nit no. 12/ee(e)/pwd emd...

30
Correction Insertion NIL Overwriting PUBLIC WORKS DEPARTMENT (Govt. of Delhi) NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-15 Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi. Head of Account :- 4210 Estimated Cost :- Rs. 12,66,129/- Earnest Money :- Rs. 25,323/- Security Deposit :- 5% of Tender Value Performance Guarantee :- 5% of Tender Value Time allowed :- 01 Month Technical Sanction No. :- /EE(E)/ PWD EMD M-153(N)/2014-15 Certified that this NIT contains Pages Marked as 1 to 28 Pages with corrections slips. Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, New Delhi ITI Campus, Pusa, New Delhi

Upload: others

Post on 10-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

PUBLIC WORKS DEPARTMENT (Govt. of Delhi)

NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-15

Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

Head of Account :- 4210

Estimated Cost :- Rs. 12,66,129/- Earnest Money :- Rs. 25,323/- Security Deposit :- 5% of Tender Value Performance Guarantee :- 5% of Tender Value Time allowed :- 01 Month Technical Sanction No. :- /EE(E)/ PWD EMD M-153(N)/2014-15

Certified that this NIT contains Pages Marked as 1 to 28 Pages with corrections slips.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, New Delhi ITI Campus, Pusa, New Delhi

Page 2: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

INDEX

Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

S.NO. DESCRIPTION PAGE NO.

1. NIT Approval 01

2. Pre-Qualification Notice 02 to 03

3. Instructions to Contractors 04

4. Form CPWD-6 – Notice Inviting Tenders 05 to 06

5. Item Rate Tender Forms CPWD-8 07 to 14

6. Schedule of Work 15 to 17

7. Technical Data Sheet 18 to 20

8. Technical Specification 21 to 24

9. General Specification 25 to 27

10. List of Approved makes 28

Page 3: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

NIT APPROVAL

Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

Head of Account :- 4210

Estimated Cost :- Rs. 12,66,129/- Earnest Money :- Rs. 25,323/- Security Deposit :- 5% of Tender Value Performance Guarantee :- 5% of Tender Value Time allowed :- 01 Month Technical Sanction No. :- /EE(E)/ PWD EMD M-153(N)/2014-15

NIT approved amounting to Rs. 12,66,129/- (Twelve Lakh Sixty Six Thousand One Hundred

and Twenty Nine Only).

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 4: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

PRE-QUALIFICATION NOTICE TO BE POSTED ON WEBSITE

The Executive Engineer (E), PWD Elect. Maint. Div. M-153(N), ITI Campus, Pusa, New Delhi on behalf of President of India invites sealed applications for item rate tender in two bid system 1. Eligibility Criteria and 2. Price bid from the Specialized firms received by e-tendering upto 3.00 PM on 23.06.2014 for the following works:-

S. No.

NIT No.

Name of work & Location Estimated Cost Put to tender

Earnest Money

Time of Completion

Last Date & Time for

Online submission of Tender

Date & Time of

opening of Eligibility documents with EMD

Date of opening of Technical Bid and

Price Bid of eligible

contractor 1

12/EE

(E)/P

WD

EM

D

M-153(N

)/2014-15

SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

Rs.12,6

6,129/-

Rs. 2

5,3

23/-

01 M

onth

23.06.2014 at 15:00

Hrs.

24.06.2014 at 15:30

Hrs.

24.06.2014 at 15:30 Hrs.

The eligibility criteria mentioned as below: 1. The Firms who fulfill the following requirements shall be eligible to apply. Joint ventures are not

accepted.

a. Who should have satisfactorily completed during the last seven years ending 31st March 2014 in Central/ State Government Department/ Central/ State Autonomous Body/ Central/ State PSU.

i) Three similar works each costing not less than the amount equal to 40% of the estimated cost put

to tender. Or

ii) Two similar works each costing not less than the amount equal to 50% of the estimated cost put to

tender. Or

iii) One similar completed work of aggregated cost not less than amount equal to 80% of the

estimated cost put to tender.

The firms should submit clear visible attested copies of Completion Certificate issued by the Officer of the Client Department of the rank of Executive Engineer or equivalent rank along with the application.

2. Similar nature works means works of “S.I.T.C. of Motorized Gear type High Mast Light”.

3. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his

bid if he considers himself eligible and he is in possession of all the documents required. 4. Contractors should be registered with DVAT authority for Delhi. 5. Information and Instructions for bidders posted on website shall form part of bid document.

Page 5: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

6. The value of executed work shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion of the last date of receipt of application for tender.

7. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website https://govtprocurement.delhi.gov.in.

8. If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).

9. Firms/ Agencies should be registered with Delhi Sales Tax Authority for Delhi Value Added Tax (D-VAT) having valid “TIN” and must submit valid Tax Clearance Certificate issued by Delhi Sales Tax alongwith EMD in sealed envelope.

10. The completion certificate must clearly indicate. (i). The date of completion of work (ii). Nature & scope of work (iii). That work has been completed satisfactorily. (iv). Work done amount of completed work. (v). The firm should submit the Manufacturer Certificate that the material supplied shall be as per

specification and shall be supplied within stipulated period. 11. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or

Deposit at call receipt or Fixed Deposit Receipt drawn in favour of Executive Engineer (E), PWD EMD M-152, New Delhi shall be scanned and uploaded to the e-Tendering website within the period of bid submission. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders.

12. Earnest money, Registration in VAT, TIN Number, similar work completion certificate duly signed by contractor shall be uploaded alongwith tender which are mandatory requirement of the tender. “The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest tenderer within a week after opening of financial bid failing which the tender shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority.” The following undertaking in this regard shall also be uploaded by the intending bidders:- “The physical EMD shall be deposited by me/us with the EE calling the tender in case I/we become the lowest tenderer within a week of the opening of financial bid otherwise department may reject the tender and also take action to withdraw my/our enlistment.”

