Tendernotice 1
Tendernotice 1
TENDER DOCUMENT
Ref. No. Tender/2021/Transformer
Annexure- A
Technical Specifications
Name of work:- Supply, Engineering, Installation, Testing & Commissioning of augmentation
500KVA D/TF with 1000KVA and allied materials at MAMC, Agroha
Rate to be quoted
by the contractor
Sr.
Description Unit Qty. (in rs.)
No.
in
in figure
word
1 each 1
Supply and erection of Modular case circuit breaker single pole/4 pole on
existing wall/pedestal/Panel including bounding to earth and making
necessary connections required to complete the job in all respect up to
the entire satisfaction of the Engineer-in-charge of the work with
enclosure box (HSR 23.22.1)
23.22.1.8 TRIPLE POLE MCCB 600 to 800 Amp, 50 KA
2 SITC Four pole ON LOAD Manual change over switch in SS enclosure each 1
of following Ratings (HSR 23.22.8)
23.22.8.5 400 amp 415 volts
3 Supply and erection of MS cable tray, duly pained as required including mtr. 10
erection of the same on wall or ceiling with necessary fixture and other
material required to complete the job in all respect up to the entire
satisfaction of Engineer-in Charge of the work. (HSR 23.23.6)
23.23.6.1 MS perforated cable tray painted with powder coating 100 X
50 X2 mm
4 23.23.6.2 MS perforated cable tray painted with powder coating 200 X mtr 70
50 X 2 mm
5 23.23.6.3 MS perforated cable tray painted with powder coating 375 X mtr. 70
50 X 2 mm
6 Supply and erection of cable tray cover made of 1.25 mm thick GI sheet mtr. 70
as required including erection of the same on existing cable tray duly
pained as required including with necessary fixture and other material
required to complete the job in all respect up to the entire satisfaction of
Engineer-in Charge of the work. (HSR 23.23.7)
23.23.7.2 GI cable tray cover, suitable for cable tray 200 X 50 X2 mm
7 23.23.7.3 GI cable tray cover, suitable for cable tray 375 X 50 X 2 mm mtr. 70
8 Supply and erection of suitable compression type brass cable glands for set 2
underground Cable :(HSR.24.2.7)
24.2.7.5 120 sqmm to 185 sqmm Cable 3 to 3.5 Core
9 24.2.7.6 240 sqmm to 185 sqmm Cable 3 to 3.5 Core set 8
10 24.2.7.7 300 sqm to 400 sqmm cable 3 to 3.5 core set 6
11 Supply and erection of aluminum lugs heavy duty including crimping each 2
etc. up to the entire satisfaction of the Engineer-in-charge of the work
(HSR 24.2.8)
24.2.8.9 95 sqmm
12 24.2.8.10 120 sqmm each 8
13 24.2.8.11 150 sqmm each 12
14 24.2.8.13 240 sqmm each 28
15 24.2.8.14 300 sqmm each 20
16 S/E mark double walled corrugated (DWC) HDPE, pipe 10 Kg/Cm2 mtr. 20
,laid 0.75 Metre below ground level including digging and refilling of
earth including cost of suitable size socket/coupler for HDPE pipe
including the cost of labour and material required to complete the job in
all respect up to the entire satisfaction of Engineer in charge of the
work.(HSR 24.5.2)
24.5.2.5 DWC/HDPE pipe 120/105 mm outer dial inner dia
17 24.5.2.6 DWC/HDPE pipe 145/123 mm outer dial inner dia Mtr. 10
18 24.5.2. 7 DWC/HDPE pipe 180/150 mm outer dial inner dia mtr. 10
19 Supply and erection of underground cable 1 meter below ground level mtr. 140
covered with sand and bricks including necessary connections, digging
and refilling of trenches:- (NS)
LT XLPE power cable (armoured) 150 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
20 Supply and erection of underground cable 1 meter below ground level mtr. 370
covered with sand and bricks including necessary connections, digging
and refilling of trenches:- (NS)
LT XLPE power cable (armoured) 240 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
21 Supply and erection of underground cable 1 meter below ground level mtr. 90
covered with sand and bricks including necessary connections, digging
and refilling of trenches:- (NS)
LT XLPE power cable (armoured) 300 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
22 S/E of underground cable, loose in existing pipe or trenches complete mtr. 70
with necessary connections:- (NS)
LT XLPE power cable (armoured) 120 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
23 S/E of underground cable, loose in existing pipe or trenches complete mtr. 80
