13.07.2015 Views

WZ - All India Radio

WZ - All India Radio

WZ - All India Radio

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

PRASAR BHARATI Ph. 022-22053528/22016685BROADCASTING CORPORATION OF INDIAOFFICE OF THE ADDL. DIRECTOR GENERAL (E)(<strong>WZ</strong>)ALL INDIA RADIO & DOORDARSHANOLD C.G.O BUILDING, 3 RD FLOOR101 M.K.ROAD, MUMBAI-400 020File No. ENGP (200kW MW TR Ahmedabad)11TR/2012-13/Dated:-08-01-2013INVITATION TO BIDAdditional Director General (E)(<strong>WZ</strong>), AIR & Doordarshan, Mumbai invites on behalf ofthe President of <strong>India</strong> sealed Tenders in the prescribed Bid Forms. The details of Tender are givenin the schedule below:1. Tender No. : ENGP (200kW MW TR Ahmeadabad) 11TR/2012-13/2. Description and quantity of stores : DSITC of 750 KVA, 11KV/415V, 3Phase, 50 Hz,Transformers, 2 – Nos. each at Ahmedabad, Mumbai &Panaji.3. Delivery Period: : Six months4. Tender Fee: : Rs. 1,000/-5. Earnest Money: : Rs. 1,08,000/-6. Bid Validity up to: : Six months from the date of opening of Technical Bid.7. Warranty : Required as per Clause 8 of Annexure – II,General Terms & Conditions & as per Specs.8. PerformanceSecurity Deposit: Required as per Annexure- II,(General Terms & Conditions).(i) Amount : 10% of the order value in the form of Demand Draft /Bank Guarantee.(ii)Validity : 60 (Sixty) days beyond the date of expiry of Warranty /Guarantee9. Correspondence Address: : Dy. Director General (Project)O/o Addl. Director General (E)(<strong>WZ</strong>)<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Pratishta Bhavan,101, M.K. Road, Mumbai – 400 020.10. Paying Authority : Addl. Director General (E)(<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Mumbai – 400 020.11. Tender opening Date : 12-02-2013 at 16.30 Hrs.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 1 of 64


12 Place of Work : HPT, <strong>All</strong> <strong>India</strong> <strong>Radio</strong>, Bareja, Ahmedabad (G. S.),Babolim, Panaji (Goa), Malad, Mumbai.13. Estimated Cost : Rs. 54,00,000/-14. Important Instructions:The Tender will be governed by the “ Instructions to the Bidder “ as per Annexure-I ;“General Terms & Conditions “ as per Annexure – II, and “ Technical Specifications “placed atAnnexure-IV.Deviations / Exceptions to the Clause, if any, should be explicitly recorded seriatim as aseparate Annexure (Appendix 3), in your offer, failing which, all the Clauses shall be deemed tohave been accepted by you.Tenderers are here by requested to visit the site and quote accordingly beforesubmitting the Tender.Two Bid System shall be followed for this Tender. Tenderers should take due care tosubmit Tenders in accordance with requirement in sealed covers as specified in Clause 2 of“ Instructions to Bidders” (Annexure-I). Bid evaluation criteria at Annexure – III shall be thebasis for evaluation of Tenders.The Technical & Commercial Bid should be submitted in Separate Sealed Cover.The EMD should be enclosed with the Technical Bid (See Annexure- I S1.No.-15).The Tenderer while submitting their Bid, must adhere to the following instructions ofCentral Vigilance Commission, otherwise their offer is likely to be ignored.1. One Agent / Dealer / Supplier shall not represent two Manufacturers of quote on their behalfin a particular Tender i.e. one Bidder shall quote one type of equipment in a particularTender.2. Tender documents submitted by the Tenderer shall be neatly tied and each page numberedand signed and stamped by them.NOTE-1:1. Tender documents may be downloaded from the following websites:http://allindiaradio.gov.in/Information/Tendershttps://Tenders.gov.in2. If down loaded Tender Documents are used for submitting the Tender, the Tenderer isrequired to submit Tender document cost by demand draft along with the Tender.NOTE -2:The following documents must be submitted along with the Tender failing which the offermay be liable to rejection and no further correspondence will be entertained in this regard.1. Original Equipment Manufacturer’s Authorization for equipment quoted.2. Past Performance along with the user certificate in respect of timely and good qualitysupply of equipment/execution SITC/ SETC. Kindly refer item No.8 under Annexure-I.(B. Jayaprakash Babu)Dy. Director General (Project),For Addl. Director General (E)(<strong>WZ</strong>)Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 2 of 64


INDEXLIST OF ANNEXURES DETAILS PAGECheck List Check List for Tenderer 4Annexure-I Instruction to Bidders 5-13Annexure – II General terms and conditions (GTC) 14-24Annexure- III Bid Evaluation Criteria 25-26Annexure-IV Technical Specifications. 27Annexure- V Bill of Material and Price Bid Proforma 37Annexure- VI Compliance to Technical Specifications 38-51Appendix - 1 Bid Document Acknowledgement 52Appendix – 2 & 2A Bid submission Form and Agreement 53-54Appendix - 3 Exception / Deviations Proforma 55-56Appendix - 4 Past Supplies SITC / SETC Proforma 57Appendix - 5 Bidders Information Proforma 58Appendix – 6, 6A, 6BAppendix -7Appendix - 8Manufacturer’s Authorization Form, Detailof Support and Service CentreAuthorization Letter for attending Tenderopening.Form of Performance / Bank guaranteebond.59-616263• THIS TENDER DOCUMENT CONSISTS OF 64 PAGES.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 3 of 64


CHECK LIST FOR TENDERSl.No.Description1 EMD:Earnest Money amounting to Rs. 1,08,000/-In the form of Demand Draft / Bank guarantee onNationalized Bank / drawn in favor of“Prasar Bharati, Chief Engineer (<strong>WZ</strong>), AIR & DD,Mumbai -400020”.2 SITE VISIT :The Tenderers are requested to ensure that theTender quoted is after visiting the site.Compliance/ Confirmationby the Tender (Please Tick)Yes/No/ Pl. Indicate PageNo. of the Bidder’sDocument.3 OEM Certificate :Whether OEM certificate is enclosed. Pleasespecify.4 PAST EXPERIENCE :i. As per Clause 8 “Eligibility” ofAnnexure - I.ii.The Tenderer should enclose the user listclearly mentioning the name of the users/ installations.5 AFTER SALES SERVICE :Full details of after sales services capability with thelocations of service centers across the country shallbe indicated.6 WORKS CONTRACT :If Work Contract Tax is leviable by the concernedState Government on works contracts, the same shallbe clearly mentioned in the Tender. The Contractorshould furnish the Service Tax Number withcomplete statement along with the quotation.7 GUARANTEE PROFORMA :The successful Bidder shall have to furnish aGuarantee for Installation as given in the Tender.8 Duly signed, Stamped & Serially Numbered TenderDocument.THE BIDS NOT COMPLIED WITH THE ABOVE WILL BE SUMMARILY REJECTED.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 4 of 64


ANNEXURE-IINSTRUCTIONS TO BIDDERS(Please sign each page of these conditions and submit with your offer)1. PREPARATION OF TENDER:i.) The Bid shall be submitted in the prescribed Pro-forma as per Appendices 2 to 7. The Biddocument duly filled in and signed should be returned whether you are quoting for anyitem or not. When items are not being Tendered for, the corresponding space should bedefaced by some such words as “Not quoting”.ii.) In the event of the space on the Bid document being insufficient for the required purpose,additional pages may be added. Each such additional page must be numberedconsecutively showing the Tender Number and duly signed. In such cases, reference to theadditional page must be made in the Tender form.iii.) The Bid document referred to above, if not returned or if returned but not duly filled-in,will be liable to result in rejection of the Tender.iv.) Bidders are advised in their own interest to ensure that all the points brought out in thechecklist enclosed at Appendix 3 are complied with in their offer, failing which, the offeris liable to be rejected.v.) The Bids can only be submitted in the name of the Bidder in whose name the Biddocuments were issued. The Tender papers filled-in and completed in all respects shall besubmitted together with requisite information and Annexure. It shall be complete and freefrom ambiguity, change or interlineations.The Tender submitted by Bidders and any annotations or accompanyingdocumentation submitted along with the Tender, shall be in English language. Biddersshould indicate at the time of quoting against this Tender their full postal/ fax / E-mail addresses.Bidders shall sign their proposal with the exact name of the firm to whom thecontract is to be issued. The Tender shall be duly signed and sealed by an executive officerof the Bidder’s organization.Each page of the Tender shall be signed by a duly authorized officer and in thecase of a Corporation the same shall be sealed with the Corporation seal or otherwiseappropriately executed under seal.Bidders shall clearly indicate their legal constitution and the person signing theTender shall state his capacity and source of his ability to bind the Bidder.The Power of Attorney or authorization, or any other document consisting ofadequate proof of the ability of the signatory to bind the Bidder, shall be annexed to theTender. This organization may reject outright any Tender unsupported by the adequateproof of the signatory’s authority.vi.) It must be ensured that each page of the Tender including terms and conditions, BidEvaluation Criteria and specification (Annexure I, II, III and IV) are signed by Bidder andreturned to this office along with offer.vii)The purchaser may, at his discretion extent the deadline for the submission of the Bids byamending the Bid document, in which case all rights and obligations of the purchaser andBidders previously subject to the deadline will thereafter be subject to the deadline asextended.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 5 of 64


2. DELIVERY OF TENDER:2.1 The Tender will be on the basis of “Two Bid System” and offers are to be submitted inseparate sealed covers. The first inner sealed cover will contain “Technical Bid” having alldetails including the list of equipment to be supplied / SITC / SETC to be executed, but withprice column blanked out. There will be no mention of price anywhere in the “TechnicalBid” and EMD will also be sent in the above first inner cover. This cover will clearly besuper- scripted with “Technical Bid” along with Tender number and item description.The Second inner-cover will contain the price schedule duly filledinand signed and contain all the commercial details of the Bid and will be clearly superscriptedwith “Commercial Bid” along with Tender number. These two covers shall be putinto an outer cover and sealed. The outer cover should duly bear the Tender number and dateof closing / opening prominently underlined along with the address of this office.<strong>All</strong> General Terms and Conditions (GTC) attached with theinvitation to Tender are sacrosanct for considering any offer as a complete offer. It is therefore,important that all documents duly completed and signed are returned with your offer.2.2 The right to ignore any offer, which, fails to comply with the above instructions is reserved.Only one Tender should be included in one cover.2.3 Your offer must reach this office not later than 16:00 hrs. on the notified date of closing of theTender. Offers sent by hand delivery should be put in the Tender Box in this office before16:00 hrs. on the specified date. <strong>All</strong> outstation Tenders , if sent by post, should be sent underregistered cover.2.4 Any change in quotation after opening of Tender will not be considered.2.5 This organisation will not be responsible for the loss of Tender form or for the delay in postaltransit.2.6 Tenderer is advised in his own interest to ensure that his offer reaches this office well beforethe closing date and time of the Tender as the offers received after the closing date andtime of the Tender, will not be considered.2.7 TELEGRAPHIC/TELEFAX/E-MAIL offers, received directly by this organisation, will notbe considered.3. VAGUE AND INDEFINITE EXPRESSION:Tenders qualified by vague and indefinite expressions such as “subject to immediateacceptance” or “Subject to prior sale” etc. will not be considered.4. VALIDITY PERIOD OF OFFER:4.1 The Tender shall be valid for acceptance for the period as indicated in the “Invitation toBid”(hereinafter referred to as validity period) and shall not be withdrawn on or after theopening of Tenders till the expiration of the validity period or any extension thereof.The offers of those Tenderer who have not kept the validity open till the period stipulated inthe Tender will be treated as un-responsive and will be ignored without making any referenceto the Tenderer.4.2 The Tenderer will undertake not to vary/modify the Tender during the validity period or anyextension thereof.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 6 of 64


