Sei sulla pagina 1di 13

Issued to … As per enclosed sheet.

…………………………………………………………………………………………………………
(Name & address of the firm)

AE/ADE/DDE/DE
For Chief Engineer (EZ).

………………………………………………………………………………….……………………… …………..
PRASAR BHARATI
(BROADCASTING CORPORATION OF INDIA)
OFFICE OF THE CHIEF ENGINEER (EZ)
AIR AND DOORDARSHAN
GOLF GREEN, KOLKATA-700 095.

Tender document No. TV/EM-3/Copper Plate Earthing/ 07 Date: 01.10.2009.

EstimatedCost : 10,00,000/-(approx)

Description of Work : SITC of Fifty four Nos. of Copper Plate Earthing at LPTs in the state of West
Bengal, Bihar, Orissa & Jharkhand.

Tender form.

Tenders are hereby invited for and on behalf of President of India for SITC of Fifty four Nos. of Copper Plate Earthing
at LPTs(List attached) in the state of West Bengal, Bihar, Orissa & Jharkhand. as per Doordarshan Tender clauses,
Specification and drawings given in this Tender document and its annexure.
1. The firm should submit single sealed bid for the following two parts.

Technical Bid (Part-I):

In this part, the technical specification of the item quoted and compliance statement for the specification
detailed out in Annexure. This part should contain matters pertaining to technical specification in detail, complete
bill of materials, delivery/work completion schedule offered by the firm, validity of tenders, payment terms of the
firm, credentials of the firm for having completed the similar work in the past, the details of on going projects by the
firm, financial capability of the firm, Current IT clearance/PAN, Sales Tax Registration No./VAT Registration No.,
Service Tax Registration No., Sales Tax Clearance Certificate, and any other terms and conditions of the firm (All
details other than the rates).

Price Bid (Part – II) :

Total cost of supply mentioning per unit cost of UPS should be sent. This should contain rates, E.D., Sales
Tax, Service Tax, Entry Tax/Consumption Tax W.C. (Work Contract) Tax etc. and any other expenses (if any)
corresponding to the above technical Part-I.

2. Last date for receipt of quotation in this office is up to 12.10.2009 at 1400 hrs.
3. The Technical bid will be opened on 12.10.2009 at 1500 hrs.
-: 2 :-

4. The price quoted by the Tenderer should be firm & free of all other charges till the completion of the
execution of total work under this head. The price break up of the whole supply should be given. Total cost will be
taken into consideration for comparison.
Earnest Money:
Earnest money @2% of Estimated cost should be deposited through Demand Draft/ Pay Order of any Nationalized
Banks along with the tender payable to “PRASAR BHARATI 0/o THE CHIEF ENGINEER (EZ), AIR AND DOORDARSHAN,
KOLKATA” Payable at Kolkata, Earnest money deposited in any other form will not be accepted. Tender without
EMD shall be summarily rejected and no communication will be sent.

5. Copies of current IT Clearance certificate and ST clearance certificate must be sent along with the
tender in Technical bid without which the tender will be rejected.

7.1. Excise Duty (ED) should be shown separately. Any statutory variation in ED taking place after acceptance of
tender within the completion date will be adjusted by the purchaser on production of documentary proof. ED if any
will be paid only on production of documentary proof of payment.

7.2. Sales Tax (ST)/CST/VAT: The Prices should be exclusive of ST/CST/VAT. The prevailing rate of ST/CST/VAT should
be clearly mentioned in the tender. The following certificates are to be submitted by the supplier along with the bills
(a) Certified that the goods on which the ST/CST/VAT has been charged have not been exempted under Central Sales
Tax Act or the rules made there under. The amount charged on account of ST/CST/VAT on these goods is not more
than what is payable under provision of the relevant Act or the rules made there under. (b) Certified that we are
registered/supplier/contractor in the state under registration No. for the purpose of ST/CST/VAT. Any statutory
variation in ST/CST/VAT taking place after acceptance of tender within the delivery date will be adjusted by the
purchaser.

