gujarat water suply and sewerage board - … panel board... · gujarat water suply and sewerage...
TRANSCRIPT
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 1
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
TENDER NOTICE NO: SK/ RC / 11 of 2008-09.
NOTICE INVITING ON LINE TENDER FOR FIXING YEARLY RATE CONTRACT FOR VARIOUS SIZES OF CUBICAL CONTROL PANEL BOARDS AND AUTOMATED POWER CONTROL SYSTEMS WITH
SUITABLE CAPACITORS FOR THE YEAR 2009-2010. ( PART-II ) The Executive Engineer, Public Health Mechanical Store Division, GWSSB, Block No. 193/3 & 4, G-1-Type, Sector-30, Gandhinagar-382 030 (Gujarat State) invites ONLINE tender for fixing yearly rate
contract for purchase of Various Sizes of Cubical Control Panel Boards and Automated Power Control Systems with suitable Capacitors from Original Manufacturers only. Interested Bidders who wish to participate in the above tender may view the detailed tender notice and can download tender documents free of cost by visiting our website at www,statetender.com / www.gwssb.org and www.nprocure.com. (A) Details of Tender Items:
Sr. No.
Particulars Estimated Cost (Rs. in Lacs)
E.M.D. in Rs.
Tender fees
1.
Manufacture, Supply and Delivery of Various sizes of Cubical Control Panel Boards and Automated Power Control Systems with suitable Capacitors as per Detailed Technical Specification
129.15 1,50,000/- 3,600/-
(B) Schedule for E - tendering is fixed as under.
i) Bid Document Downloading of tender from
: Date : 06.03.2009.
ii) Bid Document Downloading of tender End Date
: Upto 15.05.2009 @ 18.00 Hrs.
Iii) Date of Pre-Bid Conference : Date : 04.05.2009 @ 12.00 Hrs.
iv) Last Date of Online Bid Submission : upto 15.05.2009 @ 18.00 Hrs.
v) Submission of Tender Fee, EMD and other documents in person.
: (1) Tenderer shall be submitted the all certificates / Documents to this office on or Before Dtd. 16.05.2009 at 12.00 Hrs
(2) Demand Draft for E.M.D & Tender fee shall be submitted in electronic format only through ONLINE (by scanning) while uploading the bid. This submission shall mean that E.M.D & tender fee are received for purpose of opening the bid. Accordingly offer of those shall be opened whose E.M.D. & tender Fee is received electronically. However for the purpose of realization of Demand Draft bidder shall send the Demand Draft in original through R.P.A.D. So, as to reach to this office as mentioned in the tender documents within 7 (Seven) days from the last Date of uploading i.e. Before Dtd. 16.05.2009 For not submitting Demand Draft in Original bidder shall be banned to participate in any tender of the Board for period of 3 (Three) Years as a penalties action.
vi) Online Opening of Tender (If Possible)
: 18.05.2009 at 15.00 Hrs. at Office of the Chief Engineer (Mech.), Material Cell, GWSSB, Sector-10-A, Gandhinagar (Gujarat).
Executive Engineer P.H. Mech. Store Division
GWSSB, Gandhinagar
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 2
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
TENDER NOTICE NO: SK/ RC / 11 of 2008-09.
NOTICE INVITING ON LINE TENDER FOR FIXING YEARLY RATE CONTRACT FOR VARIOUS SIZES OF CUBICAL CONTROL PANEL BOARDS AND AUTOMATED POWER CONTROL
SYSTEMS WITH SUITABLE CAPACITORS FOR THE YEAR 2009-2010.
Department Name : Gujarat Water Supply and Sewerage Board
Circle : Public Health Mechanical Circle, Ahmedabad
Division : Executive Engineer, Public Health Mechanical Store Division, GWSSB, Block No. 193/3, Sector-30, Gandhinagar-382 030 (Gujarat State) Tel. No. (079) 23261605
IFB No :
Name of Project : Fixing Yearly Rate Contract for the Year: 2009-10 Name of Work : Manufacture & Supply of Various Sizes of Cubical
Control Panel Boards and Automated Power Control Systems with suitable Capacitors. As per detailed technical specifications.
Estimated Contract Value (INR) : Rs. 1,29,14,500/-
Period of Completion (in Months) : Twelve Months
Bidding Type : Opened
Bid Call (Nos) : 1 Tender Currency Type : Single
Tender Currency Settings : Indian Rupee(INR)
Joint Venture : Not Applicable
Rebate : Applicable / Not Applicable Amount Details
Bid Documents Fee : Rs. 3,600/-
Bid Documents Fee Payable to : Executive Engineer, Public Health Mechanical Store Division, GWSSB, Gandhinagar
Bid Security / EMD (INR) : Rs. 1,50,000/-
Bid Security / EMD in favour of : Executive Engineer, Public Health Mechanical
Store Division, GWSSB, Gandhinagar Tender Dates
Bid Document Downloading Start Date : 06.03.2009
Bid Documents Downloading End Date : Upto 15.05.2009 @ 18.00 Hrs.
Last Date of Online Bid Submission : Upto 15.05.2009 @ 18.00 Hrs. Pre-Bid Meeting : 04.05.2009 @ 12.00 Hrs.
Last Date & Time for Receipt of Bid Documents.
: B e f o r e d a t e d . 16.05.2009 at 12.00 Hrs. a t office of the Executive Engineer, P.H. Mechanical Store Division, Block No: 193/3, G-1 Type, Sector-30, Gandhinagar - 382 030.
Bid Validity Period : 120 Days
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 3
Remarks : (1) Tenderer shall be submitted the all certificates / Documents to this office on or Before Dtd. 16.05.2009 at 12.00 Hrs
(2) Demand Draft for E.M.D & Tender fee shall be submitted in
electronic format only through ONLINE (by scanning) while uploading
the bid. This submission shall mean that E.M.D & tender fee are
received for purpose of opening the bid. Accordingly offer of those
shall be opened whose E.M.D. & tender Fee is received electronically.
However for the purpose of realization of Demand Draft bidder shall
send the Demand Draft in original through R.P.A.D. So, as to reach to
this office as mentioned in the tender documents within 7 (Seven)
days from the last Date of uploading i.e. Before Dtd. 16.05.2009 For
not submitting Demand Draft in Original bidder shall be banned to
participate in any tender of the Board for period of 3 (Three) Years as
a penalties action.
Bid Opening Date : 18.05.2009 @ 15.00 Hrs.
Other Details:-
Officer Inviting Bids : Executive Engineer, Public Health Mechanical Store
Division, GWSSB, Gandhinagar
Bid Opening Authority : Chief Engineer (Mech.),
Address : GWSSB, Sector-10-A, Gandhinagar (Gujarat).
Contact Details : Chief Engineer (Mech.). Tel. No. (079) 23251089
Superintending Engineer Tel. No. (079) (PBX) 26575465
Executive Engineer Tel. No: (079) 232 60188
General Terms and conditions:
Ø Bidders can download the tender documents free of cost from the website.
Ø Bidders have to submit Technical Bid as well as Price Bid in electronic format only on
nprocure website till the Last Date & Time for submission.
Ø Offer in Physical form will not be accepted any case.
Ø Free vendor training camp will be organized every Saturday between 4.00 to 5.00 P.M. at
(n)code solutions-A Division of GNFC Ltd. Bidders are requested to take benefit of the same.
Bidders who wish to participate in online tenders will have to procure / should have legally valid
Digital Certificate as per Information Technology Act-2000 using which they can sign their electronic
bids. Bidders can procure the same from any of the license certifying Authority of India or can contact
(n) code solutions-A Division of GNFC Ltd. who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed. for details regarding digital signature certificate and related training
involved the below mentioned address should be contacted.
(n) Code solutions
A Division of GNFC
403, GNFC Infotower, Bodakdev,
Ahmedabad -380 054 (India)
Tel: +91 26857316/17/18
Fax No: +91 079 26857321
E-mail :[email protected]
Web Site : www.nprocure.com
Tall Free : 1800-233-1010(Ext.321)
Other Terms & conditions as per detailed tender documents.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 4
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
INSTRUCTIONS FOR TENDERER
Tenderers should read general terms and conditions of tender, technical specifications and
following instructions thoroughly and carefully before submitting the Bid.
1. Only Original Manufacturers for Control Panel Board themselves are eligible to compete in
this bid as per clause No.1 of General Terms and Conditions.
2. Rates shall be quoted as per clause No. 2 of General Terms and conditions.
3. The tender shall be rejected outright if;
a) Tender is in the name of person OR firm who is not a manufacturer.
b) If tenderer has given indefinite OR vague delivery period and not accept clause of
dispute as per Clause No. 32.
c) If tenderer has quoted rates with additional condition and counter conditions.
d) In case of any deviation in the specifications, terms and conditions of the tender.
e) If the tender is not digitally signed by the manufacturer.
f) If experience of companies for manufacturing of Control Panel Board is less
than five years.
g) If authorization certificate of Manufacturing of Contactors, Electronics Motor
Protection relay and MCCB are not attached.
4. Tender is likely to be treated as Non-Responsive at the discretion of the Board in
following circumstances.
a) The minimum Committed Sparing Capacity for GWSSB should be worth Rs. 10
Lacs per month as per note shown in ANNEXURE - II of tender documents f or
assorted Capacities of Cubical Control Panel Board for which the tenderer are
entitled to quote their rates. Other wise the offer will be considered as non-
responsive.
b) If the following documents are not enclosed.
i) Attested copy of Sales tax registration Certificate.
ii) Attested copy of Industries Department / NSIC / SSI Unit / Enterprise /
D.G.S.& D. regarding installed capacity of the plant.
iii) If the performance of last three years as per Appendix-I is not furnished
with the Tender. Gujarat based SSI unit / Enterprise should submit the
performance for the period as per their experience.
iv) The manufacturer has to furnish the undertaking on the Non judicial
stamp paper of Rs. 20/- duly Notarized regarding his firm is not black
listed / Not BIFR Unit at the time of tendering. This undertaking should be
enclosed in the document Cover.
v) The name and specimen signature of authorised signatory of the tenderer
shall be given in the tender so that during the validity of contract the
correspondence from that the signatory authority will be entertained.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 5
vi) If the checklist is not submitted in separate sealed cover over in
Document Cover.