5. OPENING OF TENDERS:5.1 The Tenders will be opened at 16.30 hrs on the date of opening indicated in the “Invitation toBid”. The Tenderer or his authorised representative may be present at the time of opening ofTender on the specified date, but a letter in the form annexed as Appendix-7 hereto must beforwarded to this office along with Tender document and a copy of this letter must beproduced in the office by the person attending the opening of Tender. Unless this letter ispresented by him, he may not be allowed to attend the opening of Tender.5.2 In case of unscheduled holiday on the closing / opening day of Tender, the next working daywill be treated as scheduled prescribed day of closing / opening of Tender, the time notifiedremaining the same.6. PRICE:6.1 The price quoted must be net per unit and all the applicable Tax Components, Packing ,Forwarding and Delivery charges must be quoted separately.6.2 The prices quoted shall remain fixed during the entire period of supply/contract and shall notbe subject to variation on any account. A Bid submitted with an adjustable price quotation islikely to be treated as non responsive and rejected.6.3 The Bidder/Tenderer is advised to quote rates keeping in mind that repeat order can also beplaced upto 25% of the original quantity of any item(s) on the same terms and conditions asstipulated in the original purchase order during the validity of the order, or within six monthsof original supply order, whichever, is later. It will be obligatory on the part of the Supplier /Contractor to execute such repeat order (s) also.6.4 Spares, Annual Maintenance Contract and Optional Items shall be quoted separately in theprice Bid, wherever asked for. Spares, AMC, and optional items will not form the part ofcommercial Bid and will not count for deciding the lowest Bidder.6.5 Payment of excise duty and sales tax/VAT (on ultimate products), as applicable on the closingdate of Tender will be to the Supplier’s / Contractor’s account. Any statutory variation (bothplus and minus) in the rate of excise duty/sales tax/VAT after closing date of Tender/revisedprice Bid but before the expiry of the contractual delivery / completion period will be to theaccount of the office.The Bidder(s) will indicate, in their Bid, the amount with exact rate of the Exciseand Sales tax/VAT on ultimate finished product, as applicable at Tendering stage, separatelyin the Bid. In case the above information subsequently proves wrong, incorrect or misleading(a) this Organisation will have no liability to reimburse the excess in the difference in rates ofthe item under which the duty/tax assessed finally (b) this Organisation will have the right torecover the difference in case the rate of duty / tax finally assessed is on the lower side.Any increase in excise duty, sales tax / VAT during extended period of the contract/ supply order will be to Supplier’s / Contractor’s account where such extension in delivery ofthe materials/completion of the project was on the request of Supplier / Contractor. However,any decrease in excise duty/sales tax/ VAT during extended period of the contract / supplyorder, will be to the account of this Organisation.6.6 As the Material, which is to be transported to the consignee, belongs to the Government of<strong>India</strong> / Prasar Bharati and therefore is exempted from entry tax / octroi duty / toll tax.However, if the State Governments / Statutory Local Bodies are bound to levy such taxes, thetaxes will be paid by Supplier / Contractor.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 7 of 64


6.7 In case of SITC of / SETC Tenders, pro rata breakup details of cost of all the identifiable storeitems of supply and ITC / ETC charges shall be given along with a price Bid.6.8 The taxes like excise duty, sale tax / VAT, service tax etc. as applicable on the goods /services shall be quoted separately in the price Bids.7. TRADE / VOLUME DISCOUNT:Bidders will not indicate separate discount. Discount, if any, should be merged in the ratesagainst the quoted item(s).Discount of any type indicated separately will not be taken intoaccount for evaluation purposes.8. ELIGIBILITY:Bids should be from actual Manufacturers. Bid from sole selling agents/authoriseddistributors/ Authorised dealers/ Authorised Contractors can also be considered provided suchBids are accompanied with necessary supporting documents / authority letter from concernedactual Manufacturers who authorised them to market their products, provided further, such anauthority letter is valid at the time of Bidding. The Supplier / contactor shall ensure that therequired warranty cover is provided by the original Manufacturer of the product. In case ofSITC / SETC and specialised work, the Contractor should also have sufficient experience andshall submit the experience certificate of satisfactory completion of at least three similarworks, each of value not less than 40% of the estimated cost put to Tender, or two similarworks, each of value not less than 60% of the estimated cost, or one similar work of value notless than 80% of the estimated cost, all amounts rounded off to the convenient full figure, inthe last seven years ending on the last day of the month previous to the one in which theTenders are invited.9. PURCHASE PREFERENCE FOR PRODUCT OF PUBLIC ENTERPRISES:The Organisation reserves the right to allow to the public enterprises, purchase preferencefacilities as admissible under the existing policy of the Government of <strong>India</strong> and not to acceptthe lowest rate quoted by the Tenderer.10. SCOPE OF SUPPLY OF EQUIPMENTS / SITC / SETC:The delivery of stores / execution of SITC / SETC is required as stated in Invitation to Bid onterms specified in Clause 2 of General Terms & Conditions at Annexure-II. Any deviationmust be clearly mentioned.11. SAMPLES:11.1 Samples are not required unless specifically called for.11.2 The samples when called for should be sent to the purchasing authority along with the offer.The cost and freight of sending the samples shall be borne by the Tenderer and there will beno obligation on the part of receiving officer for their safe custody. Samples received late areliable to be ignored. If the samples are sent by Railway Parcel, The Railway Receipt (RR)should be posted separately to the addressee to which the samples are sent (under coveringletter giving the particulars of Tender number and due date) well in advance to enable theaddressee to get the parcel released before the date of opening of Tender. The RR should notbe sent along with the offer. Samples submitted with the Tenders, which have not beenaccepted; will, if it has not been destroyed during testing, be delivered at your cost providedthe application for return is made to the officer to whom the samples are sent, within onemonth of the date fixed for the opening of Tender or after modification / cancellation ofdemand. This organisation will not be liable for loss, damage, or breakage in respect ofsamples. If no application is received within the due date, samples will be disposed of bypublic auction and the sale proceeds credited to this Organisation.Page 8 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


12. CONSIDERATION OF OFFER IN FULL OR IN PART:This Organization may reject / accept or prefer any Tender without having to assign anyreason whatsoever. This Organization also reserves to itself the right to accept any Tender inpart or split the order between two or more Bidders. Tenderers are at liberty to quote separaterates for the whole quantity as well as reduced quantity. Further, the undersigned reserves himself the right to increase or decrease upto 25% of the quantity of goods and services specifiedin the schedule of the requirement without any change in the unit price of the order quantitiesor other term conditions at the time of award of contract.13. ACCEPTANCE OF OFFER BY TELEGRAM / FAX/E-MAIL:Acceptance by the purchaser will be normally communicated by Telegram/Fax/E-mail .In casewhere acceptance is communicated by Telegram/Fax/E-mail, the regular order will beforwarded as soon as possible but the instructions contained in the Telegram/Fax/E-mailshould be acted upon immediately. With the issue of Telegram/Fax/E-mail of acceptance, thecontract shall be deemed to have concluded. Contract shall mean and include the invitation toTender / instructions to Tenderers, acceptance of Tender, supply of stores / SITC / SETCparticulars and the general and special conditions specified in the acceptance of Tender.14. SPECIFICATIONS:i) Unless otherwise asked for, the offers of “Makers design or for alternative specifications,the Tenderer must note that his offer, will be rejected in case the Tender stipulations arenot complied with strictly or the goods offered do not conform to the requiredspecifications indicated therein. The lowest Tender will be determined from among thoseTenders, which are in full conformity with the required specifications.ii) In case the offers have been asked for “Makers design” or for alternative specifications, theTender will clearly indicate as to how the materials being offered will serve thisOrganisation’s purpose and in what respect the offer differs from the requiredspecifications.iii) If this Organisation finds that materials supplied / works carried out are not of correctquality and are not according to required specifications or otherwise not satisfactory owingto any reason of which the Organisation will be the sole judge, The Organisation will beentitled to cancel the contract for supply of stores / SITC / SETC and meets itrequirements of stores / SITC / SETC from the open market at the risk and cost of theSupplier / Contractor, reserving always to itself the right to forfeit the security depositplaced by the Supplier / Contractor for fulfillment of the contract.15. EARNEST MONEY DEPOSIT / PERFORMANCE SECURITY DEPOSIT:15.1The Bidders must enclose with their technical Bid along with EMD in the form of DemandDraft (it is the responsibility of the Tenderer/Bidder to ensure the renewal of the DD after itsexpiry) in favour of Prasar Bharati, Chief Engineer (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,MUMBAI 400020. Bank guarantee from a Scheduled Bank . However exemption will begiven to firms on production of certificate, who has registered with NSIC.15.2 Tenders without EMD shall be summarily rejected and their Bid will not be opened at thetime of Tender opening and shall be rejected as non responsive at the Bid opening stage andreturned to the Bidder unopened.15.3 The Earnest Money deposited by the Tenderer shall be forfeited by this Organisation in thefollowing events:i) If Tender is withdrawn during the validity period or any extension thereof.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 9 of 64


ii) If Tender is varied or modified in a manner not acceptable to this Organisation during thevalidity period or any extension of the validity duly agreed by the Bidder.iii) If a Tenderer, whose Tender has been accepted, fails to furnish Security Deposit within2weeks from the issue of the acceptance offer of the Tender, the offer is likely to becancelled.iv) If the successful Tenderer fails to be submit the duly signed agreement copy within 21days from the date of issue of the order.15.4 The EMD of unsuccessful Bidders will be returned on finalization of the Tender. The EMDof successful Bidder will be returned on receipt of security deposit or it may be adjusted in thesecurity deposit if requested by the Tenderer.15.5 PERFORMANCE SECURITY DEPOSIT:The Contractor shall furnish the security deposit within 2 weeks of placement of order at therate of 10% of the total contract value at the time of signing the contract. The Security depositshall be furnished in favor of Prasar Bharati, Chief Engineer (<strong>WZ</strong>), AIR & Doordarshan,Mumbai-20, in any one of the forms: DD Payable at Mumbai / Bank Guarantee from ascheduled Bank valid up to the end of warranty period as per contract.16. TRANSFER OF TENDER DOCUMENTS: The Tender is non-transferable.17. CORRESPONDENCE:i) Our Fax / Email address is: 022 -2205 4683 / aircewz@vsnl.comii) <strong>All</strong> correspondence from Tenderer / Contractor shall be made to the Purchase Authority (byname), who has issued this Tender.iii) <strong>All</strong> correspondence shall bear reference to Tender No. / Purchase Order.18. ORDER ON HIGHER TENDERER:It should be noted that if an order is placed for supply of stores / SITC / SETC on a higherTenderer in preference to the lowest acceptable offer in consideration of an earlier delivery,the Tenderer will be liable to pay to the Purchaser, the difference between the contract ratequoted by the lowest acceptable Tenderer, in case he fails to complete the supply of stores /SITC / SETC in terms of such contract within the specified date of delivery. This is withoutprejudice to other rights under terms of contract.19. PAYMENT TERMS:(i) For Supply Contracts:(a) The Supplier will submit its bill for 90% of the material cost along with copy ofInspection Certificate to the consignees. On receipt of stores in good condition, consigneewill complete necessary formalities at his end and verify the bill and submit to the payingauthority along with measurement book for making payment.(b) The bill for balance 10% of material cost will be submitted by the Suppliers along withproof of the deposit of performance security money for guarantee/ warranty period to theconsignee. Consignee will verify the bill and submit the same to the paying authority forrelease of payment.(ii) For SITC/SETC (Supply, Installation /Erection, Testing & Commissioning) Contracts:(a) 80 % of the contract price for the equipments/materials inclusive of excise duty andSales tax shall be paid on initial inspection and delivery of equipments at site in goodcondition. The consignee will complete necessary formalities at his end and verify the billand submit to the paying authority along with measurement book for making payment.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 10 of 64