7.3. Works Contract Tax (WCT): If works contract tax is liveable by the concerned Governments on works contracts,
the same shall be clearly mentioned in the tender.

7.4. Entry Tax/Octroi: If applicable to any component of the contract, the same should be shown separately and the
same will be paid only on production of the documentary proof of such payment.

7.5. Any other Taxes/duties which are liveable and intended to be claimed from the purchaser, the same should be
distinctively shown along with the price quoted. Where it is not shown, no claim for any such Taxes/Duties/other
form of charges will be considered/admitted at any stage on any ground whatsoever.

7.6. Packing and forwarding charges, if any should be clearly shown in the price bid.

7.7. If any charges in any form not clearly shown in the price bid will not be accepted or considered at any stage on
any ground whatsoever.

7.8. The quotations having statements such as “TAXES AS APPLICABLE”, “EXTRA AS APPLICABLE”, “AS PER ACTUALS”
and any other vague/ambiguous statement will be rejected.
-: 3 :-

8. The purchaser will not pay separately for transit insurance and the firm will be responsible for safe arrival of
the stores to the destination.

9. Validity of tender: The validity of the tender should be a minimum of 6 months. The tenders having validity
less than 6 months will be rejected.

10. Completion Schedule/Delivery period:-


10.1. The delivery should be completed within 03 ( Three )months from the date of order.

10.2. The firm will arrange to deliver and receive the equipments and installation materials at site at their own cost
and responsibility. The purchaser will not be responsible for the safe custody of the above equipments and materials
during installation period. However, purchaser shall provide the open space to contractor for making necessary
arrangement for storing the materials/equipments on the clear understanding that such storage being arranged at
the risk of contractor.

10.3. The tenderer shall make his own arrangement for power supply, water and storage materials and their safe
custody at the site of erection.

11. The contractor shall make his own arrangement for arranging necessary labours skilled and unskilled. He should
conform to all local Govt. rules and regulations concerning the engagement of labours and their employment and
deployment. The contractor and his employee will comply with the regulations/rules/ guidelines in force for
controlled/restricted entry into the premises where work is to be carried out.

12. The Tenderer should clearly mention the completion period from the date of order. The condition of supply and
work, if any, should be clearly given in the technical bid of the tender. Printed general terms and conditions of the
firm will not be considered as parts of tender.

13. Terms of Payment:-

(a) Payment of 100% will be made after completion of the whole supply including testing after installation at
site in all respect on production of completion certificate by the contractor and on successful inspection by
Competent Engineering Officer of CE (EZ) Kolkata for final acceptance.
(b) Security Deposit:- The firm/contractor will have to submit a Security Deposit of 10% on contract value by a
Bank Demand Draft/Bank Guarantee valid of two years from the date of LOI of any nationalized Bank in favour of
“Prasar Bharati O/o the Chief Engineer (East Zone) AIR and Doordarshan, Kolkata” before or at the time of signing
the contract agreement. No other form of Security Deposit is acceptable. The security deposit/Bank Guarantee shall
be returned only after the successful expiry of the Guarantee period. In the case of Bank Guarantee the
firm/contractor should furnish an affidavit in the prescribed form, to keep the Bank Guarantee valid till successful
completion of contract.
-: 4 :-

14. The specifications indicated herein are to guide the tenderer about the requirement of the purchaser. Tenderer
shall be fully responsible for any damages taking place during the supply/testing.

15. The tenderer shall complete and include all minor/major items of appurtenances and accessories which may not
have been enumerated in this specification and schedule, but which are useful and necessary for completion of this
contract in all respect as per good engineering practices and no extra charges will be paid for providing and installing
such minor/major items.

16. General Scope of supply:. SITC of Fifty four Nos. of Copper Plate Earthing at LPTs in the state of West Bengal,
Bihar, Orissa & Jharkhand. (Detailed Technical specifications are attached in the separate
sheet).