5. Questionnaires to be filled up by the Tenderer are to be kept in Technical Bid and it shall
be the part of the tender document. The questionnaires are to be submitted by the
tenderer digitally signed ONLINE.
6. A certificate issued not later than one year before the date of opening of the tender from
the Industries Department stating that unit is now at present SSI unit / Enterprise and that
it hold SSI registration on the date of issue of certificate should be furnished alongwith
Document Cover, failing which no SSI benefits shall be given. The proof shall have to be
produced to the consignee at the time of agreement and during Rate contract period
whenever demanded.
7. Tenderer are requested to furnish all their certificates/ documents in the prescribed time
limit given by the Board.
8. If the technical bid is decided as non-responsive, the price bid shall not be opened.
9. If any vendor is found canvassing for his vendor from the date of opening of tender till
finalisation of the tender than his tender will not be considered for award and he will be
automatically debarred for two years from vendors of the Board.
10. The Rules and Regulations of Government / GWSSB in force and will be
binding to all tenderers.
11. Demand Draft for E.M.D & Tender fee shall be submitted in electronic format only
through ONLINE (by scanning) while uploading the bid. This submission shall mean
that E.M.D & tender fee are received for purpose of opening the bid. Accordingly
offer of those shall be opened whose E.M.D. & tender Fee is received electronically.
However for the purpose of realization of Demand Draft bidder shall send the
Demand Draft in original through R.P.A.D. So, as to reach to this office as mentioned
in the tender documents within 7 (Seven) days from the last Date of uploading i.e.
Before Dtd. 16.05.2009 For not submitting Demand Draft in Original bidder shall be
banned to participate in any tender of the Board for period of 3 (Three) Years as a
penalties action.
Any Document in supporting of tender bid shall be submitted in electronic format only
through online (By scanning etc.) & Hard Copy of the entire certificate / documents will be
accepted separately.
Signature of Tenderer. Executive Engineer, P.H. Mech. Store Division GWSSB, Gandhinagar. Place : Date :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 6
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
THE METHOD OF EVALUATION AND AWARD OF RATE CONTRACT
1. Every bidder shall clearly mention his committed supplying capacity for GWSSB item
wise as well as total.
2. The Board reserves the right to enter into parallel rate contract with next evaluated
responsive bidder if he matches the lowest price and order for quantity in excess of
75% of committed supplying capacity the 1st Rate Contract holder will spill over to
him to the extent of 75% of his committed supplying capacity. The quantity allocation
will be at the discretion of the Board Office.
3. If the Board enters into more than one Parallel rate contract then the procedure of
allotment orders will be similar one as with second Rate Contract holder i.e. excess
requirement after allotment to second one will spill over to third one to the extent of
his 75% committed supplying capacity and so on.
4. In case evaluated rate of two OR more bidders happened to be the same, Gujarat
Water Supply and Sewerage Board will consider other factor like quality aspects, to
decide internal grading amongst such bidders, GWSSB’s discretion in this regard
shall be final and no reason or details will be given.
5. As per Government of Gujarat, Finance Department, Circular No: GST - 2003 - UO -
159 - TH, Sachivalaya, Gandhinagar Date : 27.01.2004, Evaluation of the Tender will
be carried out without considering any amount of Sales Tax / VAT under any law.
6. The allotment of quota for orders to the first lowest rate contract holder or other rate
contract holders, as per ranking, will be made on the performance of every three
months at the discretion of the Board.
7. No negotiation at any stage shall be done before finalization of tenders except TPC
of Board.
8. Price Preference and Order Preference shall be given to the Gujarat Based Registered SSI Unit as per Clause No. 24.
9. The placement or not to place supply order on regular as well as parallel rate
contract, will be at the discretion of competent authority of Board Office, which will be
binding to all rate contract holders.
Signature of Tenderer. Executive Engineer, P.H. Mech. Store Division GWSSB, Gandhinagar.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 7
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
QUESTIONNAIRE TO BE FILLED UP BY THE TENDERER
This questionnaire is part of the tender document and it is to be duly filled-in and digitally signed by the tenderer. Tenderer are requested to answer/ complete every item of this questionnaire duly supported with requisite documents/ certificates.
1. Name of the firm:
2. Address of the firm:
3. Telephone No.:
4. Name & Address of the Proprietor / Partner / Directors of the firm along with designation
NOTE : Please furnish partnership deed along with document Cover.
5. SSI unit / Enterprise Registration
Pe rmanen t SS I Registration No.
Date
Valid Up to
6. Sales Tax / VAT:
(a) Indicate sales tax Regd. No.
(b) Whether your firm is covered Sales Tax exemption facility?
Tick Initial
Yes
If yes, please indicate nature of facility and furnish relevant certificate.
No
7. Monthly Production Capacity in Nos. (Set) :
ISI licence No : 8. (a) ISI Licence & Marking Certificate:
Valid up to :
Approved
Sizes of
ISI Mark
Tick Initial
Yes
(a) If holding ISI licence, are you authorised to stamp/ mark the tendered stores as ISI?
No
If yes, give details of size, class/ Dia etc.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 8
9. RAW MATERIAL
Tick Initial
Accepted
Not Accepted
Tender against assurance for supply of raw material shall not be considered. Tenderer is required to make his own arrangement for procurement of requisite raw material. Please confirm acceptance of this clause.
10. List of documents certificates. Tenderer should submit statement-indicating list of documents/ certificates as specified in the tender.
11. Authorized Representative: Please indicate the name of your
representative authorised to attend tender opening & representing your firm there after in connection with the tender.
Tick Initial 12. Terms of the tenderer shall not form part of this tender. Accepted
Not Accepted
Please confirm acceptance to this clause.
13. Acceptance of the terms & conditions
of this tender.
Tick Initial
Accepted
(a) Tenderer shall accept all the conditions of this tender. Unequivocally without any reservation and as such tenderer shall not alter/ add/ delete any of the conditions of the tender or part thereof.
Not Accepted
Tick Initial Accepted Not
Accepted
(b) If terms & conditions, specification of this tender are not accepted. Price bid submitted by such tenderer shall not be opened and same shall be treated as cancelled.
14 Details of Income tax Permanent Account Number
PAN Number:
· Name of Bank: · Name of Branch:
· MICR Code Number:
· RTGS No. · Type of Account :
15 Details of Bank Account for Record & Payment Purpose.
· Account Number: It is certified that the above information is true to the best of my knowledge & belief. If any information furnished above found incorrect or false in that case, I (Bidder) shall be liable for punishment at decided by GWSSB. Signature of Tenderer. Executive Engineer, P.H. Mech. Store Division GWSSB, Gandhinagar. Place : Date :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 9
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
GENERAL TERMS AND CONDITIONS FOR SUPPLY OF VARIOUS SIZES OF CUBICAL
CONTROL PANEL BOARDS WITH SUITABLE CAPACITORS UNDER RATE
CONTRACT
1. ELIGIBILITY FOR BIDDING :
Original Manufacturers for Control Panel Board are only eligible to complete in their own
name in this bid and accordingly rate contract agreement will be executed with
manufacturer only. Power of attorney acceptable to GWSSB who may deal with
GWSSB on their behalf. The specimen signature of authorized signatory of the
tenderer shall be given in the tender so that during the validity of contract the
correspondence from that signatory authority will be entertained.
Companies like Schneider, SIENENS, L & T. ABB etc. can apply through their panel
builder. Authorization of companies is essential for the purpose and experience
certificate of minimum not less than five years may be necessary in Government /
Corporation / Limited company. The Bidder has to submit the Authorisation
Certificate at the time of submission of tender.
Tender Fee:
Tender fee Rs. 3,600/- (i.e. Rs. Three Thousand Six Hundred Only) in the
form of Demand Draft only in favour of Executive Engineer, P.H. Mechanical Store
Division, GWSSB, Gandhinagar drawn on any Nationalized Bank and Scheduled
Bank. (List of Bank attached ANNEXURE- I) Payable at Gandhinagar shall be
submitted in electronic format only through ONLINE (by scanning) while uploading
the bid. This submission shall mean that tender fee is received for purpose of
opening the bid. Accordingly offer of those shall be opened whose tender Fee is
received electronically. However for the purpose of realization of Demand Draft
bidder shall send the Demand Draft in original through R.P.A.D. So, as to reach to
this office as mentioned in the tender documents within 7 (Seven) days from the last
Date of uploading i.e. Before Dtd. 16.05.2009 For not submitting Demand Draft in
Original bidder shall be banned to participate in any tender of the Board for period of
3 (Three) Years as a penalties action.
2. QUOTING RATES:
The rates quoted shall be inclusive of Excise Duty, Insurance, Freight, Carting,
Loading, Unloading and Stacking Charges at Consignee's stores either with CST /
VAT for Outside Gujarat State Units or with GST / VAT for Gujarat State Units. The
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 10
rates quoted shall be expressed in words. The Present rate of G.S.T./C.S.T. / VAT
applicable shall be shown separately.
The GWSSB / the consignee will not issue "P" or "C" or any Concessional form. The
rate of applicable Sales Tax / VAT shall have to be quoted accordingly.
3. SUBMISSION OF TENDER:
Tenderer should submit their offer in electronic format digitally signed shall have to
submit on or before the prescribed date & time.
The tenderer shall be submitted all the Certificate / Documents in office of the
Executive Engineer, P.H. Mechanical Store Division, GWSSB, Block No: 193/3 & 4,
G-1 Type, Sector- 30, Gandhinagar on or before Dtd. 16.05.2009 at 12.00 Hrs.
