28
Tender Document C-2(b)/RC/07/4355/2015 Page 1 of 4 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for the “Supply of Balance of System, Installation, Commissioning, Testing and Warranty for 5 years of 45 KWp Grid Tied Solar Power Plant” Tender Notice No. C-2(b)/RC/07/4355/2015 dated 21 st December 2015 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 1 of 28

CENTRAL ELECTRONICS LIMITED - celsolar.in Documentfinal.pdf · CENTRAL ELECTRONICS LIMITED ... Warranty for 5 years of 45 KWp Grid Tied Solar Power ... This is a limited tender and

  • Upload
    dangtu

  • View
    215

  • Download
    3

Embed Size (px)

Citation preview

Tender Document C-2(b)/RC/07/4355/2015

Page 1 of 4

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

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for the

“Supply of Balance of System, Installation, Commissioning, Testing and

Warranty for 5 years of 45 KWp Grid Tied Solar Power Plant”

Tender Notice No. C-2(b)/RC/07/4355/2015 dated 21

st December 2015

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 1 of 28

Tender Document C-2(b)/RC/07/4355/2015

Page 2 of 4

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)/RC/07/4355/2015 December 21, 2015

Central Electronic 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 19/09/2015)

for “Supply of Balance of System, Installation, Commissioning, Testing and Warranty for 5

years of 45 KWp Grid Tied Solar Power Plant”

Scope of Work Supply of Balance of System, Installation,

Commissioning, Testing and Warranty for 5 years of 45

KWp Grid Tied Solar Power Plant

Earnest Money Deposit

by bidders

Rs. 25,000/- (Rupees Twenty Five Thousand 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

www.celindia.co.in

Please see important dates and pre-qualification criteria at Annexure -1.

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 28

Admin2
Cross-Out

Tender Document C-2(b)/RC/07/4355/2015

Page 3 of 4

Annexure-1

Document Control Sheet

Tender Reference No. C-2(b)/RC/07/4355/2015

Name of Organization Central Electronics Limited

Tender Type

(Open/Limited/EOI/Auction/Single)

OPEN

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 21/12/2015 at 14:00 Hours

Document Download/Sale Start Date 21/12/2015 at 14:00 Hours

Document Download/Sale End Date 28/12/2015 at 15:00 Hours

Bid submission Start Date 21/12//2015 at 14:00 Hours

Last Date and Time for Submission of Bids 28/12/2015 at 15:00 Hours

Date and Time of Opening of Bids 28/12/2015 at 15:30 Hours

Note: This is a limited tender and only EPC contractors of CEL registered in U.P. Sales Tax are eligible to quote. No Deviation from Specifications, Terms & Conditions of Tender is allowed. Quotations having deviation from our specifications, terms & conditions would be rejected.

Page 3 of 28

Tender Document C-2(b)/RC/07/4355/2015

Page 4 of 4

TENDER DOCUMENT for Tender notice no. C-2(b)/RC/07/4355/2015 Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet - Annexure 1 c. Price bid format Annexure ‘A’ d. Detailed Specifications Annexure ‘A’ e. Commercial terms & conditions: - Annexure ‘B’ f. Format for submission of Vendor Data: Annexure ‘C’ g. Tender acceptance letter: Annexure ‘D’

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 12 of annexure B 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. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stated elsewhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected.

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure C. 8. Quotation should be submitted in Two bid system. 9. Bulk quantity of material shall be procured from approved vendor as per list available with CEL. In case of

quotation of un-approved vendor being lowest, an educational order for the sample quantity may be placed for vendor development purpose.

10. Quotation should be submitted in sealed envelope (refer Clause no. 18 of Annexure B). There will be 2 sealed covers/envelops in the quotation and following are to be submitted in your quotation:

Part A: This should contain the following documents:

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate (should be enclosed along with bid)

ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the specifications given in the

tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria mentioned at ‘1’ above. vi. Undertaking duly notarized for blacklisting

PLEASE ENCLOSE ONLY THE ABOVE DOCUMENTS IN THE BID

Part-B: This should contain only the Finance/Price Bid as per format given in Annexure A.

