Upload
vodan
View
217
Download
2
Embed Size (px)
Citation preview
dk;kZy; vf/k'kk"kh vfHk;Urk] tu- Lok- vfHk- foHkkx m-fo-,oa jktLo
[k.M izFke chdkusj
Tender Notice No. : 5/2015-2016
Name of Work : okf"kZd nj lafonk ds vk/kkj ij fofHkUu
lkbZt dh ,e-lh-lh-ch- vkiwfrZ ,oa
LFkkiuk dk dk;Z A
Cost of Tender Form : Rs. 500.00
Issued to : ---------------------------------------- ----------------------------------------
---------------------- Estimated Cost : Rs. 3.00 Lacs.
Time allowed for completion : 12 Months
Last date of selling tender : 25.02.2016 upto 3.00 PM
Date & Time of receipt of tender : 26.02.2016 upto 3.30 PM
Date & Time of opening of tender : 26.02.2016 upto 4.00 PM
Earnest Money : Rs.6,000.00
Executive Engineer PHED PDR Dn.I, Bikaner
dk;kZy; vf/k'kk"kh vfHk;Urk] tu- Lok- vfHk- foHkkx m-fo-,oa jktLo
[k.M izFke chdkusj
Tender Notice No. : 5/2015-2016 Name of Work : okf"kZd nj lafonk ds vk/kkj ij fofHkUu lkbZt dh ,e-
lh-lh-ch- vkiwfrZ ,oa LFkkiuk dk dk;Z A
“G”-Schedule Sn. Particular of work Unit Rate
1. Supply of quick make and quick break 3 POLE current
limiting MCCB having following current rating short circuit breaking capacity at 440/415 V, 50 Hz O/L & S/C
setting and conforming to IS 13947-2/IEC 60947-2 with
front face and centralized adjustable line load
interchangeability having positive isolation capability
provision for UVR shunt trip push (test) to trip, including making connections with lugs/spreaders etc. as required.
With thermal magnatic release.
a. Upto 100 Amp., 10 kA fixed O/L & S/C setting Each 2342.00
b. Upto 100 Amp., 16/25 kA fixed O/L & S/C setting Each 4815.00
c. Upto 160 Amp., 16/25 kA fixed O/L & S/C setting Each 6252.00
d. Upto 200 Amp., 25/35 kA fixed O/L & S/C setting Each 11312.00
e. Upto 250 Amp., 35/50 kA fixed O/L & S/C setting Each 14690.00
f. Upto 400 Amp., 35/50 kA fixed O/L & S/C setting Each 17278.00
2. P&F 240/415 V MCB of breaking capacity not less than
10 KA (B/C/D tripping characteristic) ISI marked IS 8828
(1996)/ conforming to IEC 60898 in existing board/sheets
including making connections with lugs, testing etc. as required.
Four pole MCB
a. 6 A to 32 A rating Each 918.00
b. 40 A to 63 A rating Each 1378.00
Conditions:- 1. FOR at PDR Dn.I Bikaner Store. 2. Inspection by AEN (Store)/Executive Engineer.
3. The name of manufacturer or brand name must be clearly mentioned on each
MCCB.
4. The contractor will submit a sample of each rating MCCB in divison office and after
acceptance of sample material will be supplied.
5. The material shall be guaranteed against any manufacturing defect for a period of 6 months from the date of receipt of the material in the Dn. Store.
I/We offer……..………….% Above/Below On “G”-Schedule
Signature of contractor Executive Engineer
PHED City PD& R Dn.I
Bikaner
Annexure “C”
LIST OF SPECIFIED MAKES
(Updated up to 31.08.2013 and 28.05.2014)
SN PARTICULARS OF
EQUIPMENT
SPECIFIED MAKES
1. H.T. MOTORS KIRLOSKER ELCTRIC CO. LTD. (KEC.) / SIEMENS INDIA LTD. (SIEMENS)
/ CROMPTON GREAVES LTD. (CROMPTON) / BHARAT HEAVY
ELECTRICAL LTD. (BHEL) /GENERAL ELECTRIC CO. LTD. (GEC) /NGEF
(NGEF) / SCHNEIDER / JYOTI.