4. VALIDITY :
The offer for tenderer rates shall be valid for a period not less than 120 days from the
date of opening of the tender. Any offer valid for lesser period shall be outright
rejected.
5. EARNEST MONEY :
E.M.D. Rs. 1,50,000/- (i.e. Rs. One Lacs Fifty Thousand Only) in the form of
Demand Draft only in favour of Executive Engineer, P.H. Mechanical Store Division,
GWSSB, Gandhinagar drawn on any Nationalized Bank and Scheduled Bank. (List of
Bank attached ANNEXURE-I) Payable at Gandhinagar shall be submitted in
electronic format only through ONLINE (by scanning) while uploading the bid. This
submission shall mean that E.M.D. is received for purpose of opening the bid.
Accordingly offer of those shall be opened whose E.M.D. is received electronically.
However for the purpose of realization of Demand Draft bidder shall send the
Demand Draft in original through R.P.A.D. So, as to reach to this office as mentioned
in the tender documents within 7 (Seven) days from the last Date of uploading i.e.
Before Dtd. 16.05.2009 For not submitting Demand Draft in Original bidder shall be
banned to participate in any tender of the Board for period of 3 (Three) Years as a
penalties action.
The Earnest Money shall be forfeited, if tenderer fails to pay Security Deposit in time
and enter in to Rate Contract after the offer is accepted by Board within the validity
period as may be extended by the tenderer.
No exemption from paying EMD shall be given to any party on any account
whatsoever. EMD received after prescribed date & time as above shall not be
accepted.
6. TAXES :
(a) No concessional ‘P’ or ‘C’ form will be issued by consignee. Rate of Sales
Tax / VAT applicable should be mentioned. If the firm is Sale Tax / VAT
exempted, the certificate for the same should be attached.
(c) Sales Tax / VAT exemption should be minimum for the period of 15 months
from the schedule date of opening (but however in this regards Board’s
decision shall be final) of tender. In case Sales Tax / VAT exemption is
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 11
cancelled afterwards the applicable Sales Tax / VAT shall have to be borne
by the firm.
7. EXCISE DUTY:
Excise Duty at actual payable and paid shall be reimbursed limited to quoted by the
tenderer on production of evidence as per rules.
In case of any refund in excise received from excise department or applied for refund
should immediately be informed to concerned GWSSB authorities without fail and
refund shall be passed on to GWSSB.
The tenderer shall have to submit documentary evidences for the Excise Duty paid
by them against to be Supplied of materials and on the basis of evidences; the
payable amount shall be paid by the Department.
8. OCTROI :
Octroi exemption certificate may not be issued by the consignee. However, Octroi
shall be reimbursed against documentary evidence of payment.
9. UNIT OF RATE :
The unit of the rate quoted should be per Sets basis.
10. INSPECTION :
Inspection of materials will be carried out at factory by Inspection Authority fixed by
GWSS Board. The supplier on receipt of supply order from GWSSB shall intimate
Inspection Authority along with inspection fees at the prescribed rate for carrying out
inspection as soon as materials is ready in all respect. The inspection call with
Internal Test Report shall be given to the inspection authority, consignee i.e. Deputy
Executive Engineer of Stores under intimation to the order placing officer,
Superintending Engineer, P.H. Mechanical Circle, Ahmedabad and Executive
Engineer, Public Health Mechanical Store Division, Gandhinagar.
The demand draft towards inspection fees should invariably be sent to inspection
agency alongwith inspection call.
Inspection will be carried out normally within 15 days and on receipt of such
intimation the inspecting authority will inspect goods as per the specifications and
after having satisfied, the inspection authority will make the inspection mark on 100%
goods and issue inspection note to supplier, order placing authority, Superintending
Engineer, P.H. Mechanical Circle, Ahmedabad and concerned consignee i.e. Deputy
Executive Engineer of Stores & Executive Engineer, P. H. Mechanical Store Division,
Gandhinagar. During third party inspection if the material offered for inspection is
rejected by third party. Inspection agency in that case the third party inspection
agency will mark the rejection marking and will take other precautionary measures so
that the rejected material cannot be used in GWSSB in future. If material offered for
inspection is not as per specifications & materials is not accepted by the inspecting
agency then the firm shall have to offer for fresh inspection. In such case the re-
inspection charges shall have to be borne by the firm.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 12
Inspection agency will carry out the inspection as per procedure prescribed in
relevant IS.
For inspection purpose the manufacture has to go in for line stenciling for identifying
size and class for proper segregation. The stock of offered material shall be in a
manageable batches with adequate space lie spreading the pieces etc. to permit
proper inspection and inspection authority to be present during stamping so as to
ensure that only actually cleared material is stenciled. The inspected material should
not be loaded after sunset to avoid inadvertent dispatch of wrong material.
Inspection charges on accepted goods shall be finally borne by GWSSB. However,
initially inspection charges shall have to be paid by supplier to the Inspection Agency
and will be reimbursed by consignee i.e. Executive Engineer, P.H. Mechanical Store
Division, Gandhinagar to the supplier on verification of inspection note of the
inspecting authority and claim made shall be verified based on the value of materials
as may be mentioned in the supply orders on receipt of inspecting material at
designated GWSSB store. The inspection charges shall have to be paid to Inspection
Agency by a Demand Draft drawn in favour of Inspection Agency alongwith the call
for Inspection.
Based on authority of inspection note issued by the Inspecting authority to supplier
as well as consignee (Executive Engineers) Materials with required document and
Inspection note will be dispatched to Stores i.e. Gandhinagar/ Baroda/ Rajkot/
Palanpur or as stipulated in supply order and on receipt of stores the inspection note
shall be reviewed and verification will be carried out by concerned Deputy Executive
Engineers as regards quantity and quality which means physical soundness of
materials as a precaution against breakage during transit. The supplier has to submit
the detailed test results carried out by inspection authority to the consignee alongwith
the dispatch documents of materials. The materials shall be considered as received
only on receipt given by the concerned Deputy Executive Engineer after verifying and
satisfying the above requirements. Any shortfall in materials or in documents
consignee will not consider that consignment as receipt of stores.
At time of inspection the company representative of four components ( i.e.
Contactors, Motor Management Relay, Shoft startor, Motor Protection Circuit
Breaker) shall must be present.
Joint Inspection of Materials will be carried out by Inspection Authority nominated by
GWSSB and Ex. Engineer / Dy. Ex. Engineer / Assistant Engineer of GWSSB.
11. TRANSIT RISK:
In event of supply order being placed with firm, firm shall delivered goods at his own
risk or it should be covered against the transit risk at its own cost. Consignee should
notify in writing any damage or loss to the supplier, within 15 days after receipt of
materials. All the transit losses and breakage shall be supplier's risk and cost.
12. PAYMENT:
a) (1) 75% payment shall be made by the consignee within 60 days from the
date of acceptance of materials (i.e. date of recording) by the consignee in
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 13
sound and acceptable condition at consignee's store alongwith test certificate
and detailed test results and on production of receipt from the concerned
Deputy Executive Engineer. Subject to availability of fund. However, if
payment could not be done during this period no any interest will be
paid by Department.
(2) 10% Balance Payment shall be made after the completion of
installation panel Board. Party has produced the said installation certificate to
concerned field offices and also submit the Thri Party Agreement duly signed
by Talati / Sarpanch / Pani Samiti.
(3) 15% Balance Payment shall be made after completion of five Years.
Party has produce satisfactory performance report from the concerned field
offices.
The supply will be considered as completed for making payment after
receipt of acceptable materials.
b) Paying Authority:
Executive Engineer, Public Health Mechanical Store Division, Gandhinagar
OR any other higher officer authorised by Gujarat Water Supply and
Sewerage Board.
c) Payment by Demand Draft:
If bank commission charge for demand draft is borne by the supplier,
Executive Engineer will request the concern bank to issue demand draft.
However Gujarat Water Supply and Sewerage Board shall not be liable for
any loss of the Demand Draft during transaction.
13. SUPPLY ORDER :
Supply order shall be generally placed on the basis of ranking and monthly
committed capacity of the manufacturer. The GWSSB shall have right to place or
cancel supply order at any time during the currency of rate contract without assigning
any reason and also have right to change in Qty. Ordered, destination etc. Before
the material is ready for dispatch as per the original order. In case of non-acceptance
of supply order or subsequent changes, the supplier will be liable to the actions
suitably decided by the GWSSB.
GWSSB have right to cancel supply order or to change in order quantity, if the
material is not offer for inspection with in stipulated time limit.
14. DELIVERY OF MATERIALS:
Material shall be offered for inspection within 30 days from the date of order and
should be delivered within 15 days from the date of inspection note. Re-Inspection if
any will be consider as Part & Parcel of the delivery period.
15. LIQUIDATED DAMAGES:
(1) In the event of the failure of the supplier to offer the material for inspection under
the supply order in the stipulated time limit and also in case of the said material not
reaching at the destination in the time limit as stipulated in clause 14 above, Gujarat
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 14
Water Supply and Sewerage Board will charge liquidated damages at the rate not
exceeding 1% of the cost of delayed material per week for the period of aforesaid
delay in offering the material for the inspection and also for the delay in causing the
delivery of dully Inspected materials at the destination in accordance with the
stipulations under this contract. The maximum amount of liquidated damages so
recoverable shall not exceed 10% of the cost of undelivered material under supply
order. In such an event, the failure on the part of supplier will be treated as breach
of the contract and the security deposit shall be forfeited, unless written permission
for extension of time limit is granted.
(2) If the party shall be fail to repair the panel boards within one week no penalty will
be imposed. Party shall be fail for repairing within one week than after liquidated
damages at the rate not exceeding 1% of the total cost of unit per day for the period
of aforesaid delay for repairing of panel board and the maximum amount of
liquidated damages so recoverable shall not exceed 10% of the cost of unit.