Page 4 of 28

Annexure - A

Tender for Supply of balance of system, Installation, commissioning, Testing and warranty for 5 years

of 45KWp Grid Tied SPV Power Plant along-with all the necessary accessories required as per tender

at following locations including all the required parts, complete in all respect”

S.No. CUSTOMER CAPACITY OF SOLAR

PLANT IN KWp (45)

ADDRESS

1. 1 MERI College of Engineering

and Technology

45KWp Asanda (Near Sampla)

Bahadurgarh, Distt. Jhajjar

(Haryana)

BILL OF QUANTITIES FOR 45KWp GRID TIED SPV POWER PLANT (1 Set)

*Note: Size and quantity of items may vary according to the actual site conditions. Any item, which is

not specifically mentioned but necessary for making the Solar Power Plant fully functional, shall

be deemed to be included in the scope of work of the contract and shall be supplied and

installed by the successful bidder without any extra cost to the owner.

S.NO. ITEMS ITEM DETAILS /

SPECIFICATION

MAKE QUANTITY

1. SPV Modules

(to be supplied by CEL

300 Wp (with by-pass Diodes

& Connectors)

CEL 152 Nos.

2. Module Structure 5 Module Type

4 Module Type

As per CEL Design 24 Nos.

08 Nos.

3. Panel Junction Box IP65 Hensel or Reputed Make 08 Nos.

4. Grid-Tie 3-Phase String

Inverter

Model: Delta RPI-M20A

Maximum DC Power 25

Kilowatt Peak

Delta 02 Nos.

5. Remote Monitoring

Device

Model : Del REMO Delta 01 No.

6. DC Isolator Switch Between a group of 76 SPV

Modules and the Inverter

HPL, C&S, Hager or

Reputed Make

02 Nos.

7. ACDB with TPN Bus Bar

and Switchgear

TPN Switch – Fuse Unit with 4

Nos. of Bus Bars, between

Inverter Output and LT Panel

CEL Design using HPL,

C&S, Hager Switchgear

or Reputed Make

02 Nos.

8. AC Isolator Switch

(MCB)

MCB (4 Pole) HPL, C&S, Hager or

Reputed Make

02 Nos.

9. Electronic Energy

Meter

For AC Energy Generated by

the Solar PV Plant

Secure, HPL or Reputed

Make

01 No.

10. Electronic Energy

Meter

For AC Energy Utilised by the

Load

Secure, HPL or Reputed

Make

01 Nos.

11. Cables PVC sheathed and insulated

Copper Cables

Relemac, Friends,

Centurian or Reputed

Make

As per

Requirement

12 Earthing Kit As per Indian Standards As per IS 04 Nos.

13 Lightning Arrestor As per Indian Standards As per IS 02 Nos.

Page 5 of 28

Job Works

1. Construction of pedestals (RCC 1:2:4) for each of the module mounting structures as well as

fixing of the above structure at the roof top or at ground including supply of civil foundation

materials. Drawings and civil foundation may get approved from CEL before start of the work.

a. The installation of SPV modules should not impact the water proofing of the existing

terrace structure. The contractor shall be responsible for restoring the water proofing

to its original condition and for provision of additional water proofing in the areas

where RCC blocks are secured onto the terrace.

2. Mounting & fixing of 152 nos. SPV Module (supplied by CEL at site) on the above installed

structure. (The entire fixed module should be aligned systematically)

3. Mounting of all the junction boxes with suitable arrangement as required for the power plant.

4. Interconnection of modules in series-parallel combinations as per following:

a) Each source-circuit to have 19 modules in series using 1x6 mm2 wires (Interconnects

supplied with modules and cables interconnection is to be carried out using conduit

pipe/cable trays)

b) Output of 19 series connected modules to be taken to PJB’s/DCDB using 1 X 6 mm2 wires.

