tender document for : annual rate contract for …spmhoshangabad.spmcil.com/uploaddocument/... ·...

49
SECURITY PAPER MILL, HOSHANGABAD - 461005 (M.P), INDIA (A Unit of Security Printing and Minting Corporation of India Limited)(Wholly owned by Government of India) (Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED) Website:http://spmhoshangabad.spmcil.com E-Mail:[email protected] CIN: U22213DL2006GOI144763 Ph.No:91-7574-255259,Fax No:07574-255170 GSTIN: 23AAJCS6111J3ZE PR Number PR Date Indenter Department 11006139 22.04.2018 electrical ELECTRICAL Not Transferable Security Classification:NON-SECURITY TENDER DOCUMENT FOR : ANNUAL RATE CONTRACT FOR ELECTRICAL MAINTENANCE WORK AT SPM, HOSHANGABAD Tender Number: 6000012361/EL/ARC/2233, Dated: 22.02.2019 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: HITESH TANWAR Designation: Asstt. Manager (T.O.) Address: SPM5 (PM5, SPM Hoshangabad) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Upload: others

Post on 23-Apr-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

SECURITY PAPER MILL,HOSHANGABAD - 461005 (M.P), INDIA(A Unit of Security Printing and Minting Corporation of India Limited)(Whollyowned by Government of India)(Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED)Website:http://spmhoshangabad.spmcil.comE-Mail:[email protected] CIN: U22213DL2006GOI144763Ph.No:91-7574-255259,Fax No:07574-255170GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department 11006139 22.04.2018 electrical ELECTRICAL

Not Transferable

Security Classification:NON-SECURITY

TENDER DOCUMENT FOR : ANNUAL RATE CONTRACT FORELECTRICAL MAINTENANCE WORK AT SPM, HOSHANGABAD

Tender Number: 6000012361/EL/ARC/2233, Dated: 22.02.2019This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: HITESH TANWARDesignation: Asstt. Manager (T.O.)Address: SPM5 (PM5, SPM Hoshangabad)

India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1

Tender Number:6000012361

Section1: Notice Inviting Tender (NIT)6000012361 /EL/ARC/2233 22.02.2019

(SPMCIL's Tender SI No.) (Date)1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Total Earnest Money(In Rs.)

Remarks

1 ARC of Electrical Works cable lay

works

1.000 AU 0.00INR 0.00

1 laying of cable in trench od

upto 35mm 2002.000mtr

2 Overall diameter >35mm but

upto 55mm 1600.000mtr

3 Overall diameter >55mm but

upto 75mm 1058.000mtr

4 Overall diameter > 75mm 500.000mtr

2 ARC of Electrical Works light

maintenanc

1.000 AU

1 luminary repair 150W/250W 300.000AU

2 luminary repair 400W 200.000AU

3 luminary repair

60W/100W/200W 50.000AU

4 luminary repair

9W/11W/13W/18W/25W/36W 3168.000AU

3 ARC of Electrical works cable tray

inst

1.000 AU

1 cable tray installation on wall 140.000mtr

2 cable tray installation on Floor 110.000mtr

3 cable tray installation on

MSStructure 70.000mtr

4 ARC of Electrical Works

Equipment Maint.

1.000 AU

1 33/11KV TRANSFORMER

MAINTENANCE 5.000AU

2 11KV TRANSFORMER

REPAIR 20.000AU

3 132KV ISOLATORMAINTENANCE

10.000AU

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1

Tender Number:6000012361

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Total Earnest Money(In Rs.)

Remarks

4 1000 kw dc MOTOR REPAIR 8.000AU

5 33KV ISOLATOR/INSULATOR

REPAIR 12.000AU

6 HT PANEL REPAIR 300.000AU

7 LT PANEL REPAIR 200.000AU

8 132 KV CT/PT/LA REPAIR 10.000AU

9 APFC /CAPACITOR REPAIR 20.000AU

10ACB MAINTENANCE 75.000AU

5 ARC of Electrical Works Misc

works

1.000 AU

1 Misc works earthing 100.000AU

2 Shifting work upto 100kg 800.000AU

3 Temporary power connection 50.000AU

4 Painting of electrical items 1750.000M2

6 ARC of cable lugging and glanding

work

1.000 AU

1 Cable glanding work 200.000AU

2 Cable lugging work 2000.000AU

3 11 KV end termination work 20.000AU

4 33 KV end termination work 8.000AU

Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/Indigenization/ Disposal of Scrap/ Security Item etc.)

TWO-BIDNational Competetive Bid Rate Contract

Dates of sale of tender documents: From 23.02.2018 to 25.03.2019 during office hours.Place of sale of tender documents ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABADClosing date and time for receipt of tenders 26.03.2019 11:00:00Place of receipt of tenders ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABAD

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2

Tender Number:6000012361

Time and date of opening of tenders 26.03.2019 15:00:00Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABADNominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)

HITESH TANWARAsstt. Manager (T.O.)

Detail of Abbreviation:-

AU - Activity Unitmtr - MeterM2 - Square Meter

2. Interested tenderers may obtain further information about this requirement from the above office selling thedocuments. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non-refundable fee of Rs 280/- (inclusive GST) per set inthe form of account payee demand draft/ cashier's cheque/ certified cheque, drawn on a scheduled commercialbank in India, in favour of SECURITY PAPER MILL payable at HOSHANGABAD.

4. Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.com andhttp://eprecure.gov.in and submit its tender by utilizing the downloaded document, along with the requirednon-refundable fee.

5. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, forwhich extra expenditure per set will be Rs.100/- for domestic post. The tenderer is to add the applicable postagecost in the non-refundable fee mentioned in Para 3 above.

6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchaseorganization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. SUBMISSION OF TENDER: The bid is to be submitted in two parts:-The bid is to be submitted in two parts i.e. Part A: TECHNO-COMMERCIAL BID and Part-B: PRICE BID separatelyin 02 sealed envelopes duly super scribed as Techno # commercial and Price Bid with our NIT reference No. anddate. The aforesaid two envelopes should be put inside an Outer big size envelope duly sealed and this outerenvelope again should be super scribed with words Techno-Commercial Bid & Price Bid against our TenderDocument / NIT No., NIT Date & Due date and be addressed to the General Manager, Security Paper Mill,Hoshangabad-461005 (M.P.)

Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mail willnot be considered.

(8) EARNEST MONEY DEPOSIT (EMD): NOT APPLICABLE .

(9) SECURITY DEPOSIT : In case of order in your favour for Rs.1,50,000/- or above, the supplier shall furnish theperformance security amount/ Security Deposit(S.D) (10% of the ordered value) after issued Purchase Order bySPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The performance security will bereturn back without any interest to successful tenderer after the completion of all contractual obligations.

(10) NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANYDIC/SSI/MSME/NSIC REGISTERED FIRM.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3

Tender Number:6000012361

(11) Tender Fee and Earnest Money Deposit (EMD) is exempted for firms having NSIC registration for the tenderedstores. A copy of valid NSIC is to be submitted along with bid.

--------------------------------Special Instruction: ---------------------------------(I) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Pleasesend the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwiseyour offer will not be considered for above exemption.

(II)Price quotation in tenders:(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall alsobe allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price isfrom someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed tosupply up to 25 per cent of total tendered value.

(b) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (totendered quantity).

(c) In case of tender item have non-split able or non-dividable, etc. MSE quoting price within price band L1+15%may be awarded for full/ complete supply/service of total tendered value to MSE.

(d) Minimum 3 per cent reservation for Women owned MSEs within 25 percent mentioned above (i.e. 3 percent outof 25 percent).

(III) Special provisions for micro and small enterprises owned by SC or ST:Out of 25 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 25 per cent (i.e., 4 percent out of 25 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the ScheduledCaste or the Scheduled Tribe entrepreneurs. Provided that, in event of failure of such Micro and Small Enterprisesto participate in tender process or meet tender requirements and L1 price, 4 per cent sub-target for procurementearmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall bemet from other Micro and Small Enterprises.

----------------------------------------------------------------

Note :(1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurementmanual.

(2) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of thistender document. For details regarding GIT and GCC please refer links as below:http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdfhttp://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

SECTION - II to XIX : APPLICALE, EXCEPT SECTION : XIII & XVIII.SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLESECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.4

Tender Number:6000012361

IMPORTANT NOTE:-

1.BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER.#

2. The tender documents are not transferable.

3. SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or infull any tender or reject any tender without assigning any reason or to cancel the tendering process and reject alltenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer ortenderers.

FIRM SHOULD STRICTLY FOLLOW THE CONDTIONS AND ACTS MENTIONED BELOW :-

(I) Safety Conditions-------------------------(1) The work has to be carried out under proper supervision and all safety rules and regulations should be followedand also as per direction of our officials.

(2) You have follows all safety norms and labour law act police verification of your employees, insurance, withoutwhich your employees can not permitted for work in our premises.

(3) It will be sole responsibility of the contractor to insure yours workmen against risks of accident and injury while atwork as required by the relevant rules and to pay compensation, if any to them as per workmen's compensation act.The work will be carried out in a protected area and all the rules and regulations of S.P.M. in that area that are inforce from time to time will have to be followed by the contractor.

(4) The contractor shall assign to his workmen task commensurate with their experience and state health condition.

II) Other Important Conditions:--------------------------------------------------------The Contractor shall be abide by the following Acts:

1. The Contract Labour (R&A) Act-19702. The Provident Fund & Misc. Provisions Act-19523. The Minimum Wages Act-19484. The Payment of Wages Act-19365. The Employee Compensation Act-1923

Encl.:1. Annexure-I (Price Schedule) 2. Annexure - II (Checklist)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.5

Tender Number:6000012361

(HITESH TANWAR) Asst. Manager (Material)For General Manager E-mail : [email protected] PHONE :- (07574) 286847, 286842, 286776, 286587

CORRESPONDING ADDRESS------------------------------THE GENERAL MANAGERSECURITY PAPER MILLHOSHANGABAD-461 005 (M.P.)Website: http://spmhoshangabad.spmcil.com

FAX :- (07574)-255170

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

COPY TO: SK(E)/M(T)/ By Mail

..........................................