with necessary connections:- (NS)
LT XLPE power cable (armoured) 150 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
24 S/E of underground cable, loose in existing pipe or trenches complete mtr. 140
with necessary connections:- (NS)
LT XLPE power cable (armoured) 240 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
25 S/E of underground cable, loose in existing pipe or trenches complete mtr. 15
with necessary connections:- (NS)
LT XLPE power cable (armoured) 300 sqmm 3.5 core Aluminum
conforming to IS 7098 (Part-1) : 2021, IS:8130- 2013, IEC 60502, IS:
5831-1984 standard with latest amendment thereof
26 Distribution Transformer each 1
Supply and erection ,testing and commissioning of transformer
1000KVA 11 /0.433 KV 3 phase 50 cycle copper wound outdoor type
confirming IS 1180-(Latest updated versions) Level -2 upto the entire
satisfaction of the engineer of the work as per detail specification given
as under with 6 year warranty:- Make Kirloskar/Crompton/Alstom.
specified as below (NS)
Output / capacity- 1000KVA
No load voltage ratio 11/0.433 KV
Cooling = ONAN
ANNEXURE-B
a) Cost of work shall mean gross value of the completed work including the cost
of materials supplied by the Govt. / Client, but excluding those supplied free of
cost. This should be certified by an officer not below the rank of Executive
Engineer/ Project Manager or equivalent (calculated on the basis of 8% value
added compounded per year).
b) The applicant should have minimum Average Annual financial turnover during
the last 3 years, ending 31st March of the previous financial year, should be at
least equal to the estimated cost. This should be duly audited by a Chartered
Accountant.
2.5 Sub-contractors’ experience and resources shall not be taken into account in determining the
Bidder’s compliance with the qualifying criteria.
2.6 Even though the bidder met the above qualifying criteria, they are subject to be disqualified if
they have:
- Made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or.
- Record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial failures,
poor quality work etc.
- Participated in the previous bidding for the same work and had quoted unreasonably
high bid prices and could not furnish rational justification to the employer.
The bidder who had abandoned the work or his contract was rescinded or was terminated due to
non completion of work/ or any other default on the part of the contractor in any contracts
during last three years, shall be considered as non performer and no work will be allotted to
him. No specific order for debarment shall be needed for this purpose.
3. The application for tenders must be accompanied with the copy of GST & PAN Numbers, valid
copy of Empanelled with Govt.
4. The Contractor should have registered with ESIC & Labour department as Contractor. He will be
fully responsible for any mishappening with the manpower.
5. The tender must be accompanied with the Earnest Money in a separate envelope in the shape of
Bank Draft in favor of Director, M.A.M.C., Agroha (Hisar). Tender without Earnest Money will not
be considered and will be rejected out rightly.
6. The DNIT, Terms & Conditions is available at official website of MAMC, Agroha i.e.
www.mamc.edu.in.
7. The Director, MAMC, Agroha reserves the right to reject the tenders without assigning any
reason and no claim on this account will be accepted.
8. The 10% Security, GST, T.D.S., Labour Cess as per Govt. rules charged by Govt. from time to time
and 0.5% Water charges if used and Electricity charges as per actual Metered consumption shall
be paid by the Contractor / recovered from each running bills. The 10% security may be got
released by the Contractor after 90 days of defect free completion of work including, testing,
commissioning and clearance by Engineer-In-charge on furnishing of 3% security in the shape of
performance Bank guarantee. The security so deducted will be refunded after completion of
warranty period subject to good performance of the equipment. No interest will be paid on the
security so deposited.
