26
Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) TENDER DOCUMENT For the “Supplying, installation, testing and commissioning of VRF/VRV air conditioning work in mezzanine block at new solar automotive plant in CEL Campus”. Tender notice no. C-2(b)/WC/0907/150/2016 date. Oct.18, 2016 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Embed Size (px)

Citation preview

Page 1: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[1]

FORMAT NO. :

CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

For the

“Supplying, installation, testing and commissioning of VRF/VRV air conditioning work in

mezzanine block at new solar automotive plant in CEL Campus”.

Tender notice no. C-2(b)/WC/0907/150/2016 date. Oct.18, 2016

Assistant General Manager (Materials)

Materials Management Division

Central Electronics Limited,

4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148

Email: [email protected] Website: www.celindia.co.in

Page 2: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[2]

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148

Email: [email protected] Website: www.celindia.co.in

TENDER NOTICE

Tender notice no. C-2(b)/WC/0907/150/2016 date, Oct.18, 2016

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which

are valid for a minimum period of 90 days from the date of opening (i.e., 03.11.2016) for the

“Supplying, installation, testing and commissioning of VRF/VRV air conditioning work in

mezzanine block at new solar automotive plant in CEL Campus”.

Scope of Work

Estimated cost

Supplying, installation, testing and commissioning of VRF/VRV air

conditioning work in mezzanine block at new solar automotive plant

in CEL Campus

Rs 26,65,000/-

Earnest Money

Deposit

Rs 53,300/- ( Rupees FIFTY Three Thousand Three hundred only )

Interested parties may view and download the tender document containing the detailed terms

& conditions, free of cost from the website http://eprocure.gov.in/ or

http://www.celindia.co.in/tender.asp

Please see document control Sheet at Annexure -1.

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 3: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[3]

Eligiblity criteria

1. Experience of having successfully completed works likes Supplying, installation, testing and

commissioning of VRF/VRV type air conditioning work in Govt. /PSU in last Seven

years.(Following work completion certificate and other documents evidences must be

enclosed with technical bid)

Three similar completed works each costing not less than Rs.10,66,000/-

or

Two similar completed works each costing not less than Rs. 15,99,000/-

or

One similar completed works each costing not less than Rs.21,32,000/-

2. Tenderer should have valid Electrical contractor licencese issued by State Govt./Union

Territory of india. or registered with CPWD/PWD/NDMC/MES The Tenderer should submit

copy of the same with technical bid.

3. The tenderer shall have valid registration in /TIN no., ESI, PF and PAN no. for carrying out the

work in UP state/NCR. The relevent documents must be submitted along with the technical

bid.

Page 4: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[4]

TENDER DOCUMENT for Tender notice no. C-2(b)/WC/0907/150/2016

Important Instructions: -

1. The following documents/Annexure are part of tender document:

a. Tender notice

b. Document Control Sheet - Annexure 1

c. Price bid format Annexure 2

d. List of approved makes Annexure 3

e. Technical specification Annexure ‘B’

f. Commercial terms and conditions Annexure ‘C’

g. Additional terms and conditions Annexure ‘D’

h. Format for submission of commercial details Annexure ‘E’

i. Format for submission of Vender Annexure ‘G’

j. Tender acceptance letter Annexure ‘H’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the

specifications.

3. Escalation in price (except where price variation clause is applicable and given as per Clause

12of annexure B1 of tender), deviation from delivery schedule, terms and conditions will not

be permitted in your quotation. Statutory Taxes & Duties should be shown separately from

the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of

Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body

specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits

under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”.

5. Catalogue, literature, specification details should accompany the quotation.

6. Vendor Data should be submitted in the Format for submission of Vendor Data as per

annexure G.

7. Quotation should be submitted in two bid system.

8. Quotation should be submitted in sealed envelope (refer Clause no. 20). There will be 2

sealed covers/envelops in the quotation and following are to be submitted in your quotation:

a) Cover – 1:

i. Earnest Money Deposit demand draft or TT acknowledgement or document(s) for

exemption from submission of EMD (see Clause 18 of Annexure B1).

ii. Commercial details as per format at Annexure D.

iii. Filled up Format for Submission of Vendor Data as per format at Annexure G.

iv. Technical catalogue, literature and approval/registration certificate, if any, required

as per details in the tender.

v. Balance Sheets with profit and loss account details for last 3 financial years.

vi. Copy of Sales tax registration, Excise Registration, PAN Card, Income Tax Return of

last 3 financial years,

vii. Tender acceptance letter as per format at Annexure H.

viii. Proof of fulfillment of eligibility criteria.

b) Cover – 2: This must contain only the Price Bid on company’s letter head as per Price Bid

format (Annexure 2).

Page 5: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[5]

Annexure-1

Document Control Sheet

Tender Reference No. C-2(b)/WC/0907/150/2016

Name of Organization Central Electronics Limited

Tender Type (Open/Limited/EOI/Auction/Single) OPEN

Tender Category (Services/Goods/works) Works

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Works

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 18.10. 2016 (16:00 Hrs)

Document Download/Sale Start Date 18.10. 2016 (16:00 Hrs)

Document Download/Sale End Date 03.11.2016 (15:00 Hrs)

Bid submission Start Date 18.10.2016 (16:00 Hrs)

Last Date and Time for Submission of Bids 03.11.2016 (15:00 Hrs)

Date and Time of Opening of Bids 03.11.2016 (15:30 Hrs)

Page 6: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[6]

Annexure-2

Price bid format

Sr.no.

Description of work Qty Unit Rate Amount

1.0 VRF/VRV SYSTEM Supply, installation, testing and commissioning

of Variable refrigerant flow/ Variable refrigerant volume type system with multi indoor unit without door units including individual controller for cooling and heating type operation. The quoted price should include all duties, port clearance charges, insurance till site etc. as per specifications.