(Cables interconnection is to be carried out using conduit pipe/cable trays)

c) Output of PJB/DCDB to be taken to corresponding Inverter using 1 X 6 mm2 wires. (Cables

interconnection is to be carried out using conduit pipe/cable trays)

d) Output of inverters are to be taken to Bus Bar Box/ACDB using 4 X 16 mm2 wires and 1x6/10

mm2 for earthing. (Cables interconnection is to be carried out using conduit pipe/cable

trays)

e) Output from ACDB to be connected to LT Panel of building using 3.5 x 25 mm² cables. All the

cables interconnection is to be carried out using cable tray.

5. Installation and commissioning of inverter with suitable cable tray etc. along-with the cabling

for data communication in throughout the Power Plant up to customer’s computers using

suitable data cables.

6. Installation of earthing and lightning arrestor system as per relevant IEC for the entire PV array

field & Inverter etc.

7. Installation and commissioning of two Electronic Energy meters of suitable ratings for

measuring AC Energy Generated by the Solar PV Plant and measuring AC Energy Utilised by the

Load.

8. Other Misc. work like Plastering, cleaning, painting, white wash etc. related to

installation and commissioning of Power Plant. Testing & commissioning of system of the

whole system prior to hand over of the system.

Page 6 of 28

SCOPE OF WORK:-

a) Bidders are advised to conduct site survey before submitting their bids.

b) Bidder must start the work at site within 15 days from the date of issue of purchase order.

c) To arrange for pre-dispatch inspection by CEL/MERI officials.

d) To deliver the materials at site.

e) Contractor shall make his own arrangement for safe storage of their as well as CEL material

(Which will be supplied to him by CEL) at site.

f) To co-ordinate with CEL/MERI officials for verification of completed works alongwith all the

required documentation and collection of payments from Railways.

g) Materials, wherever supplied, shall be provided with fresh quality. Workmanship shall be neat

& clean without any blemish. In case of any observation by CEL official regarding materials &

workmanship, the same have to replaced and/or repaired to the satisfaction of CEL/MERI

official.

h) No extra transportation charges shall be paid during the period of contract.

i) No escalation shall be applicable on the above prices.

j) In case of any losses, theft or damage of material, the contractor shall alone be responsible to

make alternate arrangement for completion of the project within contractual delivery,

commissioning and handing over to Railways within quoted price. The purchaser shall in no

way, whatsoever, responsible to compensate the contractor in this account.

k) Contractor shall arrange all the utilities required to complete the work. No payment on this

account shall be paid by CEL.

l) Inspection:- All the materials shall be inspected by CEL/MERI officials before despatch to site.

m) Any other work as required on the site for completion of the project.

n) The contractor/bidder shall not display the photographs & content of the work and

also will not take advantage through publicity of the work without written

permission of CEL. Noncompliance to this may result in removal from the EPC list and

the contractor will be blacklisted.

o) Service level agreement has to be signed on 100/- stamp paper after award of PO.

p) Weekly progress report:

The contractor shall furnish on first day of every week, a progress showing progress of

finalization of designs and drawings, materials received at site and the works carried out

during the preceding weeks and plan for the next week. As far as possible the presentation

shall be neat and tabulation form accompanied by coloured diagram wherever applicable.

Besides this bidder has to submit monthly progress report as per the format decided mutually.

Page 7 of 28

q) O&M Manual/Maintenance Manual:

The supplier shall provide easy-to-use illustrated installation and operation manual in

English and local language for easy installation and trouble-free usage. Manual shall

contain complete system details such as array layout, schematic of the system, working

principle, clear instructions on regular maintenance, trouble shooting of the system and

emergency shutdown procedures.

r) During Warranty of 5 years contractor has to perform the following duties:

1. Contractor is fully responsible for the trouble free maintenance and is liable to

rectify/remove any defect noticed within the aforesaid period free of cost for the materials

supplied by them.

