installed at NISCAIR (SVMarg Campus),
New Delhi. from the contractors of appropriate class of C.P.W.D., railways, MES,
P&T,state PWD, semi Govt. organizations and/or from those who have worked for
CSIR or itslaboratories/Institutes and having successfully carried out preferably
three similar works ( AMC of HT&LT substation in Govt. semi.Govt. etc.) The
tenderers are required to produce proof of fulfilling these conditions along with
valid electrical license while making requests for issue of tender document. Estimated
cost of the above work is Rs. 2,80,977.
2. Time period for carrying out AMC work will be 12 months and the date of
commencement shall be reckoned from the tenth day of issue of award letter.

2.

Bids must be received by NISCAIR at the address given not later than the time and
date specified on the cover page. In the event of the specified date for the submission
of bids being declared a holiday for NISCAIR, the bids will be received up to the
appointed time on the next working day.

3.

Bidders may inspect the site in complete before quoting the rates. Since, they will be
responsible for break down free service of electricity to the NISCAIR buildings. At
site they may contact Head Infrastructure Sh. A.K.Chawla Scientist F (room no.
222) NISCAIR, 14 satsang Vihar Marg New Delhi-110 067.

4.

Tenders should be on the specified form (Non-transferable) which may be obtained from
the NISCAIR, BOOK SHOP (Pusa) New Delhi- 110 012 upto 5.00 p.m. on 17/9/2009,
on payment of Rs. 500/- (Rupees five hundred only) by cash/demand draft of a
scheduled bank drawn in favour of Director, NISCAIR, New Delhi (Non refundable).

5.

The last date of receipt of tenders will be 18/9/2009 upto 3.00 P.M. and will be opened
at 3:30 P.M. on same day in the presence of tenderers, if any in the conference hall (first
Floor) of NISCAIR.

6.

Sales tax or any other tax or duties on material and on services in respect of this
contract will be payable by the Contractor and nothing extra will be paid by
NISCAIR for increase in such taxes of duties even if imposed or levied either before

or after the tenders are opened or during the currency of contract, over and above
the tendered cost.
7.

Earnest money is liable to be forfeited, if the contractor selected for the work fails to
sign the formal agreement within 5 days from the date of issue of work award letter.

8.

Tenders who do not fulfill all or any of the conditions or are incomplete in any
respect are liable to summary rejection.

9.

duly filled Tender along with earnest money/receipts/drafts are to be sent to:
Director
NISCAIR
Dr. K.S. Krishnan Marg (Near Pusa Gate)
New Delhi-110 012

11.

The Earnest Money amounting to Rs 7030/- (Rupees Seven Thousand Thirty only) as
demand draft or pay order of a schedule bank and drawn in favour of Director,
NISCAIR, New Delhi, should accompany the tender in separate envelope along with
technical bid part. Tenders received without earnest money will be invalid.

12. The Director NISCAIR does not bind himself to accept the lowest or any tender and
reserves to himself the right of accepting the whole or any part of the tender and the
tenderer shall be bound to perform the same at the rates quoted.
13.

Canvassing/Recommendation in connection with the tenders is prohibited and the


tenders submitted by the contractor who resort to canvassing are liable for
rejection.

14.

The tenderers shall not be permitted to tender for works in concerned unit(s) of CSIR
wherein a relative is posted in the grade between Controller of Administration and
Junior Engineer, (both inclusive). He shall also intimate the names of persons who
are working with him in any capacity or subsequently employed by him and who
relatives are as mentioned above.

15.

Tender submitted shall remain valid for 90 days from the date of opening for the
purpose of acceptance and award of work, validity beyond 90 days from the date of
opening shall be by mutual consent.

16.

The tenderer shall quote rates both in figures and words. He shall also workout the
amount for each item of work and write in both figures and words. On check if
there are differences between the rates quoted by the tenderer in words and in
figures or in the amount worked out by him, the following procedure shall be
followed:

16.1

When there is a difference between the rates in figures and in words, the
rates which correspond to the amounts worked out by the tenderer shall be
taken as correct.