13. The price of only those contractors will be opened whose application are approved by the competent authority.

l0 54¼153l0 54¼153l0 54¼153l0 54¼1531111½@yksfufooS½@yksfufooS½@yksfufooS½@yksfufooS----vuqvuqvuqvuq----eaeaeaea----,e&153¼u½@2014&15@,e&153¼u½@2014&15@,e&153¼u½@2014&15@,e&153¼u½@2014&15@403403403403 fnukad% fnukad% fnukad% fnukad% 16161616----00006666----2014201420142014 Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%& 1 v|h{k.k bathfu;j ¼oS|qr½] yks0 fu0 fo0A oS0 ea0 vuq ifj M&15] ,e- ,l- vks Hkou] ubZ fnYyh

2&3 dk;Zikyd vfHk0 ¼oS0½] yks0 fu0 fo0 oS0 vuq ea0 M-151] M-152 fn0 l0 ubZ fnYyhA

4&6 lgk;d b+athuh;j ¼oS|qr½] yks0 fu0 fo0 oS0 eaMy M&1531] M&1532] M&1533] ubZ fnYyhA

7 lgk;d b+athuh;j ¼oS|qr½ ;kstuk] yks0 fu0 fo0 oS0 eaMy M&153] ubZ fnYyhA

8&10 eq[; fyfid] uksfVl cksMZ] jksdfM;k] ykss0 fu0 fo0 oS0 vuq eaMy M&153¼N½] ubZ fnYyhA 11 djkj ds fy,A

Assistant Engineer (E)(P) Executive Engineer (E)

Page 6: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

INSTRUCTION TO CONTRACTOR

Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

1. The contractor submitting the tender should read the schedule of quantities, additional conditions, additional specifications, particular specifications and other terms and conditions given in the NIT and drawing. The tenderer should also read the General Conditions of Contract for CPWD Works 2010 with upto date correction slips, which is available as Government of India Publications, however provisions included in the tender document shall prevail over the provisions contained in the standard form. The set of drawings and NIT shall be available on website/ Office of the Executive Engineer (E), PWD Electrical Maintenance Division M-153(N), NCTD, ITI Campus, Pusa, New Delhi. The contractor should also visit the site of work and acquaint himself with the site conditions before tendering. The following conditions, which already form part of the tender conditions, are specially brought to his notice for compliance while filling the tender. They are requested to comply following instructions.

2. Tenders with any condition including that of conditional rebates shall be rejected forthwith. 3. The successful tenderer shall be required to submit a performance guarantee of 5% (Five percent) of the

agreement amount within 15 days of issue of letter of acceptance. This period can be further extended by Engineer-in-Charge upto a maximum period of 7 days on the written request of the contractor.

4. VAT / Sales Tax, Excise Duty, Work Contract Tax, Labour Cess or other Govt. liability etc. as applicable

shall be borne by the contractor himself. The contractor shall quote his rated considering all such taxes.

5. All goods shall be supplied against the sale invoice issued from Delhi vide Engineer-In-Chief Letter No. E-in-C/W/VAT/2014/10350 Dated: 18.03.2014 and Secretary (Finance) GNCTD Delhi Letter No. F.3(11)/Fin(Rev-I)/2012-13/dsVI/57-62 dated 17.01.2013.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 7: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

C.P.W.D. – 6 GOVERNMENT OF NCT OF DELHI

PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

1. Item rate e-tenders are invited on behalf of the President of India in two bid system from the Specialized Firms for the work of “SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.”

The enlistment of the contractors should be valid on the last date of downloading. In case only the last date of downloading of tender is extended, the enlistment of contractor should be valid on the original date of downloading. 1.1 The work is estimated to Cost Rs. 12,66,129/-. This estimate, however, is given merely as a rough guide. 1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the

tenders. He will also nominate Division, which will deal with all matters relating to the invitation of tenders. 1.2 Tenders can be available for downloading by the Specialized Firms, The Specialized firms should have satisfactorily completed the Three

similar works each costing not less than the amount equal to 40% of the estimated cost put to tender or Two similar works each costing not less than the amount equal to 50% of the estimated cost put to tender or One similar completed work of aggregated cost not less than amount equal to 80% of the estimated cost put to tender of the estimated cost put to tender in Central/ State Government Department/ Central/ State Autonomous Body/ Central/ State PSU during the last seven years ending 31.03.2014. Similar nature works means works of “S.I.T.C. of Motorized Gear type High Mast Light”.

1.3 The tenderer shall submit the offer online after uploading the following documents : (i) Scanned copy of Earnest Money. (ii) The following undertaking in this regard shall also be uploaded by the intending bidders on firms Letter Head duly signed:-

“The Physical EMD shall be deposited by me/ us with the EE(E) calling the tender in case I/ we become the lowest tenderer within a week of the opening of financial bid otherwise department may reject the tender and also take action to withdraw my/our enlistment.”

(iii) Scanned copy of TIN Number as issued by DVAT department (Attested / Self Attested). (iv) Scanned copy of Proof of having submitted the latest DVAT/CST returns etc (Attested / Self Attested). (v) Scanned copy of satisfactory completed similar work as mentioned above (Attested / Self Attested). (vi) Scanned copy of Manufacturer Certificate that the material supplied shall be as per specification and shall be supplied within

stipulated period. (Attested / Self Attested). 1.3.1 The lowest tenderer should show original documents and submit the photocopy of following documents duly attested by gazetted officer except

(i):- (i) Original EMD uploaded shall be deposited by the lowest tenderer within a week after opening of financial bid failing which the tender

shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority. (ii) TIN Number as issued by DVAT department shall have to be deposited by the lowest bidder only along with physical EMD of the

scanned copy of EMD uploaded within a week physically in the office of tender opening authority. (iii) Proof of having submitted the latest DVAT/CST returns etc. shall have to be deposited by the lowest bidder only along with physical

EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority. (iv) Satisfactory completed similar work as mentioned above shall have to be deposited by the lowest bidder only along with physical

EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority. (v) Manufacturer Certificate that the material supplied shall be as per specification and shall be supplied within stipulated period shall

have to be deposited by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8, which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.