2. L.T. MOTOR KEC/GEC / CROMPTON /SIEMENS / ABB/NGEF/JYOTI/ SCHNEIDER / LUBI
(upto 45 KW)
3 DEWATERING PUMP KBL / M&P / KSB / SU
4. BUTTER FLY VALVE KIRLOSKER BROTHER LTD / INDIAN VALVE COMPANY/ FOURESS
ENGINEERING / ADVANCE / DURGA ENGG./ MAYUR/ R&D /
DALUI / JUPITER (UPTO 1600MM) / KARTAR (UPTO 250MM) /
AVK / UPADHAYA / MARCK (UPTO 600MM)/ PATSONS/ VAG/ CALSENS
4.
(A)
DI Resilient (Soft) Seated
BUTTERFLY VALVE
SIGMA FLOW (UPTO 300MM)/ AVK /VAG/JUPITER (UPTO 700MM) / IVC /
DVPL
5. ELECTRICAL ACTUATOR ROTORK / LIMITORK / AUMA INDIA / MARSH / ENTROK
6. SLUICE VALVE KIRLOSKAR BROTHERS LTD., PUNE / INDIAN VALVE COMPANY/
FOURESS ENGINEERING / DURGA ENGINEERING / SHIV DURGA /
KEYSTONE / MAYUR / DALUI / R&D / JUPITER (UPTO1200MM) /
KARTAR (UPTO 600MM) / AVK / SHIVA (UPTO 600MM) / UPADHAYA /
BEW (UPTO 300MM) / PATSONS/ VAG / SACHDEVA (UPTO 1200 MM)/
CALSENS/ HARI (UPTO 250MM)
6.
(A)
DI Resilient (Soft) Seated
SLUICE VALVE
SIGMA FLOW (UPTO 300MM)/ AVK / BEW (UPTO 300MM) / VAG /
JUPIETR (UPTO 450MM)/SACHDEVA (UPTO 1000MM) / SHIVA (UPTO
300MM) / MAYUR (UPTO 300MM) / IVC / DVPL / KARTAR (UPTO 600MM)
7. SLUICE GATE JASH / BHARAT INDUSTRIAL CORP./ ORIENTAL / FLUID
CONTROLS
8. DOUBLE PLATE CHECK
VALVE
ADVANCE / KBL / IVC / R&D /DURGA / MAYUR / DALUI / PATSONS /
VAG
9. NON RETURN VALVE KIRLOSKAR BROTHERS LTD., PUNE / INDIAN VALVE COMPANY/
FOURESS ENGINEERING / DURGA ENGINEERING / SHIV DURGA /
KEYSTONE / MAYUR / DALUI / R&D / JUPITER (UPTO1200MM) /
KARTAR (UPTO 600MM) / AVK / SHIVA (UPTO 600MM) / UPADHAYA /
BEW (UPTO 300MM) / PATSONS/ VAG / SACHDEVA (UPTO 1200 MM)/
CALSENS/ HARI (UPTO 250MM)
9.
(A)
DI Resilient (Soft) Seated
NON RETURN VALVE
AVK / VAG / IVC / DVPL
10. KINETIC AIR VALVE KIRLOSKAR BROTHER LTD. / INDIAN VALVE COMPANY / ADVANCE
VALVE / INTER VALVE / FOURESS / R&D / DURGA ENGINEERING / SHIV
DURGA / MAYUR / DALUI / R&D / SHIVA / UPADHAYA / BEW/ AFT/
PATSONS/ AVK / VAG /CALSENS/JUPITER
10.