16.2

When the amount of an item is not worked out by the tenderer or it does not
correspond with the rate written either in figures or in words, the rate quoted
by the tenderer in words shall be taken as correct.

16.3

When the rate quoted by the tenderer in figures and in words tallies but the
amount is not worked out correctly the rate quoted by the tenderer shall be
taken as correct and not the amount.

17.
Before tendering, the tenderer shall inspect the site to fully acquaint himself about the
condition in regard to accessibility of site, nature and extent of ground, working condition of site
and locality including stacking of materials, installations of tools and plants (T&P) etc.,
conditions affecting accommodations and movement of labour etc. required for the satisfactory
execution of the work contract. No claim whatsoever on such account shall be entertained by the
Director NISCAIR in any circumstances.
18.
Earnest money will be forfeited if the contractor fails to commence the work as per letter
of award.
19.
Except writing rates and amount, the tenderer should not write any conditions or make
any changes, additions, alterations and modifications in the printed form of tenders. Tenderers
who are desirous to offer rebate the same should be brought out separately in the covering letter
and submitted along with the tender except wherever needed after refering the details of the
tender and if asked for.
20.
The successful tenderer shall be required to deposit 10% of the ordered value as security
deposit cum Performance Guarantee by way of demand draft/bank guarantee (as per AnnexureI) of any scheduled bank in favour of Director NISCAIR New Delhi within ten days from the
date of order, failing which the earnest money shall stand forfeited . The Security Deposit and
Performance Guarantee shall be valid up to 12 months from the date of commencement of work.
20.1

The proceeds of the performance shall be payable to the purchaser as compensation


for any resulting from the suppliers failures to complete its obligation under the
contract.

20.2

The performance security shall be in one of the following forms:


20.2.1 A Bank guarantee from a scheduled bank in a form provided by the
purchaser (Annexure - II) or another form acceptable to the purchaser, or
20.2.2 A Bankers Cheque or Demand Draft

20.3 The Earnest money already deposited will be refunded after receipt of security
deposit.

21.

The contractors, to whom the work is awarded will have to execute an indemnity bond in
favour of the Director, NISCAIR, indemnifying the authorities staff and individuals of
NISCAIR against theft, loss of material, damages of any kind to the plant and
installations, damages to buildings and appurtenances due to any mishandling/mistakes in
operation and maintenance, as this will be the sole responsibility of the contractor and to
be made good by the contractor at his risk and cost.

22.

The contractor is also to declare in the indemnity bond that he/his firm/his partners will be
held fully responsible for any damages due to fire caused by any mishandling, misoperating, or improper maintenance and replacement of materials of air-conditioning
plant and connected installations and that all such damages will be made good by him/his
firm/his partners at his/their own risk and cost.

23.

All procedures either technical or security measures as followed in NISCAIR for all
contractors will be followed in the case of this contract also.

24.

Tenders submitted on forms or


sheets (except when the given forms are
insufficient) other than the tender forms issued by the NISCAIR will not be considered.
In case of insufficiency of tender forms also, the forms or sheets submitted as tender
should accompanied by the tender form issued by NISCAIR.

25.

Unsuccessful Bidders EMD will be discharged/returned as promptly as possible as but


not later than 30 days after the expiry of the period of bid validity prescribed by the
purchaser.

26.

Director NISCAIR reserves the right to accept or reject any tender in full or in part
without assigning any reason.

27.

The conditions beyond its control such as, but not limited to, war, strikes, fires, flood,
governmental restrictions or power failures, damages etc. Shall not be deemed a breach
of the contract.

28.

One month notice will be given by either party for termination of the contract during the
tenure of contract for breach of clause or otherwise.

29.