..........................................(Name Designation, Adress telephone number etcof the officer signing the document)

For and on behalf of...........................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.6

Yours faithfully,

Tender Number:6000012361

Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1

Tender Number:6000012361

Section II: General Instructions to Tenderers (GIT)Part II: Additional General Instructions Applicable to Specific type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.2

Tender Number:6000012361

Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

01 4 Eligible Goods and Services (Origin ofGoods)

All goods and related services to be suppliedunder the contract shall have their origin in India orother countries, subject to any restriction imposedin this regard in Section III (SIT). The term 'origin'used in this clause means the place wherethegoods are mined, grown, produced, ormanufactured or from where the related servicesare arranged and supplied.

02 9 Time Limit for receiving request forclarification of Tender Documents

A Tenderer requiring any clarification orelucidation on any issue of the tender documentsmay take up the same with SPMH in writing or byfax/e-mail/telex. SPMH will respond in writing tosuch request provided the same is receivthantwenty one days (unless otherwise specified in theSIT) prior to the prescribed date of submission oftender. Copies of the query and clarifcation shallbe sent to all prospective bidders who havereceived the bidding document.

03 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

04 19 Tender Validity The tenders shall remain valid for acceptance fora period of 120 days after the date of tenderopening. Any tender valid for a shorter period shallbe treated as un-responsive and rejected.

05 20.4 Number of Copies of Tenders to besubmitted

single copy

06 28.1 Discrepancy in Prices - A If, in the price structure quoted by a tenderer,there is discrepancy between the unit price andthe total price (which is obtained by multiplying theunit price by the quantity, the unit price shallprevail and the total price corress SPMH feels thatthe tenderer has made a mistake in placing thedecimal point in the unit price, in which case thetotal price as quoted shall prevail over the unitprice and the unit price corrected.

07 28.2 Discrepancy in Prices - B If there is an error in a total price, which has beenworked out through addition and/or subtraction of

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1

Tender Number:6000012361

Sr No GIT ClauseNo.

Topic SIT Provision

subtotals, the subtotals shall prevail and the totalcorrected

08 28.3 Discrepancy in Prices - C If there is a discrepancy between the amount expressed in words and figures , the amount inwords shall prevail If , as per the judgment ofSPMH , there is any such arithmetical discrepancyin a tender, the same will be suitably conveyedtothe tenderer by registered /speed post .If thetenderer does not agree to the observation ofSPMH, the tender is liable to be ignored.

09 SpecialCondition

GST return Supplier Should file the GST returns for outwardsupplies in time. In case of any Input Credit Lossto SPM by way of their failure to files GST Returnsin time, SPM reserves the right to withhold thepayment of further supplies till production ofevidenceof filling of Returns.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.2

Tender Number:6000012361

Section IV: General Conditions of Contract (GCC)

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdffor further details (GCC contains 28 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1

Tender Number:6000012361

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

01 12.2 Insurance The supplier shall make arrangements for insuringthe goods against loss or damage incidental tomanufacture or acquisition, trasportation, storageand deliver as per clause no. 12.3, 12.4, 12.5

02 14.1 Incidental Services Applicable03 15 Distribution of Dispatch Documents for

clearance/ Receipt of GoodsApplicable

04 16.2, 16.4 Warrantee Clause NOT APPLICABLE05 19.3 Option Clause The General Manager Security Paper Mill

Hoshangabad may reserve the right to increasethe ordered quantity by 25% at any time, till finaldelivery date of the contract, by giving reasonablenotice even though the quantity ordered initiallyhas beensupplied in full before the last date ofDelivery Period.

06 21.2 Taxes and Duties Applicable ( Henceforth, every supplier has toindicate the break-up of Tax (GST Tax) in priceschedule/bills. In case Tax is not applicable onsupplier, they must enclose relevant TaxExemption certificate. It is must for availinginputtax rebate.

07 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments 100% Payment shall be made after completion &satisfactory of work (as per section VII) by thesupplier during the month and on production of allrequired documents.

08 24.1 Quantum of LD If the contractor fails to deliver the goods and/orservices or any installment thereof within theDelivery Period, SPM Hoshangabad shall, withoutprejudice to other rights and remedies available toSPM, Hoshangabad under the contract, deductfrom thecontractor price, as Liquidated damages,a sum equivalent to the rate of 0.5 Percent of thedelivered price of the delayed goods and/orservices along with applicable GST of 18% on theLD amount for each week of delay or part..........

09 24.1 Quantum of LD ...thereof until actual delivery or performance,subject to a maximum deduction of the 10% (plus

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1

Tender Number:6000012361

Sl.No.

GCC ClauseNo.

Topic SCC Provision

GST on the LD amount) of the delayed goods orservices#

10 33.1 Resolution of Disputes If dispute or difference of any kind shall arisebetween SPMH and the supplier in connectionwith or relating the contract, the parties shall makeevery effort to resolve the same amicably bymutual consultations. If the parties fail to resolvetheirdispute or difference by such mutualconsultation within 21 days of its occurrence, then,unless otherwise provided in the SCC, eitherSPMH or the supplier may seek recourse tosettlement of disputes through arbitration act 33.2.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.2

Tender Number:6000012361

Section VI: List of RequirementsScheduleNo.

Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 ARC of Electrical Workscable lay works

AU 1.000 0.00 INR 0.00

2 ARC of Electrical Workslight maintenanc

AU 1.000

3 ARC of Electrical workscable tray inst

AU 1.000

4 ARC of Electrical WorksEquipment Maint.

AU 1.000

5 ARC of Electrical WorksMisc works

AU 1.000

6 ARC of cable lugging andglanding work

AU 1.000

Detailed Description of work and quantity as per section-I & VII---------------------------------------------------------------------------------------

This is the tentative requirement, it may increase or decrease during the contract period.

(1)SUBMISSION OF TENDER (TWO Bid): The bid is to be submitted in two parts:-

The bid is to be submitted in two parts i.e. Part #A : TECHNO-COMMERCIAL BID and Part-B : PRICE BIDseparately in 02 sealed envelopes duly super scribed as Techno # commercial and Price Bid with our NIT referenceNo. and date. The aforesaid two envelopes should be put inside an Outer big size envelope duly sealed and thisouter envelope again should be super scribed with words # Techno- Commercial Bid & Price Bid against our TenderDocument / NIT No., NIT Date & Due date and be addressed to the General Manager, Security Paper Mill,Hoshangabad-461005 (M.P.)

(i) The tender duly prepared as following and should reach this office by Registered Post/ Courier Services / Dropbox Only, on or before the due date prescribed. Tenders received by Fax/Email will not be accepted and summarilybe rejected.

ii) BILLING:

a. Bills for jobs shall be certified only on the basis of the data in the Log/Measurement books, Job Order/Job Slipduly certified by EIC.

b. Contractor shall submit only one Bill per month for the work done in previous month.

c. The contractor shall submit bills with detail measurement in quadruplicate in Standard bill format of SPM andmaintain one copy of each bill for their records.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1

Tender Number:6000012361

Confirm the following terms and conditions and documents are to be submitted with in this Techno-Commercial bid:-

(i) Tender document fee : Rs. 280/- (as per section-I)

(ii) EARNEST MONEY DEPOSIT (EMD): NOT APPLICABLE

(iii) Exemption from Tender fee & EMD: - Firms were having NSIC/MSME/DIC/SSI registration for the tenderedstores are only exempted from Tender fee & EMD. Enclosed copy of valid NSIC/MSME/DIC/SSI registration alongwith bid.

(iv) The required contract period : The contract will be One year from the date of actual commencement of operationof the contract. If awarded contract value remains, contract period may be extended accordingly.

(v) Place of work : Security Paper Mill, Hoshangabad.

(vi) Tender Validity: The tenders shall remain valid for acceptance for a period of 120 days from the opening date ofquotations. Any tender valid for a shorter period shall be treated as unresponsive & rejected.

(vii) Payment Terms: 100% Payment shall be done on completion of work (as per section-vii) by the supplier duringthe month.

(viii)The Tenderer shall submit detailed technical offer as per Section-VII: Technical Specifications of this tenderdocument.

(ix) Firm should have experience of work contract of 132 KV voltage level or above in any one year during the lastfive year ending 31st March 2018. Relevant document to be submitted along with the techno-commercial bid.

(x)It should not have any price /price elements of the item being offered in techno-commercial bid, otherwise offershall liable to rejection.

(xi)One format of blank Price bid to be furnished without price/ price elements to know whether the firm furnishedclearly all charges as required in our Price Schedule shown at Section: XI of this document.

(xii) The tenderer has to submit a declaration on your letter head duly sealed and signed stating that "We undertaketo withdraw all deviations if any in the Tender and unconditionally accept all the terms and conditions with technicalspecification/Scope of work of the tender document without any deviations ", otherwise offer may liable for rejection.

(xiii) Containing un-priced tender consisting commercial package including all terms and conditions. No price detailsto be given in this section. Please fill Section-X with seal and sign and attached with Techno-commercial bid.

PART-B: PRICE BID-----------------------------

(i)The bidders shall quote the price and other elements of price as per the format given as Section-XI of this tenderdocument. Insertion, post script, addition and alteration shall not be entertained with signing and sealing of thebidder firm.

(ii)Price quoted by the tender shall remain firm and fixed during the currency of the contract and not subject tovariation on any account (As per clause 14.1 of GIT)

(iii) Conditional offer shall liable to rejection.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2

-------------------------------------------PART-A: TECHNO-COMMERCIAL BID

Tender Number:6000012361

(iv) All the details should be clearly mentioned in the price bid.

(2)EVALUATION CRITERIA FOR L1 BIDDER:-

The method of evaluation of L-1 criteria for awarding the contract shall be on consolidation offer and Purchase orderto be placed to a single party only.

(3) OTHER TERMS AND CONDITIONS-----------------------------------

3.1 The Contractor must fulfill all the provisions/conditions required under The Contract Labour (Regulation &Abolition) Act 1970 and other related Acts.