VRF/VRV outdoor Supply of outdoor units equipped with highly

efficient scroll compressor with inverter type compressor, special acryl recoated heat exchanger, low noise condenser fan, auto check function for connection error, MS stand, having interconnected control wiring between IDU ODU. Control panel and refrigerant piping housed in compact housing duly powder coated complete as required for trouble free operation, refrigerant should be R410A and as per specifications. Installation, testing and commissioning of Variable refrigerant flow/ Variable refrigerant volume type system with multi indoor unit without door units including individual controller for cooling and heating type operation. The quoted price should include all duties, port clearance charges, insurance till site etc. as per specifications.

a) 20 HP ODU with heat pump 3 each 2.0 INDORE UNIT Supply, installation testing and commissioning

of indoor units equipped with pre-filter, fan section with low noise fan, multispeed motor, coil section with DX coil, outdoor cabinet, drain pan and drain pump, cordless remote, cabling, vibration isolation, earthing, necessary supports etc. as per specifications.

a) 1.0 TR Hi-wall Unit 11 Each b) 1.6 TR Hi-wall Unit 4 Each c) 1.6 TR Cassette Unit 3 Each d) 3.2 TR Cassette Unit 6 each 3.0 Refrigerant Piping for VRF/VRV system SITC of interconnecting copper refrigerant pipe

with (19mm/13mm/9mm thick) Nitrile rubber with glass cloth faced protection at expose side insulation between each set of indoor and outdoor units as per specification, all piping inside the room shall be properly supported with MS hanger and clamps and all external piping with UV coating as per specification and drawing etc. complete as required.

a) 28.58mm O.D. (Insulation: 19mm) 50 mtr b) 25.40mm O.D. (Insulation: 19mm) 30 mtr c) 22.22mm O.D. (Insulation: 19mm) 50 mtr d) 19.05mm O.D. (Insulation: 13mm) 90 mtr e) 15.88mm O.D. (Insulation: 13mm) 120 mtr f) 12.70mm O.D. (Insulation: 13mm) 90 mtr g) 9.52mm O.D. (Insulation: 9.0mm) 120 mtr h) 6.35mm O.D. (Insulation: 9.0mm) 30 mtr

Page 7: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[7]

4.0 SITC of ratings, Y-joints set, including distributor and headers for all indoor units as per layout drawings include ODU pipe connection kit etc. complete as per specification.

21

Set

5.0 Drain Piping a) 25mmdia 25 Mtr b) 32mmdia 60 Mtr c) 40mmdia 120 mtr 6.0 Providing and fixing control cum transmission

wiring of 3 core x 1.5 sqmm flexible copper conductor PVC insulated/PVC sheathed cable in suitable conduit between indoor and outdoor unit along with other refrigerant pipes etc. complete as reqd.

a) 3 core x 1.5 sqmm 300 mtr 7.0 Fabrication, Supplying and fixing of angle iron

stand in welded construction made out of following sizes of MS angle iron complete with painting one coat of red oxide primer and two coat of synthetic enamel paint of approved brand etc. complete as reqd. for fixing outdoor units for VRV/VRF system complete as required.

a) 40mm x 40mm x 5mm 80 Kg 8.0 Supplying and installing following size of

perforated pre-painted M.S. cable trays with perforation not more than 17.5% in convenient section, jointing with connectors, suspended from the ceiling with M.S. suspenders including bolts and nuts, painting suspenders etc as reqd.

a) 300mm W x 50mm D x 1.6mm thickness 150 Mtr b) 150mm W x 50mm D x 1.6mm thickness 50 mtr Total Rs.

Page 8: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[8]

Annexure-3

List of approved Makes

Note : 1) The Tenderer shall confirm the make of the system he intents to use, however

the Engineer-In-Charge reserves the right to approve any of the make

specified. 2) The contractor shall get the samples of all other items, which are not covered in the

approved price list, approved from the Engineer-In-Charge.

S. No Description of Item Approved Makes

1. High side Equipment 1.1 VRV/VRF System using Daikin/Carrier/O-general/ Mitsubishi

Compressor of following make only.

2 Y-Joints VRV/VRF system

Daikin/Carrier/o-general/ Mitsubishi or

equivalent

3. Fans

3.1 Propeller Fan Caryaire/ Kruger/ Nuaire (UK)/ Nicotra

4. Cables & Accessories

4.1 Control Cables Havel’s/Skytone/ Delton/Finolex

4.2 XLPE / PVC Insulated Aluminium Skytone/havells/ Universal/finolex

Conductor Armored Power Cables

4.3 Communication Cable Fusion/ Comscope / Contemp/Finolex

4.4 Cable Gland Double Compression with Power/Gripwell /Baliga Lighting Ltd.

Earthing Links

4.5 PVC Insulated Copper Conductor Finolex/ polycab/ Skytone

Stranded Flexible Wires Havells

4.6 PVC Conduit & Accessories (ISI BEC/ Precision/ D Plast/ Polypack

Approved)

4.7 MS/ GI Conduit (ISI Approved) BEC/ AKG/ STEEL KRAFT

4.8 Accessories for MS/GI Conduit (ISI Sharma Sales Corporation/ Super Sales

Approved) Corporation

4.9 Bi metallic Cable Lugs Hax (Brass copper Alloy India Ltd)/ Dowell’s

(Biller india Pvt. Ltd.)

