speed post prasar bharati (broadcasting corporation of...

15
1 SPEED POST PRASAR BHARATI (Broadcasting Corporation of India) O/o THE ADDITIONAL DIRECTOR GENERAL (E)(SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN Swamy Sivananda Salai, Chennai - 600 005 No.ADG(E) SZ / PUR-I / 16/EXT. of STL Tower/2012-13 Date:- 03.08.2012 CORRIGENDUM SUB: Enquiry for Design, Supply, Erection, Testing & Commissioning (DSETC) for 10 Mtrs Extension of existing STL Tower for Mounting of 4 Bay Side Mount VHF FM Antenna at AIR, Thrissur & Tuticorin and only Hoisting / Mounting of 4 Bay Side Mount VHF FM Antenna on existing tower at AIR, Bhadravathi reg. Sir, This has reference to this office enquiry, vide File of even No. Dt 30.07.2012, for the above cited work.. The following modification in the Tender Document may please be noted. Sl.No As per Original Tender Document To be read as: 1. Earnest Money amounting to Rs. 20,000/- [Rupees Twenty Thousand Only] in the form of Demand Draft /Bank Guarantee from 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]. Earnest Money amounting to Rs. 14,000/- [Rupees Fourteen Thousand Only] in the form of Demand Draft /Bank Guarantee from 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].

Upload: others

Post on 20-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

1

SPEED POST

PRASAR BHARATI (Broadcasting Corporation of India)

O/o THE ADDITIONAL DIRECTOR GENERAL (E)(SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN

Swamy Sivananda Salai, Chennai - 600 005

No.ADG(E) SZ / PUR-I / 16/EXT. of STL Tower/2012-13 Date:- 03.08.2012

CORRIGENDUM

SUB: Enquiry for Design, Supply, Erection, Testing & Commissioning (DSETC) for 10 Mtrs Extension of existing STL Tower for Mounting of 4 Bay Side Mount VHF FM Antenna at AIR, Thrissur & Tuticorin and only Hoisting / Mounting of 4 Bay Side Mount VHF FM Antenna on existing tower at AIR, Bhadravathi – reg.

Sir,

This has reference to this office enquiry, vide File of even No. Dt 30.07.2012, for the above cited work.. The following modification in the Tender Document may please be noted.

Sl.No As per Original Tender Document To be read as:

1. Earnest Money amounting to Rs.

20,000/- [Rupees Twenty Thousand

Only] in the form of Demand Draft

/Bank Guarantee from 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].

Earnest Money amounting to Rs.

14,000/- [Rupees Fourteen

Thousand Only] in the form of

Demand Draft /Bank Guarantee from

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].

Page 2: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

2

2. Specification for Design, Supply, Erection, Testing and Commissioning (DSETC) for 10 Mtr Extension of existing STL Tower at All India Radio Stations for mounting of 4 bay side mount VHF FM Antenna. 1. INTRODUCTION: 1.1 Schedule of Requirements

/Material (Unpriced) for supply at site and Design, Erection, Testing, Commissioning for 10 Mtr extension of existing STL Tower at all India Radio, Thrissur, Tuticorin and Kadapa for mounting of 4 Bay side mount

VHF FM Antenna shall be submitted in the format enclosed as Part-B, by the tenderer to ADG(E)(SZ), All India Radio & Doordarshan, Chennai-5.

Specification for Design, Supply, Erection, Testing and Commissioning (DSETC) for 10 Mtr Extension of existing STL Tower at All India Radio Stations for mounting of 4 bay side mount VHF FM Antenna. 1. INTRODUCTION: 1.1 Schedule of

Requirements/Material (Unpriced) for supply at site and Design, Erection, Testing, Commissioning for 10 Mtr extension of existing STL Tower at all India Radio, Thrissur and Tuticorin for mounting of 4 Bay side mount VHF FM Antenna

shall be submitted in the format enclosed as Part-B, by the tenderer to ADG(E)(SZ), All India Radio & Doordarshan, Chennai-5.

3. PART-A: 1. SCOPE 1.1 Hoisting/Mounting of 4 Bay side

mount VHF FM Antenna, Testing and Commissioning (DSETC) for 10 Mtr Extension of existing STL Tower by 10 MTR with 100mm inner dia supporting seamless GI pipe category Class ’C” of 10 Mtr length at AIR, Thrissur, Tuticorin and Kadapa for mounting of 4 Bay side mount VHF FM Antenna including cable tray ladder system including material, Aviation Obstruction Lights and Lightening Arrestor etc, as per PART-B.