3.2 Contractor shall make known the normal timings for deployment to contract labour and the normal workinghours shall be 8.00 AM to 5.00 PM with one hour lunch break from 12:.00 PM to 1.00 PM. However SPM may bechanging the timings for the day and night shift at its discretion, from time to time and same will be intimated to thecontractor. In case of urgency/ emergency, the contractor's labour to be deployed beyond normal duty hours whichshall be compensated on hourly basis.

3.3 The Skilled/unskilled Labour will wear its own uniform with separate dress code without pocket with name plateto be provided by the contractor failing which will invoke penalties.

3.4 Agency should provide Police Verification & Character Certificate of the deployed labour. The clearance of thelocal police with regards the antecedents of the persons deployed by it will be obtained by the agency beforedeployment of the personnel.

3.5 The bidder has to quote for all types of services mentioned in price bid format. Part quotation will be rejected.The bidder shall sign each page of the tender documents in token of its understanding& acceptance.

3.6 The Security Deposit shall be returned to the contractor on the expiry of the contract period on (contractor/agency) furnishing the usual clearance/ No Demand Certificate.

3.7 The Contractor firm shall in no case pay its employees less than the minimum mandatory rates per month inaccordance with the Minimum Wages fixed by Deputy Chief Labour Commissioner (Central) office, Jabalpur and arecord of that should be kept in a register, which may be made available for examination to the as and whendemanded and all compliances related to Labour Laws must be fulfilled by the Contractor.

3.8 The General Manager, Security Paper Mill, Hoshangabad in his sole discretion unconditional and withouthaving to assign any reason, reserves the right:

(a) To accept or reject the lowest tender or any other tender or all the tenders.

(b) To accept any tender in full or in part.

(c) To apportion the total services amongst different tenders.

(d) To enforce Fore-closure clause after placement of job orders by giving due notice of l5 days i.e. "if at any timeduring contract, the contract can be terminated by the General Manager, Security Paper Mill, Hoshangabad." for anysecurity reasons or unsatisfactory performance by the contractor, without giving any right to the contractor for anyclaim or damages or loss to be lodged against Security Paper Mill, Hoshangabad.

3.9 The tender shall remain open for acceptance for a period of not less than 120 days from the date of opening oftenders.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.3

Tender Number:6000012361

3.10 The names of the workers to be deployed by the agency shall be made known to the authorities with theiridentity card/employment number, before commencing services. The frequent changes in the manpower will not beallowed.

3.11 The rates quoted shall be for the entire period of the contract. Any amendment there to shall be at the soleoption of Security Paper Mill, Hoshangabad. The said rate shall be quoted keeping in the mind that the statutorycompliance of all labour laws / regulations must be compliance by the contractor/agency.

3.12 In case of increase in minimum wages of Deputy Chief Labour Commissioner (Central) office, Jabalpur,subsequent to opening of the tender, then the increase amount of the wages including the corresponding PF shareshall be revised in the contract by Security Paper Mill, Hoshangabad. Any change /increment in the minimum wagesissued by Deputy Chief Labour Commissioner (Central) office, Jabalpur will be paid to the contractor and thecontractor should pay the same to their staff.

3.13 The payment(s) shall be made to the contractor are subject to deduction of tax(s), Cess liveable by anyGovernment as per rules from time to time and will be made after the completion of every month on completion ofthe assigned work and after certification by user department. The bill must be submitted in triplicate. Further, theagency shall furnish a copy deposition of monthly EPF challans/ returns etc. with next bill, failing which amount asdeemed fit by Security Paper Mill, Hoshangabad shall with hold in the next subsequent bill. The required strength ofmanpower for various works shall be as per actual manpower deployment and any increase/decrease there by in theactual manpower deployed shall increase/reduce the payment to be made proportionately as per rates given in theagreement.

3.14 The agency shall claim their commission in the form of Administration and service charges for providingservices at a rate quoted by it in the price tender document and contract.

3.15 The Contractor should make suitable arrangement for supervision of the manpower deployed and other relatedworks.

3.16 The agency shall ensure that their staff deployed for service in Security Paper Mill, Hoshangabad premisesshall be available during their duty hours as per the roster and they shall not leave their place of duty withoutauthorization of supervisor for the contractor.

3.17 That the agency shall deploy suitable personnel at all relevant time for .rendering services and shall furthermaintain a list of the reserves police verification duly complied for replacement and supplement the strength at shortnotice as per work experiences. The agency shall furnish such list to the officer authorized by Security Paper Mill,Hoshangabad every month.

3.18 The contractor shall maintain a daily attendance register including the number and names of the workersengaged for works as per scope of the contract. Also shall number and names of maintain all necessary registers asper mandatory requirement under the law of land.

3.19 The Contractor shall not engage any sub-contractor or transfer the contract to any other person.

3.20 Security Paper Mill, is not responsible for any dispute of manpower deployed by the contractor, and themanpower so deployed shall not be in any way is the employees of Security Paper Mill, Hoshangabad.

3.21 Contractor will be responsible for making the payment directly to the deployed manpower through bank transferonly by 7th of each month EPF need to be paid by 7th of each month and subsequently raise the bill forreimbursement which will be verified on the basis of actual amount disbursed and attendance etc. and will paidwithin 7 days after payment of wages& statutory payment. Contractor liable for penalty as decided by the SecurityPaper Mill, Hoshangabad for not making timely payment to its manpower as per above schedule.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.4

Tender Number:6000012361

3.22 The Contractor firm shall be responsible for all injuries and accidents to persons employed by him. Theworkmen shall be insured against personal accidents arising out of and during the course of their duties. In the eventof injury, illness or mis-happening to any worker, the company will not be liable to pay any compensation. Theinsurance cover shall include the liability under the Employee Compensation Act by the supplier firm.

3.23 Contractor shall have to engage the required number of manpower and in case required number is not availableon any day without proper and acceptable reason SPM can impose penalty on Contractor firm as per clause 6.

3.24 The Contractor firm shall not appoint any sub company/agency to carry out any obligation under the contract.

3.25 Contractor shall be governed by the laws of India/M.P.Govt. and interpretations in accordance with such laws. Itshall be the responsibility of the contractor/agency to comply with all labour laws/ regulations applicable with respectto the its staff working under the arrangement as is envisaged under the tender. The contractor/agency shall furtherundertake to indemnify Security Paper Mill, Hoshangabad of any liability incurred by it on account of non-adherenceto labour laws/regulations by it.

3.26 If the contractor repeatedly violates the terms and conditions of the contract or fails to supply required numberof unskilled manpower despite Security Paper Mill, having served him proper notices, the contract shall be liable tobe terminated and security so deposited shall be forfeited.

3.27 In case of disputes for non-payment of wages to the deployed manpower or any other, the payment due to theContractor firm can be withheld till settlement of the disputes on the orders of the court of law.

3.28 The contractor shall abide by all the law of land including Labour Laws (PF, Income Tax, Service Tax or anyother extra taxes levied by the Government)

3.29 Companies Act, Tax deduction liabilities, welfare measures of its employees and all other obligations that enjoinin such cases and are not essentially enumerated and defined herein, though any such onus shall be the exclusiveresponsibility of the contractor and it shall not involve Security Paper Mill, Hoshangabad in any way whatsoever.Compliance of these provisions shall be ensured at the time of making monthly payments.

3.30 The contract can be terminated by the Security Paper Mill, Hoshangabad by giving a month notice. Thecontractor/agency can terminate the contract by giving three months# notice.

3.31 In case the contractor/ Agency leaves the job before completion of the period of contract Security Paper Mill,Hoshangabad shall be entitled to forfeit the security money deposited by the contractor/agency for the execution ofthis contract. The same shall be over and above the liquidated damages suffered on such account by SecurityPaper Mill, Hoshangabad. If any.

3.32 In case of any loss or theft, it shall be made good by the agency and failure on the part of the contractor/agencypart to do so within a period of 30 days, the loss shall be made by good by the encashment of bank guarantees, andif the amount of loss or damage exceed the amount of bank guarantee then remaining amount shall be recoveredform amount standing due and payable to the contractor/agency.

3.33 Any controversy of dispute arising out of this contract shall be referred to the sole arbitrator for adjudication ofdispute to be appointed by Security Paper Mill, Hoshangabad and/or any other officer authorized by Security PaperMill, Hoshangabad it on an application made to it within 3O days of the arising of the dispute. To entertain ability ofan application made after the period of thirty days shall be at the discretion of Security Paper Mill, Hoshangabad and/ or any other officer authorized by Security Paper Mill, Hoshangabad. The arbitration and conciliation act, 1996 shallapply and the venue of the arbitration shall be Hoshangabad. The cost of arbitration shall be shared equally by boththe parties.

3.34 Any individual/firm/company/register society/registered co#operative society presently engaged by thisinstitution and whose performance has not been found satisfactory shall not be eligible for offering tender even if the

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.5

Tender Number:6000012361

individual firm/company/ registered society/registered co-operative society subsequently changes the character/style/nomenclature/compositions of the tenderer and such tender shall be rejected out rightly.

3.35 The tenderer shall disclose in writing all relevant facts as to ownership of the agency and constitution of thebusiness. If it is propriety concern, the name of the proprietor, if it is a firm, the names of all the partners andattested copy of the partnership deed: and if it is a company, the names of all the directors, shall be disclosed.Further, if the said proprietor/any of the partners/any of the directors has/have substantial interest in any otheragency, the said fact and the nature of the said interest shall also be disclosed. If the concerned agency has anyassociated concern/subsidiary/principal/holding company/holding firm, the same shall be disclosed with fullparticulars.

3.36 Contractor be responsible to ensure high integrity of the manpower deployed by it. Any personnel deployed bythe agency, caught making theft shall be handed over to the local police as per law in addition to actions liable ascontained in the terms and condition of the tender/contract. Contractor should ensure that all administrative &security rules of the Security Paper Mill must adhere by the personal deployed by the agency.

3.37 The Security Paper Mill, Hoshangabad, reserves the right to accept or reject any or all tenders withoutassigning any reason and will not be bounded to accept lowest tender.