16. TENDER AGREEMENT :
The tenderer shall be required to enter into an agreement for due performance of the
contract. The stamp duty on all documents to be executed in connection with this rate
contract to be entered into shall be borne by supplier. The Bank Guarantee for
Security Deposit (SD) shall be executed on stamp paper of required value. The rate
contract agreement will have to be executed on a stamp paper of appropriate value
as per value orders in force for the time being.
i) EMD of the first lowest firm/company will be forfeited if they fail to enter into
agreement within prescribed time limit for entering into agreement
ii) For Parallel Rate Contract: If the firm/company is asked to match the rate
with the first lowest and if party gives consent in writing for matching the price,
then they will have to enter into agreement with the GWSSB within prescribed
time limit. If the firm fails to enter into agreement within prescribed time limit
the EMD will be forfeited.
17. THRI - PARTY AGREEMNT.
Lowest tenderer will be awarded for the supply, installation, testing and
commissioning and maintance and Repair of the Units.
The Unit are suppose tobe installed in the villages for the individual Water Supply
Schemes operated and maintained by village PANI SAMITI OR GRAM
PANCHAYATS.
The system installed requires two years of spare-Parts Guarantee and further years
of Spare-Parts Warrantee total five years of maintenance and repair contract will be
awarded to the Control Panel Board Agency as a service after sales.
Tri-Party Agreement betweens panel builder / System Integrated, GWSSB and Gram
Panchayat will executed. When Control Panel Board on purchase will come to store
of GWSSB two party agreements will executed at this time.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 15
Third Party signature i.e. Gram Panchayat will enter into agreement made by
GWSSB and Control Panel Board Suppliers. Copy of this agreement will be reach to
Executive Engineer, Public Health Mechanical Store Division, Gandhinagar.
Control Panel Board agency is liable and answerable for the period of M. & R. Non-
functionality or fault of any part of Control Panel Board system.
The Response time for to attend the complain of any Gram Panchayat / Sarpanch /
talati is only 24 hours. the performance of the Control Panel Board Agencies is
calibrated in the response time to the complain of systems.
Legal steps may be taken against the Control Panel Board agencies is to be fail to
attend the complain. GWSSB's decision will be final in this regards.
Penalty of 1% per day upto 10% amount will be liable to pay for the same.
Tri-Party Agreement shall be made as per Appendix - V
18. SECURITY DEPOSIT :
The successful tenderer (Eligible for Original Rate Contract) shall be required to
furnish security deposit in the form of a Demand Draft (Payable at Gandhinagar) /
F.D.R. / Bank Guarantee in the name of the Executive Engineer, P.H. Mechanical
Store Division, GWSSB, Gandhinagar drawn on (Issued by) any Nationalised Bank
/Scheduled Bank as per list attached at ANNEXURE-I. As stated here under as
Security for due performance & defect liability of the contracts. The Security Deposit
amounting to Rs. 2,00,000/- (i.e. Rs. Two Lac only) or 5% of value of order which
ever is higher shall have to be paid at the time of entering in to agreement. If 5 % of
Cumulative order value exceeds Rs. 2,00,000/- (i.e. Rs. Two Lac only), the Security
Deposit in excess of Rs. 2,00,000/- (i.e. Rs. Two Lac only) shall be recovered from
the bill.
If Parallel Rate Contract with the tenderer is to be executed then 5 % value of
Estimated cost of the Items falls under Parallel Rate Contract OR Rs. 50,000/-
whichever is higher shall have to be paid as Security Deposit in form of a Demand
Draft (Payable at Gandhinagar) / F.D.R. / Bank Guarantee in the name of the
Executive Engineer, P.H. Mechanical Store Division, GWSSB, Gandhinagar drawn
on (Issued by) any Nationalised Bank /Scheduled Bank as per list attached at
ANNEXURE- I. If 5 % of Cumulative order value exceeds Rs. 50,000/- (Rs. Fifty
Thousand only), the Security Deposit in excess of Rs. 50,000/- (Rs. Fifty Thousand
only) shall be recovered from the bill.
Security Deposit amounting Rs. 50,000/- or less will be accepted only inform of
Demand Draft. Security Deposit amounting more then Rs. 50,000/- will be accepted
inform of Demand Draft or F.D.R. or Bank Guarantee.
The Security Deposit shall valid for minimum period of 28 months from the date of
Acceptance letter of GWSSB.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 16
Bank Guarantee should be in the form prescribed by Gujarat Water Supply and
Sewerage Board and in favour of Executive Engineer, Public Health Mechanical
Store Division, Gujarat Water Supply and Sewerage Board, Gandhinagar drawn on
(Issued by) any Nationalised Bank / Scheduled Bank as per l ist attached at
ANNEXURE- I. only.
a) The Security Deposit shall be forfeited by the Gujarat Water Supply and
Sewerage Board in the event of breach of the terms and conditions of the
contract by tenderer. / Rate Contract holder.
b) No interest shall be payable by the Gujarat Water Supply and Sewerage
Board on either Security Deposit or EMD.
c) If 50 % of the ordered quantity is not supplied within time limit, then security
deposit will be forfeited. The defaulter supplier and his sister concern shall be
debarred from tendering of the Board for two years at the discretion of
Member Secretary, GWSSB.
For this, Acceptance letter in duplicate shall be issued in the name of successful
tenderer. One copy of A.L. (out of two copies) duly signed shall be returned to
GWSSB, which shall form a part and parcel of rate contract agreement.
19. PACKING AND NOTIFICATION OF DESPATCH :
It is essential that packing notes and price invoices should be furnished to the
consignee in respect of every consignment.
20. DIRECT DEMANDING OFFICERS:
Member Secretary, Chief Engineer OR Officers of equal rank of Gujarat Water
Supply and Sewerage Board, Gandhinagar are authorised to place orders against
this contract.
21. DURATION :
The rate contract agreement shall be valid upto 12 Months from the date of approval
of TPC of GWSSB, unless it is further extended by mutual consent.
22. GUARANTEE :
The supplier at the time of entering into rate contract shall give a guarantee against
technical and manufacturing defects in materials supply and free replacement of
defective materials at his own cost up to a period of 24 months from the date of
Installation
23. M & R SERVICES OF FIVE YEARS:
The supplier at the time of entering into rate contract shall give a M & R Services for
the period of 03 (Three) years after completion of guarantee period of Two Years at
his own cost.
24. TERMINATION OF CONTRACT :
If the tenderer fails to deliver the stores OR any part thereof within the stipulated
period of delivery OR in case the stores are found not in accordance with the
prescribed specifications and OR approved samples. Member Secretary, Gujarat
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 17
water supply and sewerage board, Gandhinagar OR any officer authorised by him
shall exercise his discretionary power as per either of the conditions (a) or (b) as
given below with a future action to black list the firm.
a) To purchase from elsewhere on the suppliers account and at suppliers risk
and cost stores so undelivered OR others of a similar description without
canceling the contract in respect of the consignment not yet delivered OR
b) To cancel the contract:
In the event of purchase of store of similar description at risk and cost of the
rate contract holder the Member Secretary, Gujarat Water Supply and
Sewerage Board, Gandhinagar shall be the final authority to decide the
alternate purchases. In the event of action taken under (a) of this clause or
clause L.D. Clause No. 15, the firm shall be liable for any loss which the
Gujarat Water Supply and Sewerage Board, Gandhinagar may sustain on this
account. The firm shall however not be entitled to any saving on such
purchase made against default. The decision of the Member Secretary,
Gujarat Water Supply and Sewerage Board, Gandhinagar shall be final as
regards the acceptability of stores supply by the firm.
c) If the supplier/ firm fails to supply the material within time limit prescribed in
the tender or if the material supplied is found sub standard and not as per
tender specification board will take necessary actions including "Black Listing"
the supplier/ firm for the period upto three years.
The decision of the Member Secretary GWSSB in this regard will be final and
binding on the supplier/ firm
This shall also include any breach leading to loss to the GWSSB, which may
occur on account of supplier/ firm.
d) Right to ignore any OR all offers failing to comply with the above instructions
OR for any reasons is reserved by Gujarat Water Supply and Sewerage
Board, Gandhinagar.
25. BREAK CLAUSE :
The Member Secretary, Gujarat Water Supply and Sewerage Board, Gandhinagar in
addition to this powers under other clauses to terminate this contract shall have
power to terminate this liabilities their under at any time by giving one month (OR
such shorter period as may be mutually agreed) notice in writing to the firm of his
desire to do so and upon the expiry of the notice period this contract shall stand
terminated without prejudice to the right accrued to the Board to the date of
determination.
26. PRICE PREFERENCE:
The tenderer are advised to indicate in their offer against each item whether the item
is a product of Large Scale Industry, Medium Scale Industry, Small-Scale Industry or
Cottage Industry and of which State.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 18
The information is required for GWSSB statistical purpose. If the firm is eligible to be
considered for price preference available to small scale industries the firm should
furnish certified authenticated OR Photostat true copies of their registration certificate
issued by the Gujarat State Director of Industries OR State Registrar of Co-operative
societies OR NSIC with whom the small scale Industry is registered.
Price preference shall be given to the Gujarat based registered SSI units over the
large/ medium scale units as per the State Government Circular of (1) Industries and
Mines Department resolution No.SPO/1095/2636(97)/ CH, Dtd: 23.09.1997 except
clause 6 & subsequent amendment and (2) Government of Gujarat, Finance
Department, Circular No: GST - 2003 - UO - 159 - TH, Sachivalaya, Gandhinagar
Date : 27.01.2004. Price preference shall be considered as equal for all the areas of
Gujarat, irrespective of the backward areas. However price preference and order
preference shall be given as per the rules and regulations enforce by the State
Government. All the tenderers are requested to note that eligibility for price
preference does not mean right for the same and decision of GWSSB in this regard
shall be final. Any documents not submitted with the tender but produced
subsequently shall not be recognized for any preference purpose.