Except where otherwise provided in the contract, all questions and disputes relating
to the meaning of the specification, and instruction herein before mentioned and as
to the quality of the materials, as to any question, claim, right, matter or thing
whatsoever, in any way arising out of or relating to the contract, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the
works, or the execution of the same whether arising during the process of the work

or after the completion or abandonment thereof shall be referred to the sole


arbitration of a person nominated by the Director General, Council of Scientific &
Industrial Research, New Delhi, and if he is unable or unwilling to act to the sole
arbitration of some other person appointed by him willing to act as such arbitrator.
The submission shall be deemed to be submission to Arbitration under the meaning
of the Arbitration Act, 1940 or any satisfactory modification of reenactment thereof
for the time being in force, conclusive and binding on all parties of the contract.

SCOPE OF WORK TO BE CARRIED OUT UNDER THE CONTRACT


1.0

Introduction:
NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION
RESOURCES (NISCAIR) is having its campus at 14, Satsang Vihar Marg New Delhi-67,
is a very prestigious Institute of CSIR. The building have HT & LT Sub-station,
Transformer, Bus bars, Switch gears, Distribution systems, lighting system points,
window Acs, power points etc. Which are required to be maintained on Annual
Maintenance Contract (AMC) basis for trouble free electricity supply to NISCAIR. The
contract of annual maintenance shall be initially for a period of one year. The period can
be curtailed/extended at the discretion of the Director NISCAIR.

The title of the work briefly indicates the work requirement. In order to completely
familiarize themselves with the conditions and work requirement, tenderers are advised to
visit the site to see the conditions of the work to be carried out and may contact
Sh.A.K.Chawla, Head Infrastructure (Room no.222) at SVM building
for
clarifications/familiarization etc. before quoting the rates.
2.1

NISCAIR shall permit access to all concerned areas of building to


contractors personnel. Use of available facilities like local telephone, parking
facilities to maintenance staff deployed by contractor shall be provided by
NISCAIR free of cost (for official use only).

a. DESCRIPTION OF COMPLETE ELECTRICAL SYSTEM (INSTALLED AT 14, S.V.


Marg Building of NISCAIR) UNDER THE CONTRACT
a.1

2.2

2.3

Metering & HT Panels:


From out going of 11KV meter power comes to a three panel HT board
having OCBs. Relays, PT&CPs.
Transformers:
From the HT panels there are two out goings through HT cables to two
transformers of 11 KV/415V1000KVA capacity each with bukholz relays
installed. Out going of transformer is taken to LT panels through Bus duct
( out door).
LT Panel System :

Through the bus duct from transformers supply is taken in to two incomers
of LT. OCBs in LT panels, where bus coupler is also installed. From these
panels supply is distributed through ACBs, MCCBs and Switches to
different parts of the building including hostel, quarters ect also to another
LT panel at basement.

3.0.

2.4

Distribution systems:
From basement panel supply is distributed to different floors of the building from
there it is being taken for utilization in individual rooms, halls etc. Also
distribution boards are installed in quarters, hostel, and canteen and for UPS
supplies.

2.5

Main incoming breakers of AC plant in AC plant panels.

SCOPE OF WORK at NISCAIR (S.V. Marg, Campus):

Following electrical equipments are included in Annual Maintenance Contract:


1.0

2 nos. of 11 KV/415V1000KVA Transformers and there protection system.

2.0

Out going cable of metering equipment.

3.0

All the HT panels and OCBs and their protection systems viz. Relays, trip circuits etc.

4.0

All the HT cables and Bus ducts.

5.0

All LT panels, Switch gears installed in LT panels, Meters, indications, bus bars, LT
cables, Bus coupler and complete LT panels installed at basement.

6.0

All the distribution boards installed at each floor and in quarters, hostel, canteen and for
UPS etc. including all out going switches, MCBs, fuses, MCCBs from distribution
boards.

7.0

All the power points, light points etc available in the complete building.

8.0

Street lights, security lights, starters of pumps etc. and rectifying the faults in all except
rewinding of motors etc.

9.0

Main incoming breakers of AC plant in AC plant panels.

10.0

Operation of DG set installed in the campus and daily check ups of DG set.

11.0

Any other job related to electrical new or old assigned to the contractor are to be
done by the contractor under the contract i.e. fixing of new DB, terminations etc.

