enquiry no. nari/04/064/2021-22/ploc due on 28 july 2021
TRANSCRIPT
Plot No.73, ‘G’ Block, M.I.D.C., Bhosari, PUNE – 411 026
Tel : +91-20-27331200, 27331321, Fax : +91-20-27121071
E-mail :[email protected], Web Site : http://www.nari-icmr.res.in
NOTICE INVITING TENDER
Enquiry No. NARI/04/064/2021-22/PLOC Due on 28 July 2021
Sealed tenders are invited up to 28 July 2021 from reputed manufacturers, suppliers or their representatives
for ‘supply, installation, testing and commissioning of Lightning Arrestor’, details of which are given in Part-I of
tender document.
Tender document containing three parts (Part-I: Schedule of requirements, specifications and allied technical
details, Part-II: Terms & Conditions of tender, Part-III: Minimum Qualifying Requirements Part-IV: Checklist
and Part-V: Annexures), which is appended below, may be downloaded and offers be submitted to the Director,
ICMR-National AIDS Research Institute, Pune within the stipulated date and time. Late/incomplete quotations
will not be considered. For further details & Tender Document, please visit our Websites www.nari-
icmr.res.in,icmr website address & www. eprocure.gov.in. Bidders are advised to regularly visit NARI website
for corrigendum/amendments, if any, will be notified only on the Central Procurement Portal (CPP) and
www.nari-icmr.res.in NARI website. The Director, ICMR-NARI, Pune reserves the right to accept or reject any/all
application without assigning any reason thereof and it will be binding on the parties.
DIRECTOR
PART I: SCHEDULE OF REQUIREMENTS
1) Purchase Proposal No. 5979
TECHNICAL SPECIFICATIONS FOR LIGHTNING ARRESTORS.
i. Type : Early Streamer Emission (ESE)Air Terminal
ii. ΔTvalue : 63 µs Minimum.
iii. Characteristics a. Standard Deviation ESE σ σpda < 0.4 σpts. b. Lightning Current with standing test I imp 200kA (Normative Test)
(10/350µs). c. Max current with standing test I max 200 kA(Uni camp) d. Up ward Pole 6 e. Down Pole 6 f. Net Weight 4.0kg
iv. Operating Principle :
a. Detection of down load leader Continuous measuring of electric field G radiant
b. Upward streamer emission Sparking by High Voltage Impulse c. Internal circuits 6 independent circuits d. Central rod Stainless Steel 304, Dia20 mm e. Metal housing Stainless Steel 304,Electromagnetic shielding f. On-site testing capabilities ESETESTER g. Maintenance No need to connect the power source
v. Mechanical Specifications a. Central Pick up Rod M20 Thread at Lower End b. Down Conductor Connection Adapter (Insulating Material)
vi. Packaging a. Dimensions 445x225x225 b. Content Certificate c. Gross Weight 5kgs
vii. Radius of Protection : up-to 110 Meters when installed at a height of 5 Meters above the finished roof level
viii. Constructional details : Central Pick-up rods, upper & lower series of Electrode sand triggering device housed in a Stainless Steel weather proof &non-corroding housing
ix Triggering device-type :Electronic triggering circuit fitted inside the Stainless steel
Housing.
x. Sensors–type : Lower and upper series sensors arranged around the
Central pick-up rod internally connected with the triggering
Device for the fast sensing of atmospheric charge build up
1. Support Pole :
Main Features
i. The installation materials used should have anti-corrosive coat on outer surface.
ii. The support shall be securely bolted to other mast materials with where necessary to
enable the air termination and mast system to withstand maximum locally recorded wind
velocities.
iii. Support Pole (Mast) should be isolated from Air Terminal with the help of highly
insulating connector.
2. Down Conductor
Main Features
i The down conductor should not be less than70Sq.mm Cu Cable/G.I.S trip.
ii. Down conductor used should be pure electrolytic Copper Cable with PVC insulation up-
to7Meter.From air terminal to base of supporting mast.
iii. In the final 3m to the ground and where it is exposed to human intervention, the down
conductor shall be placed in a protective casing/sleeve to avoid mechanical damage and
increase human safety.
iv. The down conductor shall be installed in accordance with the manufacturer’s
instructionandshouldnotbesubjecttobendsoflessthan0.5metersradius.
v. The down conductor shall be secured to the structure/building by insulators at least every
meter.