3. The time allowed for carrying out the work will be 01 Month from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available. 5. Tenders forms can be down loaded upto 23.06.2014 (3.00 PM) Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms &

conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer (E) PWD EMD M-153(N), ITI Campus, Pusa, New Delhi between hours of 11.00 AM & 3.00 PM from 16.06.2014 to 23.06.2014 every day except on Sundays and Public holidays. Tender documents, excluding standard form, can be downloaded from the website https://govtprocurement.delhi.gov.in free of cost and deposited along the following: -

(i) Earnest Money in the form of cash Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at call receipt or Fixed Deposit Receipt drawn in favour of Executive Engineer (E), PWD EMD M-152, New Delhi shall be scanned and uploaded to the e-Tendering website within the period of bid submission. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders.

(ii) Certified copy of registration, VAT etc. as required shall also be uploaded with tender. The tenders documents can also be seen on our website https://govtprocurement.delhi.gov.in at ID No.

6. Tenders will be received online by the Executive Engineer (E) PWD EMD M-153(N), ITI Campus, Pusa, New Delhi upto 03.00 PM on 23.06.2014 and tender will be opened online by him or his authorized representative in his office on 24.06.2014 at 03.30 PM.

7. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than 10,000/-) or Deposit at call receipt of any scheduled bank/ Bankers’s Cheque of any scheduled bank/ Demand draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form.

8. The description of the work as follows: As per BOQ attached.

Page 8: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above-mentioned officer.

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

9. The competent authority on behalf of the President of India does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of any reason. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

The public enterprises who avails benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc. 10.. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who

resort to canvassing will be liable to rejection. 11. The competent authority on behalf of the President of India reserves to himself the right to accepting the whole or any part of the tender and the

tenderer shall be bound to perform the same at the rate quoted. 12. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his

near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Govt. Service without pervious permission of the Govt. of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the work shall remain open for acceptance for a period of Ninety (90) days from the date of opening of tenders/ Ninety (90) days from the date of opening of financial bid in case tenders are invited on 2/3 envelop system/ One hundred twenty (120) days from the date of opening of technical bid in case bids are invited on 3 bid system for specialized work. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Govt. shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work

15. The Notice Inviting Tender shall form a part of the contract document. The successful Tenderer / Contractor, on acceptance of his tender by the Accepting Authority, shall within 15 days from the stipulated date of start of the work sign the contract consisting of: -

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa, New Delhi New Delhi

Page 9: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

GOVERNMENT OF NCT OF DELHI PUBLIC WORKS DEPARTMENT

STATE DELHI CIRCLE PWD EMC M-15

BRANCH E & M DIVISION PWD EMD M-153(N)

ZONE M-1 SUB-DIVISION PWD EMD M-1531(N)

Item Rate Tender & Contract for Works Tender for the work of: SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir

Nagar, New Delhi. (i) To be submitted by 3.00 P.M. hours on 23.06.2014 to EE(E)/ PWD EMD M-153(N), ITI Campus, Pusa,

New Delhi. (time) (date)

(ii) Eligibility criteria to be opened at 3:30 PM on 24.06.2014 in the office of EE(E)/ PWD EMD M-153(N),

ITI Campus, Pusa, New Delhi.

(iii) Price Bid shall be opened at 03:30 PM on 24.06.2014 in the office of EE(E)/ PWD EMD M-153(N), ITI

Campus, Pusa, New Delhi.

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree it keep the tender open for Ninety (90) days from the due date of its opening / Ninety (90) days from

the date of opening of financial bid in case tenders are invited on 2/3 envelop system/ One hundred twenty (120) days from the date of opening of technical bid in case bids are invited on 3 bid system for specialized work and not to make any modification in its terms and conditions. A sum of Rs. 25,323/- is hereby forwarded in Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at call receipt or Fixed Deposit Receipt as earnest money. If I/we fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clauses 12.2 and 12.3 of the tender form. Further I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.

C.P.W.D. – 8

Page 10: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

I/We hereby declare that I/We shall treat documents drawings and other records connected with the work as secret/ confidential documents and shall not communicate information /derived therefrom to any person other than a person to whom I/We am / are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated ………………….

Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of `̀̀̀ _________________(Rupees ______________________________________________________________________________________________________________) The letters referred to below shall form part of this contract Agreement:- a)

b)

c)

For & on behalf of the President of India.

Signature __________________________

Dated ………………… Designation ________________________

Signature of Contractor Postal Address

Page 11: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

SCHEDULES

SCHEDULE ‘A’ As per Schedule attached (Page 15 to 17) Schedule of quantities (Enclosed.)

SCHEDULE ‘B’ Schedule of materials to be issued to the contractor.

S.No. Description

Of item Quantity Rates in figures & words

At which the material will be charged to the contractor.

Place of Issue

1 2 3 4 5

NOT APPLICABLE

SCHEDULE ‘C’ Tools and plants to be hired to the contractor.

S.No. Description Hire charges per day. Place of Issue

1 2 3 4

NOT APPLICABLE

SCHEDULE ‘D’ Extra schedules for specific requirements / documents for the work, if any. - Enclosed -

SCHEDULE ‘E’ Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation.

Page 12: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

CLAUSE 10 CC

Component of Cement expressed as per cent of total value of work Xc Not Applicable Component of Steel expressed as per cent of total value of work Xs Not Applicable Component of Materials expressed as per cent of total value of work Xn Not Applicable Component of Labour expressed as per cent of total value of work Y Not Applicable Component of POL expressed as per cent of total value of work Z Not Applicable

SCHEDULE ‘F’

Reference to General Conditions of contract.

