You are on page 1of 28

1

PUNJAB STATE POWER CORPORATION LIMITED OFFICE OF THE ENGINEER-IN-CHIEF/HYDEL PROJECTS A-4, SHAKTI VIHAR, PATIALA.

SPECIFICATION NO.- 160/HPs/ED-III/M-76

Dated: 23.4.2013

RENEWABLE & REPLACEMENT OF OLD CENTRAL AC PLANT WITH AIR COOLED PACKAGED UNIT AT UBDC POWER HOUSE NO. 1, 2, 3 OF STAGE II AND PH NO. 3 STAGE - I.
INDEX Sr. No. 1. 2. Particulars Section No. Pages

NIT Qualifying Criteria and General Instructions & Terms and Conditions Technical Specification Schedule of Requirement Break up of Prices( Price Bid) Schedule of Technical Deviations Annexure-I Annexure-II Annexure-III

2 3-13

3. 4. 5. 6. 7.

14 15-16 17-20 21 22

Schedule of Deviations from Commercial Annexure-IV Clauses Performa for Bank Guarantee Schedule of past supplies Drawings Annexure-V Annexure-D 5 No. of Drgs.

8. 9. 10.

23 24 25-29

NOTICE INVITING TENDER Department Tender Specification No. Tender Issuing Authority Engineer-in-Chief/Hydel Projects 160/HPs/ ED-III/M-76 dated 23.04.2013 SE/Hydel Projects, PSPCL, Patiala

Address details of Issuing A-3, Shakti Vihar, PSPCL, Patiala. Authority Short Description

RENEWABLE & REPLACEMENT OF OLD CENTRAL AC PLANT WITH AIR COOLED PACKAGE UNIT AT UBDC POWER HOUSE NO. 1,2,3 OF STAGE II AND PH NO. 3 STAGE I.
26.4.2013 from 9.00 AM.

Sale of Tender Specification Start Date Sale of Tender Specification End date Last date submission for Bid

27.5.2013 upto 11.00 AM

29.5.2013 upto 11.00 A.M

Bid Opening Date Tender Document Cost EMD Payment Mode Payment in favour of Contact Phone Number Contact E-Mail ID.

29.5.2013 at 11.30 A.M. Rs.1000 /Rs. 76,000/Demand Draft Sr. AO/ Thermal Design, PSPCL, Patiala 96461-18754 / 96461-19416 sehydelpatiala@yahoo.in

QUALIFYING CRITERIA The tenders of those firms shall be considered only who are original equipment manufacturers or their authorized dealers having duly authorized letters issued by OEMs and the OEM have manufactured and delivered or their authorized dealers have delivered the same or higher rating equipment to other utilities. Proof for the same shall be furnished by the bidders. 1.00 GENERAL INSTRUCTIONS TO BE OBSERVED BY THE TENDERERS 1.01 GENERAL:The following instructions must be carefully observed by all the Tenderers. Offer/ Tender not strictly in accordance with these instructions will be liable to be rejected:i) Tender should be submitted in quadruplicate per registered post each copy should be separately tagged and clearly marked as 'Original' 'Duplicate' 'Triplicate'. 'Quadruplicate'. ii) Telegraphic quotations will not be accepted. iii) Offers/ tenders should positively reach within the stipulated time and on the last date prescribed for their receipt. Tenders received late will not be considered/ opened at all regardless of the date of posting of the tender. iv) Offers/ tenders should be enclosed in double covers. Both the inner and the outer covers should be sealed and subscribed with the tender/ offer No. together with the date on which the offer/ tender is due and items of material covered and should also invariably contain the name of the bidding firm. v) The Demand Draft/ Cash Receipt & other information concerning EMD as per clause 2.02 shall be furnished in separately sealed envelope, subscribed as Part-I Earnest Money with the tender/ offer No. together with the name of tendering firm and the Part-II & Part-III each in separate envelope. The covering letter carrying the Earnest Money should specifically indicate the total EMD value of their offer. The firm having permanent security deposit of Rs.10.00 lac with Chief Engineer/Hydel Projects shall give complete detail of deposit in the envelope meant for earnest money. The Part-I, II & III of tenders in separate covers shall be received in the office of Er-in-Chief/ HPs, A-2, Shakti Vihar, PSPCL, Patiala-147001 on the due date. While opening the tender the envelope containing Earnest Money shall be opened first and if the Earnest Money is found to be in accordance with the terms of specification only then the sealed envelope containing the Part-II of the tender will be opened. Any tender/ tenders received late shall not be opened. vi) Offers/ tenders will be opened on the date and time prescribed in the NIT/Enquiry in the presence of authorized representatives of Tenderers, who actually submitted the tender, if they present themselves at the time of opening of tenders. In case the date of opening of tender falls on a holiday or holiday is subsequently declared on that date, the tenders will be opened on the next working day following the holiday. vii) The PSPCL reserves the right to modify the "Schedule of Requirements", technical particulars and the specifications at any time and to place the order as a whole or in parts, and to reject any or all the tenders received without assigning any reason. PSPCL will not be responsible for and will not pay for expenses or losses that may be incurred by Tenderer in the preparation of the tenders. viii) The material offered should be strictly according to the specifications laid down in the Enquiry. The quotations should also indicate the make of the manufacturer,

brand and company and accompanied with other descriptions, literature and sample, if any, at Tenderer's own cost. ix) No conditional offer shall be acceptable. x) Quantity mentioned in NIT can be ordered on more than one supplier. xi) For bought out assembly/units, detailed drawings, part number and name of the vendors will be furnished by the contractor. 1.02 PREPARATION OF TENDERS The tender shall be prepared in formal manner neatly typed or printed with all prices stated both in words and figures. There shall be no erasing and any corrections made should be neatly done and signed. A systematic form of totaling should be adopted to avoid any ambiguity with detailed description of the equipment offered. 1.03 SUBMISSION OF TENDER : a) The tender will be submitted as per NIT/Tender Specifications complete in all respects and deviation from Notice Inviting Tender/Tender Specification shall be clearly brought out by the Tenderers. The prospective Tenderers may be allowed to Change the terms of price or Technical specifications during discussions of the technical / commercial bid but before the opening price bids. b) The tenders shall be submitted in three parts:Part-I : "Earnest Money" Part-II : "Commercial & Technical conditions" Part-III : "Price Bid" Each part will be sealed in a separate envelope, duly subscribed on the envelope as part-I, Part-II & Part-III. All the above three envelopes shall further be enclosed & sealed in a large envelope. Initially, main envelope (containing all the above three parts of the bid) will be opened, in the presence of bidder's representative(s) who may like to be present at the time of the opening of tenders. After opening of the main envelope, the envelope marked as part-I "Earnest Money" shall be opened first and if the Earnest Money Deposit is found to be in order, only then the second envelope marked as part-II Commercial & Technical Conditions shall be opened. The bids without Earnest Money Deposit shall be rejected out-rightly. After opening of part-II, the bids will be evaluated by the Purchaser for commercial & technical aspects offered by the various bidders. In case financial effects are unambiguous and without any reservations specified and offer is found technically acceptable as per specification, only then Part-III "Price bid" shall be opened. The date & time for opening of Part-III "Price Bid" of the bids will be intimated to the qualifying firms. The Price bid (Part-III) will then, be opened on the scheduled date & time in the presence of the representatives of the qualifying bidders, who choose to be present at the time of opening of the bid. IMPORTANT NOTE: The bidders should ensure that all commercial terms including discount, if any, excise duty, CST, Punjab Sales Tax etc. are specified in the Part-II i.e. Technical & Commercial part of their bid. Price bid should only contain prices, so that there is no controversy regarding interpretation of any condition/stipulation at the time of preparation of comparison of rates, after opening of the price bids. 1.04 VALIDITY: The tender should be unconditionally valid for at least a period of 180 days from the date of opening of the tender. Withdrawal of the offer shall not be permitted. Any tenderer withdrawing their offer after submission of their tender or revising the offer within the validity period after opening of Price Bid is likely to be black-listed.

2.01 PRICES: i) The rates should be FIRM and quoted F.O.R. Destination at S&T Store, Shahpur kandi through road transportation which will be treated at par with FOR destination. The break up of the F.O.R. destination price should be given as under:a) The price cost of the material inclusive of packing and forwarding, part of production cost. b) Packing cost not forming part of production cost, handling, cartage etc, freight charges and transit risk insurance covered in F.O.R. destination price. ii) All taxes and duties leviable on the price of finished goods as per sub-clause (i) (a) shall be paid extra and the same should be shown separately as prevalent on the date of opening of tenders, to be paid at the rate as may be actually prevalent at the time of supply, otherwise these elements shall be deemed to be included in the quoted prices and will not be paid extra. No taxes & duties will be payable on the element of cost quoted under sub-clause (i) (b). iii) In case of rates ex-works/ex-go down and for imported material, freight charges, transit risk insurance, handling and clearance charges, F.O.B. and C.I.F. commission of clearing agents at Ports, should also be indicated separately. v) The rates quoted F.O.R. destination or ex-works should be given in both figures and words and any overwriting, erosion, cutting etc. should be legibly signed or avoided. Offers/ tenders written in pencil shall be ignored. vi) The prices tendered shall be such as to cover all the material destroyed under tests and no extra payment will be made for the material so destroyed. 2.02 Earnest Money : i) The Tenderers shall be required to submit Earnest Money of Rs. 76000/- in the form of Demand Draft along with the tender in favour of Sr.AO/Thermal Design, PSPCL, Patiala. Suppliers having PEMD of Rs. Ten Lac with PSPCL for Hydel organization shall be exempted from depositing Earnest Money. ii) Earnest Money shall be forfeited in case of withdrawal/modification of an offer within the validity period as required in the Tender Specification after opening of Tenders and business dealings will be suspended. iii) PSPCL has decided that permanent Earnest Money deposit of Rs. 10.0 lac should be deposited by the tenderers/ suppliers organization wise and therefore tenderers/ suppliers hence forth should have PEMD of Rs.10.0 Lac with CE/Hydel Projects only i.e for Hydel organization irrespective of the fact whether they have PEMD already deposited with other organization of the PSPCL. A certificate to this effect issued by the Accounts Officer /Thermal Design PSPCL, Patiala during three months immediately proceeding the due date for tender opening and indicating the serial number /account number allotted in the PEMD register shall be submitted by the tenderer in envelope for earnest money for seeking exemption thereof . iv) In case of Firms falling within the zone of consideration, whose tenders have not been accepted, earnest money shall be refunded within 30 days of the award of Order/ Contract to the successful tenderers. v) In case of successful tenderer, EMD shall be converted as security deposit and short-fall, if any, shall be got deposited for faithful execution of Purchase order/ contract 2.03 ENTRY TAX Entry tax, if applicable shall initially be paid by the suppliers and reimbursement for the same shall be made by the PSPCL against documentary proof along with other taxes &duties against the supply of material.

2.04 SALES TAX . a) (i).Value Added Tax: The VAT as applicable shall be paid against documentary proof of submission of following certificates: Certified that the transaction on which tax has been claimed has been/will be included in the return submitted/to be submitted to the Sales Tax Authorities for the assessment of the Tax and the amount claimed from the Board has been/shall be paid to the Sales Tax Authorities. Certified that the goods on which tax has been charged have not been exempted under the rules made there-under and the charges on account of the sales tax on these goods are correct under the provisions of the relevant act or rules made there-under. Certified that we shall indemnify the PSPCL in case it is found at a later stage that wrong or incorrect payment had been made on account of tax paid by us. Certified that we are registered dealer & our Regd. no. is___________ b) Central Sales Tax: The PSPCL has been registered as a dealer under the Central Sales Tax Act. i) When the Central Sales Tax is to be paid by the Board, a declaration certificate in form 'C' will be issued by the Chief Accounts Officer/Deputy Chief Accounts Officer Centralized Payment Cell, PSPCL, Patiala on receipt of material. ii) When the tax is to be paid by the Supplier, a declaration certificate in form 'C' will be issued by the Chief Accounts Officer/Deputy Chief Account Officer, Central Payment Cell, PSPCL, Patiala, subject to submission of the following certificates: Certified that the transaction on which tax has been claimed has been/will be included in the return submitted/to be submitted/ to the Sales Tax Authorities for the assessment of the Sales Tax and the amount claimed from the PSPCL has been/ shall be paid to the Sales Tax Authorities. Certified that the goods, on which Sales Tax has been charged have not been exempted under Central Sales Tax Act or the Rules made there under and the charges on account of the sale tax on these goods are correct under the provision of the relevant Act or rules made there under. Certified that we shall indemnify the PSPCL in case it is found at a later stage, that wrong or incorrect payment had been made on account of Sales Tax paid by us. Certified that we are registered dealer under the Central/State Sales Tax Act and our Registration No. is___________ Certified that payment has been made under protest. The bills for the Sales Tax and insurance charges, if any, should be submitted separately. NOTE: The firms indicating Nil or concessional rate of CST/VAT will have to absorb the CST/VAT up to full rate applicable at the time of tendering. 2.05 EXCISE DUTY : If applicable will be paid at full rates prevailing during the scheduled delivery period subject to the production of the following certificates by the Manager/ Senior Administrative Officer of the firm: i) Certified that the transaction on which the Central Excise Duty has been claimed has been/shall be included in the return submitted/ to be submitted to the Central Excise Authorities and the amount claimed from the PSPCL has been/shall be paid to the Central Excise Authorities. ii) Certified that the goods on which Excise Duty has been charged have not been exempted under Central Excise Duty rules and that the Central Excise Duty charged on these goods is not more than what is payable under the provision of relevant Act or rules made there under, iii) Certified that we shall indemnify the PSPCL in case it is found at a later stage that wrong or incorrect payment has been received on account of Excise Duty. The benefit/ Credit of the CED under MODVAT Scheme duly authenticated by the authorities/ representatives of the Central Excise Deptt. shall be allowed to the Purchaser in the invoice of concerned equipment. In case Central Excise staff refuses to issue a separate gate pass indicating the Excise Duty claimed

from you, the original invoices raised for the supply of the equipment will bear a certificate from the Central Excise staff to the fact that Excise Duty has been charged from you and the amount so charged will be indicated. The firms indicating nil or concessional rate of E.D. in their tenders will have to absorb E.D. up to the full rate applicable at the time of tendering. The firms which do not agree to this stipulation or indicate E.D. as extra without indicating the applicable rate will be loaded with maximum rate of ED for comparison of rates/evaluation purposes. 2.06 OCTROI CHARGES Octroi charges shall be paid extra on actual basis if applicable. 2.07 INSURANCE, TRANSPORTATION & HANDLING OF THE MATERIAL i) The rates are required to be quoted on F.O.R. destination basis and it is the responsibility of the supplier to deliver the goods in sound condition up to F.O.R. destination basis and for that purpose the supplier may at his option insure the material/equipment against all risks at his own cost during transit for full delivered value of the material/equipment up to destination. All works in connection with making and settling of claims, if any, with railway authorities and /or insurance company shall be carried out by the contractor for which no extra payment shall be made by the PSPCL. However, necessary assistance required in connection with making and settling of such claims, if any, shall be provided by the consignee(s). ii) All damages and /or shortage during transit as covered by the insurance shall be made good immediately on receipt of such information from the consignee(s) without waiting for settlement of claims. However, in case of apparent damages / shortages, the consignee(s) shall obtain the loss/damage certificate from the railway authorities and send the same to supplier/ contractor within a period of 30 days from the date of receipt of material. A certificate shall be submitted by the supplier/contractor with each bill to the effect that the material has been duly insured. iii) The consignee(s) shall report losses and damage to the firm within 30 days of the arrival of the equipment at the site. It will, however, be suppliers responsibility to prefer timely claims on the insurance underwriters and to arrange replacement thereof to the consignee(s). iv) The suppliers shall be wholly responsible for the loss, shortages, damages etc., during transit. Such shortages and damages etc., will have to be replaced/ repaired by the supplier/contractor free of cost immediately without waiting for maturing of the suppliers/contractors claims with the road transport / railway authorities. v). In case replacement / repair of defective material is not carried out within six months of the intimation of damages, supplier shall have to pay interest at the rate of 12% per annum on the advance payments made by the PSPCL from the date of its payment upto the date of the re commissioning of the equipment after replacement / repair or to the date the default is made good. 2.08 DELIVERY, INSTALLATION AND COMMISSION SCHEDULE:The offer should clearly indicate monthly/quarterly schedule of the delivery, date of commencement and completion of supply against that indicated in the notice inviting tender/specification which should normally cover period for entire job of manufacture, testing, Inspection, supply installation and commissioning after acceptance and shall be reckoned from the date of dispatch in case of rail transport and receipted challans /goods receipt in case of road transportation by Goods carriers. The order shall be placed strictly on the above understanding. The delivery, installation and commissioning of material should be completed within three months from the date of placing of Purchase Order shall be preferred. However earlier delivery shall be preferred. 2.09 CONTRACT The detailed Purchase Order/ Work order issued in accordance with agreed terms and conditions and accepted/ acknowledged by the firm shall itself form valid contract along with

subsequent amendment, if any, and shall be construed and operated as such in terms of Indian Contract Act-1872 as amended up to date. It will be obligatory on the part of the successful tenderer to execute within 30 days of the receipt of detailed order, a legal contract agreement on non-judicial stamp paper of the appropriate value. The detailed purchase order shall be termed Purchase Order-cum-Contract Agreement. The contract shall be made in duplicate and one copy will be retained by each party. 2.10 SECURITY DEPOSIT i). The successful tenderer shall be required to submit Security Deposit for faithful execution of the Purchase Order / Contract of value exceeding Rs. 50,000/- (Rupees fifty thousand only) at the rate of two percent (2%) of the order value rounded off to a multiple of Rs. 10/- on the higher side. ii) Ordinarily the Earnest Money received with tenders shall be converted into Security Deposit. If the amount of Earnest Money received with tender is more than the amount of Security Deposit required for the Purchase order/Contract, the balance shall be refunded and in case of shortfall contractor/supplier shall be required to deposit the additional amount. iii) The tenderer having permanent deposit of Rs.10,00,000/- (Rs Ten lakh only) with the Chief Engineer /Hydel Projects, shall also be required to submit security Deposit at 2% of order value in the form of Bank Guarantee within 30 days from the award of order/contract. iv) On faithful execution of Purchase Order/Contract in all respects, including warranty period, if any, the Security Deposit of the contractor/supplier shall be released by the PSPCL/Purchaser. v). In the event of default on the part of the Contractor/Supplier in the faithful execution of Purchase Order/Contract his Security Deposit shall be forfeited . vi) The forfeiture of Security Deposit shall be without prejudice to any other rights arising or accruing to the PSPCL under relevant provisions of the Purchase Order/Contract like penalty, damages for delay in delivery or risk purchase including suspension of business dealings with PSPCL for a specific period. 2.11 INTIMATION TO THE CHIEF CONTROLLER/FINANCE & CONSIGNEE The supplier will have to intimate the probable date of dispatch 15 days in advance followed by advance intimation through fax regarding the actual date of RR/LR to the AO/Thermal Designs, PSPCL, Patiala to enable him to arrange payment, failing which wharf age , demurrage etc. will be to suppliers account . A copy of such intimation should be sent to the consignee and Chief Engineer /Hydel Projects, PSPCL, Patiala also for reference , immediately . 2.12 INFORMATION REGARDING LIST OF BANKERS,THE PSPCL DEALS WITH Punjab State Electricity PSPCL deals with the following Banks: -1. The State Bank of Patiala, The Mall, Patiala. 2. The Punjab National Bank, The Mall , Patiala. 3. The Central Bank of India, The Mall, Patiala. 4. The Bank of India, The Mall , Patiala. 5. United Commercial Bank, Old Kotwali Chowk, Patiala . a) The Railway Receipt/Goods Receipt and invoice etc. should be sent to the authorities to be specified in the Purchase order. b). Any demurrage occurring as a result of sending railway receipts/goods receipts through a Bank other than the one with which the accounts of the purchaser are operated will be to the account of the supplier/contractor. c) No goods will be accepted by the consignee(s) unless accompanied by priced challans or invoices.

2.13 TERMS OF PAYMENT : (A) FOR SUPPLIES, INSTALLATION & COMMISSIONING :100% payment of contract value pro-rata for each consignment of operationally complete equipment dispatched after approval of Inspecting Authority/ Test Certificates etc. along with 100% Sales, Excise Duty and other statutory levies as per contract shall be paid within 45 days against receipted challans subject to furnishing a Bank Guarantee of 5% of the amount valid for a period of three months after receipt of material / equipment in good condition against that consignment. Any taxes & duties other than mentioned in Price Bid (Annexure-II) applicable at the time of supply, installation& commissioning shall be borne by the contractor. Reverse charge mechanism of service tax is also applicable as per rules. FORCE MAJEURE:During the pendency of the Contract / Purchase order, if the performance in whole / part by either party or any obligation there under, is prevented / delayed by causes arising out of any war, hostility, civil commotion, acts of the public enemy, sabotage, fire, floods, explosion, epidemics or non-availability of Government controlled raw materials under Orders / Instructions of Central / State Government regulations, strikes, lock-outs, embargo, acts of Civil/Military authorities or any other causes beyond their reasonable control, neither of the two parties shall be made liable for loss or damages due to delay or failure to perform the contract during the currency of Force Majeure conditions, provided that the happening is notified in writing (with documentary proof) within 30 days from the date of the occurrence. The supplies shall be resumed under the contract as soon as practicable after the happening (event) ceases to exist. 2.15 PENALTY FOR FOR DELAY IN DELIVERY AND ERECTION AND COMMISSIONING:If the Supplier fails to deliver the material/ equipment and erect and commissioning the system within the stipulated period of the Purchase Order/ contract, the same is liable to be rejected and if accepted, the Supplier shall be liable to pay penalty @ % (half of one percent) of the cost of undelivered supply/ incomplete equipment per week of delay or part thereof, not exceeding maximum limit of 10 % of the cost of complete unit of undelivered equipment/material so delayed. However, there will be a slack of one month , that will not entail any penalty and will not involve any additional financial implication. Delay beyond slack period will attract penalty for the period of delay including slack period 2.16 NEGLIGENCE AND DEFAULT i) In case of negligence on the part of Supplier / Contractor to execute the order /contract with due diligence and expedition and to comply with any reasonable orders given in writing by the Purchaser in connection with the Purchase Order / Contract or any contravention in the provisions of the Purchase Order/ contract, the Purchaser may give 21 days notice in writing to the supplier / contractor to make good the failure or neglect or any contravention and if the supplier / contractor fails to comply with the notice within time considered to be reasonable by the Purchaser, he will suspend / terminate business dealings with the firm for a specific period. ii) Further in case of such default by the Supplier/Contractor, the purchaser may also suspend business dealing with the Supplier/Contractor apart from claiming reasonable compensation/damages, forfeiture of security etc. 2.17 WARRANTY The Supplier/Contractor shall be responsible to replace free of cost with no transportation and insurance expenses to the Purchaser up to the destination of material/equipment, the whole or any part of the material/equipment , which under normal and proper use and maintenance proves defective in material or workmanship within 12 months from the date of its commissioning or 18 months from the date of dispatch whichever expires earlier, provided the purchaser gives prompt written notice of such defects to the supplier/contractor. Such 2.14

10

replacement shall be effected by the supplier/contractor within a reasonable time not exceeding 6 months of the intimation of defects. Suppliers/Contractors responsibility arising out of supply of material on its use whether on warranties or otherwise shall not in any case exceed the cost of correcting the defect or replacing the defective part/materials and upon the expiry of the warranty period stipulated above, all such liabilities shall terminate. The above provision shall equally apply to material so replaced/ repaired by the supplier/contractor under this clause in case the same is again found to be defective within 12 months of its replacement/repair. In case the replacement/repair of defective material is not carried out within six months of intimation of defects, the supplier/contractor shall have to pay interest @ twelve percent (12%) per annum on the value of each complete operational unit of equipment beginning from the date of its becoming defective up to the date of its re-commissioning after replacement/repair . 2.18 INSPECTION OF EQUIPMENT & TEST The PSPCL shall inspect, examine and test the equipment/ material through its official (s) and /or through an outside agency nominated by PSPCL at the manufacturer's / Suppliers work, during or after the manufacturing of goods prior to dispatch, on receipt of a clear notice of minimum two weeks in advance, to be reckoned from the date of receipt by the Purchaser. The Supplier/ Contractor shall provide all facilities as may be required to carry out the tests in accordance with approved standards, free of cost. No material shall be dispatched without prior inspection and approval of test certificates by the PSPCL. 2.19 FAKE INSPECTION If the firm giving the inspection call does not put up material to inspecting officer for inspection due to one reason or the other , shall be required to remit the expenditure on T.A & D.A of inspecting officer (S) Rs.1000/- within Punjab and Rs.3000/- outside Punjab per visit of each officer. Besides this recovery against such fake call , a letter of warning shall be issued and it shall be counted towards performance for all intents and purposes. These charges shall be Rs.2000/- and Rs.5000/- respectively in case the material fails during inspection. 2.20 COMPATIBILITY: - As these air conditioners being procured are to be used as replacement for existing/ dismantled air conditioning system, so the same need to be COMPATIBLE WITH EXISTING DUCT. The dimensional drawing of existing duct layout is attached. Additional information about site requirement, if required can be taken in writing or by visiting the sites under RE UBDC MALIKPUR PATHANKOT (MOBILE 09646119091) before quoting price. 2.21 CANCELLATION The Purchaser reserves the right to cancel the Purchase/ Work Order as a whole or in part at any time or in the event of default on the part of the supplier prior to the receipt of intimation regarding taking in hand of manufacturing of material against the Purchase/Work Order/ dispatch of material to consignee. 2.22 RAW MATERIAL The raw material to be used in the manufacture of the goods/ equipment to be supplied against Purchase/ Work Order shall be of best quality of its kind obtainable in the market. The supplier/contractor shall be solely responsible for the procurement of raw material required for the purpose. 2.23 MATERIAL & WORKMANSHIP All the materials used in the manufacture of the equipment shall be of the best quality obtainable of their respective kinds and whole of the work shall be of the highest class, well finished and of approved design and make. Castings shall be free from blow holes, flaws, cracks or other defects and shall be smooth, close grained and of true forms and dimensions.

11

2.24 CHANGES No variation or modification or waiver of any of the terms and provisions shall be deemed valid unless mutually agreed upon in writing by both the Purchaser and the supplier. 2.25 PACKING All material should be suitably packed for transportation direct to the consignee and the Supplier/Contractor shall be responsible for all damages/ losses due to improper packing. All boxes shall be marked with the signs indicating up and down sides of the boxes and also unpacking instructions considered necessary by the Supplier/ Contractor .The contents of boxes shall have place marks corresponding to the number in the packing lists to enable easy identification. The prices quoted by the Tenderers shall be deemed to include the cost of packing. 2.26 TEST CERTIFICATES AND INSTRUCTION BOOK The supplier/contractor shall be required to furnish to the Purchasers office/Consignees, wherever necessary, the following documents along with the consignment:i) Printed Pamphlets & catalogues 5 copies ii) Instruction Manuals (O&M) 5 copies iii) Drawings 5 copies iv) Any other relevant information (to be incorporated at the time 5 copies. of placing the purchase order) In case the goods have not been inspected/ tested at the manufacturers works by the representative of the PSPCL, the supplier/contractor shall furnish the following certificates along with consignment for facility of the consignee: a) Type test certificates b) Routine test certificates 2.27 CONSTITUTION, EXPERIENCE AND FINANCIAL STANDING The Tenderers should invariably supply the following information with the tenders. a) Constitution and composition of the firms. i) If a Joint Stock Company, copy of its Memorandum and Articles of Association and other particulars. ii) If a partnership, a copy of the partnership deed, particulars of partners. iii) If a proprietary concern, the standing of the proprietor and if registered with the Register of Companies/Firms, their registration Number. b) In case of authorized representative: i) Name and particulars of manufacturers. ii) Certified copy of the Instrument of Authorization of the supplier / Manufacturer. c) Experience and standing in the market. d) Particulars of Purchase Orders/Contracts executed with this PSPCL and other Board/Government Departments as per Performance Schedule attached herewith. e) Financial position: i) Balance sheet for the last three years , including Trading , Manufacturing, Profit and Loss Accounts . ii) Bank references. 2.28 DESPATCH INSTRUCTIONS The material will be required to be dispatched as per the dispatch instructions issued by the purchaser. 2.29 EXTENSION IN DELIVERY PERIOD a) Any genuine delay in approval of technical details, drawings, samples, issuance of amendment of Purchase Order, conducting inspection, approval of inspection test reports/test certificates for allowing dispatches etc. will count towards extension of the delivery period by

12

corresponding period other than that admissible under Force Majeure conditions, if any, substantiated the supplier/contractor and duly accepted by the Purchase. (b) No extension in delivery shall be granted in case of delay in payment. However, for delayed payment beyond stipulated period as per terms of payment clause, compensation shall be credited @ 0.5% of the payment so delayed per month or part thereof to be adjusted against penalties levied or to be levied subject to a maximum of penalty leviable due to delay in deliveries under the contract. 2.30 CIVIL/ JURISDICTION All legal proceedings in connection with this Purchase Order/Work Order/Contract shall be subject to the territorial jurisdiction of local civil courts at Patiala only. 2.31 UNDERTAKING : All the tenderers are required to give the following undertakings on their letter head along with the tender documents. i) That they would not pay any commission etc. or engage any commission agent for dealing with PSPCL in any matter including purchase of equipment etc. ii) That no officer/official of the PSPCL will deal with any person who claims to be a commission agent or liaison agent of any company and that the officers/officials of the PSPCL must deal only with persons directly employed by the suppliers/contractors. 2.32 PLACE(S) OF MANUFACTURE The equipment shall be brand new. The tenderer shall state, make, place(s) of manufacture as well as the places of testing and inspection of the equipment offered in his tenders. It shall also be stated whether the equipment offered carries ISI: certification mark or not. The material carrying ISI mark will be preferred. 2.33 SPECIAL INSTRUCTIONS i) Incomplete tenders not submitted on the lines indicated above are liable to be rejected without correspondence. ii) Request for extending the due date of tenders will be ignored. iii) The tenders from the direct manufacturers or their sole selling agents only will be considered. iv) No printed general conditions of Sale attached with the tender shall be accepted. v) Only indigenous offers or such offers in which no import license is required would be considered. vi) The tenderers revising their offer or withdrawing the same within the validity period after opening price bid of the tenders are liable to be ignored/ black listed. vii) Comments if any, on the clauses contained in the 'General Terms and Conditions' as well as in the Technical Specification should be offered, while submitting tenders, otherwise it will be presumed that all clauses stipulated therein are acceptable. viii). The tender must be accompanied by a detailed and fully dimensioned drawings of the equipment, technical particulars and detailed literature. ix) Tenders shall be accepted only from those firms or their authorized agents who purchase a copy of this specification. x) The tender should be accompanied by a reference list of purchase orders received /executed by the tenderer for the similar equipment if the following:Designation and full Purchase Quantity and brief Status of Remarks address of the order No.& description of supplies purchaser Dt. equipment 2.34 ARBITRATION a) If at any time any question, dispute or difference, whatsoever, shall arise, between the Purchaser/PSPCL and Contractor/Supplier, upon or in relation, to or in connection with the

13

Purchase Order/Contract, either party may forthwith give to the other, notice in writing of the existence of such question, dispute or difference and the same shall be referred for sole arbitration of a nominee of the Purchaser / PSPCL, who shall give a reasoned /speaking awards. The award of the sole arbitrator shall be final and binding on the parties under the provision of the Indian arbitration Act,1996 and of the rules there under. Any statutory amendment , modification or re-enactment thereof for the time being in force, shall be deemed to apply to and be incorporated in the contract / Purchase order. It will not be objectionable if the sole arbitrator is an officer of the PSPCL and he has expressed his views on all or any of the matters in question of dispute or difference. b) Upon every or any such reference, the cost of and incidental to the reference and award respectively shall be in the discretion of the Sole Arbitrator so appointed who may determine the amount thereof or direct the same to be taxed as between solicitor & client or as between party and party and shall direct by whom and to whom and in what manner the same is to be borne and paid. c) The work under the Contract shall, if reasonably possible, continue during the arbitration proceedings, and no payment due or payable by the Purchaser/PSPCL shall be withheld on account of such proceedings. 2.35 REQUIREMENT:The quantity mentioned in this specification can be increased or decreased at the time of actually placing the order. Note: No part order shall be placed for the material required as per specifications.

SE/Hydel Projects. PSPCL,Patiala

14

SECTION-III TECHNICAL SPECIFICATION


1. Introduction: UBDC Hydel project is a run of river project near Pathankot. It comprises of 3 Nos. Power Houses ,each comprises of two stages i.e. stage-I & Stage-II. The total installed capacity of the project is 91.35MW. More information of sites can be obtained from RESIDENT ENGINEER, UBDC, MALIKPUR, PATHANKOT. (MOBILE: 09646119091). 2. Scope: (a) At each control room of Power House -1,2,3 of UBDC project stage-II : Supply, delivery at

site, erection, testing and commissioning of Air cooled Package air conditioning unit of 2x7.5 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. Note: Dimension of AC plant room of PH 1,2 & 3 for Stage II is 6.2 x 2.6 x 3.2 in meters. (b) At each control room of PH-3 of UBDC project stage-I : Supply, delivery at site, erection, testing and commissioning of Air cooled Package air conditioning unit of 2x11 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. Note: Dimension of AC plant room of PH 3 Stage I is 9.8 x 3.7 x 2.7 in meters. (c) The schematic drawings of system showing existing duct and proposed AC plant position for PH-1,2,3 stage-II and PH-3 stage-I are attached as Annexure-5 No. Drawings.

15

Annexure-I

SCHEDULE OF REQUIREMENTS For PH 1, 2 & 3 Stage - II :Sr no. Description Qty per unit Qty per Power House 2 Total quantity

Supply, delivery at site, erection, testing and commissioning of Air cooled Package air conditioning unit of 7.5 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. Installation, testing and commissioning of Microprocessor controlled Air Cooled Packaged unit, Canvass connection, Machine damper, Vibration Isolation pads for 7.5 ton nominal capacity. Approximate length of suitable size cable Approximate Copper Refrigerant Piping of suitable size Approximate length of duct (with acoustic lining) required for connection with existing duct M S stand for outdoor unit with epoxy paint All Masonry/Civil work for foundation of all equipment, cutting away, making good of walls and floor slabs of ac plant room. GI package units construction louver dampers for manual control of volume. G.I Earthing Supply of stable strip heater of 1KWx6=6 KW including control & accessories for package unit

3 4 5

40 mtr 35 mtr 10 mtr

80 mtr 70 mtr. 20 mtr

240mtr 210mtr 60 mtr

6 7

1 Nos. 1 Nos.

2 Nos. 2 Nos.

6 Nos. 6 Nos.

1 Nos.

2 Nos.

6 Nos.

9 10

35 mtr 1 Nos.

70 mtr 2 Nos.

210 mtr 6 Nos.

16

For PH 3 Stage- I:Sr no. Description Qty per unit Qty per Power House 2 Total quatity

Supply, delivery at site, erection, testing and commissioning of Air cooled Package air conditioning unit of 11 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. Installation, testing and commissioning of Microprocessor controlled Air Cooled Packaged unit, Canvass connection, Machine damper, Vibration Isolation pads for 11 tr nominal capacity. Approximate length of suitable size cable Approximate Copper Refrigerant Piping of suitable size Approximate length of duct (with acoustic lining) required for connection with existing duct M. S stand for outdoor unit with epoxy paint. All Masonary/Civil work for foundation of all equipment, cutting away, making good of walls and floor slabs of ac plant room. GI package units construction louver dampers for manual control of volume G.I Earthing Supply of stable strip heater of 1KWx 9=9 KW including control & accessories for package unit

3 4 5

50 mtr 35 mtr 8 mtr

100 mtr 70 mtr. 16 mtr

100 mtr 70 mtr. 16 mtr

6 7

1 Nos. 1 Nos.

2 Nos. 2 Nos.

2 Nos. 2 Nos.

1 Nos.

2 Nos.

2 Nos.

9 10

35 mtr 1 set.

70 mtr 2 sets

70 mtr 2 sets

17

ANNEXURE- II

PRICE BID For PH 1, 2 & 3 Stage - II :Sr no. Description Qty per unit Qty per Power House 2 Total quanti ty Exworks price ED Sales tax /VAT Servic e tax F&I Entry tax if any Total FOR destination (firm price)

Supply, delivery at site, erection, testing and commissioning of Air cooled Package air conditioning unit of 7.5 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. Installation, testing and commissioning of Microprocessor controlled Air Cooled Packaged unit, Canvass connection, Machine damper, Vibration Isolation pads for 7.5 ton nominal capacity. Approximate length of suitable size cable Approximate Copper Refrigerant Piping of suitable size Approximate length of duct (with acoustic lining) required for

40 mtr 35 mtr 10

80 mtr

240mt r 210mt r 60 mtr

70 mtr. 20 mtr

18 connection with existing duct 6 M S stand for outdoor unit with epoxy paint All Masonry/Civil work for foundation of all equipment, cutting away, making good of walls and floor slabs of ac plant room. GI package units construction louver dampers for manual control of volume. G.I Earthing mtr 1 Nos. 1 Nos. 2 Nos. 6 Nos.