(b) 20 % of the contract price for equipments and 100 % of installation charges onsatisfactory completion of installation, testing, commissioning and handing over. Theconsignee will complete necessary formalities at his end and verify the bill and submit tothe paying authority along with measurement book for making payment.20. UNSOLICITED POST TENDER MODIFICATION:In case certain clarifications are sought by this Organisation after opening of Tenders, then thereply of the Bidder should be restricted to the clarifications sought. Any Bidder who modifieshis Bid (including a modification, which has the effect of altering the value of his offer) afterthe closing date without specific reference by this Organisation shall render the Bid liable tobe ignored and rejected without notice and without further reference to the Bidder. Canvassingin any form by the Bidders shall also render the Bid liable to be ignored and rejected withoutnotice and without further reference to the Bidder.21. CLARIFICATION IN RESPECT OF INCOMPLETE OFFER:This Organisation has to finalize its purchase within a limited time schedule. Therefore, it maynot be feasible in all cases for this Organisation to seek clarification in respect of incompleteoffers. Prospective Bidders are advised to ensure that their Bids are complete in all respectsand conform to our terms and conditions and Bid Evaluation Criteria of the Tender. Bids notcomplying with this Organisation’s requirements may be rejected without seeking anyclarifications.22. INCOME TAX/TRADE TAX / WORK CONTRACT TAX LIABILITY:(i) The Bidder will have to bear all Income Tax liability both corporate and personal tax.Income tax on the contract value, as applicable, will be deducted at source by the payingauthority.(ii) Some State Governments levy work contract tax/trade tax. These taxes are to be borne bythe Supplier / Contractor, wherever applicable. These taxes will be deducted by the payingauthority.(iii) Bidder must give the TIN / PAN, VAT / Sales Tax, Service Tax, Registration no. inAppendix – 5, failing which the offer will not be considered.23. AFTER SALES SERVICE AND TRAINING:The Tenderer must furnish complete details of after sales service arrangement includingtraining to be provided in respect of the equipment. After sales service arrangements shouldinclude details of infrastructure facilities available in the country. The training should be madeavailable free of cost at sites. Failure to give this information, will lead to automatic rejectionof the offer, without any reference to the Bidder.24. REPLACEMENT/RECTIFICATION:In the event the stores supplied or SITC / SETC carried out against the contract are found tobe defective, the Supplier / Contractor will have to take back the defective materials at hisown cost and replace / rectify the defects of the Stores / SITC / SETC free of charge withoutloss of time. The Supplier / Contractor will not be entitled to dispose of the Store / Equipment/ Material given for replacement / rectification without the prior permission of thisOrganisation. <strong>All</strong> charges concerned with the rectification including freight charges will beborne by the Supplier / Contractor.25. TENDER FEE: ( If applicable)(i) Tender fee is to be paid by Bidders as indicated in the Invitation to Bid.(ii) The offers will not be considered without Tender Fee.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 11 of 64


26. EVALUATION / SECURITY OF BIDS:Technical / Commercial evaluation of Bids shall be undertaken in accordance with theprescribed procedure by a Committee of the Organisation duly constituted for this purpose.The technical evaluation would be based on:(i) Assessment of technical capability of Tenderer to manufacture Tendered items of stores /carry out SITC / SETC;(ii) Capability of Tenderer to effect supply of stores / carry out SITC / SETC in stipulated timeas assessed on the basis of installed capacity for manufacturing and turnover of Tendereditems in preceding seven years; and(iii) Past record of timely and good quality supply of Tendered items of store / execution ofSITC / SETC by Tenderer in preceding seven years.27. EMPLOYMENT BY FIRMS TO OFFICIALS OF THIS ORGANISATION:Firms / Companies, who have or had business relations with this Organisation, are advised notto employ serving employees of this Organisation without its prior permission or within theinitial two years period after the retirement / resignation / severance from the service withoutspecific permission of this Organisation. This Organisation may decide not to deal with suchfirms who fail to comply with the above advice.8. ARBITRATION :If any dispute, difference, question or disagreement shall at any time, hereafter arise, betweenthe parties hereto or the respective representatives or assignees in connection with or arisingout of the contract or in respect of meaning of specifications, design, drawings, estimates,schedules, annexure, orders, instructions the construction, interpretation of this agreement,application of provisions thereof or anything hereunder contained or arising hereunder or as tothe rights, liabilities or duties of the said parties hereunder or any matter whatsoever incidentalto his contract or otherwise concerning the works of execution or failure to execute the same,whether during the progress or work of stipulated/extended period or before or after thecompletion or abandonment thereof, it shall be referred to the sole arbitration of the personappointed by the Addl. Director General(E) (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Mumbai.There will be no objection to any such appointment that the arbitrator so appointed is anemployee of this Organisation or that he had to deal with the matters to which contract relatesand that in the course of his duties as this Organisation’s employees he had expressed views ofall or any of the matters in dispute or difference. If an arbitrator to whom the matter is referreddies or refuse to act or resigns for any reason from the position of arbitrator, it shall be lawfulfor the Addl. Director General(E) (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Mumbai to appointanother person to act as arbitrator in the manner aforesaid. Such person shall be entitled toproceed with the reference from the stage at which it was left by his predecessor if both theparties consent to Addl. Director General(E) (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Mumbaito this effect failing which the arbitrator will be entitled to proceed de-novo.It is a further term of this contract that no person other than the person appointedby the Addl. Director General(E) (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Mumbai as aforesaidshall act as arbitrator and that, if for any reason that is not possible, the matter is not to bereferred to the arbitration at all. The arbitrator(s) may from time to time, with the writtenconsent of all the parties to the contract enlarge the time for making and Publishing the award.It is a term of the contract that the party invoking arbitration shall specify the disputes to bereferred to arbitration under the Clause.It is also term of the contract that the Contractor shall not stop the work under thiscontract and work shall continue as expected to continue whether the arbitration proceedingshave commenced or not.The arbitrator shall give reasoned award in respect or each dispute or differencereferred to him. The award as aforesaid shall be final and binding on all the parties to thecontract in accordance with the law.Page 12 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


The Venue of the arbitration shall be at Mumbai (<strong>India</strong>).Subject to as aforesaid, theprovision of the <strong>India</strong>n Arbitration Act, 1996 and any statutory modifications or re-enactmentsthereof and rules made there under and for the time being in force shall apply to the arbitrationproceedings under this Clause.***********Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 13 of 64


ANNEXURE IIGENERAL TERMS AND CONDITIONS(Each page must be signed and returned along with your offer)1. DEFINITIONS:Unless inconsistent with or otherwise indicated by the context, following terms stipulated inthis ORDER shall have the meaning as defined hereunder.1.1 ORDER:Shall mean written purchase order issued by this organisation to the successful Bidderincluding subsequent amendments to ORDER in writing thereof.1.2 THE ORGANISATION /PURCHASER:Shall mean PRASAR BHARATI (BCI), ADDL.DIRECTOR GENERAL(E) (<strong>WZ</strong>) <strong>All</strong> <strong>India</strong><strong>Radio</strong> & DOORDARSHAN, MUMBAI-400020, acting on behalf of President of <strong>India</strong> shallinclude all their legal representatives, successors and assignees.1.3 SUPPLIER/CONTRACTOR:Shall mean any person or persons of firm or company in <strong>India</strong> whose Bid has been acceptedby this Organisation and the legal representation, representatives, successors andpermitted assignee of such person, persons, firm or company.1.4 SUB-CONTRACT:Shall mean ORDER placed by the Supplier/Contractor for any portion, of the ORDER orwork Sublette with necessary written consent of this Organisation on third party. Such sublettingshall not relieve the Contractor from any obligation, duty or responsibility under theContract.1.5 SUB-CONTRACTOR:Shall mean any person or persons or firm or their legal representatives, successors, assigneesto whom part of ORDER has been sub-letter by the Supplier/Contractor after necessaryconsent of this Organisation.1.6 ORDER PRICE:Shall mean the sum accepted or the sum calculated in accordance with the rates accepted bythis Organisation and amendments thereof and shall include all fees, registration and othercharges paid to statutory authorities without any liability on the Organisation for any of thesecharges unless specially agreed to, in writing by this Organisation.1.7 DELIVERY PERIOD:Shall mean dispatch of the stores or receipt of the stores or installation and commissioning orerection and commissioning or fabrication and erection of the stores depending on the type ofcontract (Supply of Stores / SITC / SETC) by the date specified in the ORDER.1.8 DESTINATION:Shall mean the location of the consignees for which this ORDER has been issued.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 14 of 64


1.9 EQUIPMENTS/MATERIALS:Shall mean and include any equipment, instruments, stores and goods to be supplied for underthe ORDER and amendments thereto.1.10 DRAWINGS:Shall mean and include all Engineering sketches, general arrangements, layout drawing,Sectional plans, all elevations etc., related to the ORDER together with modification andrevision thereto.1.11 SPECIFICATIONS:Shall mean and include detailed description, statements to technical data, performancecharacteristic and standards (<strong>India</strong>n as well as as applicable and as specified in the ORDER).1.12 INSPECTION OFFICER:Shall mean any person or outside Agency nominated by this Organisation to inspectequipment, materials and services, if any, in the contract stage-wise as well as final beforedispatch at Suppliers Works and on receipt at destination as per the terms of the ORDER.1.13 TESTS:Shall mean such process or processes to be carried out by the Suppliers/Contractor as prescribedin the ORDER, are considered necessary by this Organisation or their representative in orderto ascertain quality, workmanship, performance and efficiency of equipment or part thereof.1.14 APPROVAL:Shall mean and include the written consent either manuscript, typewritten or printed statementunder or over signature or seal as the case may be of this Organisation or the representative ordocuments or other particulars in relation to the ORDER.2. SCOPE OF ORDER:2.1 Scope of the order shall be as defined in the ORDER, specifications, drawings and annexurethereto.2.2 Completeness of the EQUIPMENT/SITC/SETC shall be the responsibility of theSuppliers/Contractors. Any equipment fittings and accessories, which may be specificallymentioned in the specification or drawing (s) but which are usual or necessary for thesatisfactory functioning of the EQUIPMENTS (successful operation and functioning of theequipment being Suppliers/Contractors responsibility shall be provided by the SUPPLIERwithout any extra cost).2.3 The Suppliers/Contractors shall follow the best modern practice in the manufacture of highgrade EQUIPMENT not-withstanding any omission in that, the Supplier/Contractor shall inall respect design, engineer, manufacture and supply the same within delivery period to theentire satisfaction of the Organisation.2.4 <strong>All</strong> equipment to be supplied/SITC/SETC to be executed under the ORDER shall conform toand comply with the provision of relevant regulations/Acts (State Govt. or Central Govt.) asmay be applicable to the type of equipment/work carried out and necessary certificate shall befurnished.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 15 of 64


3. SPECIFICATION, DRAWING, TECHNICAL MANUALS:3.1 The Suppliers/Contractors shall furnish four copies and such additional no. of copies asrequired by this organisation of technical documents final drawing, preservation instructions,operation and maintenance manuals, test certificates, spare parts catalogue before dispatch ofthe equipment as under:(i) Inspection Officer(ii) Consignee (2 copies)(iii) Purchaser3.2 The Suppliers/Contractors shall be responsible for any loss to this Organisation consequent tothe furnishing of the incorrect data/drawings.3.3 The Suppliers/Contractors shall provide Cross Sectional Drawing to identify the spare partsnumbers and their location.3.4 Specifications, design and drawings issued by this Organisation to the Supplier/Contractoralong with Tender specification and ORDER are not to be sold or given on loan. Thesedocuments continue to remain property of this Organisation. OR THEIR ASSIGNEE ANDARE SUBJECT TO RECALL BY this Organisation. The Suppliers/Contractors and itsemployees shall not make use of the drawings, specification and technical information for anypurpose any time and shall not disclose the same to any person, firm or corporate authoritieswithout written permission of the Organisation. <strong>All</strong> such details shall be kept confidential.3.5 In order to facilitate quick disposal, copies of the drawing for approval shall be sent directlyand simultaneously to the authorities specified in the order in addition to the sets submitted toauthority issuing order.4. ACCEPTANCE OF ORDER:4.1 Within fifteen (15) days from date of mailing of ORDER, SUPPLIER/CONTRACTOR shallconfirm acceptance of the order in its entirety.4.2 The ORDER is accepted unconditionally by SUPPLIER/CONTRACTOR by returning to thisOrganization duly signed copy of the ORDER within 15 days and duly signed agreement copywithin 21 days.4.3 When Suppliers/Contractors has accepted the order with all its terms and conditions,Tenderer’s Bid with general sales conditions and all his previous correspondences areconsidered superseded and void.4.4 Should Suppliers/Contractors not respect the time limit for the Confirmation of the order or incase Suppliers/Contractors cannot accept the ORDER, this Organisation reserves the right tocancel in writing without prejudice to other terms, the entire ORDER or part of it, withoutnotice. Under these circumstances the earnest money given by the Supplier/Contractor will beforfeited in full.5. MODIFICATION IN ORDER:5.1 <strong>All</strong> modifications leading to changes in the order with respect to technical and /or commercialaspects, including terms of delivery, shall be considered valid only when accepted in writingby this Organisation by issuing amendment to the ORDER.5.2 This Organisation shall not be bound by any printed conditions, provision in the SUPPLIERBID, forms of acknowledgement of ORDER, invoice, packing list and other document, whichpurport to impose any condition at variance with or supplement to ORDER.Page 16 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