Name of Work : SITC of High Masts light at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

(i) Estimated cost of work. : Rs. 12,66,129/- (ii) Earnest Money : Rs. 25,323/- (iii) Performance Guarantee: 5% (five percent) of the tendered value. (iv) Security Deposit : 5% (five percent) of the tendered value.

GENERAL RULES & DIRECTIONS : Officer inviting tender EE(E)/PWD M-153(N), ITI Campus, Maximum percentage for quantity Pusa, New Delhi of items of work to be executed beyond which rates are to be determined in accordance with

Clauses 12.2 & 12.3 See below.

Definitions: 2 (v) Engineer –in – charge EE(E)/PWD M-153(N), ITI Campus, Pusa, New Delhi 2 (viii) Accepting Authority EE(E)/PWD M-153(N), ITI Campus, Pusa, New Delhi 2 (x) Percentage on cost of materials 15 % and labour to cover all

Page 13: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

overheads and profits. 2 (xi) Standard Schedule of Rates. Market Rates 2 (xii) Department PWD (Delhi Govt.) 9 (ii) Standard CPWD Form CPWD form 8 as modified & corrected upto date.

Clause 1

i) Time allowed for submission of Performance Guarantee 15 Days From the date of issue of letter of acceptance, in days

ii) Maximum allowable extension beyond the period provided 07 Days in i) above in days

Clause 2

Authority for fixing SE(E)/ PWD EMC M15 Compensation under Clause 2. 8th floor, MSO Bldg

New Delhi Clause 2 A Whether Clause 2 A shall be applicable Not applicable

Clause 5

Number of days from the date of issue of letter 22 days Of acceptance for reckoning date of start Miles Stone(s) as per table given below:-

TABLE OF MILE STONES (S)

S.No. Description of Milestone(Physical)

Time Allowed in days (from date of start)

Amount to be with - held in case of non achievement of milestone.

NOT APPLICABLE

OR

S.No. Financial Progress Time Allowed (from date of start)

Amount to be with - held in case of non achievement of milestone.

NOT APPLICABLE

Page 14: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

Time allowed for execution of work 01 Month Clause 6 Clause applicable (6) 6 Clause 7 Gross work to be done together with net payment/ adjustment of advances for Material collected, if any, since the last such payment for being eligible to interim payment.

Clause 10 A

List of testing equipment to be provided by the contractor at site lab. Not applicable.

Clause 10 B (ii)

Whether Clause 10 B (ii) shall be applicable Not applicable

Clause 10 CA Material covered under the Clause Not Applicable

Clause 10 CC

Clause 10 CC to be applicable in contracts ____N/A_____ With stipulated period of completion exceeding The period shown in next columns. Clause 11 Specifications to be followed 1) CPWD Specification for Electrical Works Part-I

Internal, 2013 amended uptodate. 2) CPWD Specification for Electrical Works External,

amended uptodate. Clause 12

12.2 & 12.3 Deviation limit beyond which Clause 12.2. & 12.3 shall apply for original work

30%

12.5 Deviation limit beyond which

clauses 12.2 & 12.3 shall apply for foundation work.

N.A.

Page 15: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

Clause 16 Competent Authority for SE (E)/PWD EMC M-15 (NCTD) Deciding reduced rates. New Delhi Clause 36 (i) Minimum Qualifications & Experience required for Principal Technical Representative.

Requirement of Project Manager & Technical representative(s) and recovery rates.

S. No. Minimum Qualification of

Technical Representative

Discipline Designation (Principal Technical/ Technical

representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

As per Appendix 18 of the CPWD works manual 2012

Clause 42 i) (a) Schedule/ statement for determining Not Applicable. theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates ____printed by C.P.W.D. ii) Variations permissible on theoretical quantities. Not applicable

(a) Cement for works with estimated : Not applicable Cost put to tender not more than ` 5 Lakhs.

For works with estimated cost put to : Not applicable Tender more than ` 5 lakhs. b) Bitumen All works. : Not applicable c) Steel Reinforcement and structural steel : Not applicable sections for each diameter, section and category d) All other materials : Not applicable

Page 16: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VA RIATION

SI. No.

Description of Item Rates in figures and words at which recovery shall be made from the Contractor. Rates in schedule ‘B’ plus 10% in case materials issued by the Department.

Excess beyond permissible variation.

Less use beyond the permissible variation.

1. Cement

NOT APPLICABLE

2. Steel reinforcement

3. Structural sections

4. Bitumen issued free

5. Bitumen issued at stipulated fixed price.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa, New Delhi New Delhi

Page 17: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

SCHEDULE OF WORK

Name of Work: SITC of High Mast lights at Guru Gobind Singh Govt. Hospital, Raghubir Nagar, New Delhi.

SN Description of Items Qty. Rate Unit Amount High Mast Pole & Fittings 1 Supplying, installation, testing and commissioning of raising / lowering type

of High Mast Tower of follwing height with top dia and bottom dia as per specifications attached made out of 4 mm thick, on existing foundation as per specification attached & comprising broadly the following :

Galvanised steel 20 side polygonal mast in section with base plate and hot dipped galvanised sections. The sections shall be stress/slip fitted without any circumferential weld in between. There shall be only one longitudinal seam weld per section and no circumferential weld.

Head frame sliding galvanised lantern carriage capable of moving up and

down the mast complete with self aligning mechanism guides and capable of receiving the Nos. of flood light fittings as per detail enclosed and their control gear boxes - (lantern carriage with as many nos of arms as per detail enclosed).

Set of hoisting ropes made up of stainless steel

Double drum winch with power unit.

Heavy gauge hot dip galvanised lighting finial for lighting protection of

High Mast.

Multicore, copper conductor flexible power trailing cables of appropriate

rating for energizing the luminaires complete as per specification attached.