4.10 Lugs (Tinned Copper) Dowell

4.11. Slotted/Tray Kelp/Fletco/MM Enterprises.

5. Ducting & Grilles

5.1 Grilles/ Diffusers Caryaire/ Ravistar/ Mapro/ Tristar

5.2 Fire Dampers Caryaire/ Conaire

5.3 G.I. Sheet Metal Duct Jindal/National/ Tata

5.4 Fire Dampers motors Belimo/Siemens

5.5 Self Adhesive Sealing Gasket for Ducts Prima Seal/ Air Flow/ Trocellen

5.6 Hessian (Fire treated) Navair/ Pyroguard

5.7 Stick Pins Prima Seal/ Air Flow

5.8 Selector Switches/ Toggle Switch Siemens/ L&T/ Kaycee

5.9 Change over switch Siemens/ L&T/ HH Elcon/ HPL-Socomech

5.10 Protection Relay Alstom/ L&T/ Siemens

Page 9: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[9]

VCD/ Gravity louvers/ Exhaust & Caryaire/Ravistar/Mapro/ Tristar

fresh air louvers

5.8 Overload Relays with built in L&T/ Minlec/Siemens/ Group Schneider (MG) France

single phase preventer

6. Pipes & Fittings

6.1 UPVC pipe for drain AKG/Polypack/supreme

6.2 Copper

Pipes

Totaline/Rajco/Mazflow

7. Insulation

7.1 Expanded Polystyrene (TF

Thermolloyd/ Beard Sell/ Styrene Pakagings/ DEBS

Quality) (Pre-moulded pipe

Products/ P R Pakaging/ Coolite/ Indian

Pakaging

section/slab) Services

7.2 Cross Linked Polyethylene Trocellen/Supreme

7.3 Glass Wool Owens Corning/ U.P. Twinga

7.4 Closed Cell Elastomeric Insulation Armacell/K-flex/A-flex

7.5 Aluminum Tape Johnson/ Birla 3M

7.6 Acoustic Lining UP Twiga/ Lloyd Insulation

8. Electrical Equipment

8.1 Electrical Panel Board/ MotorTricolite/ Adlec Systems pvt Ltd./Triton/ System Power

Control Centre (Power Coated) Control

8.2 Electric Motor (TEFC) Siemens/ Crompton/ Kirloskar/ ABB

8.3 Starters/ Switch gear Siemens/ L&T/ Group Schneider (MG) France

8.4 Miniature Circuit Breaker (MCB) Siemens/ MDS Legrand/ Hager (L&T)

8.5 Moulded Case Circuit breakerSiemens/ L&T/ GE Power/ Group Schneider (MG)NS

(MCCB)

8.6 Air Circuit Breaker (ACB) Siemens/ L&T/ GE Power/ Group Schneider (MG)NW

8.7 Earth leakage circuit Breaker MDS Legrand/ Hager (Larsen & Toubro)

(ELCB)

8.8 Push Button Starter Siemens/ L&T/Group Schneider (MG)

8.9 Auxiliary Relays/ Contactors Siemens/ L&T/ Group Schneider (MG) France

8.10 Line Type Fuse Siemens/ L&T/GE

8.11 Timer Siemens/ L&T/GE

8.12 Terminal Block Elmax

8.13 Voltmeter/ Ammeter (Digital) Automatic Electric/ L&T/ Siemens / Enercon

8.14 Indicating Lamps (LED Type)/ Siemens/ L&T/ Vaishno

Push Button

8.15 Single Phase Preventer (Current L&T/ Minlec

Base)

8.16 Electronic Digital Meters Enercon System Pvt. Ltd/ L&T

(A/V/PF/Hz/KW/KWA) With Led

Display

Page 10: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[10]

Annexure-B

Technical Specification and Condition (AIR CONDITIONING)

1. GENERAL: The system design, basis of design, estimated requirements and other relevant data are outlined

in this section.

2. LOCATION:

The proposed building located at mezzanine block, New modular plant building, CEL Sahibabad.

3. SCOPE OF WORK:

The scope comprises supply, installation, testing commissioning of air-conditioning by VRV/

VRF/MRV system. The system to facilitate the operation & control of individual room. The system

shall be able to cater the partial load which can be as low as 10% of the total load. Thereby the

operation of indoor & outdoor units is minimized. The Inverter based Scroll Compressors/Digital

Scroll compressor which has higher EER is employed in the VRV/VRF systems ensures trouble free

operation. The drain point of each unit shall be connected to the common drain point. Proposed

AC system will be microprocessor controlled inclusive of safety factor & gadgets.

The condensing units should be capable of providing cooling within ambient range of 15 degree C

to 50 degree C & heating is the range of 10 degree C to 35 degree C. The Outdoor Unit should

have a One DC Inverter Scroll Compressor and One Constant Speed Scroll Compressor. The

Outdoor Unit should have a D-Shape Coil for better efficiency and TOP Discharge DC Current

Operated Fan Motor. All the Indoor Units to have an EEV built in system and no where the EEV to

be placed outside separately. All expose pipe to be covered with race way or heavy duty flexible

pipe for protection. Special precaution to be taken while, installing of the drain piping. The

contractor shall be responsible for any leakage / seepage due to poor installation of HVAC drain

till the guarantee period. Drain point to be tested for 24 hours after blocking one end. Drain

piping will be plugged at both ends by appropriate method after completing the drain test to

avoid chocking due to foreign material.

4. PRICE: The quoted price shall include supply, installation, testing, commissioning & handing over of the

equipments at above site. The prices shall include all material, packing, crating, insurance,

freight, handling, sales tax, work contract tax, service tax, exercise duty, octoroi, labor, tools,

tackles, lifts, leads and all other charges if any for the equipment at the above site.

5. SCHEDULE & MANNER OF OPERATION The work shall be completed within the period of 75 days.

Time being essence of this contract, the contractor shall make available all labor and material in

adequate quantities as and when required, expedite and schedule the work as required and also

manage the operation in such a manner that the work will be completed within the stipulated

time as per the contract.

In addition to providing a detailed time and progress schedule, the contractor shall submit the

plan of action to meet the specified dead line for project completion to the Engineer-in-charge

and also prepare and submit a bar chart in consultation with Engineer-in-charge and shall strictly

adhere to the same. If the contactor fails to meet the time line as per the bar chart agreed by the

contractor than the Engineer-in charge has the right to depute other agencies at his own risk and

Page 11: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[11]

cost. The contractor shall be responsible to handover the system to the owner with complete

satisfaction.