Specifications for Cable
i. Type : PVC Insulated, pure Electrolytic flexible copper ii. Make : Suitable ISI mark with test certificate of the cable.
iii. Size : Not less than70Sq.mm iv. Insulation : PVC Insulation
v. Number of down : Single down conductors should be provided
for each Air Termination up to 7 Meter
vi. Conductor Material : Pure Electrolytic Copper. vii. Impedance(Ohm) : <12 viii. Inductance(nH/M) : 37 ix. Capacity : 0.75
Specifications for G.I. Strip
i. Type : G.I Strip ii. Size : Not less than 25 X 3 mm iv. Number of down : Single down conductors should be provided for
each Air Termination from Base of Mast to Earthing.
vi. Conductor Material : G.I.
3. Transient Event Counter: Main Features
A suitable transient Event Counter with the following specification should provide for the
indication of direct and in direct lightning strikes to building and surge diverters by detecting and
metering current impulses associated with lightning strikes.
Specifications
i. Current Sensitivity : 1kA for8/20µs impulse ii. Operating range : min 1KA, max>100KA
iii. Display : Resettable 2 digit LCD counter iv. Power source : Battery3-4yearslife v. Enclosure : Red Thermo plastic UL94-V-0
vi. Degree of Protection : IP20
vii. Installation : 35mm standard DIN rail in transparent enclose
(EN50022/DIN46277-3)
Specifications for Earthing: Maintenance Free Earthing:
Main Features
i. Earth pits must be made using chemical earth enhancing compounds and must be Maintenance free.
ii. The Earth Electrode should be 80-100 micron galvanization on outer surface. It Should be with Pipe
in Pipe Technology having 88mm outer Pipe Dia & 48 mm inner pipe Dia, 1 Meter Length, and
cavity filled with Chemical earth enhancing compound which is highly conductive, Non-corrosive,
Non- Magnetic. Terminal size of Earth Electrode Should be 75 X 5.6 mm with 2 no’s hole of 14 mm dia
for connection.
iii. A minimum qty. of 25 Kg of Earth enhancing compound must be used per earth pit.
iv. The Earth Electrode should be connected in Grid form (Minimum 3 No’s)
v. The Earth Electrode should have type test certificate from CPRI; for voltage 400V, rated Current 10kA,
at 50 Hz frequency with short time current of 43.12 kA rms & with initial peak of 90.12 kA for 1
Sec. There should be no deviation or tolerance in terms of current, Voltage time amp; frequency
vi. The original copy of Test Report of 3 Mtr Earthing Electrode from CPRI should be submitted for
verification.
vii. The Electrode should be tested for salt spray test for 500 Hrs with no red corrosion on outer surface of
electrode
Data Sheet
LIGHGTNING AIR TERMINAL
1 Type Early Streamer Emission ( ESE ) Air Terminal
2 Standard NFC 17-102
3 Triggering Time Δ T 63 𝛍 Sec
4 Current Capacity ˃200 kA ( 10/350 𝛍 Sec)
5 Capacity against wind speed ˃ 40 m/s
6 Upper Electrode 6 No’s
7 Lower Electrode 6 No’s
8 Internal Circuits Six Independent Circuits
9 Weight 4.0 Kgs
10 Material Stainless Steel
11 Central Pick up Rod M 20 Threaded at Lower End
12 Down Conductor Connection Adapter ( Insulating Material)
Supporting Pole
1 Material M.S ( with Cold Galvanization on Outer Surface
2 Dimension 58 mm Dia & 5 Meter Long with Base Plate
Down Conductor
1 Cable 70 Sq.mm Single Core Copper Flexible Cable ( Form Air
Terminal to up-to 7 Meter)