2. The Contractor and CEL jointly impart training to the user’s on day to day repair and

maintenance of the systems.

3. This includes repair/replacement of all spares and consumable supplied by Contractor

during the Warranty period.

4. The Contractor shall undertake the periodical maintenance work of complete Solar Power

plant (which includes cleaning of Modules & all equipment) on the 10th of every succeeding

quarter duly countersigned by the concerned officials of beneficiary.

5. The Contractor should be in readiness to attend to the defects of any system, as and when

required by the beneficiary and ensure rectification of defects and restore functionality

within seven days of lodging the complaints. The Contractor shall furnish the status report

after the maintenance work are over, which shall invariably bear the signature of the

beneficiaries.

6. It will be the liberties of the CEL to cross check the systems maintained by the contractor.

Random verification of the maintenance may be carried out by the CEL/MERI wherever

necessary.

s). Payment Terms: Payment shall be made as per the following terms on pro-rata basis:

1. 70% payment towards supply excluding AMC after supply of materials in

good condition at site.

2. 30% towards supply & 100% of I/C after Installation, Commissioning and

Handing Over of system and submission of PBG of 10% of total order value

valid till the warranty period.

t). Force Majeure: In no event shall either Party have any liability for failure to comply

with this Agreement, if such failure results directly from the

occurrence of any contingency beyond the reasonable control of the

Party, including, without limitation, strike or other labor disturbance,

riot, major power failure, war, natural calamities including but not

limited to floods, earthquakes, fire, volcanic eruptions, epidemics,

National Emergency, interference by any government or governmental

agency, embargo, seizure, or enactment or abolition of any law,

statute, ordinance, rule, or regulation (each a " Force Majeure Event").

In the event that either Party is unable to perform any of its Page 8 of 28

obligations under this Agreement because of a Force Majeure Event,

the Party who has been so affected shall as soon as may be, after

coming to know of the Force Majeure Event, inform the other Party

and shall take reasonable steps to resume performance as soon as

may be after the cessation of the Force Majeure Event. If the period of

nonperformance due to a Force Majeure Event exceeds thirty (30)

days, the Party whose ability to perform has been so affected may, by

giving written notice, terminate this Agreement.

v). Completion Time: The entire job has to be completed by 31st

January, 2016.

w). Liquidated Damages: In the event of delay in affecting the delivery within agreed period, a

reduction in the price shall be levied @ 0.5% of the total order value per

week or part thereof subject to maximum of 10% of the total order

value.

Page 9 of 28

SUPPLY, INSTALLATION AND COMMISSIONING OF BOS FOR 45 KWp

SPV POWER PLANT

PRICE BID

S.No.

Description Amount (Rs.)

45KWp

1.

Supply of Materials

2.

Tax on supply

3.

Installation & commissioning

Charges

4.

Service tax on I/C

5. Total Price (A)

Total for each system

Quantity 1 set

G. Total for supply, installation,

commissioning including 5 years warranty

In Words

(Signature of authorized representative)

Page 10 of 28

Page 11 of 28

Page 12 of 28

Page 13 of 28

Page 14 of 28

Page 15 of 28

Page 16 of 28

Page 17 of 28

Page 18 of 28

Page 19 of 28

Page 20 of 28

Page 21 of 28

Page 22 of 28

Tender Document C-2(b)/RC/07/4355/2015

Annexure B

Commercial terms and conditions:

1. This is a limited tender and only EP C contractors of CEL registered in U.P. Sales Tax are eligible to quote. No Deviation from Specification, Terms & Condition of Tender allowed. Quotations having deviation from our specification, terms & condition would be rejected.

2. Basis of price : The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL’s site in Bahadurgarh, Haryana basis The quotations submitted with basis of price other than the above are liable to be rejected.

3. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier.

4. In a tender either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously in the same tender. If an agent submit bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting on behalf of OEM /Principal shall submit valid authorization certificate along with their offer.