(A)
DI Resilient (Soft) Seated
KINETIC AIR VALVE
AVK / VAG / IVC / DVPL
11. DISMANTLING JOINTS
(TELESCOPIC)
ORIENTAL / SHIV DURGA / SUR INDUSTRIES / DWREN IND. / MANGALA
/ QUALITECH / SYSTEC FLEXO PRODUCT / DURGA / MAYUR / SHIVA /
BEW / PRECISE
12 PAINTS ASIAN / SHALIMAR / JENSON & NICHOLSON / GOODLAC
NEROLAC/ ICL / BRITISH PAINT / CLEAN COATS
13. COMPPRESSOR FOR AIR
VESSEL
ANGERSOL RAND / ELGI / CP
14 AIR VESSEL L&T / SHRIDHARAN / SURESEAL
15.
EOT CRANES: EDDY CRANES ENGINEERS PVT. LTD. (EEPL) / ACME
MANUFACTURES ENGINEERS (ACME) / M/S ROCKWELL HOIST
CRANES PVT LTD. NEW DELHI / REWA / WMI / VIDUT / WH BRADDY/
JAPS
16. WINDOW AIR
CONDITIONERS:
VOLTAS LTD.(VOLTAS) / CARRIER AIRCON LTD (CARRIERS) / FEDDERS
LLOYD./ AIRCON / BLUE STAR LTD. (BLUE STAR)
17. EXHAUST FAN: BAJAJ ELECTRICALS LTD. (BAJAJ) / CROMPTON GREAVES LTD.
(CGL) / GENERAL ELECTRIC CO. LTD. (GEC) / KHAITAN LTD. (KHAITAN)
/ JAI ENGG. WORKS.
18. MAKE OF HOIST. LIFTING
SYSTEM
EDDY CRANES / ACME / INDEX / JAPS
19.
MECHANICAL FLOW
MIXER AND INDICATOR
KENT. SCHLUMBERGER (ACTRIES) / CAPSTAN
20. FLASH MIXURE FABCO / PARAMOUNT / HDO / FIBRE & FIBRE / REMI
21. CHLORINATORS INDUSTRIAL DEVICES PVT. LTD./ BANACO / ISGECIES FABCAM
/ CHLOROCONTROL / AQUA / TUSCON JESCO
22. BACK WASH PUMPS KIRLOSKAR / M & P / JYOTI / BEACON WIER
23. BACK WASH BLOWER
MAKE & TYPE
FLAKT/ KAY INTERNATIONAL / SWAM / EVERST / ROOTS/ WEEPL
24. DOSE METERING PUMPS ASIALMI / SWELLORF / VK
25. BRIDGE WEIGHGING
DEVICE
AVERY
26. CHLORINE LEAKAGE
DETECTION SYSTEM
METIJO
27 SLUDGE PUMP KIRLOSKAR / M&P / JYOTI / BEACON WIER
28. RECTIFIER CANARA ELECTRIC
29. BATTERY EXIDE / STANDARD / FUKUWA / AMCO
30. OUTDOOR LIGHTENING
ARRESSTOR
ALPRO / OBLUM / PACTIL / IGE/ SKIPPER SEIL
31 HV POTTENTIAL
TRANSFORMER/(PT)
ABB / BHEL / CAPPA /JYPTI / SKIPPER SEIL
32. HV CURRENT
TRANSFORMER/ (CT)
ABB / BHEL / CAPPA /JYPTI / SKIPPER SEIL
33. HIGH VOLTAGE DOUBLE
BRAKE ISOLATOR WITH
ATLAS / ABB / ELPRO / PRACTIL / SKIPPER SEIL
OR WITHOUT EARTH
BRAKE
34. VACCUM CIRCUIT
BRAKER
ABB / BHEL / CGL / SCHNEIDER / JYPTI/
35.