1.1 For 16 m high mast 2

Each 2 Designing & Casting of suitable open raft type RCC shallow foundation for

High Mast as per recommendation of the manufacture adopting the safe soil bearing capacity of site at 10 T/Sq. Mtr. at 2 Mtr. below FGL including positioning of Suitable foundation bolt nut washer, Pdg. straightening cutting, bending rings strictly as per bar bending schedule & drawing complete and PVC pipe of 110mm dia for cable entry at desired level i/c supplying and casting and as per specifications attached.

2.1 For 16 m high mast

2

Each 3 Supply of foundation bolts manufactured from special steel along with nuts,

washers, anchor plates & templates.

3.1 For 16 m high mast foundation 2

Set

4 Supplying, installation, testing and commissioning of flood light non integral luminaires to be fixed in the carriage lantern of high mast as per following :

4.1 2x400 watt Asmmetrical beam fittings complete with HPSV lamp (T) and its cast aluminimum control gear boxes with clamps. 4

Each

4.2 1 x 400 watt Symmetrical beam fittings complete with HPSV lamp (T) and its cast aluminimum control gear boxes with clamps. 4

Each

Page 18: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

5 SITC of integral LED aviation light fitting comprising of aluminum housing with polycarbonate enclouser and LED's complete as reqd. 2

Each

Feeder Piller, Accessories, Wiremesh Protection

6 Supplying & fabrication of wire mesh protection frame work fabricating with 40mm x 40mm x 6mm thick angle iron and tee iron of 40mm x 40mm x 6mm thick and having 25mm x 6mm thick flat strip support by making blocks of not less than 90cm x 90cm in frame including providing and fixing 8 SWG dia MS wiremesh of section 75mm x 25mm having weight not less than 5.27 Kg./Sq.mtrs including openable door from front side of the same formation with locking arrangement and shall be fixed having leg of angle of size 50mm x 50mm x 6mm of length 50cm and is to be grounted in cement concrete foundation and all frame work is to be painted with one coat of primer and two or more coats of synthetic enamel paint etc. complete as required.

30

sq.m 7 Fabrication, supplying and installation of outdoor type cubical feeder

pillar of minimum front area 1.5 sq. m and depth not less than 45 cm, made out of M.S. sheet 2mm thick (14 SWG) duly compartmentalized having 4 strip busbar of 200 Amp capacity double door with locking arrangement for protection from rain, dust, duly fixed on MS angle iron frame work of size 50mm x 50mm x 6mm (NS) 90 cm long legs out of which 45 cm duly grouted in cement concrete 1:2:4 (1 cement : 2 sand :4 stone aggrete 20mm) and having following accessories mounted inside the cubical panel i/c connection, inter connection with aluminium thimbles, earthing with two nos. earth struds duly painted with one coat of red oxide & two coats of superior quality enamel paint complete etc. as reqd. Supplying & Fixing of following accessorries in the existing cubical panel board/feeder pillar including connection testing etc. as reqd.

7.1 125 Amp, 30 KA MCCB - 4 pole - 1 No 7.2 32 to 63 Amp, 30 KA MCCB - 4 pole - 2 Nos (with 100 Amp frame

size) 7.3 Voltmeter 0-500 volt , 96mmx96mm flush type with selector switch -

1 No. 7.4 Ammeter 0 - 100 Amp 96 sqmm flush type with selector switch &

100/5 Amp ratio CTs - 2 Nos. 7.5 Indication lamps (RYB) with HRC fuse. - 3 Nos. 7.6 Power contactor 3 pole 95 Amp - 2 Nos. 7.7 Timer, D-21 Category Reference 004764 - Legrand Make or

equivalent from GE / Siemens. - 1 No. 7.8 Danger notice plate - 2 Nos. 7.9 Suitable space provision for installation of SCADA system 2 Job

UG Cable, HDPE Pipe, Trenchless Cabling, Earthing 8 Supplying and laying of XLPE, Aluminium conductor armoured cable as per

ISI codes 7098 : PT I : 1988in the existing pipe as reqd.

Page 19: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

8.1 4 x 25 sq.mm 150

Mtr 8.2 4 X 50 sqmm 375

Mtr

9 Supplying, laying double walled corrugated (DWC) High Density Polyethylene (HDPE) Pipe of following size having corrugation on the outer wall and plain surface on inner wall confirming to IS : 14930 (Part I & II), 0.7 Mtr. below the ground level i/c excavation, refilling the trench etc. as per specification as required.

9.1 90 mm outer dia nominal size. 100

Mtr

10 Earthing with G.I. earth pipe 4.5 mtr long, 40 mm dia including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal and salt as required.

4

Job 11 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop

earthing along with existing surface/ recessed conduit/submain wiring/ cable as required.

1050

Mtr 12 Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre below ground

as strip earth electrode, including connection/ terminating with G.I. nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of G.I. nut bolt & spring washer spaced at 50mm)

17

Mtr 13 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe from

earth electrode including connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as required.

25

Mtr Total

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 20: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

TECHNICAL DATA SHEET FOR 16 MTR HIGH MAST S.No. Description Parameter

1 Overall height of High Mast 16 Mtr. I. Make Philips / Paruthi Engineers / GE / Surya

II. Material of construction of Shaft As per BSEN - 10025 Grade S - 355 JO / ASTM A572 Gr 50

or equivalent

III. Cross section of Mast 20 sided, regular continuously tapered polygonal

IV. Number of Sections Two (2)

V. Thickness of shaft (mm) Bottom Section : 4 mm

Top Section : 4 mm

VI. Length of individual section (mm) 8375 mm / 8375 mm

VII. Base & Top diameter 360 mm (A/F) and 150 mm (A/F) or better

VIII. Type of Joints Telescopic slip Joint, Stress-fitted

IX Length of overlap 750 mm or 1.5 D which ever is more

X. Metal protection treatment of fabricated mast section

Hot-dip galvanisation through single dipping process

XI Thickness of galvanizations 85 Microns as per IS:2629

XII Size of opening door at base Approx. 300 x 1000 mm or better XIII. Type of locking arrangement and door

construction Anti Vandal type

XIV. Details of stack board inside Insulated Base Board

XV. Size, material & thickness of cable termination box

Standard

XVI. Size of Base Plate diameter (mm) 540 mm or better

XVII Size of Base Plate Thickness 25 mm thick or better

XVIII Size of Anchor Plate thickness 5 mm or better

XIX Details of Template 4 mm or better

2 Dynamic loading as prevailing at site

I. Maximum wind pressure 180 km/hr as per IS:875 (Part - III)

(basic wind speed)