Strip 25 X 3 G.I. Strip
Transient Event Counter
1 Current Sensitivity 1 kA for 8/20 𝛍Sec Impulse
2 Operating Range Min 1 kA , Max ˃ 100 kA
3 Display Resettable 2 Digit LCD
4 Power Source Battery 9 V
5 Enclosure Red Thermoplastic
6 Degree of Protection IP 20
7 Installation 35 mm Std. DIN rail in Enclosure
Maintenance free Earthing
1 Material MS. With Galvanization of 80-100 𝛍
2 Technology Pipe In Pipe
3 Dimension Outer Pipe: 88mm
Inner Pipe 48 mm
Length – 1 Mtr
4 Terminal Size 75 X 5.6 with 2 no’s 14 mm Dia hole for Connection
5 Connection Should be connected in Grid of 3 Electrodes.
6 Salt Spray Test For 500 Hrs with no red corrosion on outer surface of electrode.
Earth Enhancing Compound
1 Bag 25 Kgs Each
2 Test From NABL Accredited Lab
1. pH value as per IS 1350/ AHPA guideline’s
2. ELV Test as per protocol IEC 62321/111/54/CDV/ICP- OES
3 Properties 1. Highly Conductive
2. Hygroscopic
3. Non Corrosive
4. Non Toxic
4 Particle Size< 200
Mesh
Min 70 %
5 Moisture % by Mass 8-9
6 Solubility in 1:1 HCl
% by Mass
31-33
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
SUPPLY, INSTLLATION, TESTING AND COMMISSIONING OF ESE (Early Streamer
Emission) TYPE LIGHTNING ARRESTORS AT VARIOUS LOCATIONS
Sr.No Description Qty Rate/Unit
1 Supply, Installation, testing & commissioning of Advanced Early Streamer Emission (ESE) Type of Lighting Arrestor of covering a radius of up-to 110 meter. When mounted at a height of 5 meter above terrace floor level, Having triggering time 63 micro seconds. Lightning air terminal should be totally autonomous device. It is designed to work on positively as well as negatively charged cloud conditions. The internal triggering circuitry & electronics should contain ambient electric field sensor, charge accumulator, command & HV amplifier, transformer & triggering release. It is designed as per NFC 17- 102. The ESE terminal should have Type Test certificate from CPRI (Central Power Research Institute, Govt of India) for the Impulse current of 40 kA (8/20 micro sec) with 5 positive & 5 negative impulse. with following specification of current capacity≥200 KA(10/35µs) ,capacity against wind speed ≥40 m/s, dimension 39cm,lower diameter of ESE terminal should be 30.5 cm , weight=4 kg. The ESE Lightning Arrestor should be tested for Voltage Electro Discharge at 12 V DC in MSME. With 2 digit Transient event counter with display digit from 0 to 99 for a minimum count impulse > 1 kAmp (8/20 micro seconds) with degree of protection IP 20.5. 5 meter GI mounting structure with base plate along with accessories. Connected earthing at ground of Pipe in Pipe Technology Earthing Electrode having 88mm outer Pipe Dia & 48 mm inner pipe Dia, 1 Meter Length, and cavity filled with earth enhancing compound which is Highly conductive, Non-corrosive, Non- Magnetic, having good P H value & Non Toxic, Tested by NABL accredited Lab. Earthing electrode is tested and certified by MSME Department, Govt. of India. Along with 25 Kgs Earth Enhancing Compound. The Down conductor used should be 70Sq.mm Single core Copper Flexible cable up to 7 mtr and 25 X 3 G.I. Strip connected to earthing from bottom of 5 Mtr Supporting Mast along with Disconnecting link with box to separate earthing system from air terminal system for regular inspection of earthing system.
03 Nos Job
Work
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Part-II: TERMS & CONDITIONS
IMP Note:
(a)These Terms & Conditions may be downloaded and a copy of the same, duly signed by the tenderer must be accompanied with each tender. Otherwise the tender will not be considered. (b)The terms & conditions mentioned below shall be binding to the tenderer and no other terms and conditions of the tenderers shall be accepted by ICMR -NARI. No correspondence in this regard will be entertained.
1) Tenderers are requested to give detailed tender separately in their own forms under Two Bid System.
2) Submission and Opening of Bids
(a) Place for submission of bid: Reception Counter, ICMR-NARI Admn. Building, Bhosari Pune
411 026.