4.0

Following time schedule is to be followed for proper maintenance of the Systems of the
buildings under the contract:
4.1

WORK TO BE CARRIED OUT DAILY:


a. Recording the reading of HT meter at opening and closing of the day in the log book
of meter to be arranged by contractor;
b. Recording the condition of transformer in transformer log book including load on
the transformers and taking corrective action in case of abnormalities;
c. Checking the HT panel and recording the observations made, any abnormality to be
corrected immediately;
d. Checking the LT panels and recording the observations made, any abnormality to
be corrected immediately;
e. Checking the Distribution System and recording the observations made, any
abnormality to be corrected immediately;
f. Any other job assigned by NISCAIR related to electrical power/light etc;
g. Keeping all the meters and indications of HT and LT panels intact;
h. Cleaning of Transformer, HT panels, LT panels etc; and
i. Repairing etc. is to be done immediately if on inspection any defect is found.
j. Attending the daily routine complaints of electrical lighting or power point received
from the users.
k. Checking of loads on distribution system, sub panels, main panels etc. and making it
uniform on phases as far as possible.
l. Replacing of wiring if fault is noticed and it is required to change the wiring on the
direction of engineers concerned. All material will be supplied by NISCAIR.
m. Operation of DG sets installed in the campus and daily check ups of DG sets.

4.2

WORK TO BE CARRIED OUT MONTHLY:

4
a. All works to be carried out as carried out in daily schedule above;
b. Checking and operating switch gear and trip circuit of HT panel for its proper
functioning. Incase of defective/mal-functioning to be rectified immediately;

c. Checking and operating switch gear and trip circuit of Transformer for its proper
functioning. Incase of defective/mal-functioning to be rectified immediately;
d. Checking and operating each switch gear and trip circuit of LT panels for their
proper functioning. Incase of defective/mal-functioning to be rectified immediately;
e. Checking the load on each phase of distribution system and ensuring that load is
within limit and no MCB, switch, cable is over loaded.
f. Checking of power factor equipment and capacitor banks, relay, panel etc. and
rectifying any fault detected and ensuring that P.F. is maintained.
4.3

WORK TO BE CARRIED OUT ON QUARTERLY BASIS:

a. All works to be carried out as carried out in monthly schedule above;


b. Checking of current ,power factor, power and voltage at each switch in LT panels;
c. Cleaning of Distribution Systems;
d. Oil sample testing of transformers oil for acidity and BDV value and submitting the
report and
e. Checking, repairing and cleaning of street lights, and security lights.
4.4

WORK TO BE CARRIED OUT IN HALF YEARLY SERVICING:

a.

All jobs as mentioned in the quarterly work schedule above;

b.

Servicing of all OCBs including filteration of OCB oil if required;

c.

Testing of all relays and calibrating them with relay test kit;

d.

Cleaning of interior of HT & LT panel and tightening of all nuts and bolts
including bus bar bolts, cable connections, switch connections etc;

e.

Recording the IR values of transformers;

f.

Checking the earth pits and recording the value of earth resistance. In-case high,
taking the corrective action to bring it up;

g.

Testing of earthing of each panel on HT and LT. In case improper need to be


corrected; and

h.

Cleaning of interior of bus duct and tightening all nuts and bolts including
checking and correcting of earth strip.

i.

Checking and ensuring that all the distributions are properly earthed. Incase some
wiring is to be done up to distribution box for earthing, the same is to be carried
out .All material will be supplied by NISCAIR.

4.5

WORKS TO BE CARRIED OUT YEARLY:


a.

All the works to be carried out as carried out in half yearly schedule above; and

b.

Making a drawing of complete sub-station up to out going of distribution system.

c.

In yearly schedule any other work needed to be carried out for making all the
systems under the contract in proper functioning condition.

4.6

NOTE:
i).

For the above maintenance any or all (routine, special) Tools, plants, Instruments
etc. etc. and consumable items viz. grease, oil, cloth, dhoti etc. needed are to be
arranged by the contractor at his own cost. Institute will not provide anything to the
contractor. Filteration of transformer oil is not included in the contract. However,
any repair etc. needed is to be carried out by the contractor under the contract.
Material for replacement will be provided by NISCAIR.

ii) After taking over the AMC, the contractor will give in writing within 30 days to
NISCAIR a list of material needed for routine maintenance of the complete system
under the contract. He will not bring the emergent situations for immediate supply
of material which was not in the list except in rare cases.
iii). The rates quoted will be deemed to have included all the necessary T and P/Labour
required for satisfactory operation and Annual Maintenance Contract of HT & LT
Sub-station, Transformer, Switch gear and up to out going of Distribution system
etc. as defined in scope of work.
iv). Repairing of fault in U/G cables including digging of earth and refilling of earth is
to be arranged by the contractor under this contract free of cost. However, any
material etc. needed will be provided by NISCAIR.
v). Replacement of thimbles of all types incase of burnt thimbles during the period is to
be done by the contractor including providing of thimbles free of cost to NISCAIR.
vi). Maintenance record to be maintained as per format enclosed as annexure-II

5.0

PENALTY CLAUSES:

5.1

Non Availability of manpower or their absence will attract a penalty as


under:
Supervisor: Rs. 300/- per day/ shift
Electrician: Rs. 200/- per day/ shift

5.2

If work is not done as per above schedule or any system is not functioning
then a penalty @ rate of Rs. 1000/- per day shall be imposed on
contractor for each location separately and will be deducted from the AMC
amount due to the contractor and if unsatisfactory performance is
continued for more days as felt by plants in-charge AMC is liable to be
terminated and decision for this shall rest with the Director NISCAIR.

5.3 If the contractor is NOT able to locate and rectify the fault and the reasons
attributable to non performance of contractor as assessed by officials
nominated by NISCAIR, the penalty clause is applicable as follows:
2. System remained non-functional for 2 hours or more. The penalty
will be Rs. 1000/- per day.
5.4

If contractor is not able to rectify the fault then the same may be got done
through some other agency at the risk and cost of contractor and amount will
be deducted from AMC bill and penality as stipulated above will also be
imposed.
However, the decision of the Director, NISCAIR in this regard shall be final and
binding.

6.0

Deployment of site supervisor and electrician to ensure smooth functioning of


power system:
6.1 For organizing and implementing the maintenance schedule it is suggested
that, contractor shall depute at least one qualified and experienced
supervisor with proper licence/certificate of supervisor and two electrician
at site (S.V. Marg) starting from 8.00 A.M. to 6.00 P.M. from Monday to
Saturday (irrespective of holidays during the week) having thorough
knowledge of HT & LT system and distribution system including
knowledge of fault diagnosis and rectification of fault thereof. No extra will
be paid if time is extended in any day or staff is required for maintenance
on Sunday/Holidays. Violation of this condition will result in deduction of
amount due to the contractor from his bill and decision of Director
NISCAIR in this matter shall be final. DG set operation is to be arranged
from 8 AM to 8 PM from Monday to Saturday and accordingly staff may
be deployed.

6.2 Mere deployment of MAN POWER does not fulfill the obligation of contract.
Contractor will be responsible for satisfactory maintenance of all the
systems under the scope of contract and smooth functioning of electrical
services in the NISCAIR.
6.3 During break down, monthly, quarterly, half yearly and yearly maintenance,
if required more skilled/un-skilled workers are may be deployed by the
contractor to complete the work without much interruption of electricity
supply to different/any part of the building.
6.4 In case of break down immediate action must be taken to rectify the fault
and restore the supply within reasonable time as considered by NISCAIR.
Failing which penalty clause will be invoked.
7.0

GENERAL MAINTENANCE:
Periodicity of various general operation and maintenance activities at site:
i). Attend the sub station cleanliness and proper functioning of the equipment
Daily.
ii). Attend any leakage of oil from transformer Daily.
iii). Maintain record of each equipment as per daily schedule or as directed by
the Engineer-in-Charge Daily.
iv). Attend to cleaning of distribution areas daily.

7.1

GENERAL PRECAUTIONS FOR DAILY MAINTENANCE TO BE OBSERVED:


a) Contractor is to ensure that all the installations and accessories provided for
different installations are in their positions, levels, directions etc,
b) The contractor should have their maintenance people accessible either by
person or by phone during or after office hours and if called for one to attend
to work for repairing, rectification or servicing or as required for the smooth
functioning of sub-station, transformers, etc.

8.0

SPECIAL TERMS AND CONDITIONS (STC)


8.1
Site Engineer/Supervisor: The contractors supervisor shall be available at
all times for receiving instructions from the NISCAIR. He shall also attend all site
meetings & co-ordination meetings & arrange to carry out work smoothly as per the

agreed time schedule. Any instruction given to the site supervisor shall be construed
as if the same is given to the contractor.
8.2

Corrupt or Fraudulent Practices:


8.2.1

Bidders & Suppliers shall observe the highest standard of ethics during
the procurement and execution of the contract.

8.2.2

The Purchaser will reject a proposal for award if it determines that the
Bidder recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract in question.

8.2.3

The purchaser will declare a firm ineligible, either indefinitely or for a


stated period of time, to be awarded a contract if it at any time
determines that the firm has engaged in corrupt or fraudulent practices
in competing for this bid, or in executing the contract.

8.3 Time for Annual Maintenance Contract will be one year from the date of
effectiveness of the order for AMC. AMC can be renewed by mutual agreement
between NISCAIR and Contractor.
8.4 Any cement or material required for making good the damages will be brought by
the contractor at his own cost and risk. Similarly any other materials required
for making good the damages.
8.5 In case failure of power from Delhi Vidyut Board OR (any agency who supply to
NISCAIR), liasoning with the official of that agency is to be done by contractor
for restoration of power. NISCAIR authority will put their signature on paper if
any and as required by that agency as consumer
8.6 The firm will be responsible for the security/insurance of their staff working at site
and NISCAIR will not be responsible in any manner incase of any accident/ mishappening.
8.7 Technical evaluation committee during technical evaluation will also review the
past performance of the contractor (who has worked for NISCAIR) before
making then technically qualified etc.

PAYMENT TERMS:
The payment to the firm shall be made in equal monthly installment of yearly
payment on satisfactory maintenance only in each month on bill basis. If
performance is not found satisfactory, payment for that month will be forfeited and
if un-satisfactory performance is continued then contract is liable to be terminated.

DECLARATION BY THE TENDERER

I, ------------------------------------------------, declare that I have submitted my tender for the


work Described in the tender after acquainting myself fully with the details of work
involved and after Understanding the responsibilities to be discharged by me under this
contract and have read the complete tender very carefully.

SIGNATURE OF THE TENDERER

SEAL OF FIRM/COMPANY

FINANCIAL BID

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND


INFORMATION RESOURCES (NISCAIR)

Dr. K.S. Krishnan Marg (Near Pusa Gate) New Delhi-12

Name of Work: Annual Maintenance Contract (AMC) of HT & LT Sub-station, Transformer


Switch gears and up to out going of Distribution system including last
point of power and light installed at both the buildings of NISCAIR, New
Delhi. (at SVMarg Campus)
ABSTRACT OF COST
Sl.
No.

Description

Qnty.

Unit

Annual Maintenance Contract (AMC) of HT


& LT Sub-station, Transformer, and Switch
gears and up to out going of Distribution
system including last point of power and light
installed at NISCAIR (SVM campus) as per
scope of work given in the tender.

1 Job

Eac
h

Rate

Amount

Total Rs

Note:

(1)

Amount may be written in words also.

(2)

Financial evaluation of tender will be done on the basis of rates quoted for
all the above items.

(Signature of the bidder)


Name:
Place:
Date:

Seal

Potrebbero piacerti anche