6. JOINT AND SEVERAL RESPONSIBILITY:6.1 Where Suppliers’/Contractor’s Equipment or any part thereof are to be used jointly with theequipment supplied by another Manufacturer (the name of the Manufacturer will becommunicated separately to Supplier) this Organisation will hold Supplier and theManufacturer jointly and severally responsible for the perfect operation of the entire group orsection of equipment as regard the technical and mechanical characteristics stipulated in thespecification. Such responsibility shall include the mechanical coupling as well as dynamicand starting moment.6.2 Consequently, Suppliers/Contractors shall establish and maintain all necessary contract withthe Manufacturer to be indicated by the organisation with a view to ensuring the exchange ofall relevant data and information.7. PERFORMANCE SECURITY DEPOSIT:7.1 To ensure due performance of the contract, Performance Security is to be obtained from thesuccessful Bidder awarded the contract. The successful Bidder, 2 weeks from the date of theissue of the letter of indent will be required to deposit Performance Security Deposit in theform of Demand Draft / Bank Guarantee from a Scheduled Bank for an amount as indicated inthe letter of indent. The Performance Security Deposit shall be 10 % of cost of the order /contract value.7.2 The Security money may be deposited in the form of Demand Draft/Bank Guarantee from aScheduled Bank. It should remain valid for a period of 60 days beyond the date of completionof all contractual obligations of the Supplier, including warranty/guarantee obligations.7.3 This Organisation shall not be liable to pay any Bank Charges, Commissions or interest on theamount of Performance security deposit.7.4 Performance Security deposit shall be refunded to the Supplier/Contractor after completion ofall contractual obligations of the Supplier, including warranty/guarantee obligations. If thematerials are supplied in the extended delivery period, the Supplier/Contractor will extend thevalidity of Demand Draft/Bank Guarantee/ FDR accordingly and the Security Deposit /Performance Guarantee will be released after extended validity expires.7.5 For release of Performance security deposit, Supplier/Contractor shall submit a certificatefrom the consignee to the effect that the equipment has performed satisfactorily during theguarantee period as stipulated in the order and organisation has not suffered any loss orinconvenience on this account.8. WARRANTIES AND GUARANTEES:8.1 Material and Workmanship:Unless some special warranty/Guarantee Clause has been stipulated elsewhere in theinvitation to the Tender or any of its Annexure, the following warranty shall form part of thecontract placed on successful Tender:-8.1.1 Suppliers/Contractors shall fully warrant that all the stores, Equipment and componentssupplied under the ORDER shall be new and of first quality according to the specificationsand shall be free from defects (even concealed fault, deficiency in design, materials andworkmanship).8.1.2 Should any defects be noticed in design, material and/or workmanship within 15 monthsfrom the date of shipment/dispatch of last consignment or 12 months from the date ofreceipt/commissioning of the equipment, or the guarantee/warranty period as specified inPage 17 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


specifications (Annexure IV) whichever is later, the organisation shall informSupplier/Contractor and Supplier/Contractor shall immediately on receipt of such intimation,depute their personnel within 14 days to investigate the causes of defects and arrangerectification /replacement/modification of the defective equipment at site without any cost tothe Organisation within a reasonable period.If the Supplier/Contractor fails to take proper corrective action to repair/replace thedefects satisfactorily within the reasonable period, this Organisation shall be free to takesuch corrective action as may be deemed necessary at Contractor's risk and cost after givingnotice to the Supplier/Contractor.8.1.3 Damage to the machinery and/or equipment due to incomplete and erroneous instructionsissued by Supplier/Contractor will be the responsibility of the Supplier/Contractor and willbe treated according to the provisions of warranty Clause. Normal wear & tear shall notcome under purview of this Clause.8.1.4 In case defects are of such nature that equipment shall have to be taken toSuppliers/Contractor’s works for rectification etc. Supplier/Contractor shall take theequipment at his cost after giving necessary undertaking or security as may be required bythe Organisation. This Organisation shall, if so required by the Supplier/Contractor, dispatchthe equipment by quickest mode on "Freight-to pay" basis to the Supplier's/Contractor’sworks. After repairs Suppliers/Contractors shall deliver the equipment at site on freight prepaidbasis. <strong>All</strong> risks in transit to and fro shall be borne by the Supplier/Contractor.8.1.5 Equipment or spare parts thereof replaced shall have further warranty for a period of 12months from the date of acceptance.8.1.6 The Supplier/Contractor shall guarantee that they will supply spare parts if and whenrequired on agreed price. The agreed price should include but without any limitation toagreed discount on the published catalogue price or on agreed percentage of profit on thelanded cost.8.1.7 The Supplier will warranty that before going out of production for any of spare parts, theywill give adequate advance notice to the purchaser so that the latter may undertake toprocure, if necessary, the balance of the life time requirements.8.1.8 If the repairs, replacement or modification referred are of such nature as may affect theefficiency of the EQUIPMENT this Organisation shall have the right to give to theSupplier/Contractor within one month of such replacement / renewal notice in writing tocarry out test as may be required for acceptance of the equipment.8.1.9 If the Supplier/Contractor fails to honour his obligation to repair or replace defective goodswithin a reasonable period of time, or if Supplier/Contractor refuses to carry out work underthe guarantee Clause and implied guarantee condition, if danger is anticipated or in case ofsevere urgency, the Organisation shall be entitled to carry out, at Supplier's/Contractor’s costand risk, repair work or replacement deliveries or have it done by a third party. In case notall goods have been delivered by Supplier/Contractor, this Organisation is entitled toprocure the remaining goods/services at Supplier's/Contractor’s cost and risk. This does notrelieve Supplier's/Contractor’s of any of his guarantee obligations. Taxes and duties of anykind whatever imposed by the authorities of the country of the Supplier or his subContractors until delivery shall be borne by Supplier//Contractor.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 18 of 64


9. PERFORMANCE GUARANTEE:9.1 Supplier/Contractor shall guarantee that the performance of the Equipment /Material suppliedunder the order shall be strictly in conformity with specification and shall perform the dutiesspecified under the ORDER.9.2 The Supplier/Contractor shall guarantee that the materials / equipment that shall be purchasedfrom the sub-Contractor(s) shall be such as to fulfill the requirements laid down vide Para8.1 to 8.1.9 above and shall undertake to ensure fulfillment of these requirement.10 REJECTIONS:If the ORGANISATION finds that the goods supplied are not in accordance with thespecification and other condition stated in the order or its sample (s) are received indamaged conditions (of which matters this Organisation will be the sole judge), thisOrganisation shall be entitled to reject the whole of the goods or the part, as the case may beand intimate to the Supplier/Contractor the rejection without prejudice to the Organisationother rights and remedies to recover from the Supplier/Contractor any loss which theORGANISATION may be put to, also reserving the right to forfeit the performance securitydeposit if any made for the due fulfillment of the contract.The goods shall be removed by the Supplier/Contractor and if not removed within 14 daysof the date of communication of the rejection the Organisation will be entitled to dispose-offthe same on account and at the risk of the Supplier/Contractor and after recovering thestorage charges at the rate of 5% of the value of goods of each month or part of month andloss and expense if any caused to the Organisation pay balance to the Supplier/Contractor.11. FAILURE AND TERMINATION CLAUSE:Time and date of delivery shall be essence of the contract. If the Contractor/Supplier fails todeliver the stores / execute SITC / SETC, or any instalment thereof within the period fixedfor such delivery in the schedule or at any time repudiates the contract before the expiry ofsuch periods, the purchaser may without prejudice to any other right or remedy, available tohim to recover demurrages for breach of the contract:-a) Recover from the Supplier/Contractor as agreed, liquidated demurrages includingAdministrative expenses and not by way of penalty, a sum equivalent to 0.5% per week uptomaximum limit of 10% of the contract value for such delay or part thereof (this is an agreed,genuine pre-estimate of demurrages duly agreed by the parties) which theSupplier/Contractor has failed to deliver thereof is accepted after expiry of the aforesaidperiod, provided that the total demurrages so claimed shall not exceed 10% of the contractprice of the stores / SITC / SETC. After full period of extension, termination of the contractwill be considered by the Organisation.b) Purchase or authorize the purchase elsewhere on the account and at the risk of theContractor/Supplier, of the stores not so delivered / SITC / SETC not carried out or other ofa similar description (where stores exactly complying with the particulars are not in theopinion of the purchaser, which shall be final, readily procurable) by serving prior notice tothe Contractor/Supplier without canceling the contract in respect of the installment not yetdue for delivery or,c) Cancel the contract or a portion thereof by serving prior notice to the Contractor/Supplierand if so desired purchase or authorize the purchase of the stores not so delivered / SITC /SETC not carried out, or others of a similar description (where stores not delivered / SITC /SETC not carried out, exactly complying with particulars are not in the opinion of thepurchaser, which shall be final readily procurable) at the risk and cost of theDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 19 of 64


Contractor/Supplier. If the Contractor/Supplier had defaulted in the performance of theoriginal contract, the purchaser shall have the right to ignore his Tender for risk purchaseeven though the lowest, where the contract is terminated at the risk and cost of the firmunder the provisions of this Clause, it shall be in the discretion of the purchaser to exercisehis discretion to collect or not, the Security deposit from the firm on whom the contract isplaced, at the risk and expense of the defaulted firm.d) Where action is taken under sub-Clause (b) or sub-Clause (c) above, the Contractor shallbe liable for any loss which the purchaser may sustain on that account, provided thepurchase or if there is an agreement, to purchase, such agreement is made in case of failureto deliver the Stores/Services, within 6 months from the date of such failure and in case ofrepudiation of contract the Contractor/Supplier shall not be entitled to any gain on such theentire discretion of the purchaser to serve a notice of such purchase on theContractor/Supplier.e) It may further be noted that Clause (a) above provides for recovery of liquidateddemurrages on the cost of contract price of delayed supplies (any or all of the equipment ordoes not perform the services within the time period(s)) at the rate of 0.5% per week up tomaximum limit of 10% of the contract value for such delay or part thereof. Liquidateddemurrages for delay in supplies thus accrued will be recovered by the paying authority oninstruction as specified in the supply order, from the bill for payment of the cost of materials/ works submitted by the Supplier / Contractor in accordance with terms of supply order oninstruction from Purchaser regarding liquidated demurrages amount.f) Notwithstanding anything stated above, equipment and materials will be deemed to havebeen delivered / SITC / SETC will be deemed to have been carried out only when all itscomponents, parts are also delivered. If certain components of stores are not delivered intime / SITC / SETC not carried out in time, the stores / SITC / SETC will be considered asdelayed until such time all the missing parts are also delivered.12. INSPECTING/TESTING OF MATERIAL:The inspection of stores/services/works will be carried out by the authority specified in thepurchase order. The stores/works will be accepted only after the same has been foundsatisfactory after inspection and duly marked and sealed by the inspection authority.12.1 The Supplier/Contractor shall ensure that the stores/services/works to be supplied/executedagainst this order shall be individually inspected, tested and analysed in terms of thespecifications attached to the Tender and the relevant codes and practices specified thereinby expression or implication. Necessary test reports shall be provided as required.12.2 The Supplier/Contractor should make available to the Organization and any otherindividual/agency authorized by the Organization for the purpose of inspection all itsrecords and results in respect of inspection, test and analysis conducted by it as part of theirmanufacturing and testing operation under the applicable codes and practices specified byexpression or implication in the Tender.12.3 Inspection tests and analysis shall be carried out/conducted atthe Supplier’s/Contractor's works by the authorized representative of the Organization andthe cost of to and fro air fare, accommodation and cash allowances payable to the authorizedrepresentative of the Organization shall be borne by the Organization.12.4 The Supplier/Contractor shall provide and deliver free of charge for tests/analysis by anindependent authority at any such place or places as the Organization or its authorizedPage 20 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


