13
dk;kZy; vf/k'kk"kh vfHk;Urk] tu- Lok- vfHk- foHkkx m-fo-,oa jktLo [k.M izFke chdkus j 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'kkkh vfHk;Urk] tu- Lok- vfHk- foHkkx m-fo-,oa ...phedtenders.raj.nic.in/private/data/NIT-MCCB(PDR-I).pdfcapacitor gec / l&t/ yash/ madhav / rpg / khatau jankar / unistar

  • 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 A : Compliance with the code of Integrity and no conflict of interest

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:

Annexure –C Grievance Redressal during procurement process

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