17.1. Completion of the Contract: All items whether specifically mentioned or not but which are usual or required to
complete the supply/work and to ensure safe and satisfactory operation are to be provided by the contractor
without extra charge. All appliances, apparatus labours or materials which may be necessary to execute the contract
in accordance with the intent or purpose of the specifications shall be considered to be in scope of work of the
contract and shall be furnished without extra cost if fully described and called for in these specifications and shown in
the drawings.

17.2. To take such part of the contract as shall be unexecuted out of his/their hands, and to give it to another/ other
contractors to complete, in which case any expenses which may be incurred in excess of the sum which would have
been paid to the original contractors in the whole work had been executed by him/them of the amount of which
excess the certificate in writing of the Chief Engineer (EZ) shall be final and conclusive and shall be borne and paid by
the original contractors and may be deducted from any money due to him/them by Govt. under the contract or
otherwise or from his/their security deposit or the proceeds of sale there of or as sufficient part thereof.

18. Inspection:

18.1. All the equipments and materials shall be offered for inspection at the firm’s workshop/Godown before
dispatch to site. The supplier on no account should dispatch the stores before getting inspected by inspection officer
appointed by CE (EZ), AIR & TV, Kolkata. The material used and workmanship will be further subjected to inspection
at all stages until the erection of plant is completed in all respect. The inspection notice for all the equipments and
installation materials shall be given at least 7 (Seven) days in advance of the actual date of inspection.

19. Penalty for Delay : If the firm is unable to complete the work within the stipulated time limit, the purchaser at
his option allow such additional time as he may consider justified with or without penalty and without altering terms
and condition of the order. In the event of failure of the firm to complete the work within stipulated time or
extended time the purchaser has right to impose a liquidated damage of ½% per week per Lac thereof. The
contractor’s liability for delay however shall not exceed 5% of the contract value.
-5 :-

20. GURANTEE / WARRANTEE :

20.1. The Guarantee period shall be 12months from the date of installation, testing & Commissioning of the plant
whichever ends earlier, during this period the contractor shall repair/replace free of charge any part that became
defective due to faulty materials/workmanship.

20.2. The tenderer shall guarantee safety, stability, durability and satisfactory behaviour of complete system and part
their off including allied system.

21. INSURANCE OF WORK ;

21.1. The contractor will ensure entire equipment and materials for transit/storage during erection and unto
commissioning against loss damage due to fire, earthquake, war, floods, insurgency etc. No claims would be
admissible on this account.

21.2. The firm will be fully responsible for any physical injury / loss of any person employed by him, in case of any
accident, while carrying out the work covered in this contract. The department will not be responsible and firm will
have to take all necessary precautions/adopt safety measures while working at site.

21.3. At the time of execution of contract, the firm/agency has to produce insurance document in respect of each
workers at site. During execution of contract, site Engineer should be present all the time. Safety precautions under
all safety regulations prescribed by the concerned local and general administration authorities of the site are to be
taken by the contractor during execution of the project.

22. Compliance statements :

22.1. A point by point compliance statements in respect of all parameters laid down in this tender document is to
enclose along with the offer. Offer without compliance may be rejected.

22.2. A Para by Para compliance statement in tabular form giving Doordarshan specification clause by clause,
contractor’s compliance and deviation if any under remarks shall be attached with the offer. This is a mandatory
requirement without which tender is liable to be rejected.

23. Right of acceptance : This office reserve the right to reject the lowest or any or all tenders without assigning any
reasons whatsoever. Further this office reserves right for decreasing/modifying the quantity of items of works
tendered depending upon actual requirement.
-: 6 :-

24. General terms & condition :

24.1. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their tenders as to the nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the
site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed. The tenderer shall be responsible for arranging and maintaining at their own cost of all the materials, tools
& plants water, electricity access, facilities for workers and all other services required for executing the contract
unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies
that he has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the contract to be done and of conditions and rate, and of local conditions and other factors having
a bearing on the execution of the contract.