II. Maximum gust speed time 3 Seconds

III. Height above ground level at which wind speed is considered

10 Mtrs.

Page 21: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

IV Factor of safety for wind load 1.25 or better

V Factor of safety for other loads 1.15 or better

VI Applicable standard for mast design Technical Report # 7:2000 by ILE, UK or better

3 Lantern Carriage

I. Diameter of carriage ring (mm) 900 mm or better

II. Construction MS Channels: 75 x 40 x 5 mm Thick hot-dip galvanised or better

III. Minimum fitting capacity of carriage ring

a 2 x 400 watt 8 nos. (actual ftg. 8)

b 1 x 400 watt --

IV Number of joints Three (3) Segments or better

V Buffer arrangement between carriage and masts

Rubber padded guide ring provided or better

VI Load carrying capacity 750 kg or better

VII Total weight of assy. with fitting

As per design

VIII Wiring 3x2.5 sq. mm Cu.cond.

IX Junction Box Weather Proof

4 Foundation Details

I. Type of foundation Open Raft shallow footing

II. Size of foundation As per design conforming to IS: 456

III. Design safety factor 2 or better

IV Considered wind speed (km/hr) 180 km/hr

V Depth of foundation (mm) As per the requirement of design, min 2.5

VI Average soil bearing capacity 10 T/sqm

VII Number of Foundation Bolt 8 Nos. or better

VIII PCD of Foundation Bolt (MM) 460 mm. or better

IX Type of Foundation Bolt IS: 2062 or better

X Bolt Diameter 25mm or better

5 Wire Rope I. Number of ropes / thickness 3 Nos / 6mm for Lantern Carriage (Three wire

rope) & 2 Nos / 6mm for Winch

II. Construction 7 x 19

III. Diameter (mm) 6 mm (Minimum)

Page 22: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

IV Thimbles and Terminals with "U" clamp

As required

V Factor safety(Not less than 5) 7

6 Winch I. Make of Winch, number of

drums Double drum

II. Capacity SWL 450 kg or better

III. Operating Speed 410 rpm Electric Motor (Three Phase ) or as per standards

IV Method of operation Manual / Power tool V Type of lubricant Gear oil

VI. Material of construction of gears

Phosphorus Bronze / EN 19 or better

VII. Tested load per drum (kg) 750 kg or better

VIII. SWL of Winch at 410 rpm 750 kg SWL or better

7 Trailing Cable

I. Type EPR coated & PCP sheathed

II. Material Copper conductor

III. Make ISI Make IV Current carrying capacity As per standard

V Conductor size (1100V) 5 Core x 4.0 Sq.mm

8 Power Tool I. Type Integral, mounted at the base of the mast

II. Input supply 415 V, 3 Phase

III. Wattage 1 HP

IV Number of speed Single speed V Reversible / Non-reversible Reversible

VI. Operating speed 410 rpm or as per standards

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 23: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

TECHNICAL SPECIFICATION 1 SCOPE The scope of this specification covers the manufacture, transport, installation, testing and

commissioning of the complete lighting system using raising and lowering type of High Mast Towers, including the Civil Foundation Works. The department will only provide the supply point and the feeder cable of the required size shall be laid by the contractor as per BOQ item upto bottom of the High Mast. However all items required for the safe and efficient operation and maintenance of the lighting system, including the High Mast, whether explicitly stated in the following pages or not, shall be included in the scope of work by the Contractor.

2 APPLICABLE STANDARDS The following shall be the applicable standards for the High Masts and accessories. Code No. Title a) I.S. 875 (Part-III) 1987 Code and practice for design loads for

structures. b) BSEN 10025/DIN 17100 Grades of MS Plates. c) BS. 5135/AWS. Welding. d) BS. ISO 1461 Galvanising e) TR No. 7 1996 of ILE UK Specifications for Masts & foundation f) BS Code of Practice, CP-III, Pt. II Gradient of wind related to height above

ground. Chapter-V 3 HIGH MAST

3.1 STRUCTURE The High Mast shall be of continuous tapered section and shall be based on proven two wire rope

system with double drum winch. Mast shall have minimum top diameter as per following chart and base diameter as per chart minimum thickness shall be 4mm for bottom section and 4 mm for top section. The overall length of bottom section shall be minimum 10 m. higher dimensions, if required to meet the dynamic loading/structural stability under specified conditions shall be offered by the bidder. The bidder in support of the dimensions offered by him shall submit detailed structural stability calculations, which shall be based on a type-tested method of calculations.

3.2 Construction

Mast shall be in two / three sections without CIRCUMERENTIAL WELD inside or outside and there shall be only one longitudinal welding per section. The electrode used for welding shall be compatible with the grade of steel used for shaft and shall have mechanical properties at least equal to the base metal.

The mast shall be fabricated from special steel plates confirming to BS-EN-10025 / ASTM A572

Gr 50 The steel grade for accessories shall be BS EN 10025 or equivalent grade recommended by any International Standard. All holding bolts shall be hot dip galvanized.

The individual section shall be joined together by slip stress fit method at site. The minimum overlap distance shall be 1.5 times the diameter at penetration.

Page 24: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

For environmental protection of the mast the entire fabricated mast shall be hot dip galvanized

internally and externally, with each section galvanized through single dip process, without any overlapping of zinc coating and having a minimum uniform thickness of 85 microns. No further touching up, finishing or modification shall be carried out after galvanizing.