(b) Date and Time for submission of bid: 28 July 2021 before 02.00 p.m. (c) The envelope should be superscribed as “Tender for supply, installation, testing and
commissioning of Lightning Arrestor at ICMR-NARI” due on 28 July 2021 and to be
submitted to the address given below so as to reach before due date & time.
The Director
ICMR -National AIDS Research Institute,
Plot. No. 73, G Block, M.I.D.C. Bhosari, Pune -411 026.
Bidder’s full address should also be indicated on the envelope.
(d) NARI will not be responsible: 1. For delayed/late bids submitted/sent by post/courier etc. 2. For non-receipt of bids at proper place. 3. Any bid received by NARI after the due date and time will not be
accepted/considered under any circumstances.
(e) Opening of bids: a) Opening of Technical Bids
1. Technical bid will be opened on 28.07.2021 at 03.00 p.m.at Conference Hall at
New Administrative Building, ICMR-National AIDS Research Institute, Plot No.73, ‘G’ Block, M. I. D. C., Bhosari, PUNE - 411 026.Maharashtra, India. Subsequently Technical Committee of the institute will evaluate the bids. The lowest evaluated bidder (lowest of technically qualified bidder) as per recommendations of technical committee will be accepted. Decision of technical committee/competent authority of this institute will be final and binding in this regard.
2. The representatives of bidders may choose (only one) to attend the opening of the
technical bids.
3. Note: Please do not insert “Commercial Bid” (Price quoted) in the technical bid
envelope. If found, the prices quoted is submitted with technical bid, the tender will
be rejected.
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
b) Opening of commercial bids.
i. The tender opening committee of ICMR-NARI, Pune, will open commercial bids of only the short listed bidders (technically qualified bidders) in the presence of the bidder or
their authorized representative, who choose to attend. The time and date, for the same will be informed later.
ii. The bidder’s representative who is present shall sign the attendance register as a proof
of having attended commercial bid opening.
iii. The bidder’s name, bid price, discounts, EMD and such other details considered as
appropriate by ICMR-NARI, Pune, will be announced at the time of opening.
iv. Only technically accepted competitive bids will be considered for award of contract.
v. The bid can be submitted in person or through post / courier (ICMR-NARI shall not be
responsible for any postal delays resulting in disqualification / rejection of any bid) so
as to reach The Director, ICMR-NARI, Pune, on or before the due date and time. The
bidder’s authorized representative (only one) can attend the bid opening.
vi. Director ICMR-NARI, Pune, reserves the right to accept the offer in full or in parts or
reject summarily or partly.
3) BID SECURITY/EARNEST MONEY DEPOSIT (EMD): A Bid Security or Earnest Money equivalent
to two per cent of value of the job work must be furnished along with the tender in the form of Demand Draft from any nationalized Bank drawn in favor of the Director, ICMR-NARI, Pune payable at Pune, Bank Guarantee furnished other than the given specimen format will not be accepted and such tenders will be rejected straight away. Offers, if received without Bid Security will summarily be rejected. Earnest Money of successful bidder will be returned only after installation, commissioning, satisfactory demonstration, training and acceptance by the end user of this institute. The Earnest Money of unsuccessful bidder whose technical bid has not been found suitable will be returned after receipt of Technical Committee recommendations. Such bidders will have to furnish request letter for refund of their EMD along with a Pre-receipt, duly signed on a revenue stamp of one rupee by an authorized signatory. EMDs/Security Deposits that remains unclaimed for consecutive three financial years will be forfeited and credited to the Govt. treasury. No interest shall be payable on Bid Security/EMD/Security Deposit. The vendors registered with Micro, Small and Medium Enterprises (Ministry of MSME) can get the exemption for payment EMD who are having Udyyog Aadhar Registration Certificate/ Memorandum Subject to furnishing of relevant valid certificate for claiming exemption. In place of a Bid security, the Ministries/ Departments may require Bidders to sign a Bid securing declaration ( on the company’s letter head) accepting that if they withdraw or modify their Bids during the period of validity, or if they are awarded the contract and they fail to sign the contract, or to submit a performance security before the deadline defined in the request for bids document, they will be suspended for the period of time specified in the request for bids document from being eligible to submit Bids for contracts with the entity that invited the Bids.