inspector may reasonably require such raw material (s) used or intended to be contractedwork by the Supplier/Contractor as the Organization/Inspector shall consider necessary. Thecost of such tests/analysis shall be borne by the Contractor.12.5 This Organization shall be entitled at all times, whether prior to, during or after thecompletion of inspection by itself and/or through inspectors appointed by the Organizationat the Organization’s cost, to inspect, test and/or analyses and/or to direct the Contractor inall respect of any store(s) or materials processes used or proposed to be used in thefabrication of the product of any of them.The said inspection, tests and analysis as far as required, is to be conducted in the presence ofthe inspectors. The Contractor shall ensure that the inspecting personnel referred to aboveare given free access to all the required places and information connected with their work,besides working facilities to carry out their function..12.6 Should the Supplier/Contractor fail to comply with any of the provisions aforesaid relating toinspection, testing and /analysis the Organisation shall be entitled by itself and/or throughinspectors to conduct or have conducted the inspection, test and/or analysis at the risk andexpense of the Supplier/Contractor in all respects.12.7 No rejected raw materials shall be used for the contracted work or re-Tendered forinspection and/or test except with the prior permission of concerned Inspectors.12.8 Unless otherwise specifically authorised by the Organisation in writing, the Contractor shallnot dispatch the stores under the contract entered into, any material which has not beenproperly inspected/tested marked and in respect of which a certificate of quality has not beenissued or signed by the inspectors.12.9 In addition to the general conditions of the inspection stated above, the Supplier/Contractorshall also satisfy all the specific conditions of inspection as enumerated in the specificationattached.12.10 In addition to inspector(s) the Organisation shall be entitled to nominate, depute ordesignate a representative to be stationed at the Supplier’s/Contractor's factory in order tosupervise and/or coordinate operations related to the contract. In the event of there beingmore than one factory involved in the work entrusted to the Supplier/Contractor, theOrganisation shall be entitled to nominate/depute or appoint such representative(s) asnecessary in respect of each such factory.12.11 The Supplier/Contractor shall at his cost afford and ensure proper working facilities to thesaid representative(s) at the factory (i.e.) to enable him to perform his functions, and shallfurnish him with all such information, data and assistance as he may require for the properperformance of his functions.12.12 The posting of such a representative by the Organisation or his actions in any manner doesnot absolve the Contractor of any liability, and/or responsibility under this contract. Therepresentative's posting shall be treated as advisory to the Organisation.12.13 For false calls for the cases where material is rejected on inspection the Supplier will bearthe actual cost of inspection incurred/suffered by the Organisation.12.14 Place of inspections specified in supply order will not be changed without writtenconfirmation from Purchase Authority.Page 21 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


13. SUB-STANDARD MATERIAL/REPLACEMENT OF REJECTED GOODS:13.1 If the Organisation finds that MATERIAL supplied / SITC/SETC executed are not of thecorrect quality or not according to specification required or otherwise not satisfactory owingto any reason of which the Organisation will be the sole judge, the Organisation will beentitled to reject materials, cancel the contract and buy its requirement in the open market atthe risk and cost of Supplier, reserving always to itself the right to forfeit the performancesecurity deposit placed by the Supplier for the due fulfillment of the contract.13.2 Rejected goods should be removed and replaced within 14 days of the date ofcommunication of rejection.14. SUBLETTING AND ASSIGNMENT:The Supplier/Contractor shall not, save with the previous consent in writing of the purchaseAuthority, sublet, transfer or assign the contract or any part thereof or interest therein orbenefit or advantage thereof in any manner whatsoever, provided nevertheless that any suchconsent shall not relieve the Contractor from any obligation, duty or responsibility under thecontract.15. BREAKAGE/SHORTAGE:Claim in respect of breakage/shortages, if any, shall be preferred on the Supplier within thirtydays from the date of receipt of stores at destination by the consignee which shall bereplaced/made good by the Supplier at his own cost.<strong>All</strong> risk or loss or damage to the material shall be upon the Supplier/Contractor till it isdelivered in accordance with the terms and conditions of the supply order.16. DESIGNS, PATENTS AND ROYALTIES:If any material used or methods or processes practiced or employed in the manufacture ofitems to confirm with the requirement of the contract is/are covered by a patent(s) in respectof which Contractor is not licensed, the Supplier/Contractor shall before using the material,method or process, as the case may be, obtain such license(s) and pay such royalty(ies) andlicense fee(s) as may be necessary. The Supplier/Contractor shall keep the Organizationindemnified from and against any and all claims, actions demand and proceedings whatsoeverbrought or made against the organization on the basis of any patent or infringement thereofclaimed or otherwise relating to and arising from any method or process employed or matteror thing done to or in connection with any work executed by the Supplier/Contractor shall attheir own risk and defend any suit for infringement or patent or like suit brought against theOrganization (whether with or without the Contractor being a party thereto and shall paydemurrages and costs awarded in such suit and keep the Organization indemnified from andagainst all consequence thereof.17 FORCE MAJEURE:In the event of either party being rendered unable by force majeure to perform any obligationrequired to be performed by them under the contract, if any concluded, the relative obligationof the party affected by such force majeure lasts. The terms "Force Majeure" as implied hereinshall mean acts of God, War, Civil riots, fire directly affecting the performance of the contract,floods and Acts and Regulations of respective Government of the two parties, namely theOrganization and the Contractor. Both upon the occurrence of such cause and upon itstermination, the party alleging that it has been rendered unable as aforesaid shall withinseventy two hours of the alleged beginning and ending thereof giving full particulars andsatisfactory evidence in support of its claim. If deliveries are suspended by force majeureconditions lasting for more than 2(two) months, the Organization shall have the option ofcanceling this contract in whole or part at its discretion without any liability on its part.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 22 of 64


18 LANGUAGE/TERMINOLOGY:The Supplier/Contractor shall ensure the Language/Terminology/description ofgoods/Services/Works used in the Supply Order/Bill/Invoice/any other documents dispatchedby the Supplier/Contractor is verbatim in English.19 REPEAT ORDER:Repeat order can also be placed with the Supplier upto 25% of the qty. of this order on thesame terms and conditions as stipulated in the original supply order, during the validity of thesupply order or within six months from the date of this supply order, whichever is later. It is acondition of this order and it will be obligatory on the part of Supplier/Contractor to executesuch repeat order(s).20 PACKING & MARKING:20.1 The Supplier shall consign / Ship the stores in Sea worthy / Air worthy / Road worthypacking confirming to the prescribed standards in force to withstand air / Ocean / Landjourney and ensuring the safety of cargo en-route and also arrival of material at ultimatedestination in good condition. The consignment shall be comprehensively insured against allrisks by the Suppliers / Contractors from Supplier’s / Contractor's warehouse up todestination . Each packing case should have proper identification like name of Suppliers,name of consignee, gross weight, TOP / do not turn over / handle with care.20.2 Each package shall have a detailed packing list.21. INSURANCE:The Contractor shall insure entire equipment during Transit, Storage, Installation, Testing,Commissioning until handing over to the consignee against losses, damages due to fire,earthquake, war, flood/ thefts etc. No claim will be admissible on this account.22. SHORT / DAMAGED / DEFECTIVE / NON RECEIPT OF MATERIAL:The Supplier / Contractor is responsible for safe arrival of the material up to destination.Should there be any shortage / breakage of material found, the consignee, will lodge claimwith the Supplier / Contractor and carriers under intimation to the Purchaser. The purchaser inquestion will also take up the matter with the Supplier to make good the deficiency.23. EXTENSION OF DELIVERY PERIOD:In case where only portion of the stores ordered is Tendered for inspection at the fag end ofthe delivery period and also in case where inspection is not completed in respect of the portionof the stores Tendered for inspection during the delivery period ,the purchaser reserves right tocancel the balance quantity not Tendered for inspection within the delivery fixed in the A/T atthe risk and expenses of the Contractor without further reference to him. If these stores forinspection during the fag end of the delivery period are not found acceptable after carrying outthe inspection the purchaser is entitled to cancel the contract in respect of the same at the riskand expenses of the Contractor. If, however the stores Tendered for inspection and foundacceptable, the purchaser may grant an extension of the delivery period subject to thefollowing conditions.(i) The purchaser has the right to recover from the Contractor under provision of Clause 11Annexure-II of the general condition of the contract liquidated demurrages on the stores whichthe Contractor has failed to deliver within the DP/ refixed delivery period.(ii) That no increase in price on account of any statutory increase in or fresh imposition ofcustoms duty, excise duty sales tax or on account of any other tax or duty leviable in respectof the stores specified in the A/T which takes place after the date of the delivery periodPage 23 of 64Desktop/tenderxmer /750kva/AHMD/MUM//PANJI


stipulated in the A/T shall be admissible on such of the said stores as or delivered after thedate of the delivery stipulated in A/T.(iii) That notwithstanding any stipulation in the contract for increase in price on any otherground, no such increase which take place after the date of the delivery stipulated in the A/Tshall be admissible on such of the said stores as are delivered after the expiry of the D/Pstipulated in A/T.(iv) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in price onaccount of reduction in of remission of custom duty, excise duty, sales tax or on account ofany other tax or duty or on any other grounds as stipulated in the price variation Clause whichtakes place after the expiry of the date of delivery stipulated in the acceptance of Tender.(v) The Contractor shall not dispatch the stores, till such time an extension in terms of para (i) to(ii) above is granted by the purchaser and accepted by the Supplier. If the stores are dispatchedby the Supplier before obtaining an extension letter from the purchaser, he would be doing soat his risk and no claim for payment shall lie against the purchaser either in respect of the costof the stores dispatched or any other expenses which the Supplier may have incurred. Thepurchaser shall however have a right to cancel the contract in terms of Clause 11 Annexure IIGeneral terms & conditions . It shall be no defence that the consignee has taken delivery ofthe stores dispatched by the Supplier without getting an extension letter and therefore thecontract has been kept alive.(vi) In case where the entire quantity has not been Tendered for inspection within the Deliveryperiod stipulated in the A/T and the purchaser agrees to grant extension in the period the samewould be subject to the conditions (i) to (iv) as mentioned paragraph above.**********Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 24 of 64