24.2. All the tenderer must furnish the following details as supporting documents which will enable this office to
evaluate the resource capability of the firm to handle such works/supply as mentioned above. Incomplete detail will
be evaluated as negative response and may result in rejection of tender.

24.2.1. Last audited annual report with balance sheet, (P & L) account and all relevant details.

24.2.2. Current experience, list of executed projects of similar type should be given. User certificate must be given.

24.2.3. Infrastructural facility highlighting location of factory/workshop, staff strength, name of important customer
should be given.

24.2.4. This office reserves the right to inspect the infrastructural and testing facility of the firm.

24.3. The firm shall fully discharge all obligation under Indian workmen’s compensation act and any local state laws
and regulation in so far as it affects workmen in his employ. The tenderer shall make his own arrangements for
providing accommodation for his workman at site.

24.4. The contractor shall make his own arrangement for necessary labours, skilled and their employment. The
contractor and his employee will comply with the regulations in force for controlled entry into the premises where
work is to be carried out.

24.5. The tenders should be properly sealed using wax. The tenders without sealed wax will be rejected.

24.6. The firm should clearly give the specification and make of the item offered in the technical part of the tender.
Complete bill of materials and their technical details should be given in the technical bid. In absence of the complete
technical details the tenders will be rejected.

24.7. The tenders should strictly conform to the technical specification given along with this tender document. Any
kind of deviations should be clearly highlighted by the firm in their technical bid.
-:7:-

24.8. The firm has to arrange all tool and equipments required for completion of work.

24.9. The competent authority 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 rate quoted.

24.10 Tenders which do not fulfil any of the above conditions or which are incomplete in any respect are liable for
summary rejection.

24.11 CANVASSING in any form in connection with the tender is strictly prohibited and a tender submitted by the
tenderer’s who resort to canvassing will be rejected.

24.12 The tenderer should give documentary proof for having successfully supplied and SITC of the similar work of
similar specifications.

24.13 The successful tenderer will be required to remit the security deposit as specified in tender document. The
EMD amount already paid will be adjusted against the Security Deposit.

24.14 The acceptance of tender is subjected to tenderer’s total compliance of schedule of work as per the
specifications given and Drawings.

24.15 The tools and equipments required for the Installation of the said work will not be supplied by All India Radio &
Television.

24.16 The contractor shall fully discharge all obligations under Indian Workmen’s Compensation Act in so far as it
affects the workmen in his employ.

24.17 The contractor is required to submit details of his previous experience in similar type of work /supplyand the
organization for undertaking such work/supply.

24.18 Materials provided by All India Radio/Television damaged by the contractor will be replaced by All India
Radio/Television or by the contractor as decided by the former at the cost of the Contractor(s).

24.19 Any loss to the contractor on account of stoppage of work/supply for reasons given above have to be borne by
him/her and any damage to the work/supply shall be made good by the contractor at his own cost to the Chief
Engineer (East Zone/Director (Engineering).

24.20 Materials to be supplied by the contractor should be got approved by the Chief Engineer (EZ)/ Director
(Engineering) before utilization.

24.21 In the event of loss or damage to Government property or materials directly handed over to the contractor or
other existing in the premises where work is being executed by the contractor at any stage of progress of the work,
the Chief Engineer (EZ)/Director (Engineering) shall have the option to decide on primary available evidence, the
likely liability of the contractor towards the damages as contemplated in this clause, if in his/her opinion it be
necessary to do so to protect Government interest. The Chief Engineer (EZ)/ Director (Engineering), shall in cases
where it is decided that the contractor has incurred liability, communicates to the contractor the extent of
-: 8 :-

his/her liability and call upon him/her to pay the same within a specified date. On the inspection and supervision of
the Chief Engineer (EZ)/Director (Engineering) and his/her subordinates and the contractor(s) shall at all times during
the usual working hours, and at all other times of which reasonable notice of the intention of the Chief Engineer
(EZ)/Director (Engineering) or his/her subordinate to visit the work shall have been given to the contractor(s) either
himself/themselves be present to receive orders and instructions or have a responsible agent duly credited in writing
present for that purpose. Orders given to the contractor(s) agent shall be considered to have the same force as if
they had been given to the contractor(s) himself/themselves. The Chief Engineer (EZ)/Director (Engineering) may
require the contractor(s) to dismiss any person in the contractor(s) employ upon the works who may be incompetent
or misconducts himself and the contractor(s) is/are forthwith to comply with such requirement.