3.3 Door Opening

An adequate door opening should be provided at the base of mast so as to permit clear access to equipment like winch, cables, gearbox, plug and socket, etc. and also to facilitate easy removal of the winch. The door opening shall be complete with close fitting Vandal resistant weatherproof door with suitable locking arrangement. Necessary reinforcement shall be done to maintain the strength of the mast due to this opening. The earthing terminals comprising beadle bracket shall be provided inside the mast.

3.4 Dynamic loading for the mast and deflection

The mast structure shall be suitable to sustain an assumed maximum reaction arising from wind speed as specified in IS 875. The design life of the mast shall be minimum 25 years with design wind speed of 180 Km/hr. and gust factor of 1.3 The maximum horizontal defection of top point, when subject to two third of design wind speed shall not exceed 1/40 of the length above the ground. The bidder shall submit type test certificates for structural stability of the mast without which the offer shall be rejected.

3.5 Lantern Carriage

A lantern carriage shall be provided for fixing and holding the flood lights fittings and control gearboxes. The lantern carriage shall be of special design and shall have minimum thickness of 5 mm. The diameter of lantern carriage shall be minimum as per following chart and luminary fixing arms should bolted and in no case shall be provided with protective NYLON PADDED GUIDE RING/PVC Sleeve so that no damage is caused to the surface of the mast during raising and lowering operation of carriage. The entire lantern carriage shall be hot dip galvanized.

3.6 Raising and Lowering Mechanism

The raising and lowering mechanism for the lantern carriage shall incorporate following equipments and specifications :

i) Winch The motorized winching system shall remain permanently inside each mast. The winch shall be

essentially DOUBLE DRUM and of robust design and completely self sustaining type without the need of break shoe, springs or clutches. The minimum safe working limit of the winch shall not be less than 750 kg. The capacity of winch and operating speed shall be marked on each winch along with specification of lubricant to be used. Minimum of 6 turns of wire rope should be on grooved drum when the mobile luminary is fully lowered to rest on luminaries supporting arms. The winch should be entirely self sustaining under all normal circumstances and it is not dependent on the brake or restraining device so that uncontrolled or dangerous run away speeds will not occur in the event of total failure of this device.

Page 25: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

The double drum winch should be such that the individual drums could be operated for fine adjustment of the lantern carriage. All winch mounting bolts shall be of stainless steel. Test certificate in support of safe working limit shall be provided.

ii) Head Frame The head frame shall include a pulley system to accommodate three stainless steel hoisting wire

ropes at any one time and separate pulleys shall be of non corrodible material and shall run on self lubricating bush/bearings with stainless steel axles.

iii) Stainless Steel Wire Rope The suspension system shall essentially be a continuous 2 and 3 -wire rope system (2 for winch

& three for Lantern Carriage suspention) without any intermediate joint and shall consist of non-corrodible stainless steel wire rope of SS 316 / AIS1316 or better grade. The mast shall be fitted with flexible stranded steel hoisting rope of 7x19 construction with minimum breaking capacity of 2350 x 2 kg. The combined lifting capacity of hoisting wire rope shall have a minimum factor of safety not less than 5 times the safe working load of the winch.

3.7 Electrical Cable, Plug and Socket and Junction Box i) Trailing Cable and Plug & Socket Trailing cable shall be of 1100 V grade, electrolytic grade copper conductor multicore flexible

cable of minimum 5 x 4.0 sq. mm size, EPR coated, PCP sheathed.

A metal clad, multi-pin plug & socket shall be provided at the base compartment while the cast

aluminium junction box provided on the lantern carriage shall be equipped with a receptacle for the purpose of maintenance and testing of luminaires in lowered position.

ii) Interconnecting Cable/Wires The connections from the junction box to individual luminaires should be made by using 1100 V

grade copper conductor 3C x 2.5 sq.mm flexible cables.

iii) Junction Box Weather proof cast aluminium junction box shall be provided on the lantern carriage with

requisite numbers of stud type terminals from which the interconnecting cable shall be taken out, duly provided with lugs, for connection of respective luminaires/control gear mounted on lantern carriage.

3.8 Integral Type Winch Driving power Tool

The Integral winch drive unit shall be squired cage, reversible 3-phase induction motor. It shall be complete with all associated accessories to facilitate raising and lowering operation of the mast. In addition, the motor shall have the following characteristics:

a) 415 V 3 phase 50 Hz b) Class B insulation c) Weather resistant d) IP 55 protection

3.9 Lightening Conductor

Page 26: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

One number single spike-lightening conductor manufactured from heavy duty G.I. tube and galvanized termination shall be provided for each mast. The spike should be of 25 mm dia 1200 mm log fitted on the head frame of the mast.

4 Earthing terminals Three Nos. earthing terminal using 12 mm dia stainless steel bolts shall be provided at a

convenient location on the base of the mast, one exclusively for the lightening conductor and two for the electrical earthing.

5 FOUNDATION FOR HIGH MAST

5.1 The foundation work of the High Masts shall be executed by the agency and design of the foundations and its drawings shall be submitted by the successful tenderers within 2 days of award of work.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 27: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

GENERAL SPECIFICATIONS AND SPECIAL CONDITIONS

1.0 SUBMISSION OF TENDERS

1.1 The tender shall be submitted through e-tendering online on the website http:// govtprocurement.delhi.gov.in.

1.2 The tenders are advised not to be deviate from the technical specifications/ items, commercial terms and conditions of NIT like terms of payment, guarantee, arbitration clause, escalation. It is open to the Department whether or not to accept them.

1.3 The tender shall be processed in 2 (Two) stages as below. a) Part-I :- Eligibility Criteria b) Part-II :- Price Bid.

The tenderer shall fill part I & II at the time of submitting application. However these will be opened stage by stage as defined below.

1.4 The price bid shall be opened through e-tendering only, at the defined time and date of only those firms who are eligible and approved by the competent authority.