A certificate issued not later than one year before the original date of opening of the
tender from the Industries Department regarding validity of SSI unit status. For this
the required certificate from Industrial Department shall be produced alongwith this a
under taking on Non Judicial stamp paper on Rs. 100/- shall be given that if the SSI
registration will be cancelled during rate contract period than the benefits of the SSI
units will not be given to the unit.
27. The offers of the tenderer giving indefinite OR Vague delivery period or not accepting
dispute clause as per Clause No. 34 shall be rejected.
28. The tenderer are requested to seal their with cover by sealing wax and super scribe
the same properly showing legibly the quotation number and due date of submission
of offer in the top left hand corner of the envelope containing the offer, failing which
the offer is liable to be opened due to oversight.
29. The tenderer are requested to furnish the name of their sister concerns or Associated
firms alongwith the constitution of firms in which any of the Partners, Directors,
Relations of Partners, Directors, i.e. Wife, Sons, Sisters, Daughters, Father and
Mother are connected in capacity of Proprietors / Partners OR Directors of such
concerns.
30. WARRANTY CLAUSE:
The tender shall be subject to the following warranty clause.
“That the goods/ stores/ articles sold to the buyer under this contract are of the best
quality and workmanship and are strictly in accordance with the specification and
particulars contained/mentioned in this contract and the contractors/seller hereby
guarantee that the said goods/stores/articles would continue to conform to the
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 19
description and quality aforesaid for a minimum period of 36 months from the date of
receipt of the said goods/stores/articles to the purchaser and that notwithstanding the
facts that the purchaser may have inspected and/or approved the said
goods/stores/articles. If during the aforesaid period of 36 months the said
goods/stores/articles be discovered to be not conforming to the description and
quality as aforesaid or have deteriorated (and the decision of the purchaser in that
behalf will be final and conclusive) the purchaser will be entitled to reject the said
goods/stores/articles or such portion thereof as may be discovered to be not
confirming to the said description and quality. On such rejection the
goods/stores/articles or such portion thereof as may be discovered to be not
confirming to the said description and quality will be at the sellers risk and all the
provisions herein contained relating to rejection of goods etc. shall apply. The
contractor/seller shall, if so called upon to do, replace within a period of one month or
such further period as may be extended from time to time by the purchaser at its
discretion on an application made therefore by the contractors/sellers, the
goods/stores/ articles or such portion thereof as is rejected by the purchaser and in
such an event the above mentioned warranty period shall apply to the
goods/stores/articles replace from the date of replacement thereof, otherwise the
contractor/seller shall pay to the purchaser such damage as may arised by reason of
the breach of the condition, therein contained and in such condition supplier will be
blacklisted. Nothing herein contained shall prejudice any other right of the purchaser
in that behalf under this contract OR otherwise.
31. FORCE MAJEURE :
The supplier shall not be liable to the penalty (L.D.) nor his security deposit be
forfeited when failure of the supplier in making delivery is due to any event beyond
the control of the supplier and could not have been foreseen, prevented OR avoided
by a prudent person provided a notice of the happening is given within 15 days from
the date of occurrence thereof by supplier to the purchaser.
These events include but are not restricted to Acts of God, Acts of Enemy, Acts of
Government, fire, floods, explosion, riot, strikes, lockout, civil commotion, sabotage,
terrorism, epidemics etc.
32. JURISDICTION :
In the event of any dispute or difference arising out of this tender/contract, the
jurisdiction of the court shall be Gandhinagar (Gujarat) only. While executing the
agreement the supplier shall be governed at all times by all laws, regulations, etc. in
force in Gujarat State.
33. INDEMNITY :
The supplier shall at all time indemnity the Member Secretary, Gujarat Water Supply
and Sewerage Board, Gandhinagar against all claims which may be made in respect
of the stores for infringement of any right protected by patent registration of design or
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 20
trademark and shall take all risk of accidents or damage which cause a failure of the
supply from whatever, cause arising and entire responsibility for the sufficiency of the
means use by supplier for the fulfillment of the contract. Provided always that in the
event of any claims in respect of alleged breach of letter, Patent, registered patent,
registration design of trade mark being made against the GWSSB, shall notify to the
supplier and he shall be at the liberty at his own expense to conduct negotiation for
settlement of any litigation that may arise there from.
34. DISPUTE :
In the event of any problem, dispute or difference arising out of or under this contract
the decision of Member Secretary, Gujarat Water Supply and Sewerage Board,
Gandhinagar will be the final and binding to the parties participated in tender / rate
contract.
35. PARALLEL RATE CONTRACT:
The Board reserves the right to enter into parallel rate contract with next evaluated
responsive bidder if he matches the lowest price and order for quantity in excess of
75% of committed supplying capacity the 1st Rate Contract holder will spill over to
him to the extent of 75% of his committed supplying capacity. Narmally, the allocation
of the order quantity will be 75% the quoted monthly sparing capacity.
36. TRANSIT INSURANCE:
The purchaser will not pay separately for any transit insurance and the suppliers will
be responsible for the entire stores contracted arrive in good condition at the
destination. However, consignee will notify in writing any damage loss or short supply
to the Insurance Co. and the supplier within 15 days of receipt of Goods.
37. MODE OF MEASUREMENT:
The rates approved are on per Sets basis. The measurement shall be taken on per
Sets basis only. Payment shall be made on the basis the total Sets of materials
supplied.
38. FALL CLAUSE :
All through the currency of this Rate Contract, the price at which the supplier will
supply the stores should not exceed the lowest price charged by you to any customer
during the currency of this rate contract. In the event of price going down below the
rate contract prices he shall promptly furnish such information to us to enable us to
amend the contract value for subsequent supplies. In terms of above clause, the rate
contract holder should furnish the following certificate to this office at the beginning
and every quarter thereafter during the rate contract period and at the end of the rate
contract period that they have satisfied the condition of the clause.
“I/we certify that the stores of the description indicated the stores supplied to the
GWSSB under the contract herein have not been sold by me/us during the period of
supply from_______________ to _______________ to any other person/
Government at a price lower then the price charged to the GWSSB under this
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 21
contract except for the quantity of ___________________ under export promotion to
earn foreign exchange under the contract”.
39. STATUTORY VARIATIONS:
The prices of the materials/stores quoted by the tenderer will be on the basis of
current taxes and levies. If there be any increase/decrease in the statutory taxes/
levies viz. Excise Duty / Sales Tax / VAT etc. imposed by the Central/State
Government on the finished products covered by this Rate Contract, they will be to
the account of consignee and same will be finalised by the Executive Engineer, P.H.
Mechanical Store Division, Gujarat Water Supply and Sewerage Board, Gandhinagar
on receipt of necessary documentary evidence from supplier.
40. EXCESS PAYMENT RECOVERY CLAUSE:
The amount recoverable from the Contractor by the GWSSB on any account shall be
liable to the recovered from the amount payable to the Contractors/Suppliers under
this clause.
41. MINIMUM COMMITTED SPARING CAPACITY:
The Minimum Committed Sparing Capacity shall not be less than Rs. 10.00 Lacs per
month. i.e. The bidder shall be binding to supply Penal Boards costing upto Rs.
10.00 Lacs per month if order placed. Any offer less than above monitory limit shall
be treated as Non-Responsive. The Bidder shall have to mention their committed
sparing capacity to GWSSB in ANNEXURE-II.
42. FALLS CALL :
If materials are not ready for inspection even though inspection calls as has been
given in that case it shall be considered as "FALLS CALL".
For each "FALLS CALL" 1% of the total order value shall be recovered from the
payments to be made to the supplier and actual expenditure for attending "FALLS
CALL" as well as for the joint inspection to be carried out shall have to be born by the
supplier.
During the tenure of rate contract, if "FALLS CALL" reported for three times or more it
will be treated as Beach of contract and security deposit shall be forfeited and firm
shall be liable for "BLACK LIST" for three years at the discretion of GWSSB.
43. DOCUMENTS / INFORMATION:
Following documents/Certificates / information should be invariably incorporated with
Cover in physical form.
1. Attested copy of Small Scale Industries / Small Enterprises Registration
Certificate if applicable.
2. Attested copy of Certificate from Industries Department regarding validity of
SSI units on the date of opening the tender.
3. Attested copy of Sales Tax Registration Number.
4. Attested copy of Certificate by Industries Department / NSIC / SSI Unit /
Enterprise / DGS&D regarding Installed Capacity of firms.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 22
5. Details of supplies made during three years alongwith the names of
purchasers as per prescribed proforma as Appendix-I.
6. Details of their sister concern or Associate firm alongwith the constitution of
firms in which any of the Partners, Directors, Relations of Partners, Directors
i.e. Wife, Sister, Daughters, Father and Mother are connected in capacity of
Proprietors/Partners or Directors of such concerns.
7. The manufacturer has to furnish the undertaking on the non-judicial stamp
paper of Rs. 20/- duly Notarized regarding his firm is not black listed / Not
BIFR Unit at the time of tendering. This undertaking should be Technical Bid
of the tender.
8. The specimen signature of authorised signatory of the tenderer shall be given
so that during the validity of contract, the correspondence from that signatory
authority will be entertained.
9. The tenderer has to give e-mail address in the tender.
10 Undertaking on Non-Judicial stamp Paper of Rs. 100/- regarding SSI
Registration.
11. A separate sealed cover of checklist.
12. Committed sparing capacity for GWSSB in Rs. 6.00 Lacs Per Month as per
note shown in ANNEXURE - II of tender documents.
13. Valid ISO:9001/2000 Certificate.
14. On Production of LR / RR with Truck No in case of LR 45/C will be issued by
Executive Engineer, the Consignee Only. Otherwise form No.45/C will not
be issued.