24.22 The contractor(s) is/are not to vary or deviate from the drawings, specifications or instructions or execute any
extra work of any kind what-so-ever unless upon the authority of the Chief Engineer (EZ)/ Director (Engineering) to
be sufficient shown by an order in writing or by any plan or drawing expressly given and signed by him as an extra or
variation or by any subsequent written approval signed by him.

24.23 The supply/works comprised in this tender are to be commenced immediately on receipt of written orders
from the Chief Engineer (EZ)/Director (Engg.) to commence. The time allowed for carrying out the work is entered in
the tender shall be strictly observed by the contractor(s) and shall be reckoned from the date on which the order to
commence work is given to the contractor(s).

24.24 The Chief Engineer (EZ)/Director (Engg.) shall have power to make any alterations in, omission from, additions
to or substitutions for the original specification, drawings and instructions, that could not be envisaged earlier the
become a necessary for technical or other reasons and the contractor(s) shall be bound to carry out the work in
accordance with any instructions which may be given to him/them in writing signed by the Chief Engineer
(EZ)/Director (Engg.). Such additions, omissions, alterations or substitutions shall not vitiate the contract but shall be
measured and certified by the Chief Engineer (EZ)/Director (Engg.) and the rate for such additional items of work will
be the same as for similar items of work in the contract. In the case of lump sum contracts such rates will be
determined on a proportionate basis, viz., value by total work. If however, it is not possible to fix the rates in this
fashion a rate mutually agreed to by the Contractor(s) and the Chief Engineer (EZ)/Director (Engg.) will apply.

24.25 The Chief Engineer (EZ)/Director (Engg.) has full power to require the removal, from the premises of all
materials which in his opinion are not in accordance with specifications and in case of default, the Chief Engineer
(EZ)/Director (Engg.) to be at liberty to employ other persons or remove the same without being answerable or
accountable for any loss or damage that may happen or arise to such materials. The Chief Engineer (EZ)/Director
(Engg.) is also to have the full power to require other proper materials to be substituted there or and in case of
default the Chief Engineer (EZ)/Director (Engg.) may cause the same to be supplied and all costs which may attend
such removal and substitution are to be borne by the contractor(s).
-: 9 :-

24.26 If in the opinion of the Chief Engineer (EZ)/Director (Engg.) any part of the contract have been executed with
improper materials or defective workmanship, the contractor(s) is/are when required by the Chief Engineer
(EZ)/Director (Engg.) forthwith to re-execute the same and to substitute proper materials and workmanship and in
case of default of the contractor(s) in so doing within a week, the Chief Engineer (EZ)/Director (Engg.) is to have full
power to employ other persons to re-execute the work and the cost thereof shall be borne by the contractor(s).

24.27 Any defects, shrinkage or other faults which may appear within one year of the completion of the contract, out
of defective workmanship are to be amended and made good by the contractor(s)/supplier(s) at his/ their cost.

24.28 After completion of the contract, the contractor(s) should obtain the necessary certificates from the Chief
Engineer (EZ)/Director (Engg.) or his representative and shall hand over the same to the Chief Engineer (EZ)/Director
(Engg.). Final adjustment of bills will not be made if the certificate is not handed over.

24.29. Firm should submit the Electrical Work experience otherwise Tender will be rejected and no communication
will be sent.

24.30. Firm should submit Electrical Contractor License in the name of Firm, otherwise Tender will be rejected and
no communication will be sent.