33/6.6 KV POWER
TRANSFORMER
ABB / CGL / ALSTOM / BHARAT BIJLEE / KIRLOSKAR / UTTAM (BHARAT)
/ VOLTAMP / VARDHMAN ELECTRO – MECH /SKIPPER
36. 33 OR 6.6/ .433 KV
AUXILIARY
TRANSFORMER
ABB / CGL / ALSTOM / BHARAT BIJLEE / KIRLOSKAR / UTTAM (BHARAT)
/ VOLTAMP / VARDHMAN ELECTRO – MECH/SKIPPER
37. 33KV SWITCHYARD
CONTROL PANEL
GEC / L&T / SIEMENS / SCHNEIDER
38.
INDICATING METERS AE / IMP / RISHAB/ E&H/Millborn
39. METERING AE / IMP / RISHAB/ E&H
40. ANNUCIATOR MASIBUS / LETROTEK / APLAB / MINILEC / PEACON / ICA
41. HT SWITCH GEAR PANEL SCHNEIDER / ABB / SIEMENS / L&T/ C&S / CGL/ HT SWITCHGEARS/
SWATI SWITCHGEARS
42. HRC FUSES L&T / GEC / SIEMENS / ER / HAVELLS
43. PROTECTION RELAYS SCHNEIDER / ABB / SIEMENS / GEC / ER
44. MOTOR PROTECTION
RELAY
SCHNEIDER / ABB / SIEMENS / GEC/ ER
45. PUSH BUTTON L&T / BCH / SIEMENS / VAISHNO / TECHNIC / RASS / C&S
46. INDICATING LAMPS L&T / BCH / SIEMENS / VAISHNO / TECHNIC / RASS / C&S
47. MULTI FUNCTION
METERS
GEC / IMP/ SIEMENS / RISHAB / AE
48. CURRENT
TRANSFORMERS
ABB / BHEL / KAPPA / JYOTI / SKIPPER SEIL
49. POTTENTIAL
TRANSFORMERS
ABB/ BHEL/ KAPPA / JYOTI / SKIPPER SEIL
50. LT SWITCH GEAR PANEL GEC / CGL / SCHNEIDER / L&T / C&S / SIEMENS / HAVELLS/ DYNAMIC /
GK MARKETING / DIVYA/ HT SWITCHGEARS/ SWATI SWITCHGEARS /
ENGINEERS & ENGINEERS/ Millborn
51. MOULDED CASE CIRCUIT
BREAKER
GEC / CG L/ SCHNEIDER / L&T/ C&S / SIEMENS / HAVELLS / ABB
52. TOR SWITCH L&T / KAYEES / SCHNEIDER / SIEMENS / SALZER
53. CONTROL FUSES GEC / SCHNEIDER / L&T / C&S / SIEMENS / HAVELLS
54. CONTACTORS GEC / ABB / L&T / C&S / SIEMENS / BCH / HAVELLS / DIVYA
55. EMERGENCY DG SYSTEM
ENGINE
KIRLOSKAR / KIRLOSKAR-CUMMINS / GREAVES COTTON / CATER
PILLAR / ASHOKA LEYLAND
56. ALTERNATOR KEC / JYOTI / NGEF / AVK / CROMPTON
57. INDUCTION MOTOR KEC/ NGEF/ CGL/ GEC/ BHEL/ SIEMENS / SCHNEIDER
58. HT CABLE CCI / INCAB / UNISTAR / RPG / NICCO / FORT GLOSTAR / SATELLITE
/ HAVELLS / KEI
59. CONTROL CABLE CCI / UNIVERSAL / TORRENT/ FINOFLEX / GEMSCAB / RPG / KEI /
CORDS
60. BATTERY CHARGER SABNIFE POWER SYSTEM / CHHABIELECT/ UPTRON / AMCO /
UNIVERSAL
61. CAPACITOR GEC / L&T/ YASH/ MADHAV / RPG / KHATAU JANKAR / UNISTAR
62. PVC LIGHTING WIRES FINOLEX / INCAB / RPG / FORT GLOSTER / GEMSCAB / KEI
63. LIGHTING FIXTURES PHILIPS / CGI / BAJAJ / MYSORE LAMPS / GE APAR / HAVELLS
64. ELECTROMAGNETIC FULL
BORE TYPE FLOW METER