15. Following documents should be incorporated with bills.
1. Inspection release note duly signed TPI agency as well as
representative of GWSSB.
2. All concerned internal test report.
3. Confirmation of TPI for calibration of instrument used while inspection.
4. Raw material inspection review report and dimension test result.
5. Evidence of payment towards statutory variation.
6. Technical specification and performance while inspection in graphical
representation (as per liability concerned).
Signature of Tenderer. Executive Engineer,
P.H. Mech. Store Division, GWSSB, Gandhinagar
Place :
Date :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 23
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
ANNEXURE - I.
List of Scheduled Banks
Sr. No. Name of Banks
A SCHEDULED PUBLIC SECTOR BANKS (1) State Bank of India and Its Associates.
1. State Bank of India
2. State Bank of Bikaner and Jaipur
3. State Bank of Hyderabad 4. State Bank of Indore
5. State Bank of Mysore
6. State Bank of Patiala
7. State Bank of Saurashtra 8. State Bank of Travancore.
(2) NATIONALISED BANKS.
1. Allahabad Bank
2. Andhra Bank 3. Bank of Baroda
4. Bank of India
5. Bank of Maharashtra
6. Canara Bank 7. Central Bank of India
8. Corporation Bank
9. Dena Bank
10. Indian Bank
11. Indian Overseas Bank 12. Oriental Bank of Commerce
13. Punjab National Bank
14. Punjab and Sind Bank
15. Syndicate Bank 16. Union Bank of India
17. United Bank of India
18. UCO Bank
19. Vijaya Bank B. SCHEDULED PRIVATE SECTOR BANKS.
1. Axis Bank Lt d.
2. ICICI Bank Ltd.
3. HDFC Bank Ltd. 4. IDBI Bank Ltd.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 24
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
ANNEXURE - II. SUPPLY OF VARIOUS SIZE OF CUBICAL CONTROL PANEL BOARD WITH AUTOMATED POWER CONTROL SYSTEM WITH SUITABLE CAPACITORS
FOR SUBMERSIBLE PUMP SETS.
Sr. No.
Description Monthly
Manufacturing Capacity in
Nos.
Monthly
Manufacturing Capacity in
Rs..
Committed Sparing Capacity
in Nos / Month.(*)
Committed Sparing Capacity in Rs. /
Month.(*)
1 2 3 4 5 6
Manufacture, Supply and
Delivery of Cubical Control Panel Board and Automated Power Control System with suitable capacitors as per detailed technical Specification.
1 D.O.L. Up to 3 H.P.PANEL
2 D.O.L. Up to 5 H.P.PANEL
3 D.O.L. Up to 7.5 H.P.PANEL
4 S.D. 8 to 10 H.P.PANEL
5 S.D. 11 to 15 H.P.PANEL
6 S.D. 16 to 20 H.P.PANEL
7 Soft Starter 21 to 30 H.P.PANEL
8 Soft Starter 31 to 35 H.P.PANEL
9 Soft Starter 36 to 45
H.P.PANEL
10 Soft Starter 46 to 50 H.P.PANEL
11 Soft Starter 51 to 60 H.P.PANEL
12 Soft Starter 61 to 70 H.P.PANEL
13 Soft Starter 71 to 80
H.P.PANEL
14 Soft Starter 81 to 90 H.P.PANEL
15 Soft Starter 91 to 100 H.P.PANEL
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 25
1 2 3 4 5 6
16 Soft Starter 101 to 110 H.P.PANEL
17 Soft Starter 111 to 120
H.P.PANEL
18 Soft Starter 121 to 130 H.P.PANEL
19 Soft Starter 131 to 140 H.P.PANEL
20 Soft Starter to 150 H.P.PANEL
21 Soft Starter 151 to 160
H.P.PANEL
(*) Note : Minimum committed Sparing capacity for GWSSB per month should be
not less than Rs. 10.00 Lacs for assorted Capacity (Consolidated) for which the tenderer are entitle to quote their rates.
Signature of Tenderer.
Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar Place :
D a t e :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 26
GUJARAT WATER SUPPLY AND SEWERAGE BOARD
SECTOR – 10-A, GANDHINAGAR
FORMAT FOR AUTHORIZED SIGNATOR
Name of Authorised Person:
Signature of Authorised Person :
Name of Company :
Sign and Seal of Company
Date :
Time
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 27
APPENDIX - I
Statement showing the details of performance of manufacturing and supplying of various capacity of Cubical Control Panel Board and Automated Power Control System with suitable capacitors in last three years. This information should be furnished for such supplies performed and supplied to any state Government / Semi Government (Board/Corporation) authorities as well as Central Government Department.
Name of Agency ________________________________________________
Supply Order Sr No
Name of Purchaser No Date
Quantity Total Value
Details of Items Remarks
Signature of Tenderer.
Date : Place :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 28
On Stamp Paper of Rs. 50/-
APPENDIX – II
BANK GUARANTEE
(EARNEST MONEY DEPOSIT)
To,
WHEREAS ______________________________________________________ (hereinafter
called "The Tenderer") has undertaken in purchase of tender No. _____________ to
Gujarat Water Supply & Sewerage Board (hereinafter called "The Buyer")
And whereas it has been stipulated in the tender that the tenderer shall furnish a Bank
Guarantee by any Nationalised Bank OR Scheduled Bank (Except All Co-Operative Bank
Including Schedule Co-Operative Banks), for the sum specified therein as earnest money
deposit for fulfillment of his obligations under the tender.
And whereas it have agreed to give the tenderer Guarantee.
Thereof we hereby affirm that we are guarantors on behalf of the tenderers upto a total of
Rs. ___________ (in words ________________________________________ only) and we
undertake to pay you upon your first written demand and without agreement, any sum within
the limits of Rs. ____________ (in words _________________________________ only) as
aforesaid without the need to prove or to show grounds or reasons for your demand or the
sum specified therein. We hereby wave the necessity of your demanding the said debit
from the tenderer before presenting us with the demand.
This Guarantee is Valid till the date ______________
Signature of the Guarantors
Date :
Address :
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 29
GUARANTEE BOND
In consideration of the GWSSB of Gujarat (hereinafter called "The GWSSB") having
agreed to exempt _____________________________________________ (herein after
called" the Dias Contractor") from the demand of Security Deposit in cash for the due
fulfillment by the said Contractor of the terms and conditions of an agreement to be made
between ________________________________ and ____________________ for
_______________________________________ (herein after called "the said agreement")
on production of a Bank _________________________________ Guarantee for Rs.
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ( R u p e e s
_____________________________________________ ____________________ only).
We ____________________________________Bank Ltd., (hereinafter referred to as the
"Bank") do hereby undertake to pay to the GWSSB an amount not exceeding Rs.
_________________ on demand from the GWSSB.
2) Any such demand made on the Bank shall be conclusive as regard the amount due
and payable by the Bank under this guarantee. However our liability under this
guarantee shall be restricted to an amount not exceedin Rs. ___________________
(Rupees ________ ________________________________________ only).
3) We, _______________________________________________ Bank, Ltd., further
agree that the guarantee herein contained shall remain in full force and effect during
the period that would be taken it shall continue to be enforceable till all the dues of
the GWSSB under or by virtue of the said agreement have been fully paid up and its
claims satisfied or discharged and the certificate to the effect has been received from
the GWSSB. Unless a demand or claim under this guarantee thereunder.
4) We, _____________________________________________ Bank Ltd., further
agree with the GWSSB, that the GWSSB shall have the fullest liability without our
consent and wihtout affecting in any manner our obligations hereunder to vary any of
the terms and conditions of the said agreement or to extend time or performance by
the said contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the GWSSB against the said Contractor(S)
and to forbear or enforce any of the terms and conditions related to the said
agreement and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said contractor (s) or for any forbearance,
act or commission on the part of the GWSSB or any indulgence by the GWSSB to
the said contractor(s) or by any such matter or thing whatsoever, which under the
law relating to sureties would but for the provision have effect of so relieving us.
5) We, _______________________________________________ Bank Ltd., Lastly
undertake not to revoke this during currency except with the previous consent of the
GWSSB in writing.
Dated the _____________________ day, of _______________2009 for _______
______________________________ Bank Ltd., ___________________________.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 30
GUJARAT WATER SUPLY AND SEWERAGE BOARD SECTOR -10/A, GANDHINAGAR
SPECIFICATION AIR BREAK D.O.L. STAR-DELTA AND SOFT STARTER CONTROL PANEL
Supply of fully automatic air break type panel up to 7.5 H.P. D.O.L. Star Delta from 8 -20
H.P. above 20 H.P. ATS Control Panels for Submersible Pumps suitable for operation
on 415 (+ 10% - 15%) Voltage, 3 Phase, 50 + 3% Hz A.C. Supply, Control Panels shall
be comprising of MCB/MCCB, overload relays, contactors and accessories. The details
of equipment/ accessories for each type of panels are given in enclosed data sheet.
1) ENCLOSURES:
The control panel shall be dust and vermin proof and fabricated out of minimum
1.3 mm for D.O.L./Star Delta and for Soft Starter 1.5 mm CR sheets. Control
Panel shall be wall-mounting type for DOL/Star Delta and for ATS wall mounting
-cum-pedestal type. All items inside the panel shall be mounted on steel base
plate. All metal parts shall be throughly cleaned, degreased and made free from
rust. After application of primer the control panels shall be powder coated. The
color shade of panel shall be RAL 7032. For entire panel and component
mounting plate should be orange only. Size of the enclosure should be as
mentioned in the drawing attached.
All bolts, nuts, screws, washers shall be Galvanised Zinc/ Cadmium plated and
passivated, and full protection from dust rubber lining should be provided. There
shall be cable entry for suitable size at the bottom of the control panel for
outgoing cable to submersible motor. There should be one suitable entry on
bottom of Control Panel for incoming cable. Layout on the door will be as per
drawing (attached).