5. Taxes and duties : The taxes and duties are to be clearly mentioned, if any.

6. Delivery/completion schedule: Work is to be completed latest by 31st January 2016.

7. Payment terms: As per clause s) of Annexure-A.

8. Guarantee/Warrantee period : As per clause r) of Annexure-A

9. Performance bank guarantee (PBG) : PBG for 10% order value valid for 5 Years for the guarantee/Warrantee period to be submitted at the time of Supply.

10. 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 @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

11. Inspection: CEL reserves the right to inspect the material during manufacturing before dispatch and/or get it dispatch as per specifications and test protocols. In this case internal inspection report must accompany the supply. Inspection will be done by CEL representative. CEL 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.

12. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price variation clause would be rejected.

13. 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.

14. CEL reserve the right to split the quantity and award on two or more vendors as per the requirement. The following norms would be adopted in case of spilt of quantity:

a) If the lowest quoting vendor is an approved vend or and the second lowest and third lowest bidders are also approved vendors to CEL 100 % of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L 1) & second lowest (L2) in the ratio

Page 23 of 28

Tender Document C-2(b)/RC/07/4355/2015

of 70:30 at the rate & terms applicable to L1 appro ved vendor, keeping in view the objective that the per unit landed cost to CEL in c ase of purchase from L1 or L2 approved vendor remains same. In case of split of q uantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approve d vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L 1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rat e and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

b) Minimum 90% quantity of any open tender would be procured from amongst the approved vendors of CEL at the rate of lowest appro ved vendor as per splitting criteria at S.No.14 (a).

c) Maximum 10% quantity open tender may be procure from unapproved/New vendor to develop bidders as a approved vendor to CEL as per vendor policy S.No.15.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”)

15. 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.

16. Earnest money amount of ₹ 25,000/- (Rupees Twenty Five Thousand only) in the form of demand draft/FDR favoring “M/s. Central Electronics Limited” and payable at Delhi and valid for three months to be submitted along with tender documents. No interest shall be payable on the earnest money deposited by bidder/ tenderer. 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, Site 4, Sahibabad 201010 INDIA The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer 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.

17. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

18. Submission of Tender : 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

Page 24 of 28

Tender Document C-2(b)/RC/07/4355/2015

is 28th December 2015 up to 15:00 hrs IST. The offer shall be submitted in two separately seal ed envelopes marked Part A (Techno-Commercial ) and Pa rt B (price offer – not to be opened) along with tender number and due date written on ea ch) as detailed below: Part A: This should contain the following documents

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate (should be enclosed along with bid)

ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the

specifications given in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria mentioned at ‘1’ above. vi. Undertaking duly notarized for blacklisting

PLEASE ENCLOSE ONLY THE ABOVE DOCUMENTS IN THE BID

Part-B : This should contain only the Finance/Price Bid as per format given in Annexure A.

19. Opening of Tenders : Technical Bids/Quotations/tenders will be opened on 28th December 2015 at 1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within three days 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.

20. Technical Clarifications: Bidders may contact CEL for any technical clarification. However, the tender submission and opening dates would remain firm as per above clause 18 & 19.

21. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods 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.

22. 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.

23. 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 opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within 30 days of commencement of reconciliations/ 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 filed in any Court of Law on such ground.

Page 25 of 28

Tender Document C-2(b)/RC/07/4355/2015

Annexure C

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

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

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Page 26 of 28

Tender Document C-2(b)/RC/07/4355/2015

I 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. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

12. MSE registration no. (for Mirco & Small Enterprise)

13. Name & address of organization with whom MSE is registered

14. Whether MSE is owned by ST/SC?

Yes / No (please strike-off non-relevant and attach supporting document)

15. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Page 27 of 28

Tender Document C-2(b)/RC/07/4355/2015

Annexure – D

TENDER ACCEPTANCE LETTER (To be given on Company L etter 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 docu ment(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 term s / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by y our department/ organization too have also been taken into consideration, while submitting this acceptanc e 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 libert y 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)

Page 28 of 28