FISHER ROSE MOUNT / KROHNE MARSHALL / NIVO
CONTROL / E&H / SIEMENS / RLT / SBEM / ABB/ ELECTRONET
65. ULTRA SONIC TYPE FLOW
METER
FISHER ROSE MOUNT / E&H / KROHNE MARSHALL /
SIEMENS / NIVO CONTROL / CHETAS / RLT
66. MECHANICAL TURBINE
TYPE FLOW METER
KENT / ITRON / CAPSTAN / NIVO CONTROL
/ AQUAMET / RLT
67. PRESSURE LOGGERS L&T / ABB / MASIBUS / LETROTEK
68. PRESSURE GAUGE BELLS CONTROLS/ JN MARSHAL / H GURU / MANOMETER INDIA
69. PRESSURE INDICATOR FISHER ROSE MOUNT/ BELLS CONTROLS / HONEYWELL / FOX BORO /
E&H/ RLT
70. PRESSURE TRANSMITER FISHER ROSE MOUNT/ HONEY WELL / FOX BORO / BDO FORBES
MARSHAL/ YOKO GAWA / BLUE STAR SEIMENS/ E&H / RLT
71. LEVEL SWITCH FISHER ROSE MOUNT / HONEY WELL / SIEMENS / VEGA INSTRUMENT /
KROHNE MARSHALL/ SBEM/ E&H / RLT
72. LEVEL SENSORS (ULTRA
SONIC TYPE)
FISHER ROSE MOUNT / HONEY WELL / VEGA INSTRUMENT/ KROHNE
MARSHALL / SIEMENS / SBEM / E&H / RLT
73. LEVEL SENSORS
(CAPACITANCE TYPE)
LEVCON / TOSHNIWAL / PUNE TECHTROL/ SBEM / E&H / RLT
74. LEVEL TRANSMITTER FISHER ROSE MOUNT / HONEY WELL / VEGA INSTRUMENT / KROHNE
MARSHALL / SIEMENS / SBEM / E&H / RLT
75. LEVEL INDICATOR FORBES MARSHAL / YOKO GAWA / BLUE STAR / ELECTRO LUX / BELLS
CONTROLS/ SBEM / E&H / RLT
76. NOISE METER CYGNET
77. VT PUMPS FLOWMORE / M&P / KBL / WPIL / JYOTI / AQUA
78. HSCF PUMPS FLOWMORE / M&P / KBL / WPIL /JYOTI / BEACONWEIR / LUBI (UPTO 45
KW) / MAXFLOW (UPTO 45KW)
79. TAPE COATING ON MS
PIPE
LLOYD INSULATION/ IWL / BITU-TECH / TYCO
80. ZVV SURESEAL / MANNEMANN MEER / MEGHA ENGINEERING / FLOWNIX
81. PLC SCADA ABB / ALLEN BRADLY / HONEY WELL / SCHENIDGER / L&T / SIEMENS/
E&H/GE /PHOENIX CONTACT
82. SUBMERSIBLE
CENTRIFUGAL PUMP
AQUA
Sd/-
SECRETARY,RWSSMB, JAIPUR
Annexure B : Declaration by the Bidder Regarding Qualifications
Declaration by the Bidder
In relation to my/our bid submitted to ……………………………for procurement of
…………………in response to their Notice Inviting Bids No……………………. Dated …………………I/We Hereby declare under Section 7of Rajasthan Transparency in Public
Procurement Act.2012 that :
1. I/We possess the necessary professional, technical, financial and managerial
resources and competence required by the Bidding Document issued the Procuring
Entity.
2. I/We have fulfilled my/our obligation to pay such of the taxes payable to the Union
and the State government or any local authority as specified in the Bidding
Document.