The cable entries for incoming and outgoing cable shall be provided with rubber
grommets, at bottom of panel.
2) WIRING AND TERMINALS:
Power and control wiring shall be done with P.V.C. insulated copper conductor
having 660/1100 V grade insulation Control wiring shall be done with 1.5 sq.mm.
copper conductors and shall be terminated with adequately sized compression
type lugs for connections to the equipment terminals and the terminal strips.
Each wire shall be identified at both ends by PVC ferrules. Not more than 2 wires
to be terminated at one terminal and proper type and size at terminals should be
used keeping in view the components for which they are used, so, that sufficient
surface contact can be achieved. Screws and Bolts should be used as per
corresponding size and hole. That should be done to the satisfaction of
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 31
inspection authority. Incoming and outgoing connections to be made at terminals
only. Clip on type terminals shall be used for wiring up to 10mm2 and for
conductors larger than 10 mm2 bolt type terminals shall be provided. Terminal
may also be permissible on epoxy insulator with copper strip and Hardware of
proper size. The size of incoming cable should be provided as per table here
under:
TABEL - I
Sr No
Type of Control Panel Size of incoming Conductor Terminal
Terminal strip for outgoing Conductor
1 D.O.L. Up to 3 H.P.PANEL 1 x 3 x 2.5 sq.mm 1 No. - 2.5 sq.mm.
2 D.O.L. Up to 5 H.P.PANEL 1 x 3 x 2.5 sq.mm 1 No. - 2.5 sq.mm.
3 D.O.L. Up to 7.5 H.P.PANEL 1 x 3 x 4.0 sq.mm 1 No. - 4.0 sq.mm.
4 S.D. 8 to 10 H.P.PANEL 1 x 3 x 6.0 sq.mm 2 Nos. - 4.0 sq.mm.
5 S.D. 11 to 15 H.P.PANEL 1 x 3 x 6.0 sq.mm 2 Nos. - 4.0 sq.mm.
6 S.D. 16 to 20 H.P.PANEL 1 x 3 x 10.0 sq.mm 2 Nos. - 6.0 sq.mm.
7 Soft Starter 21 to 30 H.P.PANEL 1 x 3 x 16.0 sq.mm 1 No. - 16.0 sq.mm.
8 Soft Starter 31 to 35 H.P.PANEL 1 x 3 x 16.0 sq.mm 1 No. - 16.0 sq.mm.
9 Soft Starter 36 to 45 H.P.PANEL 1 x 3 x 25.0 sq.mm 1 No. - 25.0 sq.mm.
10 Soft Starter 46 to 50 H.P.PANEL 1 x 3 x 25.0 sq.mm 1 No. - 25.0 sq.mm.
11 Soft Starter 51 to 60 H.P.PANEL 1 x 3 x 35.0 sq.mm 1 No. - 35.0 sq.mm.
12 Soft Starter 61 to 70 H.P.PANEL 1 x 3 x 35.0 sq.mm 1 No. - 35.0 sq.mm.
13 Soft Starter 71 to 80 H.P.PANEL 2 x 3 x 25.0 sq.mm 1 No. - 50.0 sq.mm.
14 Soft Starter 81 to 90 H.P.PANEL 2 x 3 x 25.0 sq.mm 1 No. - 50.0 sq.mm.
15 Soft Starter 91 to 100 H.P.PANEL 2 x 3 x 25.0 sq.mm 1 No. - 70.0 sq.mm.
16 Soft Starter 101 to 110 H.P.PANEL 2 x 3 x 35.0 sq.mm 1 No. - 70.0 sq.mm.
17 Soft Starter 111 to 120 H.P.PANEL 2 x 3 x 35.0 sq.mm 1 No. - 70.0 sq.mm.
18 Soft Starter 121 to 130 H.P.PANEL 3 x 3 x 35.0 sq.mm 1 No. - 95.0 sq.mm.
19 Soft Starter 131 to 140 H.P.PANEL 3 x 3 x 35.0 sq.mm 1 No. - 95.0 sq.mm.
20 Soft Starter 141 to 150 H.P.PANEL 3 x 3 x 35.0 sq.mm 1 No. - 95.0 sq.mm.
21 Soft Starter 151 to 160 H.P.PANEL 3 x 3 x 35.0 sq.mm 1 No. - Above 95 sq.mm.
3) EARTHING :
Provision shall be provided for connecting the earth. All non-current carrying
metallic parts of the equipment shall be earthed Two “L” shaped earth bus of
aluminum (19 mm x 3 mm) will be connected between base plate and the body of
the panel. Also necessary provision o Earthing of door shall be made to connect
main Earthing.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 32
4) NAME PLATE :
Labels shall be provided for each equipment mounted on the panel and all labels
shall be engraved in Gujarati Language on 3 ply-laminated sheets or anodized
aluminium. These shall be fastened to the panels by screws and not by
Adhesive. All mounted equipment shall have identification with paint inside the
panels. Instruction for operation of panel shall be engraved in Gujarati language
on 3 ply laminate sheet or anodised aluminium. These should be fastened to the
front side of panel door by screws and not by Adhesive.
5) ACCESSIBILITY :
Checking and removal of components shall be possible without disturbing
adjacent equipment. All auxiliary equipment’s shall be easily accessible incoming
supply terminals shall be shrouded with plastic covers to prevent accidental
contact.
6) INCOMING
MCCB should be TP and Neutral Should be separate. The operating handle
shall be front of the panel. The current rating shall be as per Table-II. Door switch
should be provided for control circuit. Such a way supply should be cut off when
door was opened.
TABLE – II
Contactor Rating as per Type 2
Sr No
Type of Control Panel
Thermal Rating of
MCCB Suitable
for Type 2 Co -
ordination
Magnetic Pickup
Breaking Capacity of MCCB
EMPR
Main Star Delta
Cap. KVA
R
1 2 3 4 5 6 7 8 9 10
1 D.O.L. Up to 3 H.P.PANEL
6.3 82 36 Ka Direct 40 0
2 D.O.L. Up to 5 H.P.PANEL
12.5 163 36 Ka Direct 80 0
3 D.O.L. Up to 7.5 H.P.PANEL
12.5 163 36 Ka Direct 80 3
4 S.D. 8 to 10 H.P.PANEL
25 325 36 Ka CT Operated
80 80 80 4
5 S.D. 11 to 15
H.P.PANEL
25 325 36 Ka CT
Operated
80 80 80 6
6 S.D. 16 to 20 H.P.PANEL
50 650 36 Ka CT Operated
80 80 80 8
7 ATS 21 to 30
H.P.PANEL
50 650 36 Ka CT
Operated
80 80 80 10
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 33
1 2 3 4 5 6 7 8 9 10
8 ATS 31 to 35 H.P.PANEL
50 650 36 Ka CT Operated
80 80 80 12
9 ATS 36 to 45 H.P.PANEL
100 1100 36 Ka CT Operated
80 80 80 16
10 ATS 46 to 50 H.P.PANEL
100 1100 36 Ka CT Operated
80 80 80 19
11 ATS 51 to 60 H.P.PANEL
100 1100 36 Ka CT Operated
80 80 80 22
12 ATS 61 to 70 H.P.PANEL
100 1300 36 Ka CT Operated
115 115 115 26
13 ATS 71 to 80 H.P.PANEL
100 1300 36 Ka CT Operated
115 115 115 30
14 Soft Starter 81 to 90
H.P.PANEL
150 1500 36 Ka CT Operated
115 115 115 34
15 ATS 91 to 100 H.P.PANEL
150 1950 36 Ka CT Operated
150 150 150 38
16 ATS 101 to 110
H.P.PANEL
150 1950 36 Ka CT Operated
150 150 150 42
17 ATS 111 to 120
H.P.PANEL
220 2420 36 Ka CT Operated
185 185 185 46
18 ATS 121 to 130
H.P.PANEL
220 2420 36 Ka CT Operated
185 185 185 50
19 ATS 131 to 140
H.P.PANEL
220 2420 36 Ka CT Operated
185 185 185 54
20 ATS 141 to 150
H.P.PANEL
220 2420 36 Ka CT Operated
265 265 265 58
21 ATS 151 to 160
H.P.PANEL
320 3500 50 Ka CT Operated
265 265 265 62
Ø All motor feeders should be provided with Electronic Motor Protection relay.
Ø All the MCCB should be Magnetic Tripping Type Only.
Above chart is for Indicative purpose, vendor should select the Ratings
as per the Type 2 co ordination chart certified by the respective
manufacturer.
Manufacturers confirmation will be required is to be produced during
Inspection and also at the time of tender submission. If the panel
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 34
manufacturer has used different manufacture product, he should
submit the different manufacture chart.
7) CONTACTORS : ( IN CASE OF DOL/STAR DELTA )
The contactors shall be air break type having Wide band coil with H class
Insulation .
AC-3 duty rating. The contactor shall be suitable for operation on 415V +10%-
15%. Current rating should be as per type 2 coordination table. All Contactors
should be suitable to perform at ambient temperature -20° C to 55° C. All
Contactor should conforms to IS13947 & IEC 947 & it should also carry CE
marking.
8) Electronic Motor Protection Relay:
(a) General The motor Protection device should confirm to IEC 60947-4-1, 60947-5-5 & 60947-8.s. The device should be suitable for operation at ambient temperature up to 50 Deg C. The components in the main circuit The device should offer comprehensive motor Protection functions including Protection, and Control functions as detailed subsequently in this specification. (b) Construction The motor protection & control device should be of the latest technology available. The device should be compact and preferably modular in construction The device should have wide band control voltage from 110 to 240 V AC/DC, as applicable. (c) Functional Requirements
(1) Protection Functions
The device shall incorporate the following protection function as standard a) Overload protection with trip class adjustable from 10 to 40 b) Phase failure protection c) Phase Unbalance d) Phase Reversal e) Unbalance protection with adjustable time delay f) Stall protection with adjustable time delay g) Under Current ( Dry Run) h) Ground Falult i) Inverse time j) Trip Cause Indication – O/L , E/F , Phase Loss , Under Current
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 35
(2) Control Functions EMPR should have Potential free 1 No + 1 NC auxiliary contacts, which should be integrated with protection circuit to trip the contactor circuit on Fault. Additional 1 NO + 1 NC should be provided for Indication circuit.