4) The tenders must be clearly written or typed without any cancellations / corrections or overwriting. If there exists a difference in the amount quoted in words and numeric the lowest of them will be taken as the tender amount.
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
5) The Bid should accompany with complete specification, Manufacturer’s name, address and relevant Literature / Brochures with Warranty terms & an undertaking that the bidder agrees to give a security deposit etc.
6) The make / brand and name and address of the manufacturer, are to be mentioned.
7) Details regarding terms of payment must be mentioned clearly.
8) Indicate the names of the reputed Indian Organizations including ICMR Institutes/Centers
where similar type of job work has been carried out and may attach the satisfactory performance report from user Organization and the price finally paid.
9) Based on the above information ICMR-NARI will have its option to obtain details of the job
work, their performance, after sales services etc. for evaluation of the tender, directly from the concerned Labs. /Scientist etc.
10) The Tenderer is required to furnish the Permanent Account Number (PAN) allotted by Income
Tax Department. If registered with the National Small Industries Corporation, the registration number, purpose of registration and the validity period of registration etc. should also be provided in the offer/bid.
11) Cost of the items should be mentioned clearly in the Offer like:- a) The actual cost of for the Lightning arrestor and essential accessories required if any b) Packing, Forwarding, Freight & Insurance and Commissioning Charges, if any extra, may be
quoted separately in the Bid. c) The actual Tax Percentage if any should be specified clearly.
12) Discount offered should also be mentioned clearly in the bid.
13) The Tenderer’s conditions printed on the tender or otherwise sent along with the tender shall
not be binding on ICMR-NARI.
14) We prefer to release the payment on BILL Basis after completion of the job and satisfactory installation, commissioning and testing thereof.
15) PAYMENT: No advance payment is allowed under any circumstances. 100% payment will be released by PFMS/RTGS after receipt of the material, completion of satisfactory supply, installation, commissioning and testing of the whole system.
16) Supply means, “Supply, Installation, Commissioning and testing of the whole system”.
17) The item should be supplied with manuals and the manuals including technical drawings should be complete in all respects to operate the system without any problem. If the manuals are on chargeable basis, the same should be specified in the offer.
18) Performance Security/Security Deposit: The successful bidder shall furnish an unconditional Performance Security in the form of Bank Guarantee from a commercial scheduled bank for 3% or higher (as may be decided by the Competent Authority) of the order value within 15 days of placement of the order. An undertaking that the bidder agrees to give security
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
deposit/performance bank guarantee must be submitted with the bid, failing which the bid shall not be considered. If the bidder fails to submit the Performance Security as mentioned above, the Contract shall be deemed as terminated and the order will be placed with any other bidder. Performance Security should remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the supplier including warranty obligations. No interest is payable on the Performance Security.
19) Delivery Period: As time is the essence of the contract, delivery period mentioned in the Purchase/work Order should be strictly adhered to. Otherwise the Security Deposit furnished by the tenderer will be forfeited and also LD clause will be applicable/ enforceable.
20) INSTALLATION: The Bidder shall be responsible for supply, installation, commissioning, and
testing of and for lightning arrestors after sales service during the warranty and thereafter.
21) Period of validity of bids: The bid should be valid/kept open for six months from the date of opening of the bid. Further, if extension of validity would be required in future, the bidder should extend the validity only and no other modifications shall be permitted.
22) Amalgamation/Acquisition: In the event the Manufacturer/Supplier proposes for
amalgamation, acquisition or sale of its business to any firm during the contract period, the Buyer/Successor of the Principal Company are liable for execution of the contract and also fulfillment of contractual obligations i.e. supply, installation, commissioning, warranty, maintenance/replacement of spares accessories etc. while submitting your bid, you may confirm this condition.
23) ICMR-NARI will not provide any accommodation/transportation for the Engineers
/Representatives for attending Installation, Commissioning etc. it is the absolute responsibility of the Principal Supplier to make their own arrangements.
24) Sub-contracting will not be allowed for installation or maintaining system/equipment /
instrument during or after warranty period.