ANNEXURE-IIIBID EVALUATION CRITERIA1.SALIENT FEATURESBIDDERS CONFIRMATION1.1 Open Tender No. ENG P (200 KW MW TRAhmedabad)11 TR/12-131.2 Two Bid System Yes1.3 Tender Fee As per Clause 4 of Invitation toBid1.4 Validity period of Bid 180 days from the date of opening i.e. upto and inclusive of date of opening.1.5 Earnest Money As per Clause 5 of Invitation toBid.1.6 Performance SecurityDepositWould be required on placement ofLetter of indent i.e. 10% of the orderedvalue and shall be valid for 60 days fromthe date of expiry of guarantee / warranty1.7 Delivery Period As specified in the “Invitation toBid”1.8 Closing date of Tender 16.00 Hrs. on 12-02-20131.9 Opening date of Technical 16.30 Hrs. on 12-02-2013Bid1.10 Opening date of Price Bid Date as may be notified later.2. VITAL COMMERCIAL CRITERIA FOR ACCEPTANCE:The following vital commercial conditions should be strictly complied with failing which theBid will not be considered.2.1 Bids should be from actual Manufacturers, public sector undertakings, supply houses /representatives / distributors / dealers / authorised agents /Contractors with requiredexperience in the field.2.2 SUBMISSION OF EARNEST MONEY ALONGWITH BID:The Bidders must enclose with their technical Bid along with EMD in the form of DemandDraft / Bank guarantee in favour of Prasar Bharati, Chief Engineer (<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong>& Doordarshan, Mumbai-400020, from an <strong>India</strong>n Scheduled Bank. The amount of EarnestMoney Deposit should be as per Clause 5 of “Invitation to Bid”. The offers without earnestmoney will not be considered and summarily rejected.2.3 Submission of Performance Security Deposit for execution of contract as well as forsatisfactory performance of equipment during warranty period by the successful Bidders.2.4 Acceptance of “Failure and Termination Clause”, No. 11 (GTC) of Tender documents.2.5 Acceptance of “Arbitration Clause”, No.28 (Annexure-I) of Tender document.2.6 Acceptance of “Warranty and Guarantee Clause”, No.8 (GTC) of Tender document.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 25 of 64


3. CRITERIA FOR LOADING OF BIDS:The following criteria will be adopted for evaluation of Bid :-3.1 For delivery/completion periods quoted longer than that specified in the Bid document, thequoted price shall be loaded 0.5 % per extra week or part thereof. Offers withdelivery/completion period longer than 5 months beyond the stipulated delivery completionperiod will be rejected.3.2 Bidders will not indicate separate discount. Discount if any should be merged in the ratesagainst the quoted items. Discount, if any, indicated separately will not be taken into accountfor evaluation purposes.4. VITAL TECHNICAL CRITERIA FOR ACCEPTANCE OF BIDS:4.1 Quotation in original must be from the Manufacturers/authorized supply house.4.2 In case, the Bidder is an authorized dealer/supply house/Contractor with requisite workexperience, he should name the original Manufacturer. Bidder should furnish warranty fromthe original Manufacturer and also furnish a certificate from the Manufacturer that the Biddercan quote items of the original Manufacturer directly. Offers not complying with theserequirements will be rejected, without any notice/back reference.4.3 Past performance report of similar items earlier supplied / similar works earlier carried out forthis Organization will be taken into consideration while evaluating this Bid. The Bid shall berejected, if the past performance of the similar item earlier supplied/similar work earliercarried out for the Organization is found to be unsatisfactory.************Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 26 of 64


ANNEXTURE –IVTECHNICAL SPECIFICATIONSpecification No.XPS-9/2011Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 27 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 28 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 29 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 30 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 31 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 32 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 33 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 34 of 64


Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 35 of 64


Specs. - XPS -09/2011SCHEDULE OF REQUIREMENTS :-SECTION - IVAIR requires the following equipments/services as per technical specifications detailed undersection -I, II & III. The present requirement is for Panaji, Mumbai & Ahemdabad. The tenderedshall prices of each item separately with necessary break up details keeping in view of thefollowing :-i) Make and type of each item, to be indicatedii) Indenter reserve the right to choose & decide the quantity of equipments at the time offinalizing the tender.Sl.No. Item QtyPriceAhmedabad Mumbai PanajiI II III IV V VI4.1 Supply of 11 KV/415V, 750 KVA, 50 Hz, 3 phasePower transformer, indoor type, with OFF load tapchanging facilities complete with standard accessories asper Specs No. XPS-9/2007.02 nos.per site4.2 Insurance & Transportation and unloading at site of theabove transformers.02-jobsper site4.3 a) Installation , Testing & Commissioning of the abovetransformers.02-jobsper siteb) Misc. Civil works if required. First filling oftransformers oil, input & output supply cable connectionwith kit, to and fro from HT panel and extension of earthfrom clients earth bus etc.02-jobsper sitec) Instruction booklet/Manual & drawings. 02-jobsper siteN.B. HT & LT cables shall be supplied by AIR4.4 Charges for getting CEA/State Electricity BoardClearance1 job persiteDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 36 of 64


Price –Bid Pro-formaAnnexure VName of Work: Design Supply Installation Testing and commissioning of 11KV/415V, 750KVA, 3Phase,50Hz, Transformer at AIR HPT, Ahmedabad, Mumbai, Panajii) Make & type of each item to be indicated.ii) Indenter reserves the right to choose & decide the quantity of equipments at the time of finalizing the order.Tendered offerSL.NODescription of stores/works4.1 Supply of 11 KV/415V, 750 KVA, 50Hz, 3 phase Power transformer,indoor type, with OFF load tapchanging facilities complete withstandard accessories as per SpecsNo. XPS‐9/20074.2 Insurance & Transportation andunloading at site of the abovetransformers4.3 a) Installation , Testing &Commissioning of the abovetransformersb) Misc. Civil works if required. Firstfilling of transformers oil, input &output supply cable connection withkit, to and fro from HT panel andextension of earth from clients earthbus etc.c) Instruction booklet/Manual &drawingsN.B. HT & LT cables shall be suppliedby AIR4.4 Charges for getting CEA/StateElectricity Board ClearanceMakeModel2 nosper site02-jobsper site02-jobsper siteQuantity/Make/ModelRate*Amount*Ahmedabad Mumbai Panaji* * * ** * * ** * * *02 - jobs * * * *02-jobsper site1 jobper site* * * ** * * *6 TOTAL * * * *7 Excise Duty ( If any ) * * * *8 Sales Tax ( If any ) * * * *9 Service Tax ( If any ) * * * *10 Octroi Duty / Entry Tax ( If any ) * * * *11 Any other Charges * * * ** * * *12 GRAND TOTAL * * * *Rupees: * * * *• Rate & amount to be left Blank ONLY in Technical Bid.• Any column left blank may be liable for rejection of the tenderDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 37 of 64


Compliance to Technical Specification for Design, Supply, Installation, Testing & Commissioning of750 KVA, 11 KV/ 415 V, 3 Phase, 50 HZ, Transformer at <strong>All</strong> <strong>India</strong> <strong>Radio</strong>, Ahmedabad, Panaji & Mumbai.ANNEXURE - VISr. No.of AIRSpecs.AIR Specs.SECTION -1GENERAL CONDITIONS OFTENDER/CONTRACTCompliance(Yes/No)Performance fig. ofequipmentofferedDeviationin case ofnoncomplianceOptional itemsif any requiredto make thesystemcompliantto AIR Specs.Features inthe systemofferedwhichexceedAIR specs.Page no.in datasheet ofFirm.Remarks.1 2 3 4 5 6 7Design, Supply, Installation, Testing &Commissioning of 750 KVA, 11 KV/415 V, 3 Phase, 50 HZ, Transformer at<strong>All</strong> <strong>India</strong> <strong>Radio</strong>, Ahmedabad, Panaji,Mumbai.1.1 Scope :This section covers the general conditionsgoverning the design, manufacture, PDI/Factorytesting transportation to site, Installation, Testingand commissioning for satisfactory operation of750 KVA, /11KV/415 V, 3 Phase 50Hz,transformers at the site of as specified in theschedule of requirements.1.2 Location :The transformers shall be installed indoor in aroom in technical area of building having naturalair circulation.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 38 of 64


Sr. No. AIR Specs. Compliance(Yes/No)Performance fig. ofequipmentofferedDeviationin case ofnoncomplianceOptional itemsif any requiredto make thesystemcompliantto AIR Specs.Features inthe systemofferedwhichexceedAIR specs.Page no.in datasheet ofFirm.1.1 General Conditions: 1 2 3 4 5 6 71.3.1 The equipment shall generally conform to thetechnical specifications in Section – II & III.Should a tenderer , however, desire to depart inany respect from the given specifications eitheron account of manufacturing practice or for anyother reasons, he must specifically point out thedeviation/modifications explaining in detail eachand every departure he proposes to make.The transformers shall be designed for efficientand trouble free service for continuous operation( 24 X 7 Hrs ). <strong>All</strong> materials used in themanufacturing shall be of high quality andconform to the relevant IS as amended to date.1.3.2 <strong>All</strong> work shall be carried out in accordance withstandard mechanical & electrical practice. Theunits shall be designed for ease in operation,maintenance and complete safety to operationpersonnel.1.3.3 Only easily available standard components shouldbe used as far as possible. The tenderer shallsubmit an undertaking to make available sparesand replacement parts for a period of ten years.Remarks.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 39 of 64


1.4 Completeness of Contract:<strong>All</strong> fittings and accessories which may not havebeen specifically mentioned or which the tenderermay not explicitly mention in his tender but arenecessary and essential for the satisfactoryoperation of the transformer shall be deemed tobe included in the contract and is to be providedby the contractor without any extra charges. Anundertaking in this regard is to be submittedwith the offer by tenderer.1.5 Documents to be submitted (with tender)1.5.1 Printed original leaflets detailing technicalparameters with illustrations of transformer &accessories in section, elevation & plan.1.5.2 Experience certificate in manufacturing /assembling of 750 KVA transformers in theirown capacity during the last five years. A list ofsuch works giving details of capacity & date ofsupply along with the satisfactory completioncertificates issued by the client.1.5.3 Certificate of Original Equipment Manufacturer(OEM) / Original Equipment Assembler (OEA)of the offered make/model.1.5.4 A valid copy of ISO 9001:2000, ISO 14001Certificate of OEM/OEA of the offeredequipment.1.5.5 Following test certificates of similar type andcapacity transformers done earlier.a)Test certificate for the routine/acceptance tests.b) Type test certificates for Lightning Impulse &Dynamic short circuit test1.6 Documents to be submitted (After Acceptanceof Tender) :Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 40 of 64


1.6.1 Six copies of the drawings in plan, elevation &section showing the dimensional details, location,accessories etc. of the transformers should be sentto indenter within two weeks of acceptance of thetender for approval before taking upmanufacturing. Two sets will be returned afterapproval.1.6.2 Two copies of installation, assembly at site,operation, maintenance and trouble shootingmanual having details of routine,preventive/corrective and periodical maintenancefor indenter to accord approval to enable thecontractor to supply of final copy.1.6.3Following documents/details will have to besupplied to the consignee along with thetransformers at the time of delivery:a) Two copies of the book of instructions for theInstallation, Testing, Commissioning,operation and Maintenance of transformers.b) Factory Test Certificate showing the results oftests actually conducted on the transformers,Accessories.c) Two sets of finalised drawings showingdimensions and other fixtures on thetransformers.1.6.4 Two sets of drawing and Manuals/Instructionbook-let etc of transformers should be sentdirectly to Director Engineering (P) , O/o ChiefEngineer (<strong>WZ</strong>), AIR & DD, Old C.G.O.Building, 101, M.K. Road, Mumbai-20 , also assoon as drawings are approved by the Indenter.1.7 Delivery Period and Completion of Works :Delivery, Installation, Testing, Commissioning &handing over of the transformers shall becompleted within six (06) months from the dateof firm order. This period shall be effective fromthe date of acceptance of the tender and shall beindependent of any other factors.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 41 of 64