3.38 The terms and conditions contained herein shall form part of and shall take as if they were included in thecontract agreement to be entered in to between Security Paper Mill, Hoshangabad with contractors.

Note:- If any of the terms& conditions(2 .1) to (2.40) above i s not found fulfilled during the work contract, SecurityPaper Mill, Hoshangabad reserves the right to discontinue the contract and forfeit the Performance Security withoutassigning any reasons thereof by providing a hearing to the contractor, if he wants so.

(4) Special instruction and compliances:-------------------------------------------------------------

4.1 Contract Labour (Regulation & Abolition) Act, 1970 compliances.

4.1.1 The engagement and employment of labours and payment of wages to them should be as per existingprovisions of various labour laws and regulations is the sole responsibility of the Contractor and any breach of suchlaws or regulations shall be deemed to be breach of this contract. SPMH at any stage may ask the contractor toproduce documents to verify that these provisions/laws are complied with by the contractor.

(a) All wages allied benefits such as leave, salary, PF, Gratuity, Bonus etc. as per the provisions of related act,shall be paid by the contractor and SPMH shall not incur any liability or additional expenditure whatsoever forpersonnel deployed.

(b) It is mandatory that the contractor#s employees must be paid through bank transfer only.

4.1.2 The contractor shall be responsible for compliance of all the provisions rules/regulations of contractlabour law (R&A) Act, 1970 and State Govt. instructions that are/will be applicable to and aimed to protect theinterest of his employees/worker engaged under this contract by it and shall ensure payment of all the statutorydues/liabilities as may have arisen during the past 'or' may arise during the course of performance of contract.

(5) OFFICIAL RECORDS:-------------------------------------

5.1 The Contractor shall maintain complete official records of disbursement of wages/salary, showing specificallydetails of all deduction such as PF etc. in respect of all the staff deployed in SPMH Premises.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.6

Tender Number:6000012361

5.2 The Contractor shall maintain a personal file in respect to fall their staff who are deployed in SPMH office. Thepersonal file shall invariably consist of personal details such as name, address, date of birth, sex, residentialaddress (Temporary/ Permanent) and all grievances recorded by the staff vis-a-vis action taken etc.

(6) OBLIGATION OF CONTRACTOR :------------------------------------------------

6.1 Contractor must provide to its employees their photo identity cards properly displayed during duty time. No extrapayments shall be claimed by the Contractor or its deployed staff from SPMH for such item.

6.2 Contractor must employ adult and personnel with relevant skill and qualification only. Employment of child labourshall lead to the termination of the contract at the risk and cost of the Contractor. Contractor shall deploy/engagereliable persons at SPMH after proper character and police verification and impose any conditions as per prevailingcontractual labour laws for such engagements, take disciplinary action or reward any person at work etc., at its solecosts, risks and responsibilities. Contractor shall intimate the details like name, age, parentage, address (residentialas well as permanent) of all staff to the SPMH and shall also intimate changes in address of the staff as and whenthey take place.

6.3 In the event of the personnel having been deployed by the Contractor not performing jobs as per expectedstandards in whatsoever manner or in case the personnel behave in an unacceptable manner, the Contractor shall,remove the said personnel the same day and deploy a suitable substitute in his/ her place of suitable qualificationsand experience within seven days failing which the SPMH may get the services performed by other means for whichthe Contractor shall be liable to bear any extra cost that may be incurred by the SPMH.

6.4 A Service Log Book shall be maintained at the SPM's premises and daily record of the actual services providedshall be kept.

6.5 Contractor should at all times indemnify SPMH against their all claims, damages or compensation under theprovisions of Payment of Wages Act, 1936; Minimum Wages Act, 1948; Employer's Liability Act, 1938; TheWorkmen Compensation Act, 1923 Industrial Disputes Act, 1947 Maternity Benefit Act, 1961; Payment of bonus Act1965; Factory Act 1948 or any modification thereof or any other law relating thereto and rules made hereunder fromtime to time. SPMH will not own any responsibility in this regard.

6.6 Contractor's staff shall always be disciplined, properly dressed and be presentable all the time during workinghours. The persons deployed by Contractor shall be properly trained, have requisite experience and skills forcarrying out the multi tasks assigned at SPM's office. The Contractor shall be solely responsible to tackle thematters in case any of its staff deployed under this contract falls sick or is injured or goes on strike/ unfair activitiesetc. during performance of his/her duty. It shall indemnify SPMH in all respects under this contract.

6.7 Be it private or public areas, the Contractor's employees shall be liable to be frisked checked by the securitypersonnel at SPMH premises or on duty at any time during performance of their duties.

6.8 Contractor's employees shall perform their duties at the premises with due diligence and take all precautions toavoid any loss or damage to the government property/person.

6.9 Contractor shall be solely responsible for any indiscipline, theft, loss or damage to any or persons/ property atthe premises on account of acts of omission and commission by the staff deployed by him.

(7) PENALTIES:----------------------------------

7.1 In case the Contractor fails to fulfill the minimum statutory requirements (WC/Insurance) as per the conditions of

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.7

Tender Number:6000012361

the tender document and fails to produce the concerned documents, it shall be treated as breach of the Contractand the Contractor is liable to be blacklisted by the SPMH, in addition to forfeiting of the monthly bills andPerformance Security Deposit.

7.2 In case of breach of any conditions of the contract and for all types of losses cause including excess cost due tohiring services in the event of Contractor failing to provide requisitioned number of manpower, the SPMH shallmake deductions at double the rate on pro rata basis from the bills preferred by the Contractor or that may becomedue to the Contractor under this or any other contractor from the security deposit or may be demanded from him tobe paid within seven days to the credit of the SPMH.

7.3 Non-compliance of any tender conditions may also lead to deduction of service charge for the month anddecision of SPM management shall be final and binding.

------------------------------SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.8

Tender Number:6000012361

Section VII: Technical SpecificationsFirm should have 'A' class Electrical contractor licence valid in MP.

SCHEDULE NO. 1------------------

CABLE LAYING JOB

Cable Laying in TrenchesLAYING OF LT POWER/ CONTROL AND OTHER CABLES IN TRENCHES.

Horizontal and vertical laying of one or more armoured / unarmoured XLPE LT power(voltage grade upto 1.1 KV)/control/ and other cables of following sizes in pre- excavated cable trench or existing trench / RCC or Hume orStoneware or Metal pipe/ masonry duct, fixing of number tags (if required), testing and transportation from stores tosite, unpacking, straightening, dressing of cable and returning the empty drum with unused cable, if any, to storesetc. all with labour and materials as per the drawings, specifications and directions of the Engineer-in- charge.NOTE: Cables will be supplied by the Owner free of cost.a Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

Cable Laying on Cable Trays/StructuresLAYING OF LT POWER/ CONTROL AND OTHER CABLES ON CABLE TRAYS/STRUCTURES. Horizontal andvertical layingof one or more armoured / unarmoured XLPE LT power(voltage grade upto 1.1 KV)/ and other cables of followingsizes on cable racks/wall and steel structure upto any height, fixing of saddles, aluminium strips, number tags ( ifrequired), testing and transportation from stores to site, unpacking, straightening, dressing of cable and returning theempty drum with unused cable, if any, to stores etc. all complete with labour and materials as per the drawings,specifications and directions of the Engineer-in-charge. NOTE: Cables will be supplied by the Owner free of cost.a Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

Temporary cable laying & dismantling of cables

Temporary laying amd dismantling of following cables armoured/unarmoured,power/control/telecommunication/computer of different voltage grades/sizes/types for temporary connectionincluding transportation of cable from stores/another site and returning the same after dismantling to store, allcomplete with labour and material as per the directions of Engineer-in-Chargea Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

Dressing of CablesDressing of cables in underground trenches, cable trays/racks including supply and fixing of clamps etc wherevernecessary as per the direction of Engineer-in-Chargea Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.1

Tender Number:6000012361

HT Cable Laying in Trenches

LAYING OF HT POWER CABLES IN TRENCHES. Horizontal and vertical laying of one or more armoured XLPE HTpower(voltage grade above 1.1 KV but not exceeding33kV) of following sizes in pre-excavated cable trench or existing trench / RCC orHume or Stoneware or Metal pipe/ masonry duct, fixing of number tags ( if required), testing and transportation fromstores to site, unpacking, straightening, dressing of cable and returning the empty drum with unused cable, if any, tostores etc. all complete with labour and materials as per the drawings, specifications and directions of theEngineer-in-charge. NOTE: Cables will be supplied by the Owner free of cost.a Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

HT Cable Laying on Cable Trays/StructuresLAYING OF HT POWER CABLES ON CABLE TRAYS/STRUCTURES. Horizontal and vertical laying of one or morearmoured XLPE HT power (voltage grade above 1.1KV but not exceeding 33kV) cables of following sizes on cable racks/wall and steel structure upto any height, fixingof saddles, aluminium strips, number tags ( if required), testing and transportation from stores to site, unpacking,traightening, dressing of cable and returning the empty drum with unused cable, if any, to stores etc. all completewith labour and materials as per the drawings, specifications and directions of the Engineer-in-charge. NOTE:Cables will be supplied by the Owner free of cost.a Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

Dismantling of cables & Rolling back to cable drumsDismantling/Puling out the LT/HT, XLPE, Power/Control, armoured/Unarmoured cables of various voltagegrades/types/sizes/makes from the trench/pipes/ structures/racks or trays, declamping and rolling it back to emptydrums, returning the drum to the store including transportation as per the direction of Engineer-in- Charge, allcomplete with manpower & materials.a Overall diameter upto 35mmb Overall diameter >35mm but upto 55mmc Overall diameter >55mm but upto 75mmd Overall diameter > 75mm

SCHEDULE NO. 2------------------LIGHTING MAINTENANCE

Lamp ReplacementReplacing & commissioning of following lamps suitable for 240V, 50Hz, AC supply , installed in the existing streetlight / Floodlight Mast / Wall Mounted fixtures / Ceiling Mounted / Pole mounted / fittings including transportation oflamps from owner's stores to site, returning the damaged lamps to Engineer-in-Charge, rectifying the circuit faults,supply of small hardwares & other consumables like PVC tapes, connectors, carrying ladder as and when required.