25) Tenders which are submitted without following the proper system: (a) Late/Unsigned/Incomplete Tenders. (b) Conditional Offers. (c) Tenders submitted by Fax / E-mail / Telegraphic (d) Tenders, not accompanied an undertaking that the bidder agrees to give Security
Deposit/Performance Bank Guarantee, will summarily be rejected.
26) Penalty for delayed Services/LD: If the supplier fails to Supply, Install, Commission and Training for the system as per the specifications mentioned in the order within the due date, the Supplier is liable to pay liquidated damages of one percent of order value per every week of delay subject to a maximum of 10% beyond the due date and such money will be deducted from any money due or which may become due to the supplier. ICMR-NARI reserves the right to cancel the order in case the delay is more than 10 weeks. Penalties, if any, will be deducted from the Security Deposit.
27) Goods should not be dispatched until the Vendor receives a firm order.
28) Please indicate page nos. and put your seal on all pages of quotation.
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
29) The purpose of certain specific conditions is to get or procure best System/service etc. for
ICMR-NARI. The opinion of Technical Committee shall be guiding factor for Technical short listing.
30) Firms, which have earlier supplied similar system to ICMR-NARI and have not completed
required installation/commissioning/after sales service/warranty replacements etc. their offers will not be considered for further evaluation and no enquiries thereafter will be entertained.
31) Interpretation of the clauses in the Tender Document/Contract Document: In case of any
ambiguity / dispute in the interpretation of any of the clauses in this Tender Document, Director, ICMR-NARI’s interpretation of the clauses shall be final and binding on all parties.
32) All disputes are subject to exclusive jurisdiction of Competent Court and Forum in Pune, India
only.
33) The Director, ICMR-NARI, Pune reserves all the rights to accept or reject any/all tender in full or in part without assigning any reason.
DIRECTOR
ICMR-NATIONAL AIDS RESEARCH INSTITUTE, PUNE.
I/We agree to abide by all the Terms & Conditions mentioned above. Signature of the Tenderer
Date: Name & Address of the Firm with Seal:
(Phone/Fax No./E-mail id may also be stated for easy communication)
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Part III
Minimum Qualifying Requirements.
1. Scanned copy of Valid Electrical Contractor License issued by I.E. & L Deptt. Govt. of
Maharashtra & Valid Registered Electrical Contractor Class "C" issued by Public Works
Deptt. (Elect), Govt. of Maharashtra/CPWD. In case the contractor license is submitted
for renewal, the copy/receipt of the application for renewal from the Govt. Body shall
be submitted. Taking into consideration the after sales service and breakdown issues,
bidders from Pune and Maharashtra will be preferred.
2. The Bidder should submit valid copies of PAN, & GST registration certificates.
3. The Bidder should have valid authorization certificate by the OEM for last three years
for the supply of ESE Lightning Arrestor with Chemical Earthing Electrode.
4. The Bidder should have valid MSME certificate with Udyam Registration.
5. The Bidder should satisfactory completed one similar type of work in last three years in
Govt. /Public or private organization work completion certificate from competent
authority should be attached.
6. The Bidder should produce last 3 years IT returns certificate.
7. Earthing Chemical compound should be tested in any NABL accredited LAB.
8. The Tenders should produce the Test Report for Earthing Enhancing Compound from
NABL Accredited LAB for its pH value and Non Toxic Content. Tested as per IS
1350/AHPA Guidelines and IEC 62351/111/54/CDV.
9. The earthing Electrode of 3 Meter Length should have Type test Certificate from CPRI
for type test short time current test for 43 kA for 1 Sec.
10. The Air Terminal counter should be successfully tested for Temperature test for -20°C to
+60 °C. The test should be conducted before December 2020.
11. The Air Terminal Should Type tested in CPRI for Impulse Current Test for five positive
and Negative polarities.
12. The Bidder should submit the Survey report for Existing Lightning Protection system
before tender Submission.
13. The Air Terminal should be tested on site before installation for its voltage electro-
discharge phenomena, also it should be tested in monsoon season; and cost should be
included in tender cost.
14. The Bidder should have prior experience of executing & completing such type of works
& produce the documents for the same or bidder should have satisfactory work
completion certificate signed by the competent authority, not below the rank of
Executive Engineer.