PART-A: 1. SCOPE 1.1 Hoisting/Mounting of 4 Bay side

mount VHF FM Antenna, Testing and Commissioning (DSETC) for 10 Mtr Extension of existing STL Tower by 10 MTR with 100mm inner dia supporting seamless GI pipe category Class ’C” of 10 Mtr length at AIR, Thrissur and Tuticorin for mounting of 4 Bay side mount VHF FM Antenna including cable tray ladder system including material, Aviation Obstruction Lights and Lightening Arrestor etc, as per PART-B.

Yours faithfully,

(R.VASUMATHI )

Assistant Engineer (Pur) For ADG (E) (SZ)

Page 3: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

3

SPEED POST PRASAR BHARATI

(Broadcasting Corporation of India)

O/o THE ADDDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE)

ALL INDIA RADIO & DOORDARSHAN

Swamy Sivananda Salai, Chennai - 600 005

No.ADG(E) SZ / PUR-I / 16/EXT. of STL Tower/2012-13 Date: 30.07.2012

Sub.: Enquiry for Design, Supply, Erection, Testing & Commissioning (DSETC) for 10 Mtrs Extension of existing STL Tower for Mounting of 4 Bay Side Mount VHF FM Antenna at

AIR, Thrissur, Tuticorin and only Hoisting / Mounting of 4 Bay Side Mount VHF FM

Antenna on existing tower at AIR, Bhadravathi -reg.

Dear Sir,

This office is interested in carrying out the following Works as specification given

below/attached and invites your quotation.

1.

Sl.

No.

Description /

Quantity

Existing

Tower

Height

Works as per

Part-B of

Specifications

Remarks Amount

in Rs.

Design, Supply, Erection, Testing & Commissioning (DSETC) for 10 Mtrs Extension of existing STL Tower for Mounting of 4 Bay Side Mount VHF FM Antenna at AIR, Thrissur Kadappa,

Tuticorin and Only Hoisting / Mounting of 4 Bay Side Mount VHF FM Antenna on existing

tower at AIR, Bhadravathi

1 AIR, Thrissur –

1 Job

50 Mtrs Sl. Nos. 1 to 9 of Part – B,Schedule

of Requirement - I.

CTI Pvt. FM is in

operation. All works are

to be carried out in co-

ordination with Station

& Pvt. FM.

2 AIR, Tuticorin

– 1 Job.

40 Mtrs. Sl. Nos. 1 to 9 of Part – B Schedule of Requirement - I.

Nil.

3 AIR,

Bhadravathy

– 1 Job.

100

Mtrs.

Part – B Schedule

of Requirement - II.

Nil.

CONSIGNEES: Deputy Director General (Engineering)/ Installation Officer, AIR, Thrissur,

Tuticorin & Bhadravathi.

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 supply/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.

Page 4: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

4

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. The tender shall consists of three parts (bids) namely :

(a) EMD: Earnest Money amounting to Rs. 20,000/- [Rupees Twenty Thousand Only] in

the form of Demand Draft /Bank Guarantee from 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].

(b) TECHNICAL BID: Technical bid should contain the confirmation to the enclosed technical specifications. This should be submitted in a separate sealed envelope with

“TECHNICAL BID” written on it.

(c) COMMERCIAL BID: The commercial bid should contain the price bid and acceptance of

the commercial terms and conditions of this tender document. The price should be quoted for free delivery of materials at respective destinations. This should be submitted

in a separate sealed envelope with “The tenders will be submitted in sealed envelopes

with the name of work, date of opening and the bid enclosed written on the envelopes.

The above mentioned envelopes should be enclosed and submitted in another large size

envelope duly sealed and super scribed with “ Design, Supply, Erection, Testing & Commissioning (DSETC) for 10 Mtrs Extension of existing STL Tower for Mounting

of 4 Bay Side Mount VHF FM Antenna at AIR, Thrissur, Tuticorin & Only Hoisting

/ Mounting of 4 Bay Side Mount VHF FM Antenna on existing Tower at AIR,

Bhadravathi “ and date of opening. The envelope will be received at this office of The

ADG(E) (SZ), AIR & TV, Swamy Sivananda Salai, Chennai-5 up to 1230 hrs. on

22.08.2012. The technical bid and E.M.D. will be opened on the same day at 1500 hrs. The due date of opening of Commercial bid will be notified after recommendation of

Technical Committee.

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 un opened, 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.

Tenderer should quote for all the required items. Partial tenders will be rejected.

(d) 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 o f Entry Tax / Octro i 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.

Page 5: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

5

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.

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 completion of entire work at AIR’s sites shall be completed

within 3 Months from the date of placement of order. Work completion period may also

be quoted separately.

9. TERMS OF PAYMENT:

a. 80% of the contract price for the equipments/materials inclusive of Excise Duty and

Sales Tax shall be paid on initial inspection and delivery of equipments at site in good

condition.

b. 20% of the contract price for the equipments/materials and 100% of Installation

charges on satisfactory completion of Installation, Testing, Commissioning and Handing over.

10. The quotation should be sent in a sealed cover addressed to the undersigned, by

name, so as to reach on or before 22.08.2012, 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 22.08.2012 in the presence of tenderers or their agents such as they may choose to attend.

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. Service Tax No. should be indicated in the quotation.

15. The Goods are subjected to Inspection before acceptance. The date of Inspection may be intimated to this Office before dispatch to the consignee.

16. 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.

Page 6: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

6

17. 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.

18. 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.

19. 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. 20. 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.

21. EXPERIENCE: The tenderer should give documentary proof for having successfully

Designed. Supplied, Erected, Tested and Commissioned similar type of work. They

should also submit list of works which are in hand at the time of submission of tender.

The list shall contain the name of work, cost of work and present position of work.

22. TECHNICAL SPECIFICATION AND GENERAL TERMS AND CONDITIONS:- For Technical Specification & other General Terms and Conditions see the Annexures.

23. 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.

Page 7: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

7

(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.

(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.

24. 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.

25. GENERAL:- All the pages of the tender document should be duly signed, stamped and

serially numbered on submission, failing which the tender may not be considered as

qualified tender

Web Site: http://ceszairdd.org.in/tenders.php

http:/allindiaradio.org/tender.html https://tenders.gov.in

(R.VASUMATHI)

ASSISTANT ENGINEER

FOR ADG (E) (SZ)

Tele: 044 -2538 2155 Tele-fax: 044 – 2538 2583

e-mail:[email protected]

Page 8: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

8

ANNEXURE-I

GENERAL TERMS AND CONDITIONS FOR WORK ORDER

1) NAME OF PURCHASER : The President of India

2) PAYING AUTHORITY : The Additional Director General(E)(SZ), AIR & DD

Swamy Sivananda Salai, CHENNAI-600005

3) PAYMENT TERMS

a. 80% of the contract price for the equipments/materials inclusive of Excise Duty and Sales Tax shall be paid on initial inspection and delivery of equipments at site in good

condition.

b. 20% of the contract price for the equipments/materials and 100% of Installation

charges on satisfactory completion of Installation, Testing, Commissioning and Handing

over.

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.

Page 9: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

9

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)

Page 10: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

10

SPECIFICATION NO. EXTENSION OF STL TOWER / JAN/2012-D (TD&FM)

PRASAR BHARATI

BROADCASTING CORPORATION OF INDIA

DIRECTORATE GENERAL: ALL INDIA RADIO

(PLANNING & DEVELOPMENT)

Specification for Design, Supply, Erection, Testing and Commissioning (DSETC) for 10

Mtr Extension of existing STL Tower at All India Radio Stations for mounting of 4 bay side mount VHF FM Antenna.

2. INTRODUCTION:

All India requires 10 Mtr Extension of existing STL Tower for mounting of 4 bay side mount VHF FM Antenna. Specifications for the extension of the Tower are enclosed in Part-A.

2.1 Schedule of Requirements/Material (Unpriced) for supply at site and Design, Erection,

Testing, Commissioning for 10 Mtr extension of existing STL Tower at all India Radio,

Thrissur, Tuticorin and Kadapa for mounting of 4 Bay side mount VHF FM Antenna shall

be submitted in the format enclosed as Part-B, by the tenderer to ADG(E)(SZ), All India Radio & Doordarshan, Chennai-5.

Item wise compliance Statement duly signed and Stamped on each page of the Tender

Document must be enclosed with the tender, failing which the Tender may be liable for

rejection.

PART-A:

2. SCOPE

Sl.

No.

Description of Works Tenderers

Compliance

1.1 Hoisting/Mounting of 4 Bay side mount VHF FM Antenna, Testing and

Commissioning (DSETC) for 10 Mtr Extension of existing STL Tower by 10 MTR with 100mm inner dia supporting seamless GI pipe category

Class ’C” of 10 Mtr length at AIR, Thrissur, Tuticorin and Kadapa for

mounting of 4 Bay side mount VHF FM Antenna including cable tray

ladder system including material, Aviation Obstruction Lights and

Lightening Arrestor etc, as per PART-B.

1.2 Hoisting/Mounting of 4 Bay side mount VHF FM Antenna.

1.3 Providing and Fixing of solid state AOL, Lightening Arrestor on existing

Tower complete as required.

1.4 Painting of entire Tower including the extended portion including all material complete as required.

1.5 The specifications cover Design, Fabrication, Supply and Erection of

extension part of the existing Tower and for mounting of 4 Bay side

mount VHF FM Antenna, solid state Aviation Obstruction Lights with

cabling, ladders for climbing, Cable Racks for supporting cables and

Plat forms.

3. GENERAL:

NOTE: Please Refer Tender documents for General Terms and Conditions of the contract for

DSETC Work including all the commercial aspects like packing and packing lists; Insurance etc; Payment Terms; Penalty/Compensation for delay; Damages and Liabilities, Time Period

and extension for delay; Foreclosure of contract due to abandonment or Reduction in scope of

work; Cancellation of contract in full or part; Recovery of Security Deposit; Performance

Guarantee ; Unsatisfactory Workmanship; Damages incurred during installation; Indian

Electricity Rules ; Tenderer liable for damages; defects; Recovery of Compensation; Ensuring

payment and amenities ; Labour laws to be complied by the tenderer; Minimum wages act by the compliance; Tenderer to indemnify Government against patent rights; return of surplus

material; Employment of Technical Staff and Employees; Release of Security Deposit; Safety

code etc, (i.e) in Totality.

Page 11: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

11

Sl. No.

Description Tenderers Compliance

2.1 The Specifications indicated herein are only to guide the tenderer about

the above requirements of the user. Detailed design of the extension

part of the Tower from all aspects shall be got worked out by the

tenderer, keeping in view, the effects of local metrological conditions like

wind velocity, seismological conditions, temperature, etc to ensure the safety of the tower.

2.2 The Design of the extension part of the Tower shall be based on

recognized principles of structural design conforming to standard

practices followed in the field. Full Responsibility regarding soundness

of Design and the execution of the work rests with the tenderer.

2.3 The Tenderer shall make his own arrangements for Power Supply, Water

and storage of materials and their safe custody at Installation site.

2.4 The Tenderer shall make his own arrangements for providing

accommodation for his workmen at site.

2.5 The Tenderer shall make good all damage to the purchase’s buildings, property, Equipment, Article and Departmental Personnel arising from

the extension of the tower in the course of such extension and

throughout the period during which the stability of the tower is

guaranteed.

2.6 The Tenderer shall be indemnify and hold harmless the purchaser

against all claims in respect of damages to buildings, property, articles, situated nearby not belonging to the purchaser and public personnel

arising from the extension of the tower in the course of such extension

and throughout the period during which the stability of tower is

guaranteed.

2.7 The Tenderer shall indemnify and hold harmless the purchaser against

all claims in respect of injury to any person whosoever arising out of the extension and throughout the period during which the stability of the

tower is guaranteed.

2.8 Site wise structural drawing of the extended portion of the existing

tower is to be got prepared by the tenderer and it is to be got approved

by IIT/NIT before executing the work. Tenderer shall submit a certificate

testifying the soundness of design at his own cost from any of IIT/NIT.

2.9 After certification of the design, the successful tenderer should get the

detailed working drawings duly approved, signed and stamped by IIT/NIT as per 2.8 and to be got accepted from the ADG(E)(SZ), All India

Radio & Doordarshan, Chennai-5

4. TIME OF COMPLETION:

Sl.

No.

Description Tenderers

Compliance

3.1 The Tower extension shall be completed within 3 months from the date of

placing the order.

5. PROTECTION AGAINST LIGHTNING:

Sl.

No.

Description Tenderers

Compliance

4.1 The Tower shall be provided with a suitably designed complete system of

lightning protection in accordance with the provision of IS:2309:1969

with latest amendments.

6. LOADING DUE TO FM ANTENNA:

Sl. No.

Description Dead Weight Wind Load Tenderers Compliance

5.1 4 Bay side mount

VHF FM Antenna

110 KG.

The above weight does not include

weight of antenna - supporting

interface on which the antenna

will be mounted.

►300 Kg at 160

Km / Hour

wind speed

without ice at

antenna height.

Page 12: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

12

6. SOLID STATE AVIATION OBSTRUCTION LIGHTS AND POWER CABLES:

Sl.

No.

Description Tenderers

Compliance

6.1 Solid State Aviation Obstruction Light Fittings Equipped with

appropriate colour prismatic globes shall be provided as per latest Civil

Aviation Regulations with latest amendments for marking and lighting of

obstacles.

6.2 Existing Power Supply Cable for the Solid State Obstruction Lights shall be extended to the top of the extended portion of the Tower.

7. CABLE RUN-WAY AND SUPPORTING LADDERS:

Sl.

No.

Description Tenderers

Compliance

7.1 The Vertical cable rack for support of RF Feeder Cables starting from the

top of the existing tower and going up to the top of the extended portion

of the tower shall be provided.

8. LADDER:

Sl.

No.

Description Tenderers

Compliance

8.1 Provision is to be made for ladder to climb up to the top of the extended

portion of the tower by taking all safety factors into account.

9. EARTHING:

Sl.

No.

Description Tenderers

Compliance

9.1 All the four Tower legs shall be earthed individually, following the

standard practice of earthing of such structures in level ground and mountainous regions. The Earth Resistance of the Tower earthing shall

be as per IS:

10. GUARANTEE:

Sl.

No.

Description Tenderers

Compliance

10.1 The Tenderer shall guarantee to replace free of charge any material or

part thereof that may develop defects within one year after completion of the work.

10.2 The Tenderer shall guarantee the stability, safety, durability and

satisfactory mechanical behaviors of the structure under the condition of

specified loading. The Guarantee shall hold good for a period of 18

months from the date of handing over of the tower.

11. INSPECTION:

Sl.

No.

Description Tenderers

Compliance

11.1 The Successful Tenderer shall prepare in consultation with the indenter,

the schedule of events with target dates, which shall be adhere to. The

Successful Tenderer shall state in this tender the place of manufacture

, testing and inspection of various materials included in the

specification, to enable AIR’s authorized representatives to carry out inspection and test. The Successful tenderer shall provide all the

necessary facility for the purpose. Such of the stores as are to be

inspected during manufacture have to be certified by an AIR

representative before the finished materials are packed and forwarded

to the destination. Pre dispatch inspection of tower material and subsequent inspection of erected tower(Extended Portion) shall be done

as per mutually accepted test procedure, which shall be submitted and

got approved from the indenter before the supply of tower material.

However for guidance purpose , a draft Acceptance Test Protocol is

enclosed in Annexure-I. Travelling expenses for AIR’s representative(s)

will be borne by the Indenter.

Page 13: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

13

12. COMPLETION REPORT:

Sl.

No.

Description Tenderers

Compliance

12.1 A detailed completion report of tower extension(After completion of all

the works) together with complete set of drawings will be submitted by

the successful tenderer to the ADG(E)(SZ), All India Radio &

Doordarshan, Chennai-5.

13. LIST OF ANNEXURE AND DRAWINGS:

Suggesting Mounting arrangements for 4 Bay side mount VHF FM Antenna.

SPECIFICATION NO. EXTENSION OF STL TOWER / JAN/2012-D (TD&FM)

PART – B

SCHEDULE OF REQUIREMENT – I – FOR AIR, THRISSUR & TUTICORIN.

Sl.No Description of Work Quantity Price

1 Design, Supply, Erection, Testing and Commissioning for

Extension of existing STL Tower at AIR Stations by 10

Meter, by providing and mounting 100mm inner dia supporting seamless GI pipe [category class ‘C’] including

Clamps, Brackets and other hardware material as per

requirements for mounting of Antenna System, Ladder,

Cables complete as required.

1 Job.

2 Providing and Fixing of Solid State AOL on existing

Tower complete as required.

1 Job.

3 Painting of the entire Tower including the extended

portion including all material complete as required.

1 Job.

4 Hoisting / Mounting of 4 Bay Side Mount VHF FM

Antenna on extended portion.

1 Job.

5 Supply & Erection of Lightning Arrestor material/

arrangements including earthing material for Ground

earth (two nos.) with Copper Strip from Tower top to

Ground with lugs etc., complete as required.

1 Job.

6 Supply & Erection of Tower Earthing system material for

tower along with copper strips of suitable sizes with complete material etc., as required.

1 Job.

7 Submission of IT / NIIT certified design documents and

working Structural Drawings of extended portion of duly

signed & stamped by competent Authority[ for Tower

Structure] to ADG(E)(SZ) for approval.

1 Job.

8 Pre-dispatch Inspection of Tower Material, 1 Job.

9 Any other item required for the completeness of the

works.

1 Job.

SCHEDULE OF REQUIREMENT - II – FOR AIR, BHADRAVATHI.

Sl.No Description of Work Quantity Price

1 Hoisting / Mounting of 4 Bay Side Mount VHF FM

Antenna on existing tower.

1 Job.

Page 14: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

14

ANNEXURE-I ACCEPTANCE TEST PROTOCOL FOR EXTENSION OF EXISTING STL TOWER BY 10 MTR

AIR Specification [SPECIFICATION NO. EXTENSION OF STL TOWER / JAN/2012-D

(TD&FM)] for Design, Supply, Erection, Testing and Commissioning (DSETC) of

EXTENSION of existing STL Tower by10 Mtr for mounting of 4 bay side mount VHF FM

Antenna may be referred.

I. PRE –DISPATCH TEST/ INSEPCTION PROCEDURE:

A. RAW MATERIAL:

Sl.

No.

Description Specification Procedure of verification Tenderers

Compliance

1 Steel pipes, M.S. Angles, M.S.

Plates, M.S.Flats, M.S. Rods and Chequered plates.

As per IS

amended up to date.

Verification of Quality

Control(Q.C)

B. MANUFACTURED COMPONENTS/ SUB ASSEMBLIES:

Sl.

No.

Description Specification Procedure of verification Tenderers

Compliance

1 Base Shoe, Typical Bay

proof assembly, Welded

Components , Galvanizing

As per IIT/NIT

approval and

acceptance of ADG(E)(SZ), AIR

& DD,Chennai-5.

Verification of Quality

Control(Q.C) reports and

random checks may be made on any chosen items

for conformity with QC

reports.

C. ACCESSORIES:

Sl.

No.

Description Specification Procedure of verification Tenderers

Compliance

1 CABLES

A. Power Supply cable

B. AOL Power Supply Cable

As per AIR

Specification

Verification of Quality

Control(Q.C) reports /

Manufacturer’s Test Certificates

2 Lightning Arrestor

3 Fasteners Bolts and Nuts

4 AOL, Sun Switch and

Accessories 5 Copper Earthing Material

II. ON SITE TESTS AFTER ERECTION OF TOWER:

Sl. No.

Description Specification Procedure of verification

Tenderers Compliance

1 Verticality and twist in

the tower.

Verticality and twist of

tower including

extended portion shall

be as of original tower

Calculations using

the data taken from

Theodolite’s

observation on

tower at site.

2 Workmanship of

Erection

As per established

practice

Visual check

3 a. Painting

b. No. of coats of paint

c. No. of coats of primer

a. Colour pattern as per

AIR & Civil Aviation specifications

amended up to date.

b. Two or more than two

c. Two

a. Visual check

b. Physical check

c. Physical check

4 Working of AOL, Sun

Switch & Power Supply

Points.

As per AIR Specification Visual and

Operational check.

5 Earth Resistance of Tower

As per AIR Specification Measurement to be carried out.

III. Test Results and Inspection report in respect of Part-I (A,B,C) shall be submitted by the tenderer after inspection by the authorized Inspecting Officer.

Page 15: SPEED POST PRASAR BHARATI (Broadcasting Corporation of ...ceszairdd.org.in/tenders/20120803153452.pdffavour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders

15