Contractor shall keep ladders & scaffolding materials as per requirement for day to day activites, however, ladder orscaffolding as required will be provided by SPM at the discretion of EIC and as per best site practices. All completewith labour, material, tools & tackles as per the direction of Engineer-in Charge.

Note: Lamps will be supplied by SPM free of costa 150W / 250W HPMV or HPSVb 400W HPMV or HPSV

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.2

Tender Number:6000012361

c 60W/100W/200W GLS Lampd 9W/11W/13W/18W/25W/36W/40W

CFL/Fluorescent LampChoke/Ignitor/Condensor/Holder ReplacementReplacing & commissioning of following spares for following lamps, including transportation of spares from Owner'sstore to site, returning the damaged spare to EIC, supply of small hardwares & other consumables like PVC tape,connectors etc. labour, materials, tools & tackles, carrying ladder as and when required. Contractor shall keepladders & scaffolding materials as per requirement for day to day activites, however, ladder or scaffolding asrequired will be provided by SPM at the discretion of EIC and as per best site practices. All complete with labour,material, tools & tackles as per the direction of Engineer-in Charge.

Note: Materials as required will be supplied by SPM free of costa Ballast suitable for 125W/250W HPSV/HPMV lampsb Ballast suitable for 400W HPMV/HPSV lamps for HLMc Ignitors/Capacitors suitable for 125/250W lampsd Ballast suitable for 18/36/40W fluorecent lampse Starters suitable for 18/36/40W fluorescent lampsf Holders suitable for 18/36/40W fluorescent lampsg E27/E40/B22D3 Holder

MCBs

Installation of rating 240/415 volts, 50Hz, 10KA, G series miniature circuit breakers (MCBs) (suitable for motors &other inductive loads confirming to IS 8828:1996, IEC 60898:2002) of following poles in the existing DBs completewith connection, testing & commissioning etc as required and direction of Engineer-in-Charge.

b Double Pole (Only Installation) - MCB will be free issue item. Other consumables in Contractors Scope

d Four Pole (Only Installation) - MCB will be free issue item. Other consumables in Contractors Scope

PVC Insulated Copper Cable

Laying, connection of the following sizes of 1.2kV grade PVC insulated copper conductor. All complete with labor &material, tools & tackles as per direction of Engineer-in- Charge. Note: Phase color wire shall be Red, Yellow & Blue,Neutral shall be Black & earth shall be of green color.

a 1.5 sq. mm (7/0.53) (Only Installation) - Wire will be free issue item. Other consumables in Contractors Scopeb 2.5 sq. mm (7/0.67) (Only Installation) - Wire will be free issue item. Other consumables in Contractors Scopec 4 sq. mm (7/0.85) (Only Installation) - Wire will be free issue item. Other consumables in Contractors Scope

Fixing of Misc. Wiring AccessoriesFixing & connection of 250V flush type / tumbler anchor make or approved equivalent switch, socket bell, push etcon perpex sheet on MS box including supply & fixing of nuts, bolts etc but excluding the supply of perpex sheet &MS Box all complete with labour & materials as per direction of EIC.

a 1 way 5/6 amps piano type switch with ISI markb 1 way 15/16 amps piano type switch with ISI markc Piano type 5 pins 5/6 amps socket outlet

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.3

Tender Number:6000012361

d 3 pins flush type 15/16 amps socket outlete 3 pins 5/6 amps ISI marked polycarbomatef 3 pins 15/16 amps ISI marked polycarbomate unbreakable plug topg Hanging bed/cord/bell push switchh Dimmer 400 W / Fan Regulatori Mini Kit Kat Fuse Flush 10 ampsj Mini Kit kat fuse flush 16 ampsk Mini Kit Kat Fush Flush Knob Onlyl Mini Buzzer Switch Typem Delux Musical bell

Fixing of Misc. Mosaic Wiring Accessories

Fixing & connection of 250V below given mosaic wiring accessories of MDS or approved equivalent includingsupplying and fixing of nuts, bolts,complete with labor and materials as per direction of EIC a 6 amps - 1 way - SP - 1 module switchesb 6 amps - 2 way - SP - 1 module switchesc 10 amps - 1 way - SP - 2 module switchesd 10 amps - 2 way - SP - 2 module switchese 16 amps - 1 way - SP - 1 module switchesf 16 amps - 2 way - SP - 1 module switchesg 6 amps - 1 way - SP - 1 module Push Buttonh 6 amps - 1 way - SP - 1 module Bell push 6 amps - 2/3 pin combined 2 module shutteredi 6 / 16 amps - 3 pin combined 3 module shutteredjk 16 amps - 3 pin - 3 module switch socket

SCHEDULE NO. 3------------------

MS/GI/AL Cable Tray (Excluding supply)

Fabrication, Installation of following sizes of perforated GI Cabletrays including horizontal & vertical bends, reducers as required, tees, cross members, other accessories asrequired and duly suspended from the ceiling/or fix to RCC or steel column, beams or any other structure memberswith MS suspenders, angles, channels etc complete with labour & materials as per drawings and instructions ofEngineer-in-Charge. (All hardwares and fittings shall be minimum of Chromium or Cadmium plated, or Zincpassivated).Note: Supports, angles, channels etc shall be paid separately under respective items. Cable tray will be supplied bythe owner free of cost.a 150mm x 100mm x 2mmb 300mm x 100mm x 2mmc 450mm x 100mm x 2mmd 600mm x 100mm x 2mme 150mm x 50mm x 2mmf 300mm x 50mm x 2mmg 450mm x 50mm x 2mmh 600mm x 50mm x 2mmi 100mm x 25mm x 2mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.4

Tender Number:6000012361

j 150mm x 25mm x 2mmk 200mm x 25mm x 2mml 300mm x 25mm x 2mmm 450mm x 25mm x 2mmn 600mm x 25mm x 2mm

Installation of GI Pipe

Laying galvanised steel pipes as supplied by owner in underground trenches, on steel, supply & installation ofsupports, clamps, seats, plugs, bsh, fittings/fixtures like bends, tees, nipples, reducers etc. al complete as perspecification , drawing and direction of Engineer-in-Charge. Job shall include sealing of pipe ends and joint withbushes and bitumen based fillings and such other miscellaneous works so as to make piping watertight.

Note: Only GI Pipes will be supplied by the owner free of cost. The item shall include transportation of pipes fromowner store/issue point to the site, returning unused pipes to the stores as per the direction of the engineer-in-charge. a 25mm diab 40 mm diac 65 mm diad 100 mm diae 150 mm dia

SCHEDULE NO. 4------------------

EQUIPMENT MAINTENANCE

Carrying out maintenance as detailed below for the followingequipment. Job shall be carried out in the presence and as per the guidance/supervision of SPMEngineer/Technicians and in accordance with Clause No. 38 & 39 of SCC. Contractor shall provide general tools &tackles with the technicians/helpers for the job. Power Transformers (33/11kV of variousratings upto 35MVA)Job shall include unbolting of cable/bus terminationbox(primary & secondary), incoming & outgoing feeders, cleaning,assistance during testing, insulator bushing, CTs & the cubicle, tightness check of the cables, greasing & oiling ofthe breaker, replacing any parts if required, tightness checks at trafo end, application of HT tapes as perrequirement & directions (tape shall be free issue item), bolting back the cable termination box, feeders, changing ofSilica gel (Silica gel shallbe provided by SPM and used silica gel shall be dried in sun and returned back), sealing if required, providing anysmall missing/damaged hardwares like nuts,bolts etc., all complete with labour and material as per the instruction ofEngineer-in-Charge. Distribution Transformers (11/0.433kV of various ratings upto 5MVA)

Job shall include unbolting of cable/bus terminationbox(primary & secondary), incoming & outgoing feeders, cleaning,assistance during testing, insulator bushing, CTs & the cubicle, tightness check of the cables, greasing & oiling ofthe breaker, replacing any parts if required, tightness checks at trafo end, application of HT tapes as perrequirement & directions (tape shall be free issue item), bolting back the cable termination box, feeders, changing ofSilica gel (Silica gel shall be provided by SPM and used silica gel shall be dried in sun and returned back), sealing ifrequired, providing any small missing/damaged hardwares like nuts,bolts etc., all complete with labour and materialas per the instruction of Engineer-in-Charge. Bus Duct Maintenance Job shall include unbolting of bus duct covers at5-6 locations, cleaning, assistance in testing, tightness checks as per the directions, application of HT/LT tape asper requirement & directions (Tape shall be provided by SPM), changing of Silica gel (Silica Gel shall be provided bySPM and used silica gel shall be dried in sun and returned back), bolting back the covers, providing any small

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.5

Tender Number:6000012361

missing/damaged hardwares like nuts, bolts etc. all complete with labour and material as per the instruction ofEngineer-in-Charge.

Motor Maintenance

a DC motor ( 1000 KW)

Job shall include opening of cable termination box, motor feeder back cover, cleaning, assistance during testing, removal of earthing points if required, tightnesschecks, sealing if required, bolting back the cable termination box & motor feeder back cover, providing any smallmissing/damaged hardwares like nuts, bolts etc, rack in-rack out the breaker, cleaning the breaker panel, applyingjelly/grease as directed by Site Engineer/technicians all complete with labour and material as per the instruction ofEngineer-in-Charge.

b DC motor ( upto 80 KW)

Job shall include opening of cable termination box, motor feeder back cover, breaker checking & testing, cleaning, assistance during testing, removal of earthingpoints if required, tightness checks, sealing if required, bolting back the cable termination box & motor feeder backcover, providing any small missing/damaged hardwares like nuts, bolts etc, rack in-rack out the breaker, cleaning thebreaker panel, applying jelly/grease as directed by Site Engineer/technicians all complete with labour and materialas per the instruction of Engineer-in-Charge.

e LT Motors (415V above 55kW and upto 160kW) Job shall include opening of cable termination box, motor feeder back cover, breaker checking & testing, cleaning, assistance during testing, removal of earthingpoints if required, tightness checks, sealing if required, bolting back the cable termination box & motor feeder backcover, providing any small missing/damaged hardwares like nuts, bolts etc, rack in-rack out the breaker, cleaning thebreaker panel, applying jelly/grease as directed by Site Engineer/technicians all complete with labour and materialas per the instruction of Engineer-in-Charge.

f LT Motors (415V upto 55kW) Job shall include opening of cable termination box, motor feeder, cleaning, breaker checking & testing, assistance during testing, removal of earthing points if required, tightness checks, sealing if required,bolting back the cable termination box & motor feeder , providing any small missing/damaged hardwares like nuts,bolts etc, rack in-rack out the feeder panel, cleaning the panel, applying

jelly/grease as directed by Site Engineer/technicians all complete with labour and material as per theinstruction of Engineer-in-Charge.

g 1000KW DC motor breakdown Maintenance

Job shall include opening of cable termination box, cleaning, removing earthing cables, assistance during shifting of motor to workshop by providing Hydra,bearing replacement and bringingback the motor to site, re-termination of power cable, earthing cables, assistance during no load run of the motor allcomplete with labour and material as per the instruction of Engineer-in-Charge.

h LT Motors (415V) breakdown Maintenance Job shall include opening of cable termination box, cleaning, removing earthing cables, assistance during shifting of motor to workshop, bearing replacement andbringing back the motor to site, re-termination of power cable, earthing cables, assistance during no load run of the

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.6

Tender Number:6000012361

motor all complete with labour and material as per the instruction of Engineer-in-Charge.

Switchgear Panelsa HT Switchgear (11kV) Job shall include opening of back cover of switchgear panel (1 vertical), racking out the breaker, assistance during testing, cleaning of the panel, insulatorbushing, CTs & the cubicle, tightness check of the cables, greasing & oiling of the breaker, replacing any parts ifrequired, applying HT/LT tape if required (will be free issue by SPM, bolting back the covers. Job shall be carried inthe presence and guidance of SPM Site Engineer orTechnicians

b LT Switchgear (415V) Job shall include opening of back cover of switchgear panel (1 vertical), racking out thebreaker, assistance during testing, cleaning of the panel, insulator bushing, CTs & the cubicle, tightness check of thecables, greasing & oiling of the breaker, replacing any parts if required, applying HT/LT tape if required (will be freeissue by SPM, bolting back the covers all complete with labour and material as per the instruction of Engineer-in-Charge.

c Bus Bar Job shall include opening of top cover to access the bus bars, assistance during testing, cleaning of thechamber, insulator bushing, CTs etc., tightness check of the bus bar joint, replacing any parts if required, applyingHT/LT tape if required (will be free issue by SPM), bolting back the covers all complete with labour and material asper the instruction of Engineer-in-Charge.

Battery Banks

a General Maintenance for UPS Battery Bank Job shall include cleaning of the battery connector plates with DM water, checking the tightness, checking the individual cell voltage, checking the specificgravity, filling batteries with DM water in case of low level as per the directions. DM water , instruments for checkingvoltage & specific gravity shall be provided free of cost, however it shall be the responsibility of the contractor toarrange for the same from store or any other location at site with consultationwith Site Engineer. Job shall be carried in the presence and guidance of SPM Site Engineer or Technicians allcomplete with labour and material as per the instruction of Engineer-in- Charge.. Each battery bank contain 320numbers of 1.4V Lead Acid Batteries

b General Maintenance for Battery Charger Battery Bank Job shall include cleaning of the battery connector plateswith DM water, checking the tightness, checking the individual cell voltage, checking the specific gravity, filling batteries with DM water in case of low level as per the directions. DMwater , instruments for checking voltage & specific gravity shall be provided free of cost, however it shall be theresponsibility of the contractor to arrange for the same from store or any other location at site with consultation withSite Engineer. Job shall be carried in the presence and guidance of SPM Site Engineer or Technicians all completewith labour and material as per the instruction of Engineer-in- Charge.. Each battery bank contain 85 numbers of1.4V Lead Acid Batteries

c Removal of Batteries from Battery Banks Job shall include removal of battery connectors, removal of the faultybattery from the bank, normalizing the battery bank, checking the individual cell voltage, checking the specificgravity, filling batteries with DM water in case of low level as per the directions, boost charge the faulty battery usingCell Booster (will be made available by SPM), install a new battery or old battery after boost charge in the bank andnormalization the battery bank. DM Water & instruments for checking shall be provided by SPM, however it shall bethe responsibility of the contractor to arrange for the same from store or any other location at site with consultationwith Site Engineer. Job shall be carried out in the presence and guidance of SPM Site Engineer or technicians allcomplete with labour and material as per the instruction of Engineer-in-Charge.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.7

Tender Number:6000012361

SCHEDULE NO. 5------------------

MISCELLANEOUS JOBS F

Excavation of earth for cable /pipe laying, earthing for electricalwork. Job shall include excavation of earth for cable treanches/laying of pipes for cable work in all types of soilincluding saturated soil upto a max depth of 1.5 mtrs including shoring, strutting and bailing out excess water ifrequired, backfilling and compacting in layers not exceeding 20 cm thick to the finished ground level and disposaland dressing of excess earth within a lead of 2 km all complete with labour and materials as per standards, drawingsand directions of EIC

1. Supply and Spreading of sand/fine stone dust. Job shall include supply and spreading of fine river sand/fine stonedust in cable trenches as per direction of EIC2. 15 Temporary Power Connection

Providing temporary power connection for the following items including bringing, shifting necessary materials fromstore to site & cleaning these equipment before installation if required. The connection shall also be dismantledafter job finishing and return the material back to the store. These services might be required at any point ofthroughout the day in general hours as well as odd hours all complete with labour and materials as per the directionof the Engineer-in-Charge. Note: All the above materials required for the job except for small consumables like PVCtape, cleaner, cloth etc shall be given by SPM free of cost. welding machines, hand lamps, other electricalequipment of various rating/capacity with adequate cable leads as per direction of EIC

a16 Painting of Electrical surface

Job shall include cleaning of the surface to make it free from rust or any foreign materials, rubbing down thoroughlywith emery paper, wire bush, washing with degreasing solvent to remove grease etc. and preparation of surface ofapplication of enamel paint by spray painting on bus duct, transformers, motors or any other metallic surface withone coat of ready mixed primer and two coats of approved quality/APCOLITE ASIAN synthetic enamel paintincluding supply of the paint suitable for a temperature of up to 100 deg C all complete with men and materials asper the direction of the Engineer-in-Charge.

G EARTHING 1 Providing Earth Electrode

as per the standard drawing and drive in the earth pit filled with charcoal or coke dust mixed with salt clay includinginspection chamberas per the drawing with removable RCC cover, earth excavation,backfilling, masonary work etc, all complete with labour and materials as per the direction of the Engineer-in-Charge.Supply of all materials including GI earth electrode, salt charcoal, funnel, masonry, cover and other necessaryinstallation hardwares are in Erection contractor's scope. All the material shall be Supplied by SPM

5 Earthing Conductors (Only Installation) Laying of earthing conductors of following sizes. Supply of all installationHardwares like Lugs Bolts, Washer etc., are in Erection contractor's scope. The nuts and Bolts shall be of SS 304grade. Earthing cable/conductor shall be free issue item.a 75 X 10mm G.I stripb 75 x 5mm G.I. Strip c 50 X 6mm G.I stripd 40 x 5mm G.I stripe 25 x 5mm GI stripf 1 X 6 Sqmm Copper Cableg 1 X 10 Sqmm Copper Cableh 1 X 16 Sqmm Copper Cablei 1 X 25 Sqmm Copper Cable

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.8

Tender Number:6000012361

j 1 X 35 Sqmm Copper Cablek 1 X 50 Sqmm Copper Cablel 1 X 16 Sqmm GI STRANDED Cablem 1 X 25 Sqmm GI STRANDED Cablen 1 X 35 Sqmm GI STRANDED Cableo 1 X 50 Sqmm AYY Cablep 1 X 120 Sqmm AYY Cableq 1 X 185 Sqmm AYY Cable

H Shifting of material

"Shifting of 200 Ltr. Drum empty/filled with transformer oil / lube oil from one place to another place within the SPMpremises. Half drum or less than half shall be considered as half and more than half shall be considered as one. "

"Filling of oil from oil drum to any vessel / Electrical equipment or vice versa with the help of mannual/ electricaloperated pump. It will include laying of cable and its connection to the electrical pump if required."

"Shifting of motors of all sizes shall be done within plant or from one plant to another plant or from stores to anyplant/ workshop as required. However, services of Forklift shall be provided by SPM free of cost subject to itsavailability."

Scope involves carriage and placement of ladders A type/ordinary of different sizes, as specified in the schedule ofquantities, from one plant to another Plant for maint. job as per instructions of Engineer-in-charge.

SCHEDULE NO. 6------------------

CABLE GLANDING, TERMINATION & JOINTING JOBD3 LT cable End Termination (Excluding Supply of SC Gland)

LT cable end termination for armoured XLPE/PVC aluminium cable with Single Compression weather proof brassglanding (excluding gland & lugs supply) providing end termination of power/control cable including cutting, stripping,providing & fixing heavy duty type lugs, cable insulation, providing & glanding single heavy duty brass cable gland(Dowells or equivalent approved make), wherever required, providing heavy duty type aluminium lug for powercables & copper lugs for control cables, crimping, restoration of insulation/clamping of cable as required, taggingwith aluminium tag, earthing of armour, connection to the equipment terminals etc., all complete with labour andmaterials(excluding gland & lugs supply) as per the standard and direction of Engineer-in-Charge. NOTE: Supply ofGlands & Lugs is in SPM Scope of Supply. a 2*6 sq.mm b 3*4 sq.mm c 3*6 sq.mm d 3*10 sq.mm e 3*16 sq.mm f 3*25 sq.mm g 3*35 sq.mm h 3*50 sq.mm i 3*70 sq.mm j 3*95 sq.mm k 3*120 sq.mm l 3*150 sq.mm m 3*185 sq.mm n 3*225 sq.mm o 3*240 sq.mm p 3*300 sq.mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.9

Tender Number:6000012361

q 4*4 sq.mm r 4*6 sq.mm s 4*10 sq.mm t 4*16 sq.mm u 4*25 sq.mm v 4*35 sq.mm w 4*50 sq.mm 3*2.5 sq.mm LT control cables with x copper lugs 5*2.5 sq.mm LT control cables with y copper lugs 7*2.5 sq.mm LT control cables with copper lugs z 10*2.5 sq.mm LT control cables with aa copper lugs 12*2.5 sq.mm LT control cables with ab copper lugs 14*2.5 sq.mm LT control cables with copper lugs ac 16*2.5 sq.mm LT control cables with ad 19*2.5 sq.mm LT control cables with ae copper lugs 21*2.5 sq.mm LT control cables with af copper lugs 24*2.5 sq.mm LT control cables with ag copper lugs 27*2.5 sq.mm LT control cables with ah copper lugs 30*2.5 sq.mm LT control cables with ai copper lugs aj 3-1/2 * 25 sq.mm ak 3-1/2 * 35 sq.mm al 3-1/2 * 50 sq.mm am 3-1/2 * 70 sq.mm an 3-1/2 * 95 sq.mm ao 3-1/2 * 120 sq.mm ap 3-1/2 * 150 sq.mm aq 3-1/2 * 185 sq.mm ar 3-1/2 * 225 sq.mm as 3-1/2 * 240 sq.mm at 3-1/2 * 300 sq.mm au 1 * 300 sq.mm

4 LT cable End Termination(Excluding Supply of DC Flame Proof Gland)

LT cable end termination for armoured XLPE/PVC aluminium cable with Double Compression brass glanding(excluding gland & lugs supply) providing end termination of power/control cable including cutting, stripping,providing & fixing lugs, cable insulation, providing & glanding double compression heavy duty FLAME PROOF typebrass cable gland, wherever required, providing heavy duty type aluminium lug for power cables & copper lugs forcontrol cables, crimping, restoration of insulation/clamping of cable as required, tagging with aluminium tag, earthingof armour, connection to the equipment terminals etc., all complete with labour and materials (excluding gland & lugssupply) as per the standard and direction of Engineer-in-Charge. NOTE: Supply of Glands & Lugs is in SPM Scopeof Supply. a 2*6 sq.mm b 2*10 sq.mm c 2*25 sq.mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.10

Tender Number:6000012361

d 3*4 sq.mm e 3*6 sq.mm f 3*10 sq.mm g 3*16 sq.mm h 3*25 sq.mm i 3*35 sq.mm j 3*50 sq.mm k 3*70 sq.mm l 3*95 sq.mm m 3*120 sq.mm n 3*150 sq.mm o 3*185 sq.mm p 3*225 sq.mm q 3*240 sq.mm r 3*300 sq.mm s 4*4 sq.mm t 4*6 sq.mm u 4*10 sq.mm v 4*16 sq.mm w 4*25 sq.mm x 4*35 sq.mm y 4*50 sq.mm ah 3-1/2 * 25 sq.mm ai 3-1/2 * 35 sq.mm aj 3-1/2 * 50 sq.mm ak 3-1/2 * 70 sq.mm al 3-1/2 * 95 sq.mm am 3-1/2 * 120 sq.mm an 3-1/2 * 150 sq.mm ao 3-1/2 * 185 sq.mm ap 3-1/2 * 225 sq.mm aq 3-1/2 * 240 sq.mm ar 3-1/2 * 300 sq.mm

6 LT Straight through Joint - Heat Shrinkable (Excluding Supply)

LT straight through joint for armoured XLPE insulated cable excluding supply of heat shrinkable TUBULAR straightthrough joint kit, making straight through joint for medium voltage armoured power & control cable upto 1.1kV gradeincluding cutting, stripping of cable insulation, ferrules, all complete with labour including travel, transportation,boarding, lodging of the cable jointer & materials as per drawings, specification & direction of Engineer-in-Charge.NOTE: Supply of straight through joint kit shall be in SPM scope. a upto 3 / 3.5 / 4 x 6 sq.mm b 3 / 3.5 / 4 x 10sq.mm c 3 / 3.5 / 4 x 16 sq.mm d 3 / 3.5 / 4 x 25 sq.mm e 3 / 3.5 / 4 x 35 sq.mm f 3 / 3.5 / 4 x 50 sq.mm g 3 / 3.5 / 4 x 70 sq.mm h 3 / 3.5 / 4 x 95 sq.mm i 3 / 3.5 / 4 x 120 sq.mm j 3 / 3.5 / 4 x 150 sq.mm k 3 / 3.5 / 4 x 185 sq.mm l 3 / 3.5 / 4 x 225 sq.mm m 3 / 3.5 / 4 x 240 sq.mm n 3 / 3.5 / 4 x 300 sq.mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.11

Tender Number:6000012361

9 11kV (E) / 6.6kV (UE) - Heat Shrinkable Joint (Excluding Supply)11kV ( E)/6.6kV (UE) Heat Shrinkable Straight through PVC/XLPE cable jointing, making the joint for powerarmoured cable of the following sizes including cutting, stripping of cable insulation as per the standards andspecification all complete with labour including travel, transportation, boarding, lodging of the cable jointer andmaterial as per the direction of EIC. Cable jointer shall possess valid certificate for HT jointing. NOTE: Supply ofGlands & Lugs is in SPM Scope of Supply. a 3*95 sq.mm b 3*120 sq.mm c 3*150 sq.mm d 3*185 sq.mm e 3*240 sq.mm f 3*300 sq.mm g 1*300 sq.mm

10 33kV (E) / 22kV (UE) - Heat Shrinkable Joint (Excluding Supply)

33kV ( E)/22kV (UE) Heat Shrinkable Straight through PVC/XLPE cable jointing, making the joint for powerarmoured cable of the following sizes including cutting, stripping of cable insulation as per the standards andspecification all complete with labour including travel, transportation, boarding, lodging of the cable jointer andmaterial as per the direction of EIC. Cable jointer shall possess valid certificate for HT jointing.

NOTE: Supply of Glands & Lugs is in SPM Scope of Supply. a 1*300 sq.mm9 11kV (E) / 6.6kV (UE) - End Termination Indoor Type (Excluding Supply)

Installation of 11kV ( E)/6.6kV (UE) Heat Shrinkable End Termination kit Indoor Type, making the end termination forpower armoured cable of the following sizes along with supply of single/double heavy duty brass gland confirmingto IS-12943 wherever required, aluminium lugs including cutting, stripping of cable insulation as per the standardsand specification, clamping of cable, tagging with aluminum tag, earthing of armour, connection to equipmentterminals all complete with labour including travel, transportation, boarding, lodging of the cable jointer and materialas per the direction of EIC.

NOTE: Supply of End Termination Kit is in SPM Scope of Supply, a 3*95 sq. mm b 3*120 sq.mm c 3*150 sq.mm d 3*185 sq.mm

b 3*120 sq.mm c 3*150 sq.mm d 3*185 sq.mm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.12

Tender Number:6000012361

Section VIII: Quality Control Requirements

NOT APPLICABLE

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec08.1

Tender Number:6000012361

Section IX: Qualification/Eligibility Criteria

NOT APPLICABLE

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.1

Tender Number:6000012361

Section X: Tender Form Date:

To,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Ref: Your Tender document No.6000012361 /EL/ARC/2233 dated 22.02.2019

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of ___QUOTED___ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

...................................(Signature with date)

...................................... (Name and designation)

Duly authorized to sign tender for and on behalf of

...................................................

...................................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1

Tender Number:6000012361

Section XI: Price Schedule

PRICE SCHEDULE:- AS PER ATTACHED ANNEXURE - I

NOTE:

1. Levies/Taxes would not be paid on Forwarding & Freight charges.

2. Conditional price & Variable Price in Tender are liable to be rejected.

3. Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.

4. Quote your rates in your quotation as per the given above price schedule format only and accept our condition i.e.F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITIONINCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected without anyCommunication.

5. The method of evaluation of L1 criteria for awarding the contract shall be decided taking into consideration of totaloffered price.

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required).

S.No. Details1. Name of supplier ............................2. Account No. ............................3. Account Type ............................4. Name of the Bank ............................5. Branch ............................6. City ............................7. Branch Code ............................8. MICR Code ............................9. IFSC Code ............................10. GSTIN No. ............................11. 08 digit HSN Code ............................12. 06 digit SAC Code ............................13. Shipping Address ............................14. Place of Supply ............................15. Billing Address ............................16. GST% ............................================================================================================

7. BILLING:

7.1. Bills for jobs shall be certified only on the basis of the data in the Log/Measurement books, Job Order/Job Slipduly certified by EIC.

7.2. Contractor shall submit only one Bill per month for the work done in previous month.

7.3. The contractor shall submit bills with detail measurement in quadruplicate in Standard bill format of SPM andmaintain one copy of each bill for their records.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.1

Tender Number:6000012361

NOTE : * 'BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OFFULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAYLEAD TO REJECTION OF OFFER.#

** (IN PRICE BID)The basic price or Rate of the material/service is not indicated anywhere in Techno-Commercial Bid.

SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.2

Tender Number:6000012361

Section XII: QuestionnaireThe tenderer should furnish specific answers to all the questions / issues mentioned below. In case a question /issue does not apply to a tenderer, the same should be answered with the remark "not applicable".Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof / evidence tosubstantiate the corresponding statement.In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, itstender will be liable to be ignored.1. Brief description and of goods and services offered:2. Offer is valid for acceptance up to .....................................................3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of Government of India:Please attach certified copy of your latest/ current Income Tax clearance certificate issued by the above authority.4. Status :a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and / orthe National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate ofIndustries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you areregistered and whether there is any monetary limit imposed on your registration.b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is inaffirmative.5. Please indicate name & full address of your Banker(s) :6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptt. ofGovernment of India or by any State Govt.