Total work shall be carries out in three phases:

Phase – 1: Preparation of shop drawing, Drain piping, copper piping and base plate fixing,

testing of drain piping and Nitrogen test of Cu piping. TIME OF COMPLETION 30 DAYS FROM

THE DATE OF AWARD OF WORK ORDER

Phase – 2: Outdoor installation, copper pipe connection and IDU installation, testing, and

flushing and gas charging. TIME OF COMPLETION WITH IN 60 DAYS FROM THE DATE OF AWARD

OF WORK ORDER

Phase – 3: Gas Charging, Leak testing commissioning and handing over of complete system to

department. TIME OF COMPLETION WITH IN 75 DAYS FROM THE DATE OF AWARD OF WORK

ORDER

6. PERFORMANCE BOND CONTRACT:

The contract shall be performance bond contract and therefore the Contractor shall make their

independent checks for heat loads, selection of equipments and allied works thereof and shall be

fully responsible for the conditions as per design criteria. 7. DRAWING / DESIGN APPROVAL: The contractor shall prepare and furnish all relevant shop drawings along with the sections after

inspection at the site. for approval to the Engineer-in-charge. The execution work shall

commence only after the shop drawings/design are approved by the Engineer-in-charge and also

responsible for the fitment of equipment and accessories. The contractor will submit shop

drawing/ design to the engineer in charge, within 07 DAYS after getting work order.

The list of shop drawings shall be as follows: a. Detail plans for each area.

b. Refrigerant piping routes with sections.

c. Condenser / Evaporative unit location along with the location of MCB.

d. Electrical panel and control scheme.

e. Mounting stand & foundation details. (to be designed by structural engineer employed by

the contractor and approved by owner).

f. Any other detailed drawing required for the system.

g. Drain piping layout with section.

h. Control cabling detail along with sizes.

i. Power cable sizes and earthing wire sizes. j. Cu pipe support details.

k. Drain line clamp details. 8. GAURANTEE:

The contractor shall guarantee the equipment against all defects of materials and workmanship

for the period of twelve months from the date of commissioning & handing-over of the

equipment to the owner as certified by the Engineer-in-charge. However, compressor will have

the warranty of five years. Any defects arising during the guarantee period shall be rectified and

made good by the vendor at his own risk & cost to the satisfaction owner.

9. INSPECTION:

Routine performance testing of equipment shall be carried out at works in the presence of the

Engineer in charge / representatives.

10. SUPERVISION

Page 12: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[12]

Contractor shall depute their team of engineer for the supervision of installation, testing,

commissioning & handling over at site of work.

11. SECURITY The contractor is responsible for all the equipments, piping, wiring and all related accessories till

the time of handing over to the customer.

12. TEST

The contractor will perform summer or monsoon and winter test and confirm the performance of

units as specified in the design data.

13. MAINTANENCE The contractor will provide sufficient no. of service/ operator team (available 12 hours) along

with the service spares during the guarantee (defect) period at site. Capital project

Administration / CEL will provide necessary office space for the service team. Any defects,

including drain, arising during warranty period will be attended within 24 hours.

14. CIVIL WORK 14.1 - Chasing, cutting and semi-finishing with chicken wire mesh of the brick work or floor for

laying the drain pipe and copper pipe to be in contractor scope.

TECHNICAL SPECIFICATION

BASIS OF DESIGN AS SPECIFIED BY OWENER

Equipment Selection Criteria: (a). As per design conditions the apparatus dew point should be 51°F.

(b). the quantity of indoor units and outdoor units is fixed as provided space at site.

The vendor has to check heat loads and accordingly select Indoor & Outdoor equipments. The

vendor shall be fully responsible to achieve the inside conditions as per design data.

TECHNOLOGY DESCRIPTION

DC INVERTER TECHNOLOGY Inverters are used to vary the speed of motors and in this way can be used to control the capacity

of a compressor. For refrigeration users they can be an effective method of accurately matching

compressor capacity to load requirement. A way of reducing compressor output is needed in

almost every application. Without the means to run efficiently at low capacity, compressor

cycling by switching on/off is most commonly used. This method introduces large fluctuations

and high power consumption due to heavily loaded heat exchangers. Multiple compressor

solutions overcome this problem to some extent and stepping by means of cylinder unloading is

used with piston compressors.

Effect of the Inverter on Performance and Power Input

The capacity can be calculated as being in direct proportion to the speed. A compressor is

designed to have optimum pumping efficiency at its nominal speed, usually 1450 rpm. When

Page 13: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[13]

operating at speeds other than the nominal the efficiency will change because of the behavior of

the valve reeds and the change in pressure drop through the valve plate. However, as these tend

to balance out, the change in volumetric efficiency is small.

Power Measurement and Cable Sizing

The inverter can cause distortion of the sinusoidal current waveform, and between the inverter

and the motor there is a stepped current approximating to a sine wave. High quality inverters will

introduce minimum distortion and power losses. Power can be measured using the two

wattmeter method on the input to the inverter. Currents can exceed the amounts calculated from this power. Cables, fuses and contactors will

need to be sized for the true RMS current flowing through them. General rules for this are: Cable from motor to inverter - size for 10% more current than

standard.

Cable from inverter to mains - size for 20% more current than

standard.

Start Contactor Positioning

The inverter should not be allowed to operate with the output from the inverter to the motor

open circuit. There should be a contactor each side of the inverter, i.e. between the inverter and

the mains and between the inverter and the compressor motor. They should be interlocked to

break the mains side first. When switching on, the motor side contactor should be made first. When using an inverter bypass, care should be taken to ensure there can be no voltage feedback

to the inverter. Therefore when the bypass contactor is closed and the bypass is in operation, the

contactors on either side of the inverter must be open.