1.8 Packing :The packing shall be suitable to withstandtransportation hazards. Each packing shallcontain a packing slip giving the details of thecontents and bear the address of consignee. Acopy of packing slip giving the list of itemsincluded in the package together with the packagenumber shall be mailed in advance to theconsignee.1.9 Guarantee:The transformers shall be guaranteed in allrespects for satisfactory operation under full loadcondition for one year from the date of taking itinto service.1.10Miscellaneous:i)) First filling of transformer Oil, consumablehardware required to make the transformersfully functional shall be part of the contract.ii) The supplier shall make good / repair thedamage to AIR property during installation,testing etc.iii) The supplier shall hold AIR or it’srepresentative harmless for anyliability/compensation by his employee orthird party for any damage/loss of life orproperty to them during the execution of theproject.iv) Supplier / his erection crew will, make theirown arrangement for stay during installationof transformers.v) Termination of cable including termination kiton H.T. side and lugs on L.T. side shall beprovided by supplier. However cable shall beprovided by AIR.1.11 Insurance /Transportation :Supplier will comprehensively insure entirematerial for loss/theft during transportation fromDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 42 of 64


factory to site till installation is completed andhanded over to AIR. A copy of Insurance Policyin this regard shall be submitted at the time ofinitial consignment.1.12. Pre-Dispatch Inspection:The successful tenderer will have to get thetransformers inspected by a person authorized byindenter at manufacturer works/factory beforedispatch as per mutually accepted ATP accordingto guide lines of BIS for such jobs & proceduredefined in relevant BIS standard as amended todate and for the tests mentioned in section –II.1.13 Testing / Acceptance at site:1.13.1 The supplier shall show all the required tests atsite (tests mentioned in Section-II except typetest), as per mutually agreed ATP according torelevant standard of BIS for such jobs, at noload, partial load and full load (in steps of 20% tothe extent feasible from no load to full load).1.13.2 The consumable items if any required during thistesting at site shall be arranged by the supplier.1.14 C.E. A. / Electrical Authorities Clearance :The supplier shall have to arrange CentralElectricity Authority and State ElectricityAuthority clearance for transformers before thesame is offered for acceptance to AIR afterinstallation, testing & commissioning at AIR site.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 43 of 64


2.1 Scope:-SECTION – IIDESIGN FEATURES OF THE EQUIPMENT( As per IS:2026 ( Part-I ) - 1977 with latestamendments )Compliance(Yes/No)Performance fig. ofequipmentofferedDeviationin case ofnoncomplianceOptional items ifany required tomake thesystemcompliantto AIR Specs.Features inthe systemofferedwhichexceedAIR specs.Page noRemarks.This section covers Design feature, supply,installation, testing & commissioning of 750KVA, 11 KV / 415 V, 3 Phase, 50 Hz.Transformers. These transformers are required atSuper High Power stations of <strong>All</strong> <strong>India</strong> <strong>Radio</strong>and shall be used for feeding supply to buildingpower, light load, A/C plants load, transmitterload and broadcasting equipments.2.2 General:-750 KVA, 11KV / 415 V, 3-phase, 50 Hz.transformers shall be copper wound suitable forindoor/ outdoor installation, oil-immersed,naturally cooled, on –load tap changing.Transformer shall be complete in all respect i.e.termination of cable including termination kit onH.T. side lugs on L.T. side shall be provided bysupplier. However cable shall be provided byAIR.2.3 Standard:-The transformer shall generally conform to allprovisions of IS-2026 amended to date :-a) (Part-I) 77 with amendments 1 to 3b) (Part-II) 77 with amendments 1 & 2c) (Part-III) 81 & (Part-III) 77 with amendment2.4 Operational Requirements :-a) Transformer shall be capable of continuousoperation 24 X 7 hrs.b) Transformers should be designed such thatDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 44 of 64


when operated on nominal 11 KV primaryvoltages, the secondary out put voltage shouldbe 415Volts. For taking care of variationunder load conditions from nominal 11 KVprimary supply, OFF load tap changingfacility should be provided for obtaining415 V on secondary side.c) The transformer shall be free from abnormalhum or vibration. The design shall be such asnot to cause any undesirable interference withradio or communication circuits.2.5 Insulating Oil :-The insulating oil used in Transformers shallcomply with the requirement of SI 335 / 1993 (4 threvision) Amended to date (Specification forinsulating oil for transformers and switchgears).2.6 Cooling :-The transformers shall be oil immersed naturalair-cooled type with required radiator fins todissipate the heat.2.7 Cable Termination Box :-The transformers shall be provided with cableendbox on H.V. side suitable for connection toincoming H.T. ,3 core, 90 Sq.mm. armoured Alconductor cable alongwith cable glands ofsuitable size,On low voltage side, the cable end box shallbe provided for suitable connection to PVC 630sq. mm. single core L.T. cable (Two cables perphase & one for neutral) along with cable glandsof suitable size. Indoor heat shrinkabletermination kit shall be used for termination of H.T. Cable. Terminal box on LT side shall beprovided with removable gland plate.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 45 of 64


2.8 Accessories & Other Fittings :-The following minimum accessories / fixtures /attachments and fittings shall be provided as perrequirements of design of Transformer:-a) Diagram & Rating (marking) plate : 01 No.b) Earthing terminals : 02 Nosc) Lifting Hooks : 02 Nos.d) Directional Rollers : 04 Nos.e) Thermometer Pocket with Thermometer : 01f) Dial type Thermometer min/max indicator : 01g) Oil conservator Tank with : 01 Noi) Oil level gauge : 01 Noii) Silica gel breather with pipe : 01 Noh) Air Release Plug : 01 Noi) Explosion vents : 01Noj) OFF LOAD tap changingarrangement with Locking : 01 Nok) Oil drain valve with plug : 01 Nol) Cable Box on H. V. & LV side : 01 Nom) Oil filling nipple with cap : 01 Non) Buchholz Relay with alarm & trip contact : 01o) Fitter Valve with plug : 01 Nop) Any other item as per OEM : As required.2.9 Earthing :The transformers has to work in a strong RFfield laid by a super power (1000 KW)Broadcast transmitter system. Therefore it isnecessary to provide fool-proof Earthing forthe chasis.2.10 Protective Systems & Measures:-For the protection of transformer BuchholzRelay, the contact of which should close in theevent of fault for tripping the incomingBreaker. Oil Temp. Indicator & ExplosionVent shall be provided.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 46 of 64


2.11 Painting:-<strong>All</strong> steel surfaces shall be thoroughly cleanedby sand blasting or chemical agents, asrequired, to produce a smooth surface free ofscales, grease and rust.The steel surfaces after cleaning shall be givena coat of high quality red oxide or yellowchromate primer followed by final coats.The internal surfaces in contact with insulatingoil shall be painted with heat resistantinsulating varnish which shall not react withand not soluble in the insulating liquid used.The paints shall be carefully selected towithstand tropical heat, rain etc. The paintshall not scale off or crinkle or be removed byabrasion due to normal handling. Where thepainting is damaged during transit, installationetc. touch up painting shall be done bytenderer at site.2.12 Rating Plates:-Each transformer shall be provided with arating plate weather proof material, fitted in avisible position, showing the appropriate itemsas per IS:2026 (part-I) amended to date, theentries on the rating plate shall be indeliblymarked (by etching, engraving or stamping)2.13 TESTS :-General, Routine and Type tests as permutually accepted procedure based upon IS:2026 (Part –I) 77 with amended up to date,shall be witnessed at the manufacturer’s worksand site by the client:2.13.1 General Observation:-a) Workmanshipb) Materialc) Provision of all accessoriesd) Literature and certificatese) Misc.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 47 of 64


2.13.2Routine Test :-a) Measurement of Insulation Resistanceb) Measurements of Resistance of windingc) Oil dielectric strength test.d) Out put voltage teste) Measurement of No load loss & current,full load Loss & current.f) Measurement of Impedance voltage/shortcircuit impedanceg) Measurement of efficiency & regulationat various loads.2.13.3 Functional Test:-a) Test on different Tapping Positionsb) A heat run test (Temperature rise test)will be conducted at works ofmanufacturer in presence of client,without any charge.c) Any other test found necessary as perspecs and site conditions.2.13.4 Type Test:-Tenederer must process and produce type testcertificate for similar capacity/equipment. Iftype test certificate is not available then tenderershall have to conduct the following tests atManufacturer in the presence of indenter at theirown expenses:-a) Lightning Impulse Testb) Dynamic Short Circuit Test.SECTION - IIITECHNICAL PARAMETERS AND OTHER PARTICULARS TO BE SUPPLIED BY THE TENDERERS AGAINST AIR REQUIREMENTS AS GIVENBELOW.3.1 KVA RATING3.2 Rated Voltagea) H.V. windingb) L.V. windingDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 48 of 64


3.3 RATED FREQUENCY3.4 NO. OF PHASES3.5 NATURE OF LOAD3.6 WINDINGS3.7 CONNECTIONS:-A) H.V. SideB) L.V. Side3.8 TAPPINGS (H.V. Side)a) RANGEb) Number of stepsc) type of tapingsd) type of operatione) Mechanical tap position Indicatorf) Buchhloz relay for tap changeover.3.9 TYPE OF COOLING3.10 TYPE OF COOLING MEDIUM3.11 TEMPERATURE RISE3.12 VECTOR DIAGRAM3.13 TYPE OF INSULATATION3.14 COMPONENT LOSSESa) No load loss at rated voltage onprincipal tapping and rated frequency.b) Loss at rated full current on principaltapping at 75˚C.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 49 of 64


3.15 IMPEDANCE VOLT AT RATED CURRENT& FREQUENCY AT 75˚C3.16 REACTANCE AT RATED CURRENT &FREQENCY3.17 Insulation levela) Full wave lighting impulse withstandsvoltage HV winding.b) Rated short duration power frequencywithstand voltage3.18 EFFICIENCIES AT 75˚CAt unity power factora) at full loadb) at ¾ full loadc) ½ full load3.19 ELECTRIC STRENGTHOF INSULATING OIL ( NEW UNFILTERED )MIN.3.20 REGULATION AT FULL-LOADAT 75˚Ca) At unity power factorb) At 0.8 power factor lagging3.21 ENVIRONMENTAL CONDITIONSa) Max. ambient air temp.b) Relative Humidityc) Altitude above MSL3.22 PROTECTION OF TRANSFORMER3.23 TERMINAL ARRANGEMENTa) H.V. windingb) L.V. windingDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 50 of 64


3.24 APPROXIMATE MASS (IN KG)a) Core & Windingsb) Tank fittings & accessoriesc) Oil quantity in ltrs.d) Total mass in KG.3.25 APPROXIMATE OVERALL DIMENSIONSINCLDUING ALL FITTINGS (IN METERS)a) Length x width x heightb) Spacing between wheels.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 51 of 64


APPENDIX-1PROFORMA FOR BIDDERS TO ACKNOWLEDGE THE BID DOCUMENTDated:Dear Sirs,We hereby acknowledge receipt of a complete set of Bid Documents pertaining toProcurement / SITC/SETC of ……………………………………………………………………AgainstWe have noted that the closing date for receipt of the tender by you is the time specified in the tenderdocument and opening at specified time and date.We guarantee that the contents of the above said Bid Package will be kept confidential within ourcompany and text of the said package shall remain the property of your Organization and that the saiddocuments are to be used only for the purpose intended by your Organization.Our address for further correspondence on this tender will be as under:Fax No :Telephone No :E-Mail No :Personal Attention of (If required):Yours faithfullyDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 52 of 64


APPENDIX-2BID SUBMISSION FORM AND AGREEMENTTender. No ENGP(200KW MW TR Ahmedabad)11TR/2012-13The Addl.Director General (E)(<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,MUMBAI– 400020.Dear Sirs,1. I/We hereby offer to supply the stores detailed in schedule hereto or such portion thereof as youspecify in the Acceptance of Tender at the price given in the said schedule and agree to hold this offeropen till..........................I/We shall be bound by the communications of acceptance dispatched withinthe prescribed time.2. I/We have understood the "Instructions to Bidders", specifically the instructions to the tenderers inthe booklet DGS&D-229 and accepted the "conditions of contract" and specifically the conditions ofthe contracts as contained in DGS&D-68 (R) for Supply/SITC/SETC and have thoroughly examinedthe specifications, drawings and/or pattern quoted in the schedule hereto and am/are fully aware ofthe nature of the stores required and my/our offer is to supply stores strictly in accordance with therequirements.3. The following pages annexure-II-to-annexure-IV have been added to and form part of this tender.4. Agreement at Appendix 2A on purchase of Tender documents and submission of Tender has beenduly signed and returned herewith.Yours faithfully,Signature of witnessAddressDateSignature of witnessAddressDateDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 53 of 64