9. Conditional tenders and tender without Earnest Money will be rejected.
10. In case of dispute between Contractor and the Institute, the arbitrator will be appointed by
MAMC, Agroha, whose decision will be final and binding on both the parties.
11. The jurisdiction for all dispute related to this tender will be Court, Hisar.
12. If the date of opening of tender happens to be holiday, the tender will be opened on the next
working day at the same times as already specified.
13. All the works are to be carried out as per Haryana PWD Specifications/as per instructions of
consultant / Engineer-in-Charge at site.
14. Black listed Contractors/partners/proprietor will not be allowed to participate in Tenders
(Affidavit is to be given by the Contractor/partner/proprietor in regard with no blacklisting/any
litigation).
15. The specific rates for non-schedule items must be quoted in words and figures.
16. Taxes whatsoever may be paid on materials in respect of this contract and service tax shall be
payable by the contractor. MAMC, Agroha (Hisar) will not entertain any claim on this account.
17. The interested tenders are requested to visit the site at M.A.M.C., Agroha during office hours i.e.
up to 3:00 p.m. on any working day to have all information they want to collect and also to have
on the spot assessment /clarifications. However the visit will be at their own cost and department
will not bear any expenditure on this account.
18. All other terms & conditions are as per DNIT and successful contractor will have to make an
agreement with MAMC regarding the work before start of work.
19. The Contractor / Agency should submit an Affidavit that the firm has not been debarred /black
listed by any Govt. Department / Autonomous body / society.
20. Work will be completed in 90 days (the completion schedule will be 90 days from the issue of
work order).
21. In case of Non completion of work within the stipulated time, a penalty equaling 10% of the cost
of work shall be levied upon the contractor.
ANNEXURE - C
INSTRUCTIONS TO BIDDERS
1. The scope of work shall consist of cost of all material, labour tools and plants, water and
electricity bill etc., engineering, supervision, Installation, calibration, adjustment as required
for commissioning of the equipment. The term complete installation shall means, not only
major items of the plant and the equipments covered by the specifications, but also incidental
sundry components necessary for complete execution and satisfactory performance of
installation with all labour charges, whether or not specifically mentioned in the tender
documents which shall be provided by the contractor at no extra cost.
2. Noting shall be paid for the damage by rain, floods or any other act of God.
3. The whole work shall be carried out strictly in accordance with Haryana PWD Specifications
1990 with up to date amendment/correction slips up to entire satisfaction of the Engineer-in-
charge.
4. Nothing shall be paid for unforeseen delays on account of non-availability of any kind of
material drawing or design.
5. The contractor shall provide suitable measuring arrangement at site for various articles
brought by him.
6. In this contract schedule of rates, only essential portion of items have been written but it will
deem to cover the entire items fully described in Haryana Common Schedule of rates.
7. No claim will be entertained from the contractor in case of any mistake in description, rates or
unit occurs in any of the items taken in this schedule while composing this on account of
typing or comparison and over –sighting. If there is any mistake, the same shall be rectifiable
at any stage as per Haryana common Schedule of rates.
8. Approximate quantities have been given in the contract schedule of rates and these may very
at the time of actual execution of the work. The payment will however be made according to
the actual work done by the contractor.
9. The amount of work can be increased or decreased as per requirement of site and contractor
will have no claim on this account.
10. The items given in the contract schedule of rates can be changed by the Engineer-in –charge
and its execution will be binding on the contractor.
11. In the event of any extra or additional work being carried out under orders in writing of the
Engineer-in-charge of the work in connection with any type of work the same shall be
measured as laid down in the respective schedule of H.S.R. 2021, any amendment thereof.
12. No claim on account of fluctuation in prices due to any reasons whatsoever will be considered.
13. The department reserves the option to take away any items of the work or any part thereof at
any time during the currency of the contract and re-allot it to another contractor with due
notice to the contractor without liability of compensation.
