Sei sulla pagina 1di 26

CHHATTISGARH STATE RENEWABLE

ENERGY DEVELOPMENT AGENCY (CREDA)


V.I.P. Road (Airport Road), Near Energy Education Park, Raipur (C.G.)
E-mail:info@creda.in, Website: www.creda.in

TENDER NO. – CREDA/EC/F-38N/ 3792 Date: 19.05.2017

TENDER FOR DESIGN, SUPPLY, INSTALLATION, COMMISSIONING


OF MAINTENANCE FREE CHEMEICAL EARTHING SYSTEMS &
INSTALLTION,COMMISSIONING OF ELECTRICAL FEEDER
PANELS FOR LED STREET LIGHTS INSTALLED AT AMBIKAPUR
TOWN , CHHATTISGARH

Date & Time of Submission of Bids: 05.06.2017 from 11:00 AM to 1:00 PM


Date & Time of opening of Bids: 05.06.2017 at 03:30 PM

Address for Submission of Bids:

Chief Engineer
CREDA
V.I.P. Road (Airport Road), Near Energy Education Park, Raipur (C.G.)

Any changes in the Tender Document/ last date for submission shall be published only in our
website: www.creda.in

For further information, may contact as stated below:

Mr. Rajeev Gyani (Executive Engineer, CREDA)


Mobile: 8370008627

Mr. Kamran Shaikh (Assistant Engineer, CREDA)


Mobile: 8370008628

1
IMPORTANT DETAILS OF TENDER

1. Design, Supply, Installation & Commissioning of


Maintenance Free Chemical Earthing Systems for LED
Work Street Lights.
2. Installation & Commissioning of Electrical Feeder
Panels supplied through CREDA for LED Street Lights.

• Bharatmata Chowk Road to Darima Mode road,


Ambikapur Town, Dist: Sarguja, C.G.
• Banaras Chowk Road to Shialgiri Hotel Road,
Ambikapur Town, Dist: Sarguja, C.G.
Project Site
• Gandhi Chowk to Mission Chowk Road (Ring Road),
Ambikapur Town, Dist: Sarguja, C.G.
•Pratappur Chowk to Alok Jiaswal pipe factory (Ring
Road), Ambikapur Town, Dist: Sarguja, C.G.

Rs. 2,000/- (Non-Refundable)


(To be submitted as Demand Draft in favour of CREDA,
Tender Document Fee
payable at Raipur along with Technical bid. Bids submitted
without Bid Processing Fee shall not be considered)

Rs. 10,000/- (Refundable)


(To be submitted as Demand Draft in favour of CREDA,
Earnest Money Deposit (EMD)
payable at Raipur along with Technical bid. Bids submitted
without EMD shall not be considered)
Date & Time of Submission of
05.06.2017 from 11:00AM up to 1:00PM
Bids
Bid Validity 6 Months from Date of Submission of Bids
Chief Engineer, CREDA, V.I.P. Road (Airport Road), Near
Address for Submission of Bids
Energy Education Park, Raipur (C.G.)

Date & Time of Opening of Bids 05.06.2017 (3.30PM)

2
INDEX
Sr. No. Contents Page No.
1 Notice Inviting Tender 04
2 Checklist Table 05
3 Tender Fees & EMD Details 05
4 Undertaking by Bidder 06
5 Eligibility & Pre-Qualification Criteria 07
6 General Terms & Conditions and Instructions 08
7 Contractors Default Liability 12
8 Scope of Work 17
9 Technical Specifications 20
10 Annexure – A 22
11 Annexure – B 23
12 Annexure – C 24
13 Annexure – D 25
14 Financial Bid Formats 26

3
Tender No. CREDA/EC/F-3N/ 3792 Date: 19.05.2017

NOTICE INVITING TENDER

CREDA invites sealed tenders in complete accordance from reputed, established and financially
sound registered vendors in CREDA having Class “A” Electrical contractor licence registered in
Chhattisgarh State with experience in Design, Supply, Installation & Commissioning of
Maintenance Free Chemical Earthing Systems & Electrical Feeder Panels for LED Street Lights
& meeting the qualifying parameters along with other requirements as given in this tender
documents for below stated work, F.O.R Ambikapur, Chhattisgarh(C.G).

Sr. No. Work


Part-I
Design, Supply, Installation & Commissioning of 88Nos. of Maintenance Free
1. Chemical Earthing Systems for LED Street Lights installed at Ambikapur Town
(C.G).
Part-II
Installation & Commissioning of 04Nos. of Electrical Feeder Panels supplied through
2.
CREDA for LED Street Lights.

• The tender form should be downloaded from website www.creda.in


• The Bidder has to deposit Rs.2000/- (Rupees Two Thousand Only) (Non-Refundable), towards
tender document fee through Demand Draft (DD) & Rs.10000/- (Rupees Ten Thousands Only)
(Refundable) towards Earnest Money Deposit (EMD) through Demand Draft (DD) in favour of
“CREDA” payable at Raipur (C.G) while submitting tender.
• The date and time for submission of tender is: 05.06.2017 from 11.00AM up to 01.00PM
• CREDA reserves all rights to accept/reject any or all tenders in full/part without assigning any
reasons.
• Any changes in the Tender Document/ last date for submission shall be published only in our
website: www.creda.in

-Sd-
Chief Engineer
CREDA Head Office, Raipur

4
CHECK LIST TABLE

Please fill up (tick mark for the enclosures attached with your tender) the following check list
table in order to ensure that your tender submitted to CREDA is complete in all respects.