15. Bidder should produce Undertaking on letter head that the bidder has not been
Blacklisted / Banned / Suspended by any government / semi government authority
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Part-IV: CHECKLIST
Bidders should indicate whether the following are enclosed with the offer.
1. Bid Security/EMD (YES/NO)
2. Undertaking that the bidder agrees to give a Security Deposit and Performance Bank Guarantee
for 3% of order value. (YES/NO)
3. Authorization letter from Principals. (YES/NO)
4. Self-Attested copy of GST/TIN/TAN/PAN Registration certificate as applicable (YES/NO)
5. Agreements / Purchase orders, if any, from the clients for whom similar supply has been made
by the bidder in last three years. (YES/NO)
6. Copy of ISO 9002 or equivalent Certificate if any. (YES/NO)
7. IT Returns for last three years (YES/NO)
8. completion certificate for similar type of work in last three years (YES/NO)
in Govt. /Public or private organization work from competent authority
9. Compliance sheet with any deviation with reference to the terms and specifications. This
should be furnished compulsorily. (YES/NO)
10. Amalgamation/Acquisition: Successor agreeable to fulfill the contractual obligation.
(YES/NO)
11. Free replacements during warranty period (YES/NO)
12. Payment terms of ICMR-NARI acceptable (YES/NO)
13. Warranty clause of ICMR-NARI acceptable - Minimum 1 Year (YES/NO)
14. Survey report for Existing Lightning Protection system (YES/NO)
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Part V- Annexures
Annexure 1:
Tender Form
(On Company’s Letter Head) To
The Director
ICMR-National AIDS Research Institute,
Plot No.73, ‘G’ Block, M. I. D. C., Bhosari,
PUNE - 411 026.
Maharashtra, India.
Dear Sir,
1) Having examined the Tender document for ‘supply, installation, testing and
commissioning of Lightning Arrestor’ at ICMR-NARI, Pune, the receipt of which is hereby
acknowledged, we, the undersigned, offer to provide our services under the above-named
Contract in full conformity with the said Tender document.
2) The information, documents, data of financial status and credibility, details of operational
experience etc. furnished along with the Tender are true and authentic to the best of my
knowledge and belief. I am well aware of the fact that furnishing of any false information /
fabricated document would lead to rejection of my Tender at any stage besides liabilities
towards prosecution under appropriate law.
3) I have appraised myself fully about the job to be done during the period of agreement and
also acknowledge to bear consequences of non-performance or deficiencies in the services
on my part.
Signature ...……………………. Name:
Designation:…...………………. Date: Stamp of tenderer
(In the capacity of duly authorized to sign this bid)
Note:
This form must be signed & stamped in original to be submitted to this office along with Tender fee in the
form of DD.
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Annexure 2
NEFT FORM Format
APPLICATION FORM FOR DEPOSITING PAYMENT AGAINST BILLS IN BANK ACCOUNT BY ELECTRONIC CLEARING SERVICE / NEFT
1) Name of the Vendor
2) Vendor Address & Other Particulars
a) PAN NO.
b) GST NO.
c) Mobile No.
d) Email ID
3) Account Holder's Name (Title of the Account)
4) Bank Account No.
5) Bank Name, Branch & Address
6) 9-Digit MICR code of the bank
7) Account type (SB/CURRENT)
8) IFSC Code (attach xerox copy of cheque)
I hereby declare that the particulars given above are correct and complet. If the transaction is delayed or not effected at all for reasons of incomplete information, I would not hold the user institution responsible. I agree to discharge the responsibly as a participant under the scheme.
Signature of the Vendor with seal.
Bank stamp :
Date :
Note: Xerox copy of cheque may be attached, without which the form will not be accepted.
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
ANNEXURE – 3
BID SECURITY FORM
Whereas _________________________________________________________*(hereinafter called “the
Bidder”) has submitted its bid dated _______________________ date of submission of bid) for the
supply of ______________________________ (Name and/or description of the goods) (hereinafter
called “the Bid”).