14. The successful contractor shall have to sign an affidavit to the effect that he has no relation or
connection with the firm/contractor blacklisted by Govt. of Haryana /Govt. of India from time
to time.
15. Any item of work not provided in the contract schedule of rates, if required to be executed
will be paid as per Haryana schedule of rates 2021.
16. Before energizing the system for any type of electric installation the following tests /certificate
should be given by the contractor:-
a. Earth resistance test.
b. Insulation test.
c. Polarity test.
d. CEI inspection/test (where ever mandatory required)
17. All cable connections with main switches and MCCB shall be through dowel or any other
reputed make tinned copper/Al lugs/thimbles duly crimping tools & earthing connection be
also made solidly.
18. All recess chases and holes made for wiring or other purpose shall be filled up properly and
wholly and brought to its original finish to the satisfaction of the Engineer-in-charge.
19. The route, diagram in duplicates on suitable size of tracing cloth for cables/installation made
shall have to be supplied immediately after completion of work.
20. The contractor has to strictly follow the fair wages clause.
21. The Contractor must have valid license from the Chief Electrical Inspector, Govt. Of Haryana.
22. The contractor shall be required to give the insulation test certificate applicable type test as
per latest IS /specification and routine test conducted by the manufacturer of all materials like
PVC underground cable, transformer, panels and allied materials involved in the scope of
work.
23. The tests should be conducted in the presence of the representatives of M.A.M.C. deputed by
Director/ Engineer-in-charge.
24. The items/materials brought at site of work should be ISI marked/specified make and as per
the list approved appended in the DNIT. In case there in any dispute regarding its quality then
the same will be got checked from any approved laboratory at his own cost by the contractor
within 10 days from the date of order given by the Engineer-in-charge in writing.
25. Recovery of Income Tax, GST, Electricity charges & security etc. will be made from the
contractor in running /final bill on the gross amount as per instructions of Govt.
26. Analysis of rates for non schedule item i.e. items which are not provided in the schedule of
rates, shall be based on the rates of materials and wages of labour provided in the HSR –
2021/minimum wages act in case such rates of materials and wages of labour not mentioned
in HSR- 2021, but involved in the non – schedule items, the rate should be determined as per
actual lowest market rates at the time of execution of work. The contractor shall be required
to provide in original such voucher which shall be subject to verification by the Engineer – in
– charge, if deemed necessary. The rates for non-schedule items shall be computed on the
basis of voucher rate plus contractor profit of 10% and approved by the competent authority.
27. All M.S. parts /accessories (except of earthling work) to be installed for overhead
/underground works are required be galvanized/ powder painted with approved color as
desired by Engineer-in-charge after due primer coal. This work is essential irrespective of
items issued by the Department or otherwise.
28. Contractor shall comply with the provision of Apprentice Act 1961 and the rules and order
issued there under from time to time and if he fails to do so his failure will be breach of
contact. The Engineer-in – charge may at his discretion cancel the contract shall also be liable
to peculiar liabilities arising on A/c of violation of provision of act by him.
29. Transformer, H.T/L.T. Panel, cables and Electrical items shall be got inspected /approved by
the Engineer-in-charge or his authorized representative before installation at site. Inspecting
authority /approving Authority may get test/inspect the above item at the works of
manufactures firm on the cost of the Contractor i.e. pre-dispatch inspection.
30. Contractor shall be responsible for getting the electrical installation inspected from Chief
Electrical Inspector, Haryana/ Pollution Control Board, Haryana, wherever applicable and he
will also make necessary payment of fees for this purpose MAMC will however render
necessary assistance to the contractor in this regard.
31. All testing charges of various equipments if required by any electricity authorities/ Pollution
Control Board shall be borne by the contractor.
32. The contractor shall submit original manufacturer test reports, type test, routine test as per
applicable IS in respect of Transformer, HT/LT panel, cable and major materials.
33. After completion of the work, a complete drawing showing connections to the various
equipments is to be prepared by the contractor and to be submitted to the department along
with the final bill of the work.