1.5 Firms should clearly note that price bids with any condition including that of conditional rebates shall be rejected forthwith.

2.0 RATES

The work shall be treated as on works contract basis and the rates tendered shall be for complete items of work inclusive of all taxes (including works contract tax, VAT if any), duties, and levies etc. and all charges for items contingent to the work, such as, packing, forwarding, insurance, freight and delivery at site for the materials to be supplied by the contractor, watch and ward of all materials for the work at site etc.

3.0 TAXES AND DUTIES

1. Being an indivisible works Contract Tax, VAT, Sales Tax, Excise Duty etc. are not payable separately.

2. Works Contract Tax, VAT if any, for the work shall be included within the quoted rates for the various items. The works contract tax shall be deducted from the bills of the contractor, if applicable in the State in which the work is carried out.

3. Octroi duty shall not be paid separately for the material supplied by the contractor, but octroi exemption certificates can be furnished by the Department, in demand, However, the Department is not liable to reimburse the octroi duty in case such exemption certificates are not honoured by the concerned authorities.

4.0 MOBILISATION ADVANCE No mobilization advance shall be paid for the work. 5.0 COMPLETENESS OF TENDER

All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs

Page 28: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

for wiring connections as required, and all other sundry items which are useful and necessary for proper assembly and efficient working of the various components of the work shall be deemed to have been included in the tender, whether such items are specifically mentioned in the tender documents or not.

6.0 STORAGE AND CUSTODY OF MATERIALS

No storage accommodation shall be provided by the department, this shall be arranged by the contractor for proper storage and safe custody of material shall be his responsibility till the final taking over of the installations to the Department.

7.0 TOOLS FOR HANDLING AND ERECTION

All tools and tackles required for handling of equipments and materials at site of work as well as for their assembly and erection and also necessary test instruments shall be the responsibility of the contractor. No T & P shall be issued by the department.

8.0 CO-ORDINATION WITH OTHER AGENCIES

The contractor shall co-ordinate with all other agencies involved in the building work so that the building work is not hampered due to delay in his work.

9.0 STRUCTURAL ALTERATIONS TO BUILDINGS

i) No structural member in the building shall be damaged/ altered, without prior approval from the competent authority through the Engineer-in-charge.

ii) Structural provisions like openings, cutouts, if any, provided by the department for the work, shall be used. Where these require modifications, or where fresh provisions are required to be made, such contingent works shall be carried out by the contractor at his cost.

iii) All such openings in floors provided by the Department shall be closed by the contractor after installing the cable/conduits/rising mains etc. as the case may be, by any suitable means as approved by the Engineer-in-charge without any extra payment.

10.0 CARE OF BUILDING

Care shall be taken by the contractor to avoid damage to the building during execution of his part of work. He shall be responsible for repairing all damages and restoring the same to their original finish at his cost. He shall also remove at his cost all unwanted and waste material arising out of his work from the site.

11.0 Watch and ward of the materials shall be responsibility of the contractor till their handling over to the department on completion of the work noting extra shall be paid on this account.

12.0 All materials shall be supplied and used in items of works by the contractor should be of

standard and approved quality. They should be got approved from the Engineer-in-charge or his authorized representative before installation otherwise no payment will be made for an unapproved or rejected material used on the works and the same shall be removed at his cost from site of work.

13.0 The contract shall have to prove bona-fides of the make of materials by producing necessary

documentary evidence. They are advised to obtain prior approval of Engineer-in-charge for

Page 29: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

proposed make of materials, before bringing material to site work. 14.0 Persons executing electrical work shall have electrical license as required under I.E. act. 15.0 All concealed works shall have to be done in the presence of Engineer-in-Charge or his

authorized representative. 16.0 The contractor shall make his own arrangement for carriage of material from store to the site to

& fro. 17.0 Firm will do free comprehensive maintenance of full system for 1 year from the date of

handover/ completion which includes replacement of defective spares/ equipments and maintenance at call.

Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi

Page 30: NIT No. 12/EE(E)/PWD EMD M-153(N)/2014-153.imimg.com/data3/BJ/CC/HTT-1394/1394_2014-06-16-16-41...2014/06/16  · Online submission of Tender Date & Time of opening of Eligibility

Correction Insertion NIL Overwriting

LIST OF APPROVED MAKES

1. PVC insulated copper wires ISI : Plaza/ Havells/ Skytone/ Grandley.

marked (FR)

2. Cables- Armoured/ Unarmoured : Grandley/ Havells/ Skytone/ Gloster.

3. MCCB/ Power Contactor : GE/C&S/L&T/ABB/ Schneider/ MG

4. Cable Glands & Lugs : DOWELLS/ACTION/Asian/Jainson

5. M. V. Boards/Distribution Boards : CPRI Approved and As per CPWD Specification.

6. Push Buttons : SIEMENS/L&T/GE/C&S/BCH

7. Indicating Lamps : SIEMENS/L&T/GE/C&S/BCH

8. Fuse & fuse bases : SIEMENS/GE/ L&T

9. Selector switches & rotary switches : KAYCEE/GE/L&T/BCH

10. Indicating instruments : AE/L&T

11. G. I. Pipes : (ISI Marked) Jindal Hisar/Tata

12. Flood light fitting (2X400W Asm. Beam) : Crompton make model No. FHD1624 with Control Gear

Model No. CG12240SCA-5 or equivalent model in Bajaj

/Philips

13. Flood light fitting (1X400W Sm. Beam) : Crompton make model No. FGP1118 with Control Gear

Model No. CG1240SCA-5 or equivalent model in Philips

/ Surya

14. LED Aviation Light : Bajaj make model No. BGAV 302 LED or equivalent

Model in Philips/Crompton/Surya

15. HPSV/MH Lamp : Philips/Crompton/Surya

16. High Mast Pole : Philips / Paruthi Engineers / GE / Surya

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi