enquiry for sitc of earthing system at various air & dd
TRANSCRIPT
1
SPEED POST
PRASAR BHARATI
(Broadcasting Corporation of India)
O/o THE ADDDITIONAL DIRECTOR GENERAL (E) (SZ)
ALL INDIA RADIO & DOORDARSHAN
Swamy Sivananda Salai, Chennai - 600 005
No.ADG(E)(SZ)/PUR-I/EAR/19/2012-13 Date: Date: 20.07.2012
Sub.: Enquiry for SITC OF EARTHING SYSTEM AT VARIOUS AIR & DD INSTALLATIONS
IN KARNATAKA.-reg..
Dear Sir,
This office is interested in the purchase of the following Works as specification given
below/attached and invites your quotation.
1.
Sl
No.
Description of
items/works
Quantity Unit Rate per
unit
Total
Taxes if
any (rate
& Amt)
1 RF Earthing System for
only AIR Installations.
1.1 SITC of RF Earthing System
as per Drawing No: TE
12907 and AIR & DD
Specification as detailed
from Sl.Nos.1 to 5 & 7to 8 under Section II.
6 Nos.
(AIR – 2)
as per
Annexure-I
1.2 Laying of the Earth
Conductor from the Earth Pit to the Main Earth Bus
inside the building as per
Drawing No: TE 12907 and
AIR & DD Specification as
detailed in Sl.No.6 under Section II.
Minimum
length of 10 Mtrs. For
each Earth
Per Running
Meter. However as
per actual
based on Site
condition.
2. AF & Power Earthing
System for both AIR & DD
Installations.
2.1 SITC of AF & Power Earthing
System as per Drawing No:
12960/2 and AIR & DD Specification as detailed
from Sl.Nos.1 to 6& 8to 9
under Section III.
96 Nos.
(AIR = 54 +
DD = 42).
as per
Annexure –
I & II
2.2 Laying of the Earth
Conductor from the Earth Pit to the Main Earth Bus
inside the building as per
Drawing No: 12960/2 and
AIR & DD Specification as
detailed in Sl.No.7 under
Section III.
Minimum
length of 10 Mtrs. For
each Earth.
Per Running
Meter. However as
per actual
based on Site
condition.
Grand Total in INR (Both in words & figures).
2
Note:
1. Please indicate prorata break up details of all identifiable items of supply of stores and
ITC/ ETC cost in proforma prescribed above.
2. The statutory charges like Excise Duty, VAT/Sales Tax, Service Tax etc. which will not be
borne by the bidder must be indicated with %rates as applicable in the column 7 of the
proforma prescribed above failing which this Organization will not be liable for payment of any such charges.
3. State Entry Tax, Toll Tax and other taxes which are collected by statutory bodies on the way
during transportation of materials shall not be included in the price bid. These taxes, if paid,
may be reimbursed as per actual, on claim with original receipt of payment.
Consignees: As detailed in Annexure – III for AIR & DD Installations in Karnataka. 2. The quotation should specifically mention Make & Type of the items, delivery date, terms
and condition of supply. The prices given should be firm and as under.
(a) The prices quoted shall remain fixed during the entire period of contract and shall not be
subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected.
(b) The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry.
(c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges
as packing customs, etc., wherever applicable.
(d) The quotation should specifically mention rates for Supply, Installation charges &
Taxes separately. 3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately
transit insurance and the supplier will be responsible until the stores arrive in good condition at
the destination. Tender/quotation in which transit insurance has been specified as an additional
item of expenditure is liable to be ignored.
4. EMD: Earnest Money amounting to Rs.21,000/- [Rupees Twenty One Thousand Only] in
the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The
ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall
be summarily rejected and their bid will not be opened at the time of tender opening and shall
be rejected as non responsive at the bid opening stage and returned to the bidder unopened
[EMD exemption is applicable for those who are registered with the Central Purchase Organization, National Small Industries Corporation (NSIC) or the Concerned Ministry or
Department [ MIB / DG:AIR / DG:DD].
SECURITY DEPOSIT: the successful Tenderer shall furnish the Security Deposit within 2
weeks after placement of order at the rate of 5% of the Order Value, failing which the EMD
will be forfeited automatically, to President of India, without any notice. The security deposit shall be furnished in the form of Demand Draft / Bank Guarantee drawn in favour of
The ADG (E) (SZ), AIR & DD, Chennai-5. The Security Deposit will be returned in full on
completion of successful Guarantee/Warranty Period.
5. TAXES:
a. Payment of Entry Tax / Octroi Duty and Toll Tax (on ultimate products). As the
material, which is to be transported to the consignee, belongs to the Government of India /
Prasar Bharati and therefore is exempted from Entry Tax / Octroi Duty / Toll Tax.
However, if the State Governments / Statutory Local Bodies are bound to levy such taxes,
the taxes will be paid by supplier / contractor. Supplier / Contractor may raise its claim, for reimbursement of such duties / taxes paid, with Organisation, along with original
receipt of the payment.
b. Sales Tax / Service Tax leviable and intended to be claimed from the purchaser should be
distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax /
Service Tax will be admitted at any later stage and on any ground whatsoever.
* Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc.
6. Printed terms and conditions of tendering firms will not be considered as forming parts
of their tender.
3
7. GUARANTEE / WARRANTY PERIOD: The Equipment / Work shall be guaranteed against
any Manufacturing defects for a period of 1 Year from the date of commissioning. Any parts
failing during the Guarantee period shall be repaired / replaced free of charge by the supplier
at the Sites.
8. DELIVERY OF STORES: The delivery of the entire Equipment at AIR’s site shall be completed within the period mentioned below from the date of placement of order. Delivery
period may also be quoted separately.
a] 2 Months for AIR, Installations;
b] 1 Month for DDK, Bangalore Installations and c] 3 Months for LPT, Automation Installations,
9. TERMS OF PAYMENT:
100 % of the contract price for SITC charges on satisfactory completion of installation,
testing, commissioning and handing over with the specified measurement of Earth Resistance.
The consignee will complete necessary formalities at his end and verify the bill and submit to the paying authority along with measurement book for making payment.
10. The quotation should be sent in a sealed cover addressed to the undersigned, by name,
so as to reach on or before 14.08.2012, 12.30 P.M.
THE COVER SHOULD BE SUPERSCRIBED WITH THE FOLLOWING: a. Material for which quotations are enclosed.
b. Reference to letter of enquiry.
c. Due date of opening quotation.
11. The Quotations will be opened in this office at 3.00 P.M. on 14.08.2012 in the presence of
tenderers or their agents such as they may choose to attend. In case tender opening date falls on a holiday, the bids will be received and opened at the same specified time on next working
day. Bids received late or submitted after the scheduled specified time on scheduled date will
not be entertained and will be returned back unopened.
The purchaser may, at his discretion extend the deadline for the submission of the bids
by amending the bid document, in which case all rights and obligations of the purchaser and bidders previously subject to then deadline will thereafter be subject to the deadline as
extended.
12. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.
13. The quotations submitted shall remain open for acceptance for a period of 90 (Ninety) days from the date of opening of the Tender. If any Tenderer/ Suppliers withdraws his
Tender/Quotation before the said period or makes any modifications in the Terms & Conditions
on the Tender/Quotation which are not acceptable to the Department, then the Government
shall, without prejudice to any other right or remedy, be at the liberty to forfeit 50% of the
Earnest Money as aforesaid.
14. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle & your
TIN - Tax Identification Number and the Tax circle should be definitely indicated in your
quotation.
15. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender or all the tenders without
assigning any reasons whatsoever. Further, the undersigned reserves him self the right to
increase or decrease up to 50% of the quantity of goods and services specified in the schedule
of the requirement without any change in the unit price of the order quantities or other term
conditions at the time of award of contract. All Quotations/Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.
The competent authority on behalf of President of India reserve himself the right of accepting
the whole or any part of the Tender shall be bound to perform the same at the rate quoted.
4
16. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly
prohibited and the Tender/quotation submitted by the Contractors / suppliers who resort to
canvassing will be liable to rejection.
17. The undersigned also reserves the right to place Repeat Order up to 50% of the quantity of
goods and services contain in the running tender / contract within a period of 6 months from the date of order/ agreement at the same rate.
18. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes,
designation on the drawings & associated write-ups shall be in “English language" only. All
dimensions, units on drawings, all references to weights, measures & quantities shall be in MKS.
19. In case this is second enquiry, your Quotation in response to the first enquiry should be
presumed to be valid up to 120 days from the last date mentioned in para 11 above unless we
hear from you.
20. FAILURE AND TERMINATION CLAUSE
Time and date of delivery shall be essence of the contract. If the Contractor /
Supplier fails to deliver the stores / execute SITC / SETC, or any instalment thereof
within the period fixed for such delivery in the schedule or at any time repudiates the contract before the expiry of such periods, the purchaser may without prejudice to any other
right or remedy, available to him to recover demurrages for breach of the contract:-
(a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including
Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week up to
maximum limit of 10% of the contract value for such delay or part thereof (this is an agreed, genuine pre-estimate of demurrages duly agreed by the parties) which the
supplier/contractor has failed to deliver thereof is accepted after expiry of the aforesaid
period, provided that the total demurrages so claimed shall not exceed 10% of the
contract price of the stores / SITC / SETC. After full period of extension, termination of the
contract will be considered by the Organization.
(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the
contractor/supplier, of the stores not so delivered / SITC / SETC not carried out or other
of a similar description (where stores exactly complying with the particulars are not in the
opinion of the purchaser, which shall be final, readily procurable) by serving prior notice to
the contractor/supplier without cancelling the contract in respect of the installment not yet due for delivery or,
(c) Cancel the contract or a portion thereof by serving prior notice to the
Contractor/Supplier and if so desired purchase or authorize the purchase of the stores
not so delivered / SITC / SETC not carried out, or others of a similar description
(where stores not delivered / SITC / SETC not carried out, exactly complying with particulars
are not in the opinion of the purchaser, which shall be final readily procurable) at the risk
and cost of the Contractor/Supplier. If the Contractor/Supplier had defaulted in the
performance of the original contract, the purchaser shall have the right to ignore his tender for
risk purchase even though the lowest, where the contract is terminated at the risk and cost of
the firm under the provisions of this clause, it shall be in the discretion of the purchaser
to exercise his discretion to collect or not, the Security deposit from the firm on whom the
contract is placed, at the risk and expense of the defaulted firm.
(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the
contractor shall be liable for any loss which the purchaser may sustain on that account, provided the purchase or if there is an agreement, to purchase, such agreement is made
in case of failure to deliver the S tores/Services, within 6 months from the date of such
failure and in case of repudiation of contract the Contractor/Supplier shall not be entitled
to any gain on such the entire discretion of the purchaser to serve a notice of such purchase
on the Contractor/Supplier.
5
(e) It may further be noted that clause (a) above provides for recovery of liquidated
demurrages on the cost of contract price of delayed supplies (whole unit) at the rate of 0.5%
per week up to maximum limit of 10% of the contract value for such delay or part thereof.
Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying
authority on instruction as specified in the supply order, from the bill for payment of the cost
of materials / works submitted by the supplier / contractor in accordance with terms of supply order on instruction from Purchaser regarding liquidated demurrages amount.
(f) Notwithstanding anything stated above, equipment and materials will be deemed to
have been delivered / SITC / SETC will be deemed to have been carried out only when all
its components, parts are also delivered. If certain components of stores are not delivered in
time / SITC / SETC not carried out in time, the stores / SITC / SETC will be considered as delayed until such time all the missing parts are also delivered.
21. ARBITRATION OF CONTRACTUAL DISPUTES:
If a dispute arises out of or in connection with the contract, or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to submit that dispute
to arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint the arbitrator(s) shall be the International Centre for Alternative dispute resolution.
The International centre for Alternative Dispute Resolution will provide administrative services in
accordance with the ICADR Arbitration Rules, 1996.
a) The number of arbitrator(s) shall be one who has legal as well as Technical
Background. b) The language of the arbitration proceedings shall be English.
c) The place of arbitration proceedings shall be Chennai only.
Web Site: http//ceszairdd.org.in/tenders.html/
http//allindiaradio.org/information/tenders http//tenders.gov.in
(R.Vasumathi)
ASSISTANT ENGINEER
FOR ADG (E) (SZ)
Tele: 044 -2538 2155
Tele-fax: 044 – 2538 2583
e-mail:[email protected]
6
ANNEXURE-I
GENERAL TERMS AND CONDITIONS FOR WORK ORDER
1) NAME OF PURCHASER : The President of India
2) PAYING AUTHORITY : The ADG(E)(SZ), AIR & DD
Swamy Sivananda Salai, CHENNAI-600005 3) PAYMENT TERMS
100 % of the contract price for SITC charges on satisfactory completion of installation,
testing, commissioning and handing over with the specified measurement of Earth
Resistance. The consignee will complete necessary formalities at his end and verify the bill
and submit to the paying authority along with measurement book for making payment.
4) BILLS :
All the supplies and works shall be in conformity with the order and all the part bills shall be
prepared in quadruplicate in the same format as that of the Work Order. All those part bills
shall be submitted to the consignee for necessary certificates and onward transmission to the
paying authority.
5) DESPATCH INSTRUCTIONS:
The packing and marking of goods shall be as laid down in clause-12 of general
conditions of contract DGS & D69 (revised).
6) The contractor shall arrange to dispatch the goods duly insured direct to the consignee under prior intimation for delivery at site by whichever mode of transport he may choose, to
ensure safe delivery of goods at site. Unloading shall be done at site at the contractor’s
expense. The consignee will provide only storage space. The contractor will provide his own
security like locking etc., and store the materials at his own risk.
7) INSPECTION :
The material will be inspected at site. If any damages are found, material will be rejected.
8) INSURANCE:
The contractor shall arrange for the insurance covering the risk during transit, storage and
installation till commissioning. All the charges for such insurance shall be borne by the contractor.
9) ADDITIONAL QUANTITIES:
The purchaser reserves the right to place order for additional quantity up to 100% of the
ordered quantity at the same rates and terms and condition during the currency of the contract.
10) PENALTY FOR DELAY
If the contractor is unable to complete the supply, installation, testing and commissioning
within the stipulated time limit the purchaser may at his option allow such additional time as
may be considered justified with/without penalty and without altering terms and conditions of the order. In the event of failure of the contractor to complete the supply, installation testing
and commissioning within the stipulated time or the extended time, the purchaser has the
right to impose penalty of 0.5% per week or part thereof the contract price. The Contractor’s
liability for delay, however, shall not exceed 10% of the total contract price.
11) GUARANTEE/ WARRANTY:
The contractor shall accept clause-18 of the Form no. DGS & D-71 with exception that his
obligation shall be limited for a period of 12 months from the date of taking over completion of
the successful performance excluding down time during which the equipment was not working
satisfactorily due to defective parts, faulty material/ design/workmanship or faulty erection.
During the guarantee period the contractor shall repair or replace free of charge any parts that will become defective due to faulty material design, workmanship or erection.
7
12) CONDITIONS OF CONTRACT:
a. DGS & D-68 (Revised) and DGS & D-71 as amended up to date. However, such of these
conditions stipulated on this tender shall supercede corresponding conditions in DGS & D-71.
b. The contractor shall sign a contract agreement form in triplicate in the prescribed
proforma and submit the same along with Security Deposit within 2 weeks. The complete form with the purchaser’s signature shall be sent back to the contractor. No supplies will be
made and no work shall start unless the agreement is signed by the contractor and the
purchaser.
13) ENFORCEMENT OF LABOUR LAWS: While engaging labour for carrying out obligations under the contract the contractor shall
satisfy the conditions laid down under contract labour (Regulation and Audition) Act 1970 and
(Central) Rules 1971 as amended from time to time and observe all formalities required as per
the said Act/ Rules. The supplier shall also observe the provision under minimum wages act
1948(Central) Rules 1950 amended from time to time while engaging labour.
14) ARBITRATION OF CONTRACTUAL DISPUTES:
If a dispute arises out of or in connection with the contract, or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to submit that
dispute to arbitration under ICADR Arbitration Rules, 1996.
The Authority to appoint the arbitrator(s) shall be the International Centre for Alternative dispute resolution.
The International Center for Alternative Dispute Resolution will provide administrative services
in accordance with the ICADR Arbitration Rules, 1996.
The number of arbitrator(s) shall be one who has legal as well as technical background.
d) The language of the arbitration proceedings shall be English.
e) The place of arbitration proceedings shall be Chennai.
15) FORCE MAJEURE:
a. If any time during the continuance of the contract the performance in while or in part
by the contractor shall be prevented or delayed by reason of any war, hostility acts of the public
enemy. Civil commotion, sabotage, fires, floods, explosions, epidemics, Quarantine restrictions, strikes, lock-outs or acts of God (therein after restrictions refer to as events and
provided notice of happenings of any such eventuality is given by the contractor within 21 days
from the date of occurrence thereof, the purchaser shall by reason of such event, neither be
entitled to cancel this order not shall have any claim for damages against the contractor in
respect of such non-performance or delay in performance and delivery shall be resumed as
soon as practicable after such events have come to an end or ceased to exist.
b. Provided further that if the performance in whole or part or any obligation under this
order is prevented or delayed by reasons of any such event for a period exceeding 180 days, the
purchaser and the contractor shall meet to find a neutral agreement to any effect resulting the
reform or the purchaser may at his option cancel order provided also if the order is cancelled under this clause, the purchaser shall be at liberty to take over from the contractor at order
prices all unused, un-damaged and acceptable material bought out components and stores in
course of manufacture in the possession of the supplier at the time of such cancellation or
such portion thereof as the purchaser may deem fit accepting such material, bought out
components and stores as the supplier may with the concurrence of the purchaser elect to
retain.
16) CANCELLATION:
a. The purchaser reserves the right to cancel the order in the event of non-performance /
delay in execution of the work or unsatisfactory performance by the contractor and recover payment already made if any, along with losses/ damages incurred.
(R.Vasumathi) ASSISTANT ENGINEER
FOR ADG (E) (SZ)
8
SECTION-1
GENERAL SPECIFICATION FOR SITC OF EARTHING SYSTEM AT
VARIOUS AIR & DD INSTALLATIONS IN SOUTH ZONE
1.0 General: These Specifications covers Supply, Installation, Testing & Commissioning of RF, and AF & Power Earthing System at various All India Radio & Doordarshan Installations in South Zone.
1.1 Scope:
The work will include Supply, Installation, Testing & Commissioning of RF, AF & Power Earthing System at various All India Radio & Doordarshan Installations in South Zone, conforming to the technical specifications in Section –II including the termination of the Earth Conductor (Copper Strip/Copper Wire) form each Earth pit to the Main Earth Bus inside the building.
Two types of Earthing System have to be provided namely: 1. RF Earthing and 2. Normal Earthing (AF & Power).
The location of the Earth Pits will be identified by the Engg. Head / Installation Office at each site.
The Earth Resistance measured after the completion of the Earthing System should be below 1 Ohm.
1.2 General Conditions:
The SITC of Earthing System shall generally conform to the Technical Specifications in as detailed in Section-II, against each clause.. The Performa given below against each Clause should be completely filled in while submitting the tender, failing which the Tender will be summarily rejected.
The Tenderer may choose to quote for all the AIR & DD Installations for all the Four States or for Individual State.
1.3 Completeness of Contract:
Any Item which may not have been specifically mentioned or which the tenderer may not explicitly mention in his tender but are necessary for the completion of the SITC of Earthing System shall be deemed to be included in the contract and be provided by the contractor without any extra charge.
1.4 Delivery:
The complete SITC of the Earthing System shall be completed within Two months at All the AIR & DD Installations. This period shall be effective from the date of Issue of Commercially clear Work Order and shall be independent of any other factors.
The Priority of the sites will be informed by this office during the execution of the work.
1.5 Guarantee:
The complete SITC of the Earthing System shall be guaranteed in all respects for satisfactory Performance & Measurement of Earth Resistance (below 1 ohm) for One year from the date of taking it into service. This should be confirmed.
9
TECHNICAL AND OTHER PARTICULALARS TO BE COMPLIED BY THE TENDERERS AGAINST AIR & DD REQUIREMENTS AS GIVEN BELOW
SECTION—II RF EARTHING SYSTEM (For AIR Installations Only):
The complete SITC should conform to Drawing No: TE12907.
The location of the Earth Pits will be identified by the Engg. Head / Installation Officer at each site.
Details per Earth Pit:
Sl.
No.
Description AIR & DD Specification Tenderer’s
Compliance
1 Removal of Earth from Ground
Level & digging of Earth Pit.
Size of Earth Pit:
1,000 x 1,000 x 6,030 mm
2 Supply & Installation of
GI Pipes in the Earth Pit. (3 nos. for each Earth Pit)
& Laying of Earth Conductor.
Copper Strip of Size:
25 x 3mm will be supplied by the Department.
Heavy Duty, Class ‘C’, 50mm Dia, 6Mtr. Length, each Pipe.
The GI Pipes are to be provided with continuous holes of 12mm dia, in Zig Zag fashion, spacing 15cm apart,
starting from the bottom up to height
of 4Mtr.
The GI Pipes should have clean surface, not covered by Enamel or
Poorly conducting material.
The GI Pipes will be spaced in Equilateral Triangle of 30cms each & covered with threaded metal
caps(details can be seen in the
Drawing), and should be inter-
connected at the top, by using 25 x
3mm Copper Strip and also to be fixed
with Brass Bolts & Nuts.
A single run of the Earth Conductor of size 25 x 3mm Copper Strip with high
insulation PVC sleeve, should be
provided along with one of the GI Pipe,
inter connecting the Equilateral
Triangle of the 3 GI Pipes and the Earth Electrode mentioned below with
suitable brazing at both the ends.
3 Earth Electrode.
Copper Plate of Size:
600 x 600 x 3mm will be
supplied by the Department.
The Copper Plate of Size 600 x 600 x 3mm should be brazed with the bottom
of the 3 GI Pipes using Silver Alloy.
3 Cement Concrete Pipe CC Pipe of size 1,000mm dia & 1,000mm length with lid (details can be seen in the Drawing), is to be
fabricated .
The whole unit of Earth Electrode with Conductor as detailed in Sl.Nos.2 & 3
above should be housed inside this CC
Pipe.
The complete set should be positioned
in the Earth Pit.
10
4 Filling of Earth Pit After positioning the entire assembly as above, the Earth Pit has to be filled with Charcoal & Salt / Bentonite
homogeneously / alternatively up to
the height of 6,030 mm(from the
bottom of the pit to the top).
5 Extension of Earth Conductor from the Pit.
Copper Strip of Size:
25 x 3mm will be supplied
by the Department.
Two runs of the Earth Conductor of size 25 x 3mm Copper Strip with high insulation PVC sleeve should be
extended from two joints of the
Equilateral Triangle, through two nos.
of PVC Pipes of length 50 cms & dia
150mm each.
The Joints & the Interconnection of the Copper Strips & Earth Electrodes are to be properly brazed & tightened /
welded as applicable and covered with
non-corrosive material.
The PVC pipes should be brought out through holes made in the CC pipe and
the entry should be sealed with suitable Bitumen Compound.
6 Laying of the Earth Conductor from the Earth Pit to the Main
Earth Bus inside the building.
Copper Strip of Size:
25 x 3mm will be supplied
by the Department.
The Earth Conductor of size 25 x 3mm Copper Strip with high insulation PVC sleeve should be routed through
underground pit (2 ft. below Ground
Level for an approximate length of 10
Mtrs.) and laid up to the Main Earth
Bus inside the building (via trenches
available inside the building).
7 Measurement of Earth Resistance.
After completion of the Earthing System a complete set of Measurement has to be taken using standard Earth
Megger in the presence of Installation
Officer Engg. Head of the Station.
The value of the Earth Resistance should be Less than One Ohm.
8 Identification of Earth Pit Each Pit is to be identified by a suitable display board with details like
Pit No, RF or AF or Power Earth, Earth
Resistance Value etc.
NOTE: The Tenderers are requested to strictly adhere to the Data provided in the
Drawing No: TE 12907.
The following Materials only will be supplied by the Department for each Pit:
1. Copper Plate of Size 600 x 600 x 3mm.
2. Copper Strip of Size 25 x 3mm.
11
SECTION—III AF& POWER EARTHING SYSTEM (For both AIR & DD Installations):
The complete SITC should conform to Drawing No: 12960/2.
The location of the Earth Pits will be identified by the Engg. Head / Installation Officer at each site.
Details per Earth Pit:
Sl.
No.
Description AIR & DD Specification Tenderer’s
Compliance
1 Removal of Earth from Ground
Level & digging of Earth Pit.
Size of Earth Pit:
600 x 600 x 3,000 mm
2 Supply & Installation of
GI Pipe in the Earth Pit. & Laying of Earth Conductor.
Copper Strip of Size:
25 x 3mm will be supplied
by the Department.
Heavy Duty, Class ‘C’, 50mm Dia, 3Mtr. Length.
The GI Pipe is to be provided with continuous holes of 12mm dia, in Zig Zag fashion, spacing 15cm apart,
starting from the bottom up to height of
2Mtr.
The GI Pipe should have clean surface, not covered by Enamel or Poorly
conducting material.
A single run of the Earth Conductor of size 25 x 3mm Copper Strip with high insulation PVC sleeve, should be
provided along with the GI Pipe, inter
connecting the GI Strip at the top of the
GI Pipe and the Earth Electrode at the
both of the GI Pipe.
The above Conductor & the GI Pipe are to be suitably brazed at the bottom side with the Earth Electrode mentioned
below.
The Earth Conductor & the GI Pipe are to be clamped with each other with 16
SWG GI Wire at regular intervals of
600mm.
A GI funnel of suitable size to pour
water into the Earth Pit is to be welded at the top of the GI Pipe.
3 Earth Electrode.
Copper Plate of Size:
600 x 600 x 3mm will be
supplied by the Department.
The Copper Plate of Size 600 x 600 x 3mm should be brazed with the bottom
of the GI Pipe using Silver Alloy.
The Joints & the Interconnection of the Copper Strip & Earth Electrode are to be
properly brazed & tightened / welded as
applicable and covered with non-corrosive material.
4 Filling of Earth Pit After positioning the entire assembly as above, the Earth Pit has to be filled with
Charcoal & Salt / Bentonite
homogeneously / alternatively up to the height of 3,000 mm(from the bottom of
the pit to the top).
12
5 Extension of Earth Conductor from the Pit to the Main Earth
Bus inside the building.
Copper Strip of Size:
25 x 3mm will be supplied
by the Department.
Single run of the Earth Conductor of size 25 x 3mm Copper Strip with high insulation PVC sleeve should be
extended from the GI Strip attached to
the GI Pipe at the top, through a PVC
Pipe of length 50 cms & dia 65mm.
The PVC pipes should be brought out through holes made in the masonry
work and the entry should be sealed with suitable Bitumen Compound.
6 Construction of Masonry Work Masonry brick work of a height of 600mm [100mm above ground level &
500mm below ground level] has to be
constructed with MS Angle Iron Frame.
A CI lid [Cast Iron] of size 12” x 12”
with suitable handle and hinges is to be provided.
7 Laying of the Earth Conductor
from the Earth Pit to the Main Earth Bus inside the building.
Copper Strip of Size:
25 x 3mm will be supplied
by the Department.
The Earth Conductor of size 25 x 3mm Copper Strip with high insulation PVC
sleeve should be routed through underground pit (2 ft. below Ground
Level for an approximate length of 10
Mtrs.) and laid up to the Main Earth
Bus inside the building (via trenches
available inside the building).
8 Measurement of Earth
Resistance. After completion of the Earthing System
a complete set of Measurement has to be
taken using standard Earth Megger in the presence of Installation Officer/
Engg. Head of the Station.
The value of the Earth Resistance should be Less than One Ohm.
9 Identification of Earth Pit Each Pit is to be identified by a suitable display board with details like Pit No, RF
or AF or Power Earth, Earth Resistance
Value etc.
NOTE: The Tenderers are requested to strictly adhere to the Data provided in the
Drawing No: 12960/2. The following Materials only will be supplied by the Department for each Pit:
1. Copper Plate of Size: 600 x 600 x 3mm.
2. Copper Strip of Size: 25 x 3mm.
13
SECTION –III
PRICE BID
Prorata Break Up Details Of The Identifiable Items of SITC Cost
(To Be Filled In By Tenderers) Tender No: ADG(E)(SZ)/PUR-I/ EAR/19/2012-13 Tenderer’s Name ---------- Due Date---------------
Delivery Period:-----------Tenderer’s Quotation No. Validity of Quotation_
1 2 3 4 5 6 7
Sl
No.
Description of
items/works
Quantity Unit Rate per
unit
Total
Taxes if
any (rate
& Amt)
1 RF Earthing System for
only AIR Installations.
1.1 SITC of RF Earthing System
as per Drawing No: TE 12907 and AIR & DD
Specification as detailed
from Sl.Nos.1 to 5 & 7to 8
under Section II.
6 Nos.
as per
Annexure-I
1.2 Laying of the Earth
Conductor from the Earth
Pit to the Main Earth Bus
inside the building as per
Drawing No: TE 12907 and AIR & DD Specification as
detailed in Sl.No.6 under
Section II.
Minimum
length of
10 Mtrs.
For each
Earth
Per Running
Meter.
However as
per actual
based on Site condition.
2. AF & Power Earthing
System for both AIR & DD
Installations.
2.1 SITC of AF & Power Earthing
System as per Drawing No:
12960/2 and AIR & DD Specification as detailed
from Sl.Nos.1 to 6& 8to 9
under Section III.
96 Nos.
(AIR = 54 +
DD = 42).
as per
Annexure –
I & II
2.2 Laying of the Earth
Conductor from the Earth
Pit to the Main Earth Bus inside the building as per
Drawing No: 12960/2 and
AIR & DD Specification as
detailed in Sl.No.7 under
Section III.
Minimum
length of
10 Mtrs. For each
Earth
Per Running
Meter.
However as per actual
based on Site
condition.
Grand Total in INR (Both in words & figures).
Note
1. Please indicate prorata break up details of all identifiable items of supply of stores and
ITC/ ETC cost in proforma prescribed above.
2. The statutory charges like Excise Duty, VAT/Sales Tax, Service Tax etc. which will not
be borne by the bidder must be indicated with %rates as applicable in the column 7 of the proforma prescribed above failing which this Organization will not be liable for
payment of any such charges.
3. State Entry Tax, Toll Tax and other taxes which are collected by statutory bodies on the
way during transportation of materials shall not be included in the price bid. These
taxes, if paid, may be reimbursed as per actual, on claim with original receipt of
payment.
Tenderer’s Signature with Date & Seal
14
EARTH PIT LOCATIONS - AIR, INSTALLATIONS ANNEXURE - I
Project Name Location /
State
RF Earth Normal Earth
{ AF, Power Earth}
500 KW SW Tr DRM, SPT, Bangalore Karnataka 2 14
200 KW DRM Bangalore Karnataka 2 10
200 KW Dharward Karnataka 2 10
6 KW Chitradurga Karnataka Nil 10
1 KW Bhadravati Karnataka Nil 10
Total Karnataka 6 54
EARTH PIT LOCATIONS - DD, INSTALLATIONS ANNEXURE - II
Project Name Location /
State
Normal Earth
{ AF, Power Earth}
6 KW DTT, Bangalore Karnataka 7
Automation of LPT 500W(1+1), Bellary Karnataka 5
Automation of LPT 500W(1+1), Madikeri Karnataka 5 Automation of LPT 500W(1+1), Udupi Karnataka 5 Automation of LPT 500W(1+1), Chikmagalur Karnataka 5 Automation of LPT 500W(1+1), Bidar Karnataka 5 Automation of LPT 500W(1+1), Karwar Karnataka 5 Automation of LPT 500W(1+1), Athani Karnataka 5 Total Karnataka 42
Location / State RF Earth Normal Earth
{ AF, Power Earth}
AIR AIR DD
Karnataka
6 54 42
GRAND TOTAL 6 96
15
ANNEXURE – III
CONSIGNEES: ALL INDIA RADIO INSTALLATIONS IN KARNATAKA
Sl. No. Consignee Project STATION/DMC Site, District
1 Deputy Director
General (Engg.)/
Installation Officer
500 KW SW Tr DRM,
SPT, Bangalore
SPT, Bangalore SPT, Bangalore
2 Deputy Director
General (Engg.)/
Installation Officer
200 KW DRM
Bangalore
AIR, Bangalore AIR, Bangalore
3 Deputy Director
General (Engg.)/
Installation Officer
200 KW, Dharward Dharward Dharward
4 Deputy Director
(Engg.) /
Installation Officer
6 KW Chitradurga Chitradurga Chitradurga
5 Director (Engg.) /
Deputy Director (E)
Installation Officer
1 KW Bhadravati Bhadravati Bhadravati
CONSIGNEES: DOORDARSHAN INSTALLATIONS IN KARNATAKA:
Sl. No. Consignee Project DMC Site, District
1 Deputy Director
General (Engg.)/
Installation Officer
6 KW DTT,
Bangalore
Bangalore Bangalore
2 Deputy Director(E) /
Installation Officer Automation of LPT
500W(1+1), Bellary
Hospet Bellary
3 Deputy Director(E) /
Installation Officer Automation of LPT
500W(1+1), Madikeri
Mysore Chikmagalur
4 Deputy Director(E)/
Installation Officer
Automation of LPT
500W(1+1), Udupi
Mangalore Udupi
5 Deputy Director(E) /
Installation Officer
Automation of LPT 500W(1+1),
Chikmagalur
Mangalore Chikmagalur
6 Deputy Director(E)/
Installation Officer
Automation of LPT
500W(1+1), Bidar
Gulbarga Bidar
7 Deputy Director (E)/
Installation Officer Automation of LPT
500W(1+1), Karwar
Belgaum Karwar
8 Deputy Director(E) Automation of LPT 500W(1+1), Athani
Bijapur Belgaum
16
Drawing No: TE 12907
17
Drawing No: 12960/2
18