KNOW ALL PEOPLE by these presents that WE____________________________________(name of
bank) of _____________(name of the country), having our registered office
at_________________________(address of bank) (hereinafter called “the Bank”), are bound unto THE
DIRECTOR, ICMR- NATIONAL AIDS RESEARCH INSTITUTE, PUNE (hereinafter called “the Purchaser”) in
the sum of __________(mention here the EMD amount) for which payment well and truly to be made to
the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the
Common Seal of the said Bank this ________day of ________20_____. THE CONDITIONS of this
obligation are:
1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid
Form; or 2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of bid validity: a) Fails or refuses to execute the Contract Form if required; or b) Fails or refuses to furnish the performance security, in accordance with the Instruction to
Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will
note that the amount claimed by it is due to it, owing to the occurrence of one of both of the two
conditions, specifying the occurred condition or conditions.
This guarantee shall remain in force up to one year after the period of the bid validity, and any demand
in respect thereof should reach the Bank not later than the above date.
__________________
(Signature of the Bank)
Name of Bidder
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
Annexure - 4
(ON STAMP PAPER OF Rs.500/-)
PERFORMANCE BANK GUARANTEE
To,
The Director,
ICMR- National AIDS Research Institute,
Plot No.73, ‘G’ Block,
M. I. D. C., Bhosari,
PUNE – 411 026.
In consideration of ICMR-National AIDS Research Institute, Pune (hereinafter called the purchaser)
having agreed on the terms and conditions of Order No.:
_____________________________________________________ dated: ______________ (hereinafter
called the Contract) made between M/s, (Vendor), having the Registered Office at:
___________________________________________________________________, and corporate office
at: _________________________________________________________________,
(hereinafter called the Contractor) and the Purchaser in connection with the supply of
_________________ materials, the Purchaser stipulated in the contract that the balance 3% (Three
Percent Only) payment of the purchase price shall be payable to the contractor against a Bank
Guarantee for 3% (Three percent only) value of order valid till warranty period contained in the
purchase order i.e. 36 months minimum from the date of commissioning or min. 40 months from the
date of dispatch.
We, _________ (bank name & full address), (hereinafter referred to as the Guarantor), do hereby
undertake and agree to indemnify and keep indemnified the Purchaser from time to time to the extent
of Rs.__________________ /- (Rs.___in words__only) against any cost, charges and expenses suffered
by the Purchaser by reasons of any breach or breaches committed by the said Contractor of any of the
terms and conditions contained in the contract and the improper performance of the products during
the warranty period and unconditionally pay the amount claimed by the Purchaser on demand and
without demur to the aforesaid.
We, (Bank name) further agree that the Purchaser shall be the sole judge of and as to whether the said
Contractor has committed any breach or breaches of any of the terms and conditions of the said
contract and the extent of costs, charges and expenses suffered by the Purchaser on account thereof
and the decision of the Purchaser that the said contractor has committed such breach or breaches and
as to the amount or amounts of costs, charges and expenses suffered by the Purchaser from time to
time, shall be final and binding on us.
We, (bank name), further agree that the Guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said contract subject, however, that
the Purchaser shall have no claim under this Guarantee after the expiry of the warranty period as
mentioned in the Order No.:______________________________________________
Supply, installation, testing and commissioning of Lightning Arrestor at ICMR-NARI, Pune
The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee or indemnity from time to time to vary any of the terms and conditions of the said
Contract or to the extent the time of performance by the said Contractor or to postpone for any time
and from time to time any of the powers exercisable by it against the said Contractor and either to
enforce or forbear from enforcing any of the terms and conditions governing the said contract or
securities available to the Purchaser and the said Bank shall not be released from its responsibilities
under these presents by any exercise by the Purchaser to the said contractor or of any other matter or
thing whatsoever which under the Law relating to securities would, but for this provision have the effect
of so releasing the Bank from its such liability.
Notwithstanding anything to the contrary contained hereinbefore our liability under this guarantee is
restricted to Rs.______________/- (Rs. in words), our liability under this Guarantee shall remain in force
until (date). Unless a demand or claim is made on us in writing, within the said period, that is on or
before (date). All rights of the Purchaser under the said Guarantee shall be forfeited and we shall be
relieved and discharged from all liabilities.
This Guarantee should be returned to us on expiry.
Date: __________________ (DD/MM/YR)
Sd/- (Bankers)
Authorized signatory
With bank seal & full address