34. The contractor shall not be entitled for any payment on account of work done by him till he
signs the contract agreement.
35. MAMC is not responsible for arranging any material whatsoever and contractor will have to
complete the work within time. Non – availability of material OR delay in consignment will not
be entertained to as an excuse for extension for time for completion of work except any force
majeure.
36. If any make of the items is not specified /miss-specified, any ambiguity or inconsistency that
can be clarified from the Engineer-in-charge of the work and the decision of the Engineer will
be final.
37. The tender shall remain valid for 90 days from the date of opening with the issue of allotment
letter to the contractor within the validity period, the contractor agreement will stand
concluded even without signing of the contract agreement .In case the contractor fails to
commence the work, his earnest money will be forfeited and action under clause 2 &3 will
also be taken against him. In case the contractor withdraws or amend his offer before
allotment letter his earnest money will be forfeit. He will also be liable to be debarred /black
listed in both the cases.
38. Tender quotations which are dependent upon the quotations of other tender shall be
summarily rejected.
39. The actual quantities of the work completed successfully and accepted shall be paid.
40. AUTHORITY OF THE PERSON SIGNING THE CONTRACT ON BEHALF OF THESUPPLIER:-The
person who has signed these Tender papers (including the terms and conditions) has got
authority to sign on behalf of the supplier. It is discovered at any time that the person so
signing had no authority to do so, the purchaser without prejudice to any other right or
remedy available to him may, cancel the contract and hold such person liable to the purchaser
for all costs and damages arising from the cancellation of the contract including any loss which
the purchaser may sustain on account of such purchase.
41. TESTS AND INSPECTION: The material shall be inspected and tested by the purchaser or his
authorized agent before dispatch unless dispensed with in writing by the purchaser. The
Supplier shall give to the purchaser at least 10 days advance notice from the date of readiness
of material for such inspection and test.
METHOD OF TESTING: The Purchaser or his authorized agent shall have the right to put all the
material or part thereof to such tests as he may think fit and proper. The supplier shall not be
entitled to object on any ground whatsoever to the method of testing by the purchaser or
his authorized agent.
REMOVAL OF REJECTED MATERIAL: If any material is rejected by the Purchaser or his
authorized agent after tests and inspection or by the consignee, the material so rejected shall
be removed from the premises of rejection by the supplier at his own cost. Such rejected
material shall under all circumstances lie at the risk of the Supplier from the moment of such
rejection; and if such material is not removed by the Supplier within a period of 5 days, from
the date of notice given by the consignee/Purchasing Department for lifting of such material,
Purchaser or his authorized Agent or consignee may dispose of such material in any way at the
Supplier’s risk and cost and retain such portion of the proceeds as may be necessary to cover
any expense incurred in connection with such disposal and shall also be entitled to recover
handling and storage charges for the period during which the rejected material is not
removed.
POST RECEIPT INSPECTION: The material after receipt in the stores of the MAMC shall be
subjected to inspection for its conformity to the specification by a representative of the
MAMC in the presence of representative of the contractor/supplier after issuance of e-mail
notice/telephonic communication to the supplier/ contractor. In case the firm fails to depute a
representative on the specified date, the MAMC would be free to get the material checked in
the absence of firm’s representative for which the firm would have no reason to protest at
any stage and would be fully responsible of the outcome.
42. Contractor must carefully study the technical specifications and general terms and conditions
before preparation of tender. All terms and conditions of NIT and Corrigendum shall be
applicable.
43. All tenders/offers will be regarded as constituting an offer or offers open to acceptance in
whole or in part until the last date of validity as prescribed in the notice inviting tenders or
as indicated by the Contractor in his tender/offer, whichever be later.
44. The price must be quoted in Indian Rupees and any mistake in calculating the rupee price will
not justify the claim for increase in prices
45. Authenticated documents to prove authority of signatory (legal power of attorney in favor of
signatory) must be uploaded. Memorandum of article and Memorandum of association of the
firm, if applicable, shall also be uploaded with the tender
46. The deviations in Technical & Commercial terms and Conditions, if any, must be brought out
clearly failing which it will be presumed that the same are acceptable in to-to.
47. Contractor/s shall submit their offer in an ambiguous free wording failing which MAMC
interpretation will be final
48. The revision of price bid after opening of Part-I i.e. technical and commercial part of the
tender is not allowed. In case of withdrawing the same within the validity period, EMD shall be
forfeited
49. Arithmetical Errors: - in case of any inconsistency in the prices furnished, the purchaser shall
be entitled to consider the lowest prices for the purpose of evaluation and award of contract.
All arithmetical errors will be rectified on the basis of the unit price or total price (in figures
and in words) whichever is more beneficial to the purchaser/MAMC.
50. Material offered should be strictly according to the technical specification attached with the
tender documents as laid down in Annexure-A & Annexure-D to the Terms and conditions of
the contract. Unless a deviation in the specifications given in Annexure ‘D’ is pointed out by
the Contractor specifically, it will be presumed that Offer/tender conforms to the
specifications as laid down in Annexure ‘A’& ‘D’.
In case of any ambiguity in the MAMC technical Specification, the provision of relevant IS
with latest amendment will prevail. The Director, MAMC shall be the deciding authority in
such cases.
51. EMD is liable to be forfeited in case of evidence of cartel formation by the bidder(s). The
provision for penal action in case of cartel formation by the bidders shall be as per clause No.
9 of policy (guidelines) issued by the State Govt. vide G.O No. 2/2/2010-41 BII dated
28.5.2010.
52. The Contractor must submit a hard copy of all the documents related to part-I ( i.e. techno-
commercial terms and conditions, where the tender is invited in two parts) uploaded on the
site for the said tender duly certifying that these documents are same as uploaded on
designated website, within 4 days of opening of part-I. (All affidavit & undertakings should be
submitted in original with hard copy).
ii) Tests being conducted during manufacturing of the product (In process testing).
iii) Tests which shall be done on the finished product at the time of pre-dispatch
inspection.
The Inspection shall be carried out on the basis of the approved QAP. All the details provided
by the vendor / contractor shall be verified by MAMC / Third Party during the inspection and
if any deviation is found from the approved documents, it will be noted in the inspection
report
54. Only those firms who have not been blacklisted by any State Govt. or any State/Central Govt.
Power Utility in India on the date of issuance of NIT shall be entitled to submit the tenders.
The firm shall submit an affidavit of non-blacklisting on the non-judicial stamp paper of the
appropriate value duly attested by Notary public
55. There will be three envelopes submitted by the Contractors, one envelope containing earnest
money and one containing the tender documents and other containing technical and
commercial i.e. rates/premium only . In the first instance, the envelope of earnest money will
be opened. In case, no earnest money is received, the envelope containing tender documents
will not be opened and rejected out rightly.
56. Safe custody of all machinery and equipment supply by the contractor shall be his own
responsibility till the final taking over by the M.A.M.C., Agroha. The contractor shall be fully
responsible for any loss of equipments and his manpower/labour during execution of this
work.
57. The contractor shall operate the D/TF and AMF/ATS Panel for a period of 15 days after it is
energized the date of taking over the equipments shall be reckoned after its trouble free
operation during the running period.
58. Warranty:- Contractor shall provide guarantee for the smooth functioning of the
equipment/material as under:
a) 36 months for the transformer
b) 12 months for other equipment provided under the contract.
In case of any defect during warranty period item/equipment shall be replaced free of cost
within a reasonable period as decided by the Director MAMC. However the proportionate
amount of the bank guarantee will be refunded (as per Clause 8) after completion of warranty
period.
Annexure-D
LIST OF APPROVED MANUFACTURERS FOR DIFFERENT MATERIALS TO BE USED IN THIS PROJECT FOR
ELECTRICAL WORKS
In the absence of above – mentioned makes, the Society will be empowered to suggest & approve
another make of equivalent quality which is as available in the market.