Starting and Ramp Up

An inverter is capable of delivering a soft start, but at the same time care must be taken to

ensure that stalling does not occur. The inverter must be able to deliver sufficient power at the

lower frequencies to ensure that the compressor accelerates to nominal speed in approximately

3 seconds or less. Only general guidance can be given here, because the exact torque

requirements will depend on system pressures at the time of start up. Longer ramp up times

could result in inadequate lubrication. It may be necessary to set the inverter to deliver a slightly

increased. Voltage (compared to the normal V/f rule in Section 4.5) at the low frequency

applicable during ramp up, but this should not result in deviation from the V/f rule during normal

operation.

Electrical Screening and Voltage Rise

Wiring of the electrical enclosure and the installation must be carefully conducted in accordance

with EMC recommendations. High quality, high reliable pressure sensors must be used and it is

necessary to follow EMC measures to ensure that the inverter does not disturb the signals from

pressure transducers. Suction and high pressure sensors signals must be noise-free to the

controller input. The inverter itself should be fitted with suitable EMC filters. Because the

waveform generated by the inverter is built up from pulses, there is a danger that the rate of

voltage rise on an individual pulse can be too fast. Generally this is measured in kV per

microsecond, and limits at the motor terminals which should be adhered to during the first

microsecond.

Page 14: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[14]

Vibration

A compressor running at fixed speed imposes vibrations on its associated framework at a set

group of frequencies. The framework can of course be designed such that its natural frequencies

differ from the imposed frequencies. A compressor driven at variable speed will impose different

frequencies at each speed, so the framework design to eliminate vibration throughout the speed

range is more complex. The framework structure should be stiff enough such that its resonant

frequencies are above the maximum frequency, i.e. 60 or 65 Hz. Designing with natural

frequencies below the minimum speed 20 or 25 Hz, could lead to vibration problems during start

up. Spring mounts should not be used as they have a natural frequency below 65 Hz.

Internally Compounded Compressors

The operation of internally compounded compressors at variable speed may require the

selection of a different liquid injection interstage cooling expansion valve.

OUTDOOR UNIT WITH HEAT PUMP

• The outdoor shall be factory assembled weather proof casing constructed from heavy

gauge MS panels and coated with baked enamel finish of color approved by architect.

The unit should be completely factory wired tested with all necessary control. • All ODU shall have minimum 2 Scroll Compressors and be able to operate even in case

one of the compressors is out of order. • It should also be provided with duty cycling for multiple Inverter/Digital Compressor

switching starting sequence of multiple ODU. • The ODU shall be modular in design and should be allowed for side by side installation

the unit shall be provided with its microprocessor control panel. The odu unit should

have anti-corrosive point free steel plate for easy mounting of the unit. • The ODU should be filled with low noise, aero-spiral design fan with grill for spiral

discharge airflow to reduce pressure loss and should be fitted with DC Fan Motor to

better efficiency. The unit should also be capable to deliver of adequate external static

pressure.

• The condensing unit shall be designed to operate safely when connected to multiple fan

coil units. • Noise level shall not be more than 60 dB (A) at normal operation measured horizontally 1

M away and 1.5 M above ground.

• Control Wiring from ODU to IDU shall be contractor’s scope.

A. COMPRESSOR: 1- The compressor shall be Highly Efficient Hermetic Scroll type and capable of Inverter Control. It

shall change the speed in accordance to the variation in cooling load requirement or the

refrigerant volume thru loading or unloading.

2- All outdoor units shall have multiple steps of capacity control to meet load on fluctuation and

indoor unit should have individual control. All parts of compressor shall be sufficiently lubricated

stock. Forced lubrication may also be employed.

3- ODU heater to be provided in compressor casing.

4- The inverter shall be IGBT (insulated gate bipolar transistor) type for efficient and quiet operation.

Page 15: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[15]

B. HEAT EXCHANGER 1- The heat exchanger shall be constructed with copper tubes mechanically bonded to Aluminum fins

to form a cross fin coil.

2- The Aluminum fins shall be treated with anti-corrosion resin film.

3- The unit should be with E- bypass / Split type Heat Exchanger for good efficiency of condenser.

4- The unit shall be provided with necessary number of direct driven low noise level propeller type

fan arranged for vertical/ horizontal discharge. Each fan shall have safety guard.

C. REFERIGERENT CIRCUIT

1- The refrigerant circuit shall have liquid and gas shut off valve or a solenoid valve at condenser end.

2- All necessary safety devices shall be provided to ensure the safety operation of the system.

D. SAFETY DEVICES

1- Following safety devices shall be part of ODU:

(a.) High Pressure Switch. (b.) Fuse.

(c.) Fan Drive OLP.

(d.) Fusible plug

(e.) OLR (f.) OLP for Inverter/digital.

(g.) Single Phase preventer

E. ANTI CORROSION TREATMENT

1- The portions of machines like side panel, outer panel , bottom frame, which are exposed to

corrosive atmosphere, should be alloyed hot-dip zinc coated steel plate, coated with corrosion

protection powder polyester resin coating on both inner and outer surfaces in thickness of

64microns or more. 2- Finned coil protection net should have coating of resin coating containing ultraviolet ray

absorbent. Fan and its fan protective net should be with weather resistant polypropylene resin. 3- The copper pipe-aluminum fan shall be with special acrylic resin coated. And internal supports,

frame, control box shall also be hot-dip zinc coated steel plate and with rust preventive powder

coating of 64 microns or more on inner and outer surface. 4- All screws, bolts used in outdoor unit shall be with SUS410, Zinc-Nickel alloy plating, zinc chrome

acid film treatment and rust inhibitor coating.

F. OIL RECOVERY SYSTEM:

Unit shall be equipped with an oil recovery system to ensure stable operation with long

refrigeration piping length. High efficiency oil separator shall be fitted to the discharge side of the

compressor together with factory filled oil equalization system.

4. INDOOR UNIT

A. GENERAL The selection deals with supply installation testing commissioning of various types of indoor units

confirming to general specifications. Each indoor unit has Electronic Expansion Valve which senses

Page 16: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[16]

the temperature based on variation of the load and conveys the same for the outdoor modules to

respond accordingly. The indoor unit shall be selected as per the dehumidified CFM. 1- Indoor units shall be either ceiling mounted cassette type, or ceiling mounted ductable type or

floor standing type or wall mounted type or other as specified in BOQ. Each unit shall have

electronic control valve to control the refrigerant flow rate respond to load variations in the

rooms.