25.1 SUFFICIENCY OF SCHEDULE OF QUANTITIES : The contractor shall be deemed to have satisfied himself before
tendering as to the correctness and sufficiency of his tender for the works and of the prices stated in the bill of
quantities and rates cover all his obligations under the contract.

25.2 BYE-LAWS AND REGULATIONS: The installation shall be in conformity with the Bye-laws, Regulations and
Standards of the local authorities concerned in so far as these become applicable to the installation. But if these
specifications and drawings call for a higher standards of materials and/or workmanship than those required by any
of the above Regulations and Standards, then these specifications and drawings shall take precedence over the said
Regulations and Standards.

25.3 FEES & PERMITS : The contractor shall obtain all permits/licenses from all local officials concerned such as,
Explosion Inspector, Electrical Inspector, Electricity board etc. any pay fees required for initial Installation, inspection
and commissioning of this work.

All duties and taxes such as Insurance cover, Sales tax and Property Transfer Tax, octroi, excise etc. should be
included in the price quoted. It should be shown separately item wise.

No Import Licenses or permits for any controlled material shall be provided by the purchaser.

26.4 CO-ORDINATION :

26.6 Work shall be carried out in confirmation with the specification, accompanying drawings and with the
requirements of the general, architectural and structural plans after approval by the purchaser. The contractor shall
be responsible for taking actual measurements at site and effecting variations in the work in details, if required, to
meet the site conditions. Such deviations shall however be subject to the approval of the purchaser.

26.5 The contractor shall also co-operate with other contractors employed by the purchaser compare plans
specification and time scheduled and shall forward to the purchaser copies of all correspondence and drawings so
exchanged. Failure to check plans and conditions will render the Contractor responsible for bearing the cost of any
subsequent change.
-:10:-

26.6 TIME FOR COMPLETION : The tenderer shall furnish within one week of award of contract, the detailed time
schedule and estimated completion time for various parts of supply/work and the entire supply/work shall be
completed within two months after the award . Such schedule shall be approved by the purchaser and strictly
adhered to.

26.7 INSPECTION : The purchaser has the right to inspect the equipment at site or contractor’s / Manufacturer’s pre/
The purchaser or his authorized representative shall have the full power to inspect drawings of any portion of work
or examine the material/workmanship of the plant of contractor’s work or at any place from which the material or
equipment is obtained. Acceptance of any material or equipment shall not relieve the contractor of his
responsibilities for meetings the requirements of specifications.

26.8 MATERIALS AND EQUIPMENT : All materials and equipment shall confirm to the relevant Indian Standards and
shall be of the approved make and design.

26.9 TOOLS AND SPARES : All tools, tackles, scaffolding & staging required for erection, Assembling of the
equipment, covered by the contract shall be provided by the contractor himself. All other materials such as
foundation-bolts, steel/fasteners & Washers etc. required for the installation of the plant fan coil piping etc. shall be
provided supplied by the contractor and cost thereof shall be included in the tender.

26.10 COMPLETION CERTIFICATE : On completion of the installation, a certificate shall be furnished by the
contractor, counter signed by the licensed supervisor, under whose direct supervision the installation was carried
out. This certificate shall be in the prescribed form as required by the local authority.

26.11 OPERATING INSTRUCTIONS:

26.12 The contractor shall provide to Installation Engineer/consultants five (5) copies of bound printed
comprehensive log book containing table for daily record of all temperature, pressure, humidity, power
consumption, starting and stopping times for various equipment, daily services rendered for the systems,
maintenance and record of unusual observations, one copy of this log book shall be kept in the plant room.

26.13 PARTIAL ORDERING: Owners reserve the right to order the equipment from any tender. The owner also
reserves right to order entire equipment or material in full, (in the bill of quantities) or parts thereof from one or
more tenderer.

26.14 DEVIATIONS: Tenders may indicate their comments only as deviations from the conditions stipulated herein.
Whole some submission of their own conditions and or printed conditions in disregard of the conditions stipulated
herein shall not be binding of this contract.

*******

Potrebbero piacerti anche