3. I/We are not insolvent, in receivership, bankrupt or being wound up, not have
my/our affairs administered by a court or a judicial officer, not have my/our
business not ivies suspended and not the subject of legal proceedings for any the
foregoing reasons.
4. I/We do not have, and our directors and officers not have been convicted of any
criminal offence related to my/our professional conduct or the making of false
statement or misrepresentations as to my/our qualifications to enter into a
procurement contract within a period of three years preceding the commencement of
this procurement process or not have been otherwise disqualified pursuant to
debarment proceedings.
5. I/We do not have a conflict of interest as specified in the Act. Rules and the Bidding
Document, which materially affects fair competition.
Date Place
Signature of bidder
Name :
Designation
Address:
FORM NO.1 (See Rule 83)
Memorandum of Appeal under the Rajasthan Transparency in public Procurement Act, 2012
Appeal No. ………………of ………………. Before the ……………………………….(First/Second appellate Authority) 1.Particulars of appellant (i) Name of the appellant : (ii) Official address, if any : (iii) Residential address: 2. Name and address of the respondent (s): (i) (ii) (iii) 3. Number and date of the order appealed against and name and designation of the offer/authority who passed the order (enclose copy), or a statement of a decision, action or omission of the Procuring Entry in contravention to the provisions of the Act by which the appellant is aggrieved : 4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative: 5. Number of affidavits and document enclosed with the appeal : 6. Grounds of appeal : …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………(Supported by an affidavit) 7. Prayer: ……………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………. Place ………………………………… Date………………………………….. Appellant’s Signature
Annexure D: Additional Conditions of Contract 1. Correction of arithmetical errors
Provided that a Financial bid is substantially responsive, the Procuring Entry will
correct arithmetical errors during evaluation of Financial Bids on the following basis:
i. If there is a discrepancy between the unit price and the total price is
obtained by multiplying the unit price and quantity, the price shall prevail
and the total price shall be corrected, unless in the opinion of the procuring
Entry there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit
price shall be corrected.
ii. If there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected and
iii. If there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words figures the amount in
words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (i) and (ii)above.
If the Bidder that submitted the lowest evaluated Bid does not accept the
correction of errors its Bid shall be disqualified and its Bid Security shall be
forfeited or its Bid Securing Declaration shall be executed.
2. Procuring Entity’s Right Vary Quantities
(i) At the time of awards of contract ,the quantity of goods works or services
criginally specified in the Bidding Document may be increased or decreased by a
specified percentage but such increase or decrease shall not exceed twenty present
of the quantity specified in the Bidding Document. It shall be without change in the
unit prices or other terms and conditions of the Bid and the conditions of contractor.
(ii) If the Procuring Entity does not procure any subject matter of procurement or
procures less than the quantity specified in the Bidding Document due to change in
circumstances the Bidder shall not be entitled for any claim or compensation except
otherwise provided in the conditions of contract.
(iii) In case of procurement of Goods or services additional quantity may be
procured by placing a repeat order on the rates on the rates and conditions of the
original order. However, the additional quantity shall not be more than 25% of the
valve of goods of the original contract and shall be within one month from the date of
expiry for the last supply. If the supplier fails to do so the procuring entity shall be
free to arrange for the balance supply by limited Bidding or other wise and the extra
cost incurred shall be recovered form the supplier.
3 Dividing quantities amount more than one Bidder at the time of award (In case of
procurement of Goods)
As a general rule all the quantities of the subject matter of procurement shall be
procured from the Bidder, whose Bid is accepted. However, when it is considered
that the quantity of the subject matter of procurement to be procured is very large
and it it may not be in the capacity of the Bidder ,Whose Bid is accepted to be
procured is of critical and vital nature in such case the quantity may be divided
between the Bidder whose Bid is accepted and the second lowest Bidders in that
order in a fair transparent and equitable manner at the rates of the Bidder whose Bid
is accept.
Signature of contractor Executive Engineer
PHED PDR Dn.I Bikaner