1.1 The address of the indoor unit shall be set automatically in case of individual and group control

1.2 In case of centralized control, it shall be set by liquid crystals remote Controller.

2- The fan shall be dual suction, aerodynamically designed turbo, multi-blade type, statically &

dynamically balanced to ensure low noise and vibration free operation of the system. The fan

shall be direct driven type, mounted directly on motor shaft having support from housing.

3- The cooling coil shall be made out of seamless copper tubes and have continuous aluminum fins.

The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in the

direction of airflow. The tubes shall be hydraulically/mechanically expanded for minimum

thermal contact resistance with fins. Each coil shall be factory tested at 21 kg/sqm air pressure

under water.

4- Unit shall have cleanable type filter fixed to an integrally molded plastic frame. The filter shall be

slide away type and neatly inserted.

5- Each unit shall be provided with Electronic Expansion Valve for cooling and heating.

6- Each unit shall be with wireless LCD type remote controller. The controller shall be able to change

the fan speed and angle of swing flap individually and change s in set temperature as per

requirement.

B. CEILING MOUNTED CASSETTE TYPE UNIT (MULTI FLOW TYPE) 1- The unit shall be ceiling mounted type. The unit shall include pre-filter, fan section and DX-Coil

section. The housing of the unit shall be powder coated galvanized steel. The body shall be light

in weight and shall be aerodynamically designed diffuser turbo fan type.

2- Unit shall have an external attractive panel for supply and return air. Unit shall have four way

supply air grilles on sides and return air grilles at center.

3- Each unit shall have high lift drain pump, fresh air intake provision (if specified) Low gas detection

system and very low operating sound.

4- All the indoor units regardless of their differences in capacity should have same decorative panel

size for harmonious aesthetic point of view. It should have provision of connecting branch ducts.

C. CEILING MOUNTED DUCTABLE TYPE UNITS 1- Unit shall be suitable for ceiling mounted type. The unit shall include pre filter, fan section & DX

coil selection. The housing of units shall be light weight powder coated galvanized steel.

D. CEILING SUSPENDED TYPE 1- Unit shall be suitable for ceiling suspended arrangement below false ceiling. The unit includes pre

filter, fan section and DX-Coil section. The housing of unit shall be light weight powder coated

galvanized steel.

Page 17: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[17]

E. HIGH WALL MOUNTED UNITS 1- The units shall be wall mounted type. The unit includes pre-filter, fan section and DX-Coil section.

The housing of unit shall be light weight powder coated galvanized steel. Noise level should not

be more than 37 db at medium speed at 1.5m distance.

2- Unit shall have an attractive external casing for supply and return air.

F. FLOOR STANDING TYPE

1- Unit shall be suitable for floor standing arrangement. The unit includes pre-filter, fan section and

DX-Coil section. The housing of unit shall be light weight powder coated galvanized steel.

5-CENTRALISED CONTROL CENTER 1- A multifunctional compact controller shall be provided with the system. The Controller must act as

an advanced air-conditioning management system to give complete control of VRV air-

conditioning Equipment. It should have easy for operation.

2- It shall have following functions:-

• Starting/stopping of Air-conditioning as a zone or Group or individual unit. • Temperature setting for each indoor unit or zone. • Switching Between temperature control modes, switching of fan speed and airflow,

enabling/disabling of individual remote controller operation • Shall have Mode Lock function

6. REFERIGERENT

1- Refrigerant should be only R-410A.

2- The entire condensing unit & evaporative unit should be factory assembled and tested. The units should

come with an initial charge of referred R-410A from the factory. Any additional required refrigerant shall be

added at site free of cost & loss of refrigeration due to deflect in equipment or workmanship or

workmanship shall also be filled up free of cost during execution and guarantee period.

7. REFERIGERANT PIPING

1- All refrigerant piping for the air-conditioning system shall be constructed from soft seamless upto 19.1mm

and hard drawn copper refrigerant pipes for above 19.1mm with copper fittings and silver soldered joints.

The refrigerant piping arrangements shall be in accordance with good practices within the air conditioning

industry, and are to include charging connections, suction line insulation and all other items normally

forming part of proper refrigerant circuits.

2- All joints in copper piping shall be sweat joints using low temperature brazing and or silver solder.

Before jointing any copper pipe or fitting, its interiors shall be thoroughly cleaned by passing a

clean cloth via wire or cable through its entire length. The piping shall be conti9nuously kept

clean of dirt etc. while constructing the joints. Subsequently, it shall be thoroughly blown out

using nitrogen.

3- After the refrigerant piping installation has been completed, the refrigerant piping shall be

pressure tested using nitrogen at 32 Kg per sq.cm. Pressure shall be maintained in the system for

24 hours. The system shall then be evacuated to minimum vacuum if 700 mm Hg and held for 24

hours. The air-conditioning supplier shall be design sizes and erect proper interconnections of the

complete refrigerant circuit.

4- The thickness of copper piping shall not be less than mentioned below:

Page 18: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

[18]

Pipe Size in mm Wall Thickness in

(OD) mm

54.1 1.5

41.3 1.3

34.9 1.3

28.6 1.2

25.4 1.2 22.2 1.0

19.1 1.0

15.9 1.0

12.7 0.8

9.5 0.8

6.4 0.8

5- The suction line pipe size and the liquid line pipe sizes shall be selected according to the

manufacturers specified outside diameter. All refrigerant pipe shall be properly supported and

anchored to the building structure using steel hangers, anchors, brackets, and supports which shall

be fixed to the building structure by means of inserts or expansion shields of adequate size and

number to support the load imposed thereon.

8. DRAIN PIPING

1- Shall be UPVC.