................................(Signature with date)

..............................

..............................(Full name, designation & address of thePerson duly authorized sign on behalf of the tenderer)For and on behalf of

...............................

................................ (Name, address and stamp of the tendering firm)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec12.1

Tender Number:6000012361

Section XIV: Manufacturer's Authorization FORMTo,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Dear Sirs,

Ref.: Your Tender document No..................................................... dated..............

We............................. ........................................ who are proven and reputable manufacturers of................................... (name and description of the goods offered in the tender) having factories at......................................... here by authorize Messrs........................................... (name and address of the agent) tosubmit atender, process the same further and enter into a contract with you against your requirement as contained in theabove referred tender enquiry documents for the above goods manufactured by us.We further confirm that no supplier or firm or individual other than Messrs................................. (name and addressof the above agent) is authorized to submit a tender, process the same further and enter into a contract with youagainst your requirement as contained in the above referred tender enquiry documents for the above goodsmanufactured by us.We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract readwith modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by theabove firm against this tender document.Yours faithfully,

.............................................

.............................................. [Signature with date, name and designation]

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by aperson competent and having the power of attorney to legally bind the manufacturer.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec14.1

Tender Number:6000012361

Section XV: Bank Guarantee Form for Performance Security....................................................[insert: Bank's Name, and Address of issuing Branch or Office]Beneficiary: .............................. [insert: Name and Address of SPMCIL]Date:.........................PERFORMANCE GUARANTEE No.: ..................................WHEREAS........................ ........................................................... (name and address of the supplier) (hereinaftercalled "the supplier") has undertaken, in pursuance of contract no..................................... dated ..............to supply(description of goods and services) (herein after called "the contract").

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin any way release us from any liability under this guarantee and we hereby waive notice of any such change,addition or modification.

We undertake to pay SPCMIL up to the above amount upon receipt of its first written demand, without SPMCILhaving to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the currency of this contract and any demandinrespect thereof should reach the bank note later than the above date.

.........................................................................(Signature with date of the authorized officer of the Bank)

.............................................................

.............................................................Name and designation of the officer

.............................................................Seal, name & address of the Bank and address of the Branch

............................................................Name and designation of the officer

............................................................

............................................................Seal name& address of the Bank and address of the Branch

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec15.1

Tender Number:6000012361

Section XVI: Contract FormContract No..............dated.............This is in continuation to this office' Notification of Award No................... dated ....................1. Name & address of the Supplier: ..........................................2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),issued by SPMCIL3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),exchanged between the supplier and SPMCIL in connection with this tender.4. In addition to this Contract Form, the following documents etc, which are included in the documents mentionedunder paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:(i) General Conditions of Contract;(ii) Special Conditions of Contract;(iii) List of Requirements;(iv) Technical Specifications;(v) Quality Control Requirements;(vi) Tender Form furnished by the supplier;(vii) Price Schedule(s) furnished by the supplier in its tender;(viii) Manufacturers' Authorization Form (if applicable for this tender);(ix) SPMCIL's Notification of AwardNote: The words and expressions used in this contract shall have the same meanings as are respectively assignedto them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated underclause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to thiscontract.5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for readyreference:(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:(ii) Delivery schedule(iii) Details of Performance Security(iv) Quality Control(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.(b) Designation and address of SPMCIL's inspecting officer(v) Destination and dispatch instructions(vi) Consignee, including port consignee, if any(vii) Warranty clause(viii) Payment terms(ix) Paying authority......................................(Signature, name and address of SPMCIL's authorized official)For and on behalf of..............Received and accepted this contract..................................................(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)For and on behalf of...........................................(Name and address of the supplier).................................. (Seal of the supplier)Date:Place:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec16.1

Tender Number:6000012361

Section XVII: Letter of authority for attending a Bid openingThe General Manger,Security Paper Mill, Hoshangabad.

Subject: Authorization for attending bid opening on 26.03.2019 in the Tender of ANNUAL RATE CONTRACT FORELECTRICAL MAINTENANCE WORK AT SPM, HOSHANGABAD.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of___________________ __________(Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures1.1.Alternate representativeSignatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one,first preference will be allowed. Alternate representative will be permitted when regular representatives are not ableto attend.2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribedabove is not recovered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec17.1

Tender Number:6000012361

Section XIX: Proforma of Bills for Payments(Refer to Clause 22.6 of GCC)

Name and Address of the Firm.................................................................................................Bill No....................................................................Dated.......................................................Purchase order..................................................No...................................Dated......................Name and address of the consignee.........................................................................................

S.No Authority for Purchase Description of Stores No.orqty.

Rate Rs.P.

Priceper Rs.P

Amount

1. G.S.T. Amount and Rate

2. Freight (if applicable)

3. Packing and Forwarding charges (if applicable)

4. Others (Please specify)

5. PVC Amount (with calculation sheet enclosed)

6. (-) deduction/Discount

7. Net amount payable (in words Rs.)

8. GSTIN No.

9. HSN/SAC Code

10. Shipping Address

11. Place of Supply

12. Billing Address

Despatch detail RR No. other proof of despatch...............................................Dated............................................................(enclosed)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.1

Tender Number:6000012361

Inspection Certificate No............................................Dated..................(enclosed)

Income Tax Clearance Certificate No...........................Dated..................(enclosed)

Modvat Certificate No...........................................................................(enclosed)

Place and Date

Received Rs..............................(Rupees).........................................................

I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part ofthe supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.2

Sl.No.

Service

lin

e

Service Description 06Digit SAC Code

Qty. Price/Unit (in Rs.)

GST in percentage (%) only.

Total Price [G= Dx(E+F)]

A B C D E F G1 ARC of Electrical Works cable lay work

1 Laying of cable in trench od upto 35 mm 2002.000 Mtr

2 Overall diameter > 35mm but upto 55mm 1600.000 Mtr

3 Overall diameter > 55mm but upto 75mm 1058.000 Mtr

4 Overall diameter > 75mm 500.000 Mtr

2 ARC of Electrical Works light maintenance

1 Luminary repair 150W/250W 300.000 AU

2 Luminary repair 400W 200.000 AU

3 Luminary repair 60W/100W/200W 50.000 AU

4 Luminary repair 9W/11W/13W/18W/25W/36W 3168.000 AU

3 ARC of Electrical work cable tray installation

1 Cable tray installation on wall 140.000 Mtr

2 Cable tray installation on Floor 110.000 Mtr

3 Cable tray installation on MS Structure 70.000 Mtr

4 ARC of Electrical Works Equipment Maintenance

1 33/11KV TRANSFORMER MAINTENANCE 5.000 AU

2 11KV TRANSFORMER REPAIR 20.000 AU

3 132KV ISOLATOR MAINTENANCE 10.000 AU

4 1000 kw dc MOTOR REPAIR 8.000 AU

5 33KV ISOLATOR/INSULATOR REPAIR 12.000 AU

6 HT PANEL REPAIR 300.000 AU

7 LT PANEL REPAIR 200.000 AU

8 132 KV CT/PT/LA REPAIR 10.000 AU

9 APFC /CAPACITOR REPAIR 20.000 AU

10 ACB MAINTENANCE 75.000 AU

5 ARC of Electrical works Misc. works1 Misc works earthing 100.000 AU

2 Shifting work upto 100kg 800.000 AU

3 Temporary power connection 50.000 AU

4 Painting of electrical items 1750.000 M2

6 ARC of cable lugging and glanding work1 Cable glanding work 200.000 AU

2 Cable lugging work 2000.000 AU

3 11 KV end termination work 20.000 AU

4 33 KV end termination work 8.000 AU

SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Grand Total

ANNEXURE-ISection XI: Price Schedule

TENDER No. 6000012361 A. PRICE FOR SUPPLY ITEMS/SERVICE

The Price bid should clearly indicate the break-up of the price as under

12

3

4

5

6

6.1.

6.2.

6.3.

SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

NOTE : * 'BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF OFFER.”

** (IN PRICE BID)The basic price/ Rate of the material/service is not indicated anywhere in Techno-Commercial Bid.

***Details of Unit Abbreviation : mtr - Meter, M2 - Square Meter , AU - Activity Unit

Note :-

Levies/Taxes would not be paid on Forwarding & Freight charges.Conditional price & Variable Price in Tender are liable to be rejected.Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.

Quote your rates in your quotation as per the given above price schedule format only and accept our condition i.e. F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITION INCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected without any Communication.

The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder by Total offered price and be decided taking into consideration of total offered price.

Bills for jobs shall be certified only on the basis of the data in the Log/Measurement books, Job Order/Job Slip duly certified by EIC.

Contractor shall submit only one Bill per month for the work done in previous month.

The contractor shall submit bills with detail measurement in quadruplicate in Standard bill format of SPM and maintain one copy of each bill for their records.

BILLING:

ANNEXURE –II

Tender enquiry no. 6000012361

TWO BID, SINGLE STAGE ( TWO PACKET) TENDER

BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I: - TECHNO-COMMERCIAL BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Acceptance of Technical Specification –Section VII as per tender

2 Tender Fee Rs. 280.00

3 Earnest Money Deposited Not Applicable

4 Place of Work : SPM Hoshangabad.

5 Blank Price Bid as per Section XI ( Without Price but mention the taxes & other charges )

6 Accept Tender Validity 120 days as per the tender

7 Accept delivery schedule as per tender

8 Accept warranty clause as per tender

09 Accept payment terms as per tender document.

10 Submit Valid Manufacturer's Authorization form If applicable

11 Fill Tender Form - Section X duly seal & sign (without mentioning price)

12 Submit valid NSIC/MSME/DIC/SSI registration certificate for exemption from tender fee & EMD.

13 Submission of Declaration " We undertake withdraw all deviations if any in the quotation and unconditionally accept all the terms and conditions of the tender document without any deviations"

14 Tender Document duly Seal & Signed (Without mentioning any price)

Part II: - PRICE BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Price Bid as per Section XI (Price including all taxes & other charges )

NOTE : “BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF OFFER.”

………………………….

(Bidder’s Seal & Sign)