Sr. Not
Description Attached
No. Attached
1 (a) Tender Document Fee (proof of submission)
1 (b) EMD(proof of submission)
2 The original document duly signed & sealed on each
page, as a confirmation of acceptance of Terms &
Conditions (T&C)
3 A Copy of CST / PAN & S.T. Registration Certificate
4 Valid Vendor registration certificate of CREDA
5 Declaration of the bidder that they have visited the
proposed site of project implementation & have known
all the technical, social & situational status
6 Turn Over Certificate
7 Copy Of Work Orders
8 Valid “A” class electrical contractor license authorized
by Chief Electrical Inspector, Govt. of Chhattisgarh.
9 Certificate of Authorized Service Centre in
Chhattisgarh State
Details of Tender Document Fees & EMD
S. No. Description
1. Tender Document Fee
Tender Document Fee of Rs.2000/- (Rupees Two thousand only), submitted in the
form of Demand Draft/Banker’s Cheque, drawn on ...................................Bank,
............................ Branch, bearing DD/BC
No.......................................dated.............................is attached herewith.
EMD
2. Earnest Monet Deposit (EMD) of Rs. 10000/- (Rupees Ten Thousand only),
submitted in the form of Demand Draft/Banker’s Cheque, drawn on
...................................Bank, ............................ Branch, bearing DD/BC
No.......................................dated.............................is attached herewith.

(Sign & Seal of the Bidder)

5
UNDERTAKING BY THE BIDDER
(I) I/We have read carefully and examined the notice inviting tender, schedule, General Rules and
terms and conditions of the contract, special conditions, Schedule of Rates and other documents and
Rules referred to in the tender document for the supply.
(II) I/We hereby tender my rates for the supply & work for CREDA as specified within the time
stipulated in the schedule in accordance with all aspects with the specifications, designs, drawings
and instructions with such conditions so far as applicable.
(III) I/We agree to keep the tender open for 06 Month from the due date of submission thereof and
not to make any modifications in its terms and conditions.
(IV) A sum of Rs.10000/- is hereby forwarded as Earnest Money in the form of crossed Demand
Draft/ Banker’s Cheque. If I/We fail to commence or complete the work ordered in specified time,
I/We agree that that CREDA shall, without prejudice to any other right or remedy, be at liberty to
forfeit the said Earnest Money absolutely. The said Earnest Money shall be retained by CREDA as
per the tender documents terms and conditions contained or referred to therein and to carry out such
deviations as may be required by CREDA.
(V) I/We shall not claim any relaxation/exemption in Tender Document Fee/EMD at any stage of
the tendering process.
(VI) I/We have thoroughly examined the present project site conditions, the quality of power being
supplied, etc. and are confident of the suitability of our product/s for the project.
(VII) I/We hereby declare that I/We shall treat the tender documents, specifications and other
records connected with the work as secret/confidential and shall not communicate information
derived there-from to any person other than a person to whom I/We have authorized to
communicate the same or use the information in any manner prejudicial to the safety of CREDA/the
State Govt.
(VIII) I/We shall abide to all the laws and shall be responsible for making payments of all the taxes,
duties, levies and other Govt. dues etc. to the appropriate Govt. departments.
(IX) I/We declare that no previous transgression has occurred in the last 03 years immediately
before signing this tender document with any department / company / PSU in respect of any corrupt
practices or violation of any IPC / Indian Acts that could justify my / our exclusion from the tender
process
(X) Our State Sales Tax registration no. is ________________________________ and CST
registration No. __________________________________________________________. The PAN
No. under the Income Tax Act is ____________________________________. I/We shall be
responsible for the payment of the respective taxes to the appropriate authorities and should I/we fail
to do so, I/we hereby authorize CREDA to recover the taxes due from us and deposit the same with
the appropriate authorities on their demand.

Dated: Signature
Place: Name of Tenderer with seal

Witness
Signature

Name:
Postal Address:

6
ELIGIBILITY & PRE-QUALIFCATION CRITERIA
The bidder submitting bids for this assignment should fulfil the following minimum criteria:
Sr. No. Criteria
The bidder should have work experience in Design, Supply, Installation &
commissioning of Maintenance Free Chemical Earthing System & Electrical Feeder
1
Panels for municipal/ community Street Lighting system & experience in works
mentioned in “Scope of Work” of this tender document.
The bidder should have executed work of Design, Supply, Installation,
commissioning of Maintenance Free Chemical Earthing System & Electrical Feeder
2 Panels of total cost of Rs.5 Lacs with at least one single work order of 02 Lacs each
in the last 3 years i.e. FY2013-14, 2014-15, 2015-16. The copy of same work order
should be submitted in this tender document.
The bidder should have achieved a minimum annual financial turnover of Rs.25
Lacs at least once in the last 03 years i.e. FY2013-14, 2014-15, 2015-16. The bidder
should submit balance sheet and profit & loss statement for the last three Financial
3
Year(s) in which the minimum criteria are met. However, in case of the non-
availability of the same, certified statement from a Chartered Accountant (duly
signed & sealed by the Chartered Accountant) of the bidder shall be accepted.
The bidder should have valid “A” class electrical contractor license authorized by
4 Chief Electrical Inspector, Govt. of Chhattisgarh. The copy of the valid license
should be submitted in this tender document.

5 The bidder should be a registered vendor in CREDA, Chhattisgarh.

The bidder should be thoroughly visited the Project sites at Ambikapur Town &
understand the present site conditions. The declaration of the bidder for visit of the
6
sites & known to all technical conditions of sites will be submitted by the bidder at
the time of bid submission.
7 The bidder should have should have a Service Centre in Chhattisgarh State.
The bidder should not have been debarred from any Central / State Govt.
8 Departments / Agencies / Boards / Corporations / PSUs. The bidder should not be
involved in any major litigation.
The bidder should have undertaken works in Government Departments / Public
9 Sector Undertakings / Central Autonomous Bodies / State Autonomous Bodies /
Financial Institutions and other reputed Private Firms (based in India only).

7
GENERAL TERMS & CONDITIONS AND INSTRUCTIONS TO BIDDERS

1. DEFINITION OF TERMS
In writing these General Conditions of Contract, the specification and bill of quantity, the
following works shall have the meanings hereby indicated unless there is something in the
subject matter or content inconsistent with the subject.

“CREDA” shall mean the Chhattisgarh State Renewable Energy Development Agency
represented through the Director.

"Engineer in Charge" shall mean the Engineer or Engineers authorized by Director, CREDA,
for the purpose of this contract. CREDA Engineer shall mean any Engineering person or
personnel authorized by CREDA for rate Contract.

"Contractor" shall mean the successful bidder awarded with the contract.

“Contract Price” shall mean the sum named in or calculated in accordance with the
provisions of the contract as the contract price.

“General Conditions” shall mean these General conditions of Contract.

"Month" shall mean calendar month.

"Writing” shall include any manuscript, typewritten; printed or other statement reproduced in
any visible form whether under seal or under hand.

"Contract" shall mean and include the General conditions, specifications, schedules,
drawings, supply orders, issued against the contract schedule of price or their final general
conditions, any special conditions applying to the particular contract specification and
drawings and agreement to be entered into. Terms and conditions not herein defined shall
have the same meaning as are assigned to them in the Indian contract Act.

“Work” shall mean Design, Supply, Installation, Commissioning of Maintenance Free


Chemical Earthing System & Electrical Feeder Panels for LED street lights.

2. Tenders should only be dropped in the tender box kept in the office of CREDA, Head
Office, V.I.P Road (Airport Road), Near Energy Park, Raipur-492015 from 11.00AM
to 01.00 PM on 05.06.2017. Tenders received after the time and date shall not be
considered. Covers should invariably be super-scribed “Tender No…………….. for
Design, Supply, Installation & Commissioning of Maintenance Free Chemical Earthing
System & Electrical Feeder Panels for LED Street Lights” and sealed. The tenders will be
opened at 3.30PM on ……………… in CREDA Head Office, V.I.P Road (Airport Road),
Near Energy Park, Raipur.

8
3. Bid Submission: Bid shall contain three envelopes, as per following:

(i) Envelope No.1: This should contain Tender Document Fees & EMD, filled Annexures,
complete Tender Form with Sign & Seal on each page & all other documents required as
per the Tender documents. This envelope should be sealed & super-scribed “Technical
Bid for Tender No…………….. for Design, Supply, Installation & Commissioning of
Maintenance Free Chemical Earthing System & Electrical Feeder Panels for LED
Street Lights” and addressed to Chief Engineer, CREDA.
(ii) All the pages of the tender documents must be duly sealed, signed & clearly filled the
required annexures mentioned in the tender document & submitted by the bidder
otherwise the bid will be rejected.
(iii) Envelope No. 2: This should contain only Price Bids duly filled & signed in the
prescribed format and sealed properly. The envelope should be captioned as “Financial
Bid for Tender No…………….. for Design, Supply, Installation & Commissioning of
Maintenance Free Chemical Earthing System & Electrical Feeder Panels for LED
Street Lights”. The Bidder’s name must be indicated on the top left corner of the
envelope.
(iv) Envelope No.3: This envelope should contain sealed Envelope No.1 & Envelope No.2.
This envelope should be properly sealed. The envelope should be captioned as
“Technical & Financial Bid for Tender No…………….. for Design, Supply,
Installation & Commissioning of Maintenance Free Chemical Earthing System &
Electrical Feeder Panels for LED Street Lights”.
(v) The intended bidders are requested to inspect & get knowledge of Street lighting Systems
installed at the project site, if required, before submitting the offer. The bidder shall be
deemed to have carefully examined the work and site conditions including labour, the
general and special conditions, the job requirements, schedules of equipments and
drawings and shall be deemed to have visited the site of work, to have fully informed
himself regarding the local conditions and carried out his own investigations to arrive at
the matter concerning the contract he shall in good time, before submitting his bid,
ascertain the particulars thereof by contacting the concerned officials before bidding.
(vi) If the technical bid & the financial bid are incomplete in any response as per tender
document then the bid will be rejected.
(vii) The lowest quoted price will be considered by taking both the prices of Design,
Supply, Installation, Commissioning of Maintenance free Chemical Earthing System
& Installation, Commissioning of Electrical Feeder Panels will be considered in total.
These prices should be of same bidder.
(viii) The tender committee of CREDA will evaluate the rates in total. Accordingly the tender
committee recommend L1 (Lowest approved rate) bidder, L2 (Second lowest approved
rate) bidder & L3 (Third Lowest approved rate) bidder. L1 rates may be offered to L2 &
L3 bidder. If the L2 & L3 bidders accept the L1 rate then they may be kept in reserve & in
case L1 bidder fails to execute the work, the same may be offered to L2 & so on.

9
4. Full descriptive particulars and complete specifications should accompany the offer. Bids
shall remain valid for a period of 06 months after the closing date prescribed by the CREDA
for the receipt of bids. A bid valid for a shorter period may be rejected by the CREDA as
being non responsive. In exceptional circumstances, the CREDA may solicit the bidder’s
consent to an extension of the bid validity period. The request and response thereto shall be
made in writing through a formal letter. If the bidder accepts to prolong the period of
validity, the EMD shall also be suitably extended. A bidder may refuse the request for Bid
Validity Extension without forfeiting its bid security. A bidder granting the request will not
be required nor permitted to modify its bid.
5. The terms and conditions and specifications mentioned in tender specifications shall be
binding on the Bidders and no condition or stipulation contrary to the conditions shall be
applicable. The offers of the Bidders, who do not accept terms and conditions stipulated in
this tender specifications, shall be liable to be out rightly rejected without assigning any
reason whatsoever.
6. Each page of tender document & enclosures shall be signed by the Bidder and affix the seal.
All the pages of the documents issued must be submitted along the offer.
7. CREDA reserves the right to:
(i) To reject any or all tenders in part or full or to accept any tender considered advantageous
to CREDA / Project whether it is the lowest tender or not.
(ii) To split the quantities against the tender among more than one bidder for the same items /
work, if required.
(iii) To reject the eligibility of any one or more bidder out of two or more who have submitted
same documents against the eligibility criteria claiming for same items.
(iv) CREDA may offer approve rate to other eligible bidders other than the bidders who
had quoted lowest, if required. No reason will be assigned by CREDA for this and
will be binding on the bidders. But first the work would be offered to the eligible
bidder who had quoted lowest rates. CREDA may procured tendered items for other
projects also on the approved rates, if required.
(v) In case “A” class electrical contractor/contractors registered with Chief Electrical
Inspectorate of Chhattisgarh, who holds/hold eligibility criteria of this tender but had not
participated in this tender, desires/desire to accept the approved rates of tender can submit
their consent to CREDA. CREDA reserves all rights to accept/reject any or all such
consent/consents in full/part without assigning any reasons. Such contractor/contractors
shall have to deposit required EMD amount.

8. In case of any corrections / alterations done in the tender, the Bidders should sign the same;
otherwise tenders may not be considered.

9. Submission of Bid document does not indicate that Bidder is qualified for awarding the work
or contract.
10. Offers through Telegraph/ Fax /Emails or open offer received will not be considered and
summarily rejected.
10
11. All the Bidders shall essentially indicate the break-up of prices as stated in tender form. In
case any of the charges are not included in the quoted prices, the same shall be clearly shown
as extra, indicating specifically the rate/scale of such charges. Bidders should mention the
amount in figures as well as words. In case of discrepancy while quoting rates in words or
figure, rate whichever is lower shall be considered.
12. Right is reserved to revise or amend the contract documents fully or part thereof prior to the
date notified or amended for the receipt of Bid. Such deviations, amendments, if any, shall
be communicated in the form of corrigendum in CREDA’s website www.creda.in
13. (i) All the taxes and duties imposed by the Government from time to time shall be borne by
the contractor. The rate for work quoted by the bidder shall be inclusive of all applicable taxes
& duties. Bids once submitted shall not be taken back. If the Bidder wishes to withdraw their
Bid, in that case, the EMD shall be forfeited.
(ii) The EMD of the successful bidder(s) shall be kept as Performance Security till the
warrantee period of the product from the date of commissioning and shall be released after
the period of warrantee period of the product is over.

(iii)The EMD of unsuccessful bidders will be returned as promptly as possible after the
award is made to eligible bidder, if they apply for the same.
(iv)The EMD of bidders may be forfeited if the bidder withdraws its bid during the period of
bid validity as specified in the bid
14. (i) The prices quoted should be firm and F.O.R. Ambikapur , Chhattisgarh including all
applicable taxes, VAT, Service Tax, duties and any other incidental charges. The prices
would be compared on the landing cost (inclusive of all taxes).
(ii) Financial bids should state separately the rate of VAT & ST applicable on the quoted
products.
15. The bidder shall be responsible for all legal obligations such as taxation and registration
under the relevant Acts, and also for all legal obligations of different kinds.
16. Conditional tenders and canvassing whether directly or indirectly shall be liable to rejection.
17. CREDA reserves all rights to reject any or all the tenders partly or wholly without assigning
any reason.

11
18. CONTRACTORS DEFAULT LIABILITY

(i)CREDA may upon written notice of default to the Contractor terminate the contract in
circumstances detailed hereunder:

(a)If in the judgment of the CREDA, the contractor fails to supply the items & execute the work
within the time specified in the work/supply order or within the period for which extension has
been granted by CREDA to the contractor.

(b)If in the judgment of CREDA, the contractor fails to comply with any of the provisions of the
work / supply order.

(c)If in the event, CREDA does not terminate the work/supply order, as provided in paragraph
(a) the contractor shall continue implementing the work/supply order, in which case he shall be
liable to pay penalty for delay as set out in this tender until the work is completed.

(ii) The materials should be as per specifications in the tender. The materials should be of
I.S/I.E.C Specification & standards (whichever & wherever applicable) or as such recognized
specifications acceptable to CREDA. The contractor has to submit all the technical sheet or
product manual of every supplied & installed items to CREDA. All items/products should be as
per tender specification, quality or specifications & quality approved by CREDA.

(iii) CREDA may ask to the contractor for testing a sample of any of the material/materials in
any Govt. authorized laboratory. The Contractor shall at his risk and cost make all arrangements
and/or shall provide for all such facilities as CREDA may require collecting, preparing required
number of samples for analysis at such time and to such place or places as may be directed and
bear all incidental charges and cost of testing.
The cost of preparing samples and carrying out tests for quality of material or workmanship will
be borne by the Contractor.
The cost of all test carried out in Laboratories as directed by the Engineer-in-charge will be
borne by the Contractor. It shall be bidding for all bidders to accept all the terms & conditions of
the tender. If any bidder challenges any of the terms & conditions of the tender after the
submission of the bid, then it would not be addressed. Bidder is free to seek clarifications from
CREDA regarding the tender terms & conditions prior to the submission of bid or during the
pre-bid meeting.

(iv) In the event of any of the material supplied / work done by the Contractor is found defective
in material or workman ship or otherwise not in conformity with the requirement of this contract
specifications, CREDA shall either reject the material and / or work and advise the Contractor to
rectify the same. The Contractor on receipt of such notices rectify or replace the defective
material and rectifies the work free of cost.

12
(v) During course of warrantee period, if Contractor fails in attending the defects within 48 hrs, a
penalty of Rs.100.00 (Rupees Hundred Only) per day shall be charged to Contractor and
recovered from the work order value/ Performance Security.

(vi) If the completion of work is delayed due to any reason beyond the control of the contractor,
the contractor shall without delay give in writing a request for extension of time at least seven
days before the last date (as mentioned in issued work/supply order) to CREDA. Extension
without penalty shall not be granted after the execution of the work at ordered site. CREDA on
receipt of such request may agree to extend the work completion date imposing penalty as may
be reasonable but without prejudice to other terms and conditions of the contract. If no request is
given by the contractor or no valid reason for delay, then penalty clause shall be applicable.
However, decision of CEO, CREDA shall be binding to Contractor in all such situations.

(vii) For delay caused on the part of the contractor in execution of the work/supply order, the
Contractor shall be liable to pay a penalty @0.5% per week or part thereof, subject to a
maximum of 10% of the work/supply order value.

(viii) Defective materials will not be accepted under any conditions and shall be rejected outright
without compensation. The contractor shall be liable for any loss/damage sustained by CREDA
due to defective work.
(ix) The Contractor shall replace the defective material at his own expenses to the satisfaction of
CREDA during the warranty period.
19. The Contractor shall not be eligible for any claim or compensation either arising out of any
delay in the work or due to any corrective measures required to be taken on account of and as a
result of testing of the materials.
20. CREDA shall have the right to alter, amend, omit, or otherwise vary the quantum of work, by
notice in writing to the Contractor. The Contractor shall carry out such variation in accordance
with the rates specified in the contract so far as they may apply and where such rates are not
available; those will be mutually agreed between CREDA and the Contractor.

21. The Contractor shall not be liable for any penalty for delay or for failure to perform the
contract for reasons of FORCE MAJEURE such as Act of God, acts of public enemy, acts of
government, cyclone fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes
provided that the contract, shall within 10 (ten) days from the beginning of such delay notice to
CREDA in writing of the cause of delay. CREDA shall verify the facts and may grant such
extension as facts justify.
22. All the workers or employees deployed by the Contractors shall consider the employees of
Contractor and CREDA shall not have any liability what so ever in nature in regard to such
workers/employees.
23. The Contractor shall indemnify and keep indemnified CREDA against:
(i) Any claim arising out of third party loss/ damage to life or property caused by/ during
execution of the work.

13
(ii) Any claim arising out of loss/ damage to the workmen engaged by the Contractor during
execution of the work.
(iii) Any claim due to non-compliance of applicable PF/ Labour laws, ESI, Regulations,
Minimum Wages Act, etc.

24(i) The complete Maintenance free Chemical Earthing System Designed, Supplied, Installed
& Commissioned by the Contractor should bear warrantee for satisfactory operation and against
any defect in material and workmanship for a period of 02 (Two) years from the date of
commissioning.
(iii) The above warrantee certificate shall be furnished to CREDA for approval. Any defect
noticed during this period should be rectified/replace by the supplier free of cost to CREDA
upon written notice provided such defects may be due to bad workmanship or bad materials
used.
25. Payment terms of Design, Supply, Installation & Commissioning of Maintenance Free
Chemical Earthing System to the contractor shall be as follows: -

a) 90% payment of the value for Design, Supply, Installation, Commissioning of Maintenance
Free Chemical Earthing System of the ordered value together with the value of taxes and
duties shall be made after successful commissioning of all ordered quantity of Maintenance
free Chemical Earthing System. The contractor has to submit the invoices of work executed
for Design, Supply & installation separately along with the applicable taxes at the time of
payment.
b) 10% after 12 months or against Bank Guarantee from Nationalized Bank valid for a period of
at least 12 months from the date of commissioning of the project.
26. Payment terms of Installation & Commissioning of Electrical Feeder Panel to the
contractor shall be as follows: -
a) 90% payment of the value for Installation, Commissioning of Electrical Feeder Panel of the
ordered value together with the value of taxes and duties shall be made after successful
commissioning of Electrical Feeder Panel. The contractor has to submit the invoices of work
executed for installation with the applicable taxes at the time of payment.
b) 10% after 12 months or against Bank Guarantee from Nationalized Bank valid for a period of
at least 12 months from the date of commissioning of the project.

27. The bidder shall treat the details of the specifications and other documents as private and
confidential and they shall not be reproduced without written authorization from CREDA.
The successful Bidder shall have to enter into an agreement with CREDA in the approved
Contract Agreement form within 10 days of the receipt of the individual contract. It should
be clearly understood that in the event of Bidder failing to enter into the agreement in the
prescribed format and to execute work ordered, within stipulations on the rates tendered/
agreed by him, if he is so communicated within the validity period of the offer, the full
amount of the EMD may be forfeited and CREDA's decision in this respect will be final and
binding on the Bidder.

14
28. The bidder is advised to understand and examine the project sites for which the
work/supply would be executed and its surroundings and obtain for itself on its own
responsibility that may be necessary for quoting the rates . The costs of visiting the site shall
be borne by the bidder fully. The bidder is deemed to have understood the present site
conditions, the power quality available and have satisfied that the product being
installed/supplied are suitable to perform satisfactorily in the existing condition. The bidder shall
be deemed to understand the scope, nature and magnitude of the work and requirement of
materials, equipment, tools and labour involved, local and national wage structures and as to
what all works he has to complete in accordance with the Bid documents irrespective of any
defects, omissions or errors that may be found in the Bid documents.

The contractor shall be deemed to have full knowledge of the project sites whether he inspects it
or not and no extra charges consequent upon any misunderstanding or otherwise shall be
allowed. The contractor shall be responsible for arranging and maintaining all materials at his
own cost, tools & plants, water electricity access, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidder implies that he has read all the terms and conditions
of the tender and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. (including the local taxes, duties,
levies and other obligations as may be enforceable from time to time) will be issued to him by
the government and local conditions and other factors having a bearing on the execution of the
work.
29. The Bidder(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non- submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
30. The Bidder(s) will not commit any offence under the relevant IPC/PC Act; further the
Bidder(s) will not use improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by CREDA as part of the business relationship,
regarding plans, technical proposals and business details, including information contained or
transmitted electronically. The Bidder (s) shall undertake to exercise due and adequate care lest
any such information is divulged.

15
31. If the successful Bidder (s), before award or during execution has violates any of the terms
of the tender document or in any other form such as to put his reliability or credibility in
question, CREDA is entitled to disqualify the Bidder (s) from the tender process and/or declare
the bidder (s) ineligible to be awarded a contract either indefinitely or for a stated period of time.
Furthermore, CREDA shall be entitled demand and recover from the Bidder (s) liquidated
damages of the Contract value or the amount equivalent to Performance Guarantee.

32. If the CREDA obtains knowledge of conduct of a Bidder or Subcontractor, or of an


employee or a representative or an associate of a Bidder or Subcontractor which constitutes
corruption, CREDA shall initiate suitable legal action against the Bidder.

33. Any breach of the aforesaid provisions by the Bidder/Contractor or any one employed by it
or acting on its behalf (whether with or without the knowledge of the Bidder) shall entitle
CREDA to take all or any one of the following actions, wherever required:
(i) To immediately call off the work without assigning any reason or giving any compensation to
the Bidder
(ii) EMD/Security Deposit/Performance Security shall stand forfeited either fully or partly, as
decided by CREDA and CREDA shall not be required to assign any reason thereof
(iii) To immediately cancel the work order, if already issued, without giving any compensation
to the Bidder
(iv) To cancel all or any other contracts with the Bidder. The Bidder shall be liable to pay
compensation for any loss or damage to CREDA resulting from such cancellation/rescission and
CREDA shall be entitled to deduct the amount so payable from the money due to Bidder
(v) To debar Bidder from participating in future bidding process CREDA for a period as decided
by CREDA and / or also forfeit any amount of the bidder held with CREDA.

34. The actions stipulated in this tender are without prejudice to any other legal action that may
follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.

35. Contractor shall have to take all clearance from concerned CSPDCL office / Concern
Municipalities prior to implementation of the work at site. CREDA shall not be responsible for
any mishap, if any, during the project implementation by the Contractor or Contractor’s
associates.
36. CREDA shall allocate work to the lowest quoted bidder provided such bidder would be
technically eligible as per the tender norms. Further CREDA may offer the approved rates to
other eligible bidder and may award work to those who accept the approved rates, if the
contractor is not timely responding and initiate the allotted work.

37. Any dispute arising out of the contract shall be subject to the jurisdiction of court at Raipur.

16
SCOPE OF WORK
The scope of work includes design, supply, installation, commissioning of Maintenance Free
Chemical Earthing Systems & Installation, Commissioning of Electrical Feeder Panels for LED
street lights installed at Bharatmata Chowk Road, Banaras Chowk Road, Gandhi Chowk Road
(Ring Road) & Pratappur Chowk Road (Ring Road) Ambikapur Town, Chhattisgarh. The
above stated works to be executed at the following sites.

Sr.
Work Project Sites
No.
Part-I
Design, Supply, Installation & Commissioning Bharatmata Chowk Road to Darima
of 40nos. of Maintenance Free Chemical Mode road Chowk Ambikapur Town,
1.
Earthing Systems for 40 nos. of LED Street Dist: Sarguja, C.G.
lights.
Design, Supply, Installation & Commissioning Banaras Chowk Road to Shailgiri Hotel
of 40nos. of Maintenance Free Chemical Road Chowk, Ambikapur Town, Dist:
2.
Earthing Systems for 40 nos. of LED Street Sarguja, C.G.
lights.
Design, Supply, Installation & Commissioning
• Darima Mode road Chowk
of total 08nos. of Maintenance Free Chemical
• Shailgiri Hotel Road Chowk
3. Earthing Systems for 04 nos. of Electrical
• Mission Chowk Road (Ring Road)
Feeder Panel.(02nos. of earthing System per
Electrical Feeder Panel) • Alok Jiaswal pipe factory (Ring road)
Part-II
• Darima Mode road Chowk
Installation & Commissioning of 04 Nos. of
• Shailgiri Hotel Road Chowk
4. Electrical Feeder Panels supplied through
• Mission Chowk Road (Ring Road)
CREDA.
• Alok Jiaswal pipe factory (Ring road)

All the materials should be strictly as per the technical specification of the tender but the size
& design of the materials may vary as per actual site conditions & should be proposed by the
bidder. There should not be any compromise in the quality of the products. The following
works shall be executed by the contractor.

17
(1) Design, Supply, Installation & Commissioning of Maintenance free Chemical
Earthing System:
• The complete earthing system refers to the work from design, supply, Installation &
commission of Chemical Earthing System & connect the earthing system to the LED
street light in complete form.
• Total 80 nos. of maintenance free chemical earthing system will be designed, supplied,
Installed & commissioned at the ordered sites for 80 nos. of LED street lights & total 08
nos. of maintenance free chemical earthing system will be designed, supplied, Installed &
commissioned for 04 nos. of Electrical Feeder Panels by the contractor.
• There should be 01 nos. of maintenance free chemical earthing system for each LED
street light & 02 nos. of maintenance free chemical earthing system for each Electrical
Feeder Panel installed by the contractor.
• After installing the earthing system, the earth conductor must be terminated to the
earth terminal of the street light with proper arrangement. There should be a strong
& proper arrangement for connecting earth conductor & the street light earth
conductor/terminal. No haphazard or temporary connection would be allowed. If
such type of loose connection or improper connection found then the payment for
that earthing system will not be made. The earth conductor should be properly fixed on
the street light pole upto the street light. The earth conductor should not be haphazardly
hang in the air after the earth pit. The earth conductor should be tied or fixed on the
LT(iron, RCC) pole with a proper arrangement.
• The earth electrode & the earth conductor of the each earth pit should be connected
properly.
• Each Chemical Earthing System should be covered with the inspection chamber box.
• No payment will be made for incomplete work & temporary or loose connection.
• The complete earthing system designed, supplied, installed & commissioned by the
Contractor should be warranted for satisfactory operation and against any defect in
material and workmanship for a period of 02 (Two) years from the date of commission.
The earth resistance of the each earth pit should be maintained as low as possible
for the entire warrantee period.
• The Contractor shall rectify defects developed in the earthing system within 72 hours
period promptly. In case the Contractor does not rectify the defects within the time limit
as defined in the scope of work/tender document, the entire EMD money will be forfeited.
• The contractor has to ensure that no LED street lights will be failure due to defective
eathing system.
• The Maintenance Free Chemical Earthing System should be as per the Technical
Specification mentioned in the section of “Technical Specifications” of this tender
Document.
• Any modification in the design, supply, installation & commissioning of Maintenance
Free Chemical Earthing System should be with prior approval of CREDA.
• The earth conductor should be non-corrosive in nature.
• CREDA may ask to submit the test certificate of all components of the Chemical Earthing
System.
18
(2) Installation & Commissioning of Electrical Feeder Panels:

• The contractor has to install & commission the 04 nos. of Electrical Feeder Panels
supplied through CREDA.
• The Electrical Feeder Panel should be properly grouted, mounted at the ordered sites. The
materials for grouting work should be supplied by the contractor.
• After installing the Electrical Feeder Panel the contractor has to connect the Electrical
feeder Panel with the supply & the with the load i.e. street light feeder by means of
incoming & outgoing cable.
• The incoming & outgoing cables of the Electrical feeder panel should be properly
terminated with proper size of lugs at the supply and load side.
• The accessories for installation & commissioning of Electrical Feeder Panel should be as
per the Technical Specification mentioned in the section of “Technical Specifications”
of this tender Document.
• There should be 02 nos. of earthing system for the each electrical feeder panel &
properly connected with the Electrical Feeder Panel by the contractor.
• No payment shall be made for improper connection & poor installation of the
Electrical Feeder panel.

19
TECHNICAL SPECIFICATIONS
(I)
• The complete chemical earthing materials should be as per Indian Standard, IEEE, ANSI,
IEC, NEC by BIS & UL standards. All the material shall match with the requirement of
the purpose of installation at site.
• All cables & wires shall be as per ISI specifications.
• The soil resistivity test should be conducted & thereby soil resistance should be measured
as per IEEE 80 & IS 3043.
• The following minimum technical specification should be complied for the maintenance
free Chemical Earthing System per earth pit.

Sr. Estimated
Description of Item
No. Quantity*
1 MAINTENANCE FREE CHEMICAL EARTHING SYSTEM
Design, Supply & installation of maintenance free Chemical Earthing Sytem
consists of molecularly bonded copper of 99.9% purity on low carbon steel of
1.25m length (L), having a diameter (D) of 14.2mm with copper coating
thickness of 250 microns should be tested as per IEC 62561- part 2 and
provided with connector for clamping the cable/flat conductor to the rod and
5kg earth conductivity enhancing mineral compound is used for improving the
soil conductivity should be tested according to IEC62561 – 7. The earth rod
must be comply with the requirements of IEC 60364-5-54. (OBO,CAPE,JMV
make or equivalent).The total depth of each pit for installing the earth kit should
be 1100 mm below the ground level and dia. 75mm and 5kg compound should
be mixed with 5litres water and poured in the pit. Each maintenance free
Chemical Earthing Sytem for LED Street Lights should have a polymer/poly
propylene material inspection chamber of suitable size. The inspection chamber
should be covered or have locking arrangement & capable of withstand point
1(i) 88 Nos.
load of 30KN.The earth conductor per earth pit would be of 8 SWG diameter
solid bare GI wire ( TATA WIREON or equivalent make) of 12 meter long. The
earth conductor should be properly & firmly connected with the earth electrode
and should be buried at 0.5 mtr. depth from the ground level through 0.75inch
diameter G.I pipe. The earth conductor from the earth pit should be properly
connected with the earthing wire of the street light. There should be a suitable
size of bimetallic connector or proper arrangement used to connect earth
conductor from earth pit & earthing conductor of street lights. The contractor
has to ensure proper length of street light erathing conductor. The earth
conductor from the earth pit should be properly fixed on the LT pole by
tightening or fixing by means of suitable number of arrangement. The earthing
system for Electrical Feeder Panel should be properly terminated at the earth
point of the electrical feeder panel.

20
ACCESSORIES FOR INSTALLATION & COMMISSIONING OF
2
ELECTRICAL FEEDER PANEL
Supply and installation of approximate 40 mtr. length (10 mtr. for each
Electrical Feeder Panel) outdoor 25 sq.mm x 4 core 1100V grade armored
2(i) aluminum insulated flexible power cable from Street Light Distribution Box to 40 Metres
Electrical Feeder Panel. Each 10 mtr. cable should have 8 nos. of proper size of
crimping type aluminum terminal lugs at incomer side.
Supply and installation of approximate 90 mtr. length outdoor 16 sq.mm x 4
core armored aluminum insulated flexible cable from control panel to 1st Street
2(ii) Light Pole. Each Electrical feeder Panel cable should have crimping type 90 Metres
Aluminum terminal lugs of quantity 08 nos. for 16 sq. mm x 4 core power
cable.
Supply & Installation of approximate 12 mtr. length class B G.I. pipe of size of
02 inch diameter for housing of 16 sq. mm x 4 core outgoing cable in the 1st LT
pole. (06 mtr. each at Bharatmata Chowk Road to Darima Mode road &
Banaras Chowk Road to Shailgiri Hotel Chowk)(03 mtr. at the 1st pole in each
side of the Electrical Feeder Panel). The G.I pipe should be inclusive of
following MS clamps & accessories:
Supply & Installation of approximate 12 nos. of adjustable MS clamps painted
2(iii) 12 Metres
with red oxide & oil paint for H type rail pole (iron pole)/LT pole with nuts &
bolts for fixing the GI pipe with LT pole. (03 nos. at the 1st pole in each side of
the Electrical Feeder Panel). (06 nos. each at Bharatmata Chowk to Darima
Mode & Banaras Chowk to Shailgiri hotel Chowk). The size of pole at
Bharatmata Chowk to Darima Mode is 03 inch front side & 05 inch of rear side
& the size of pole at Banaras Chowk to Shailgiri hotel Chowk is 6 inch x 6 inch
x 6 inch x 6 inch.
* Actual quantity may vary as per actual site conditions.

21
Annexure - A
COMMERCIAL INFORMATION
(Strike off whichever is not applicable. Separate sheets should be used, wherever necessary)

01. Whether the offer is valid for 06 months from the date of : Yes / No
opening of financial bid.

02. Rate of VAT/CST on the date of bid :


(Levi able separately on the rate quoted)

03. DISCOUNT:
a) Whether any rebate / discount is offered. : Yes / No
b) If yes, rate / amount of rebate / discount :

c) If yes, the rebate / discount is : Unconditional/Conditional


d) If conditional, state condition :

04. Whether CREDA's terms of payment are acceptable to : Yes / No


the bidder

05. Whether agreeable to CREDA's Penalty Clauses : Yes / No

06. Whether agreeable to CREDA's clause of warrantee : Yes / No


period

07. Indicate State, Central Sales Tax Registration Number : State -


Central-
(Please Note that in case of non-registration with
Commercial Tax, Department Purchase Tax as
admissible shall be deducted by the Purchaser from the
Bills of the supplier)

08. Please mention whether rates offered are applicable for : Yes / No
part quantities.

PLACE: SIGNATURE OF BIDDER


(NAME IN FULL)
DATE:
(DESIGNATION/STATUS)

(FIRM/COMPANY SEAL)
22
Annexure – B

TECHNICAL INFORMATION
(Strike off whichever is not applicable. Separate sheets should be used, wherever necessary)

01. Whether material offered is exactly as per technical specifications &


Standards : Yes / No
02. Whether technical details furnished with the bid : Yes / No
(If yes, give details)

03. Whether the bidder submitted product self-certification


test certificates : Yes / No

04. Whether quoted items in-house testing facilities available : Yes / No


If so, give details and in case of non-availability of facilities,
indicate approved lab available where tests are proposed to be
conducted.

PLACE : SIGNATURE OF BIDDER

(NAME IN FULL)
DATE: (DESIGNATION/STATUS)
(FIRM/COMPANY SEAL)

23
Annexure – C

DETAILS OF BIDDING ELECTRICAL


CONTRACTOR/COMPANY/ORGANIZATION
Sr.
Description Details
No.
Name of the Contractor/
1
Company/Organization

Postal Address of Contractor/


2
Company/Organization

Name & Designation of the Head of the


3
Contractor/Company/Organization
4 Mobile no. of the Head

5 Tel. No. of the Head

6 Fax No. of the Head

7 Email ID. of the Head

Name, Designation, Mobile Number,


8 Email ID of the concern person to whom
all communication made

* Note: The details of service center in Chhattisgarh will be inspected by CREDA officials
before issuing work order.

PLACE:
SIGNATURE OF BIDDER
DATE:

(NAME IN FULL)

(DESIGNATION/STATUS)

(FIRM/COMPANY SEAL)
24
Annexure – D

DETAILS OF SERVICE CENTER IN CHHATTISGARH*

Sr.
Description Details
No.
Is there Service Centre (SC) in (YES/NO)
1
Chhattisgarh (Tick whichever applicable)
2 Name of SC

3 Name of Head of SC

4 Address of SC

5 Mobile Number
6 Tel. No.
7 Fax No.
8 Email ID.
9 Strength Technically Qualified Staff of SC
10 Resources / Services Available

* Note: The details of service center in Chhattisgarh will be inspected by CREDA officials
before issuing work order.

PLACE:
SIGNATURE OF BIDDER
DATE:

(NAME IN FULL)

(DESIGNATION/STATUS)

(FIRM/COMPANY SEAL)

25
Financial Bid
DESIGN, SUPPLY, INSTALLATION & COMMISSIONING OF MAINTENANCE FREE CHEMICAL
EARTHING SYSTEM WITH WARRANTY OF 2 YEARS
Sr.
Item Rate (Including VAT & Service Tax)
No.
Supply & Installation of complete set of
Rs._______________________per
1 Maintenance Free Chemical Earthing System
unit
including all its accessories
SUPPLY & INSTALLATION OF ELECTRICAL FEEDER PANEL ACCESSORIES
Sr.
Item Rate (Including VAT & Service Tax)
No.
Supply & Laying of 25 sq.mm x 4 core 1100 grade
Rs._______________________per
1 aluminum armored insulated flexible cable including
all accessories
Meter
Supply & Laying of 16 sq.mm x 4 core 1100 grade
Rs._______________________per
2 aluminum armored insulated flexible cable including
all accessories
Meter
Supply & Laying of 02 inch diameter G.I. pipe
including required proper size of MS clamps for
Rs._____________________ per
3 fixing G.I. pipe on pole & its accessories for housing
Meter
incomer & outgoing cables of the Electrical Feeder
Panel

INSTALLATION & COMMISSIONING OF ELECTRICAL FEEDER PANEL SUPPLIED THROUGH


CREDA
Sr.
Item Rate (Service Tax)
No.
Installation & Commissioning of Electrical Rs._______________________per
1
Feeder panel unit
Note: Please refer to the Technical Specification Section in this tender document for description of items.
(A) Applicable VAT included in above rates: _______________%
(B) Applicable Service Tax included in above rates: _____________%
Note:
The above rates are inclusive of Service Tax F.O.R. Ambikapur, Chhattisgarh. It may please be
noted that CREDA shall not issue Form “C” against purchase of above items.
Note: Rates will be compared inclusive of applicable VAT and Service Tax.

PLACE:
SIGNATURE OF BIDDER
DATE:
(NAME IN FULL)

(DESIGNATION/STATUS)

(FIRM/COMPANY SEAL)
26

Potrebbero piacerti anche