2- The IDU shall be connected to the drain pipe made of rigid heavy duty UPVC, density 10 KG/sqcm min

20 MM dia meter. The pipe under floor should be 20 Kg/sqcm

3- The pipe shall be laid in proper slope for efficient draining of the condensate water.

9. PIPE INSULATION

1- Refrigerant Pipe Insulation: (a). The whole of the suction and liquid line including all fitting , valves and strainers bodies etc. shall

be insulated with 19 MM/ 13 MM respectively thick class ‘o’ Electrometric Nitrile Rubber sleeve as

per BOQ.

(b). The joint shall be properly sealed with R242 adhesive of polychloroprene to ensure proper

bonding at the ends.

(c). Insulation of cold lines shall be carried out with Armaflex/K-flex insulation sheets and tubes of

appropriate thickness so that condensation does not occur.

2- Drain Pipe Insulation (a). Drain pipe carrying condensate water shall be insulated with 3 MM thick Kinifoam.

(b). The joint shall be properly sealed with R242 adhesive of polychloroprene to ensure proper

bonding at the ends.

(c). For proper drainage of condensate U-trap shall be provided in the drain piping (wherever

required).

(d.) All pipe supports shall be of pre-fabricated and pre-painted slotted angle supports properly

installed with clamps.

Page 19: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Annexure-C

Commercial terms and conditions:

1. CEL prefers to deal with registered / licensed contractor of Electrical.

2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL,

Sahibabad basis or DDP, Sahibabad basis (for foreign bidder).

3. Taxes and duties: The taxes and duties are to be clearly mentioned, if any otherwise it presumes that

inclusive of all taxes.

4. Completion schedule. Within 75 days after placement of order. Bidder should indicate earliest monthly

delivery schedule plan date wise.

5. Payment terms: :

a) 70% against material supplied at site /delivery on prorate basis, and 30% against Installation & pre

commissioning test and after final testing and handing over to CEL. with submission of BG of 10% cost

b) Offers with other payment terms are liable to be rejected.

6. Guarantee/Warrantee period: After the completion of work and before issuance of virtual completion,

the contractor shall furnish the written guarantee indemnifying the owner against defective material

and workmanship for a period of one year after completion. The contractor shell holds himself fully

responsible for re installation or replace free of cost to the owner any defective parts or materials. The

security @ 10 % shall be deduct in each bill and released after completion of six months Warranty

period.

7. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed

period, a reduction in the price shall be levied @ 1% of the total order value per week or part thereof

subject to maximum of 5% of the total order value. The date of submission & inspection call letter will

be considered as delivery date for the purpose of price reduction for late delivery clause.

8. Inspection: Inspection will be done by CEL /CEL’s representative. CEL/CEL’s representative shall have

free access to the supplier’s works during testing and final inspection. Vendor shall inform the purchase

not less than one week in advance. All testing arrangements shall be the responsibility of the vendor.

CEL reserves the right to inspect the material during manufacturing and/or before dispatch as per

specifications and test protocols. Internal inspection report and inspection certificate must accompany

the supply.

9. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price variation clause

would be rejected.

10. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a

minimum period of 90 days from date of opening.

11. 1) The contractor/ agency should have valid ESI, PF, PAN and TIN no. The proof of the same must be

enclosed with technical bid.

(In case contractor does not have valid ESI, PF no. He will be covered by CEL in ESI/PF and expenditure

on this a/c shall be deducted from the contractor’s bill as per procedure of CEL.)

Page 20: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

2) Service tax liability, if any a/c of service provider to be discharged by the party as provided in the

notification S.T. 11/2014 dated 10/04/2014.

12. Loading factors:

Loading for deviation from Basis of Price term, clause no. 2

S. No. CEL’s term as per clause no. 2

above

If bidder quote Loading factor for

non-compliance

1 DDP, CEL, Sahibabad EX-Works 3% of quoted total

basic price

FOB / FOR basis (i.e.

including packing and

forwarding charges)

2% of quoted total

basic price

13. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does

not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.

14. Earnest money amount of Rs. 53,300/- in the form of demand draft favoring Central Electronics

Limited and payable at Delhi ,and valid for 6 month to be submitted along with tender documents. No

interest shall be payable on the earnest money deposited by bidder/ renderers. The earnest money may

be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as

below:

Beneficiary Name: Central Electronics Limited

Beneficiary Account Number/IBAN: 87761250000014

Beneficiary Bank SWIFT Address/BIC: SYNBINBB161

Beneficiary Bank Name: Syndicate Bank

Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4,

Sahibabad 201010 INDIA

The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / renderers will be

refunded within one month of finalization of tender. The earnest money of successful bidder would be

converted into security deposit and would be returned (after deduction of bank charges, if any) to the

bidder after 2 months of successful completion of work.

Exemption from submission of EMD: The following type of bidders are exempted from submission of

EMD subject to submission of relevant documents mentioned herein:

a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or

any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A

copy of valid registration certificate should be submitted with technical bid of quotation.

b) Bidders who have already submitted the EMD against our tender No. C-2(b)/RC/0907/150/2016

need not to submit the EMD again. However, they have to submit fresh tender again.

15. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice no.,

name of the item and due date should be delivered at the Office of the Asstt. General Manager,

Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg,

Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is Oct.03,2016 up to

15:00 hrs IST. The offer shall be submitted in two separately sealed envelopes marked Part A (Techno-

Page 21: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Commercial ) and Part B (price offer – not to be opened ) along with tender number and due date

written on each envelopes) as detailed below:

Part A: This should contain the following documents

i. Earnest Money Deposit demand draft or TT acknowledgement or the documents for exemption

from submission of EMD (see Clause 18 of Annexure B).

ii. Commercial details as per format at Annexure C.

iii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule of

Exceptions & Deviation as per format at Annexure D.

iv. Filled up Format for Submission of Vendor Data as per format at Annexure E.

v. Technical catalogue, literature and approval/registration certificate, if any, required as per

details in the tender.

vi. Copy of income tax returns up to date , Excise Registration, PAN Card, Income Tax Return of last

3 financial years, customer list in India & abroad , etc. (for new vendors)

vii. Tender acceptance letter as per format at Annexure -H

Part-B: This should contain only Finance/Price Bid only as per format vide Annexure 2.

16. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on Oct.03,2016 at 1530 hrs

(IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually

within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify

the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in

the technical evaluation) at least 1 day in advance.

17. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier

is not executed by the /bidder, CEL may wright to execute the above work from elsewhere and recover

the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the

overhead & incidental expenses.

18. Replacement of Rejected Material: Any material supplied against order place on basis of this tender

and found to be defective on inspection or differing from approved samples or make or specifications

will be replaced by the supplier free of cost or full refund made for the amount paid by Central

Electronics Limited including freight and insurance and other incidental charges at our discretion.

19. The required quantity of the material or job/ work area shown in the tender document is pre estimated.

It can vary at the time of execution. The payment will be made after the measurement of the actual

used at site after deducting statuary taxes at prevailing rate at the time of payments.

20. The company reserves the right to modify the quantity, delete any item of the tender or reject any/ all

tenders and distribution of work without assigning any reason.

21. Arbitration: Any disputes, difference controversies/difference of opinions, breach and violation arising

from or related to this agreement/contract/work/order/etc. between the parties shall be resolved by

mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of

opinion, breach and violation arising from or related to this agreement /contract/work order etc.

cannot be resolved within 30 days of commencement of reconciliation/discussions then the matter shall

be referred to the sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final

and binding on both the parties. There will be no objection to any such appointment on the grounds

that the arbitrator is an employee of CEL and no appeal on any order passed by the arbitrator for this

purpose shall be filled In any court of law on such ground.

Page 22: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Annexure-D

Additional terms and Conditions

1.0 LOCATION:-

1.0 The work shall be executed as per CPWD General Specifications for Electrical Work Part-I

(Internal) 2014, Part-II (External) 1995 & Part – IV (Substation) 2013, as amended up to date, as

per relevant BIS, relevant IE Rules and directions of Engineer-in-charge. These additional

specifications are to be read in conjunction with above and in case of variation; specifications

given in this additional conditions & specifications shall apply. However, nothing extra shall be

paid on account of these conditions & additional specifications as the same are to be read along

with schedule of quantities for the work.

2.0 The Tenderers should in his own interest visit the site and familiarize himself with

the site conditions before tendering.

3.0 No T&P shall be issued by the Department and nothing extra shall be paid on

Account of this. The contractor will have to arrange T&P at his own.

4.0 The cable quantity taken in schedule of work is approximate. The contractor will

supply the cable as per actual measurement at site. The spare cable will be taken

away and removed from site by the contractor. In this regard Engineer-in-charge

Decision shall be final

5.0 Out of the approved makes of material mentioned above, the contractor will have to

get the make of material, approved from the Engineer-in-Charge before

procurement and being used at the site of the work.

6.0 In respect of materials for which approved makes are not specified above, these will

be of makes to be decided and approved by the Engineer in Charge and as per

sample approved before procurement.

7.0 The contractors advised that rate shall be quoted inclusive of all taxes.

8.0 The work shall be completed within 75 days or mutually agreed period from the

date of receipt of letter of award/work order. Liquidated damage at the rate of 1 %

of the value of work order per work not more than 5% in total shall be recovered

for the delay period. In addition remaining work may be completed at the risk and

cost of the contractor.

Page 23: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Annexure-E

FORMAT FOR SUBMISSION OF COMMERCIAL DETAILS

(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)

1. Basis of Price :

2. Sales Tax (if any, in case of Indian bidders) :

3. Service Tax (if any, in case of Indian bidders) :

4. Excise duty (if any, in case of Indian bidders) :

5. Packing Forwarding, Delivery at CEL, Sahibabad :

6. Delivery Schedule :

7. Payment Terms :

8. Guarantee

Signature & Stamp of Organization

Page 24: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

ANNEXURE –G

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Postal Code Company’s Year of Establishment

Company’s nature of business

Company’s Legal Status

Registration No. Phone:

Fax No. Website:

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person for this tender

Designation

Date of Birth

Phone/Mobile no.

Fax No.

Email id

7.0 Sales Tax related information

7.1 TIN No.

7.2 L.S.T. No.

7.3 C.S.T. No.

7.4 Sales Tax Exemption No. (if any)

8.0 Income Tax related information

Page 25: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Correspondence with respect to this tender may be addressed to Mr/Ms …………………………… at email id ……………………………………………………………………… and mobile no……………………………………… I/We accept that CEL may send SMS and/or email regarding this tender/any other tender, award of contract, purchase order(s) and/or any other information on any/all mobile nos. mentioned in this vendor data sheet. I/We certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

8.1 PAN No.

8.2 PAN reference no. (in case PAN applied for)

8.3 PAN Status (in case PAN applied for)

9.0 Excise duty related information

9.1 ECC No.

9.2 Range

9.3 Collectorate

10. Registration No. with Directorate of Industries

11. SSI/MSE Reg. No. (if Small Scale Industrial Unit)

(Please enclose certificate from DIC/NSIC along with Certificate from registered CA with value of plant and machinery)

12. Is MSE/SSI is ST/SC? Yes / No ( If Yes please enclose relevant certificate as proof)

13.0 Bank related information

13.1 Bank name

13.2 Branch name

13.3 Bank address

13.4 Bank phone no.

13.5 Bank fax no.

13.6 Bank MICR Code (9 digit)

13.7 RTGS-IFC Code

13.8 Account type

13.9 Account no.

13.10 Swift Code

Page 26: CENTRAL ELECTRONICS LIMITED (A Public Sector … for...Tender Document: C-2(b)/WC/0907/150/2016 [1] FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

Tender Document: C-2(b)/WC/0907/150/2016

Annexure – H TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)