PRASAR BHARATI(BROADCASTING CORPORATION OF INDIA)OFFICE OF THE ADDL. DIRECTOR GENERAL(E)(<strong>WZ</strong>)ALL INDIA RADIO & DOORDARSHANOLD C.G.O BUILDING, 3 RD FLOOR101 M.K.ROAD, MUMBAI-400 020APPENDIX-2AAGREEMENTTender No. ENG P(200 KW MW TR Ahmedabad)11 TR/2012-13/ToPRASAR BHARTI (B.C.I.)The Addl. Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Mumbai- 400020.Sub:- Purchase Of Tender DocumentsRef:- Tender No. ADG (E) (<strong>WZ</strong>) /The Addl. Director(E)(<strong>WZ</strong>), <strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Pratishta Bhavan, Mumbai400020, acting on behalf of Prasar Bharti (B.C.I.)and the Tenderer agree that the Tenders is an offermade on the condition that the Tender would be kept open in its original form without variation ormodification for a period as the mention in the invitation bid ,the last date for the receipt of tendersstated in the SITC/SETC/NIT AND THE MAKING OF THE TENDER SHALL BE REGARDEDAS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the Tender. Wefurther agree that the contract consisting of the above conditions of Tender as the offer and thesubmission of Tender as the Acceptance shall be separate and distinct from the contract which willcome into existence when tender is finally accepted by this Organization. The consideration for thisseparate initial contract proceeding the main contract is that this Organization is not agreeable to sellthe Tender to the Tenderer and to consider the tender to be made except on the condition that tendershall be kept open for ………… days after the last date fixed for the receipt of tenders and theTenderer desires to make tender on this condition after entering into this separate initial contract withthis Organization. This Organization promised to consider the tender on this condition and thetenderer agrees to keep the tender open for the required period. These reciprocal promises form theconsideration for this separate initial contract between the parties.If Tenderer fails to honour the above terms and conditions this Organization shall have unqualified,absolute and unfettered right to en cash the earnest money submitted on this behalf.Yours faithfully,(PURCHASER)On behalf of the Prasar Bharti Corporation of <strong>India</strong>(One copy of this agreement duly signed must be returned along with Technical Bid)(BIDDER)Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 54 of 64


APPENDIX-3ToAdditional Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road,Mumbai -20Sir,Deviations from Technical Specifications, and Terms and Conditions of the TenderS.No. TenderDocumentClause1.2.3.4.5.6.7.8.9.10.TechnicalSpecification orterms and conditionsin the TenderdocumentDeviationofferedReasons andwhether deviationadds to theoperationalefficiency in caseof the systemsNote:i Above information in detail should be furnished separately for each of the items offeredii Also in case of deviations from any of the terms and conditions of the tender.iii If any deviations from the technical specifications are warranted, reasons for such variationsshould be specified andiv. Whether such variations add to improvement of the overall performance of the systems, if any,should be specifically mentioned and supported by relevant technical documentation as requiredabove.Signature Date:(Name & Designation)Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 55 of 64


Appendix -3A(Commercial Deviations)Bidders Name & Address:ToThe Additional Director General (E) (<strong>WZ</strong>)<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road,Mumbai -20Sir,Sub: Design, Supply, Installation, Testing & Commissioning of 11 KV/415 V, 3 PHASE, 50 HzTransformer at <strong>All</strong> <strong>India</strong> <strong>Radio</strong>, Ahmedabad, Panaji & Mumbai.Ref: your enquiry no:The following are the Commercial Deviations and variations from and exceptions to thespecifications and documents for the subject package. These deviations and variations are exhaustive.Except for these deviations, the entire work shall be performed as per your specifications &documents.Clause Ref./PageNo.As specified in thespecificationCommercial Deviation andvariation to the specificationWithdrawal pricein Rs.Date:Place:(Signature)…………………………(Printed Name) ……………………(Designation)………………………(Company Seal)………Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 56 of 64


APPENDIX-4BIDDERS PAST SUPPLIES PROFORMAS1.No.Name & Address ofclientPeriodfrom……….To……….Description ofstores / works indetailsTotalquantitysuppliedsuccessfullyRemarksNOTE : Certificate from clients to be enclosed along with this proforma.Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 57 of 64


APPENDIX-5BIDDERS INFORMATION PROFORMATenderer must give specific answers against each of the following questions.Tender No. ENGP(200KW MWTR Ahmedabad)11TR/2012-13/ Due for opening : 12-02-20131. Whether stores offered / SITC/SETC conform to specification at Annexure-IV, if not, detailsof deviations must be stated here.2. Date by which delivery of stores / execution of work can be completed.3. Business name and constitution of tendering firm. Is the firm registered under?(i) <strong>India</strong>n companies Act, 1913.(ii) The <strong>India</strong>n Companies Act, 1932/1956(iii) Any other Act, if not who are owners?(Please give a full name).4. VAT / Sales tax Registration No.5. Central Sales Tax Registration No.6. Service Tax Registration No.7. PAN No / TIN No.8. Annual turnover for last 3 years.9. Present worth of tendering firm.10. Fax No.:11. E-mail :12. Valid Electrical License number of contractor, Attested copy of the License to be submitted.(For Electrical Works)Copies of Certificates for the above should be enclosed, failing which the Tender may not beconsidered.Signature of TendererDesktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 58 of 64


Appendix- 6Manufacturer’s Authorization Form (MAF)Ref:No. ___________dated______________ToAdditional Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road, Mumbai -20Dear Sir,Tender Reference _____________________We ______________________________________ who are established and reputable manufacturersof _____________________ having factories at ______________ and ____________ do herebyauthorize M/s __________________________ (Name and address of Agent/Dealer) to offer theirquotation, negotiate and conclude the contract with you against the above invitation for tender offer.We hereby extend our full guarantee and warranty as per terms and conditions of the tender and thecontract for the equipment and services offered against this invitation for tender offer by the abovefirm.Yours faithfully,Authorized Signatories(Name & Designation)Date:for and on behalf of M/s_____________(Name of manufactures)(Note: This letter of authority should be on the letterhead of the manufacturing concern and should besigned by a competent person of the manufacturer)Desktop/tenderxmer /750kva/AHMD/MUM//PANJIPage 59 of 64


Appendix - 6ADetails of Support and Service CentersToAdditional Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road,Mumbai -20Sir,Name of the Vendor ___________________________________________Sl.NoPlace Own Office/FranchisePostalAddressContactPerson &ContactdetailsNumber ofEngineersService Facilitiesavailable.(Describe in detail )Signature (Name & Designation)Date:(Note: This letter of authority should be on the letter-head of the manufacturing Concernand should be signed by a competent person of the manufacturer)60


Appendix - 6BCERTIFICATE FROM THE VENDOR STATING THAT THE COMPANY HASNOT BEEN BLACKLISTED BY ANY GOVERNMENT ORGANIZATIONTo,Additional Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road,Mumbai -20Sir,This is to certify that M/s_____________________________________ has not beenblacklisted by any Government Organization before submission of the tender document.Yours faithfully,Authorised Signatories(Name & Designation)Date :For and on behalf of M/s_____________.61


APPENDIX-7PRASAR BHARATI (BCI),The Addl.Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Mumbai-20SUBJECT : Tender No. ______________________________________________due onSir,Sri ___________________________________________________________________hasbeen authorized to be present at the time of opening of above tender dueon_____________________________________ at Mumbai-20 on my/our behalf.Yours faithfully,Signature of TendererCopy to :Shri__________________________________________________________________________________For information and for production before the time of opening of tenders.62


Appendix - 8Form of Performance / Bank guarantee bondIn consideration of the President of <strong>India</strong> (hereinafter called “The Government”) having offered toaccept the terms and conditions of the proposed agreement between ……………… and …………….(hereinafter called “the said contractors(s)” for the work ……………………… (hereinafter called “thesaid agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs. …………..(Rupees …………..only) as a security/guarantee from the contractor(s) for compliance of his obligationsin accordance with the terms and conditions in the said agreement.1. We ………………………………….. (hereinafter referred to as the “Bank”) hereby undertake to(indicate the name of the Bank. Pay to the Government an amount not exceeding Rs…(Rupees ……………………………. Only) on demand by the Government.2. We …………………………... do hereby undertake to pay the amounts due and payable (indicatethe name of the Bank) under this Guarantee without any demur , merely on a demand from theGovernment stating that the amount claimed is required to meet the recoveries due or likely to bedue from the said contractor(s). Any such demand made on the Bank shall be conclusive as regardsthe amount due and payable by the Bank under this Guarantee. However, our liability under thisGuarantee shall be restricted to an amount not exceeding Rs. (Rupees ……………………….. only).3. We, the said Bank, further undertake to pay the Government any money so demandednotwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceedingspending before any Court or Tribunal relating thereto, our liability under this present being absoluteand unequivocal.The payment so made by us under this bond shall be a valid discharge of our liability for paymentthere under, and the contractor(s) shall have no claim against us for making such payment.4. We …………………………… further agree that the Guarantee herein contained shall (indicate thename of the Bank) remain in full force and effect during the period that would be taken for theperformance of the said agreement, and it shall continue to be enforceable till all the dues of theGovernment under or by virtue of the said agreement have been fully paid, and its claims satisfiedor discharged, or till the Engineer-in-charge, on behalf of the Government , certifies that theterms and conditions of the said agreement have been fully and properly carried out by the saidcontractor(s), and accordingly discharges this guarantee.5. We ……………………………. Further agree with the Government that the Government (indicatethe name of the Bank) shall have the fullest liberty without our consent , and without effecting inany manner our obligations hereunder , to vary any of the terms and conditions of the saidagreement or to extend time of performance by the said contractor(s) from time to time or topostpone for any time or from time to time any of the powers exercisable by the Governmentagainst the said contractor(s), and to forbear or enforce any of the terms and conditions relating tothe said agreement, and we shall not be relieved from our liability by reason of any such variationor extension being granted to the said contractor(s) or for any forbearance , act of omission on thepart of the Government or any indulgence by the Government to the said contractor(s) or by anysuch matter or thing whatsoever which under the law relating to sureties would, but for thisprovision , have effect of so relieving us.6. This Guarantee will not be discharged due to the change in the constitution of the Bank or thecontractor(s).7. We ……………………. lastly undertake not to revoke this Guarantee except with (indicate thename of the Bank) the previous consent of the Government in writing8. This Guarantee shall be valid up to ………………….. unless extended on demand by theGovernment. Not withstanding anything mentioned above, our liability against this Guarantee isrestricted to Rs ……………… (Rupees …………………. only), and unless a claim in wiring islodged with us within six months of the date of expiry or extended date of expiry of this Guaranteeall our liabilities under this Guarantee shall stand discharged.Dated the ………………….. day of ………………… For ………………………………(Indicate the name of the Bank)(Note: This EMD bank guarantee certificate should be prepared on a non judicial stamp paper of Rs. 100/-)63


Date: . . .To,The Additional Director General (E) (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan,Old C.G.O. Bldg, 3rd floor,101, M. K. Road, Mumbai -20Sir,Sub: Your tender for Supply, Installation, Testing and Commissioning of “--------------------------------------------- ”With reference to the above tender, having examined and understood the instructions,terms and conditions forming part of the tender, we hereby enclose our offer for the supply of thefollowing items as detailed in your above referred tender.Basic Item No Item Description Make & ModelWe further confirm that the offer is in conformity with the terms and conditions as mentioned inyour above referred letter and enclosures. We also understand that the O/o. Additional DirectorGeneral (<strong>WZ</strong>), AIR & DD, Mumbai-20 is not bound to accept the offer either in part or in fulland that this Office has right to reject the offer in full or in part without assigning any reasonswhatsoever.We have enclosed the required bank guarantee favoring “Prasar Bharati, Chief Engineer (<strong>WZ</strong>),<strong>All</strong> <strong>India</strong> <strong>Radio</strong> & Doordarshan, Mumbai-400 020” issued bythe …………….(Bank), …………(Branch),…….. (date), and is payable at Mumbai, towardsEarnest Money Deposit.Yours faithfully,Authorized Signatories(Name & Designation, seal of the firm)Date:64

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!