2 Nos.

6 Nos.

1 Nos.

2 Nos.

6 Nos.

35 mtr 1 Nos.

70 mtr

210 mtr 6 Nos.

10

Supply of stable strip heater of 1KWx6=6 KW including control & accessories for package unit

2 Nos.

For PH 3 Stage- I:Sr no. Description Qty per unit 1 Qty per Total Power quanti House ty 2 2 ExED works price Sales tax/V AT Serv ice tax F&I Entry Total FOR tax if destination any (firm price)

Supply, delivery at site, erection, testing and commissioning of Air cooled Package air conditioning unit of 11 TR Capacity Air Cooled Package Air Conditioner, 3 phase, 415 Volts, 50 Hz.with compressors, air cooled condensing unit with provision of cooling, interconnected copper refrigerant piping thermal insulation of copper piping and fittings for refrigerant, line accessories, super structure frame work for mounting the units complete with first charging of refrigerant

19 and oil and with microprocessor control panel complete with controls and all other allied equipments/jobs. 2 Installation, testing and commissioning of Microprocessor controlled Air Cooled Packaged unit, Canvass connection, Machine damper, Vibration Isolation pads for 11 tr nominal capacity. Approximate length of suitable size cable Approximate Copper Refrigerant Piping of suitable size Approximate length of duct (with acoustic lining) required for connection with existing duct M. S stand for outdoor unit with epoxy paint. All Masonary/Civil work for foundation of all equipment, cutting away, making good of walls and floor slabs of ac plant room. GI package units construction louver dampers for manual control of volume G.I Earthing 1 2 2

50 mtr 35 mtr 8 mtr

100 mtr 70 mtr.

100 mtr 70 mtr. 16 mtr

16 mtr

6 7

1 Nos. 1 Nos.

2 Nos. 2 Nos.

2 Nos. 2 Nos.

1 Nos. 35 mtr 1 set.

2 Nos.

2 Nos.

70 mtr

70 mtr

10

Supply of stable strip heater of 1KWx9=9 KW including control & accessories for package unit

2 sets

2 sets

Note: Quoted Rate must be for total equipment; offer for part equipment will be considered as incomplete and will be rejected.

20

ANNEXURE-III SCHEDULE OF TECHNICAL DEVIATIONS All deviations and exceptions in respect of technical clauses of the specification shall be clearly brought out by the tenderer as per the format given here under. The details shall be exhaustive in all respect: Sr.No. Clause Page No. of Specification Tender Exception and deviations Remarks from the Tender Spec.

Certified that the above listed deviations and exceptions are exhaustive and the contract shall be executed as per the tender specification except for the above deviation and exception in the event of placing an order on us. Date:. Place:.. For M/S Signature (By the constituted Attorney) Seal

21

ANNEXURE-IV SCHEDULE OF DEVIATIONS FROM COMMERCIAL CLAUSES All deviations and exceptions in respect of commercial clauses of the specification shall be clearly brought out by the tenderer as per the format given here under. The details shall be exhaustive in all respect: Sr.No. Clause Page No. of Tender Exception and deviations Remarks Specification from the Tender Spec.

Certified that the above listed deviations and exceptions are exhaustive and the contract shall be executed as per the tender specification except for the above deviation and exception in the event of placing an order on us.

Date:.

For M/S

Place:..

Signature (By the constituted Attorney) Seal

22

ANNEXURE-V PERFORMA FOR BANK GUARANTEE TO BE EXECUTED ON A NON-JUDICIAL STAMPED PAPER OF THE APPROPRIATE VALUE NOT LESS THAN RS. 15/1. Bank Guarantee No. ....Dated ...The Bank of . hereby agrees unequivocally and unconditionally to pay, within 48 hours, on demand in writing from the Engineer -in-Chief/Hydel Projects, Punjab State Power Corporation Ltd Patiala or any officer authorized by him on his behalf, of any amount upto and not exceeding . (in words Rs. .) to the Punjab State Power Corporation Ltd Patiala on behalf of M/s. .... who have entered into a contract or who unconditionally accepted the Purchase Order-cum-Contract Agreement No. .. dated . for the supply of material for order value of Rs. against Specification No. . . This Guarantee shall be valid and binding on this Bank upto and including .. and shall not be terminable by notice or on account of any change in the constitution of the Bank or the firm of contractors/suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given conceded or agreed with or without our knowledge or consent, by or between the parties to the said contract/purchase order. Our liability under this Guarantee is restricted to Rs. .. (in words Rs. ). Our Guarantee shall remain in force until . .

2.

3.

4. We hereby agree that any claim or dispute arising under this Deed shall fall within the jurisdiction of competent courts at Patiala. 5. We hereby further declare that this Deed has been executed by our lawfully constituted attorney legally competent to sign and execute such deeds.

Signed

1.Witness 2.Witness .

for ... Bank

23

ANNEXURE-D SCHEDULE OF PAST SUPPLIES. Sr.No. Rating P.O.No. Qty. ordered or Work order No. To whom supplied Date of scheduled supply Actual date of supply Remarks to whom reference can be made. Tel.No./Fax No.etc. 8.

For whom repaired. 1. 2. 3. 4. 5. 6. 7.

You might also like