9) Level Monitoring
Supplier should also supply level monitoring relay to monitor water level in
storage tank and give command to starter which detect water level and operate
motor start & stop. Supplier should have to also supply complete automation
system which does complete motor start & stop function without any manpower.
a) Level Monitoring Relay and Time Switch
- Relay should have potential free contacts to communicate with starter.
- Two step monitoring level ( UL & LL)
- The 24 Hours time Switch should be provided for Pump control in
coordination with water level guard. The Starter will preliminary start /
Stop based on the time switch command adjusted and at the same
time monitoring the water level in the configured total pumping hours
required for the village.
b) Level Automation -
- Supplier has to complete the automation work with use of above
component plus Time switch such that pump start and stop without
manpower.
- Pump should start as soon as water level reduce to lower set level
- Pump should stop as soon as water level reach to upper set level
- If power fails while pump is running than pump should restart as soon
as mains return and run till water level reaches to desire level.
In case of Time Switch or Water Level Guard Failure or for additional water
requirement, A Key Operated bypass switch should be provided such that
the Starter can be still switched on if required manually.
(The above Start / Stop command will be enabled only if there is no Trip
command from EPMR)
10) TIMER STAR DELTA / ATS : ( ABOVE 7.5 H.P. Feeder Only)
S t a r D e l t a –Electronic star-delta change over timer 0 to 30 Sec.
Should be provided. Control wiring may be change as per type of timer and
contactors.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 36
11) INDICATING INSTRUMENTS :
a) Ammeter :
Ammeter of suitable ranges 72 x 72 mm for DOL/ SD. Ammeter of class 2.5%
accuracy shall be as per IS:1248/1968. Ammeter for all panels should be CT
operated of proper range and secondary of CT should be 5 Amp. CT Coil may
also be mounted on side wall if required. CTs shall have an accuracy class 1.5.
the range of ammeters in Panel should be provided as table II.
b) VOLTMETERS : Voltmeter should be of range 0-500 Volts direct
reading type, class of accuracy 2.5% shall be as per IS:1248/1968.
and it should be 72 x 72 mm for D.O.L./ Star Delta and 96 x 96 mm
for S/S. Voltage selector switch shall be provided for knowing the
voltage across the three phases.
12) INDICATING LAMPS : (22.5 MM)
Light Emitting Diode red color lamp should be used at 230 V and size of lamp holder should be 22.5 mm.
Off
Fault-trip (All)
SPP
13) PUSH BUTTONS (22.5 MM DIA) :
Push button colors shall be as follows
Stop Red
Start Green
14) INCOMING CABLE :
The length of cable for panels shall be provided with 3 meters suitable size (as
per table I) flat PVC copper submersible cable of 660/1100 V grade duly crimped
with lugs of both ends. And an additional wire of 2.5 sq.mm (Black) single core
shall be provided with 3-phase incoming cable from neutral point to GEB supply.
15) CAPACITER :
MPP/Gas filled type GEB approved capacitor with GEB test report should be
provided with necessary connections. GEB Test Certificate shall have to be
provided in duplicate to the consignee.( in side of each panel ) Capacitor should
put inside the panel. Capacity of capacitor shall be as tabulated as per table II.(
Different unit of Capacitor is acceptable but total KVAR should be same as per
table II)
16) TEST AND INSPECTION :
1) Tests shall be carried out at manufacturer’s works under his care and
expenses.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 37
2) Following tests as per applicable standard code shall be conducted
during inspection.
a) H.V. I.R. All panels 2.5 KV for power test Circuit for 1 Min.
- 1.5 KV FOR CONTROL CIRCUIT
b) Megger All panels test as per relevant IS
c) Functional test (All panels)
17) EQUIPMENT MAKES :
ALL THE PROTECTION / CONTROL COMPONENT SHOULD BE AS PER TYPE 2 CERTIFIED CHART OF SAME MANUFACTURER.
Unless approved in writing equipment/components of following make and cover
and above approved by EIL shall only be acceptable.
MPCB/MCCB L & T SIEMENS, C & S, GE, HAVELLS,
SCHNEIDER.
Contactors L & T (MNX) , SIEMENS, GE (UPTO 170AMP),
BCH ( freedom) , SCHNEIDER HAVELLS.
Timers L & T, JMP (JYOTI), BCH, SIEMENS.
Push Buttons (22.5 mm) L & T, SIEMENS, TEKNIC, VAISHNO, RAAS,
MATHURA, HAVELLS.
CT - Measuring Class 1 NARMADA, ASHMOR, KAPA or Approved by EIL
OR CPRI / ERDA tested
CT-Resin Cast- Protection
Class 1
NARMADA, ASHMOR, KAPA or Approved by EIL
OR CPRI / ERDA tested
Time Switch L & T , Schneider , Minilec
Meters AE, IMP, MECO, RISHBH (L & T), SHANTI,
INDOTECH, NIPPON, GRD.
Terminals TOSHA,ELMEX,TECHNOPLAST, PI, CONNECT
WELL, AIRON.
Incoming Cable DARSHAN, SABAR, AROLEX, CHANDRESH,
GOODLUCK, JAINSON, SUPERSTAR.
Voltmeter selector switch SULZER, RECOM, KAYCEE, MATHURA.
Indicating Lamps (LED) AIRON, ESSEN, IEC, B.C.H., VAISHNO,
CONCORD, TECHNIC, ELCOM, MATHURA.
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 38
SIEMENS, HAVELLS.
Water Level Guard-Non
Contact Type
GELCO , ELICO
Motor Protection Relay SIEMENS, SCHNEIDER, ABB , L&T
Capacitor G.E.B. Approved make.
NOTE :-
(1) Party shall be used MCCB, Contactors, Electronic Motor Protection
relay of the same make.
(2) At time of inspection the company representative of above three
components (i.e. MCCB, Contactors, Electronic Motor Protection relay)
18) I.S. SPECIFICATIONS:
Control Panel and equipment shall conform to following I.S. specifications.
a) IS : 13947 / Part-I General requirement of switchgear and control
gear voltage not exceeding 1000 Volts.
b) IS : 2705 Specifications for Current Transformer.
IS : 13947 Part-II Degree of protection provided for switchboard.
IS : 13947 Part-IV Contractor AC Voltage not exceeding 1000 Volts.
c) IS : 5124-1964 Code of practice for installation and maintenance
of induction motor starter AC voltage not to
exceeding 1000 Volts.
IS : 13947 (Part- I & IV) Motor starter for voltage not exceeding 1000 Volts.
d) IS : 1248 Indicating instruments.
19) Suppliers shall have to supply the control panel Boards as per the approved
wiring diagrams.
20) The monogram of G.W.S. & S.B. should be painted on the panel.
Signature of Tenderer Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 39
DATA SHEET FOR D.O.L. CONTROL PANEL
Sr No Description Quantity
1 MCCB 1 No
2 Contactor 1 No
3 Push Buttons
Motor Start 1 No
Motor Stop 1 No
4 Electronic Motor Protection relay 1 No
5 24 Hr Time Switch with Battery Backup 1 No
6 Indicating Lamps
Motor on 1 No
Overload Trip 1 No
7 Voltmeter 1 No
8 Voltmeter Selector Switch 1 No
9 Ammeter 1 No
10 Ammeter - C.T. 1 No.
11 Capacitor 1 No
12 Level Monitoring Device with Probes and Cable 1 Set
NOTE : The use of MCCB, Contactors and EMPR in Control Panel shall be of
one make only
Signature of Tenderer Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 40
DATA SHEET OF STAR DELTA CONTROL PANEL
Sr No Description Quantity
1 MCCB 1 No
2 Contactor 3 Nos.
3 Timer 1 No
4 Push Buttons
Motor Start 1 No
Motor Stop 1 No
5 Electronic Motor Protection relay 1 No
6 24 Hr Time Switch with Battery Backup 1 No
5 Indicating Lamps
Motor on 1 No
Overload Trip 1 No
6 Voltmeter 1 No
7 Ammeter – CT 1 No
8 Capacitor 1 No
9 Level Monitoring Device with Probes and Cable 1 Set
NOTE : The use of MCCB, Contactors and EMPR in the Control Panel shall be
of one make only
Signature of Tenderer Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 41
DATA SHEET FOR ATS CONTROL PANEL
Sr No Description Quantity
1 MCCB 1 No
2 Electronic motor Protection relay 3 No
3 ATS 1 No
4 Contactor 3 No
5 24 Hr Time Switch with Battery Backup 1 No
6 Push Button
Motor Start 1 No
Motor Stop 1 No
7 Indicating Lamps
Motor On 1 No
Overload Trip 1 No
8 Voltmeter 1 No
9 Ammeter – CT 1 No
10 Capacitor 1 No
11 Level Monitoring Device with Probes and
Cable
1 Set
12 Indicating lamp motor on overload trip
voltmeter, selector switch
1 Set
Signature of Tenderer Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar
E-Tender for Control Penal Board & Automated power control system 16.04.2009 P # 42
GUJARAT WATER SUPPLY AND SEWERAGE BAORD, GANDHINAGAR
CHECK LIST
Check List for Pre-Qualification of tender Item No. _____________ for tender for
Manufacture, Supply and Delivery of ________________________________________
_____________________________________________________________________
M/s. _________________________________________________________________
Sr.No. Description Yes No
1. Whether tender is Manufacturer of above Item
2. Whether ISI Marking Licence is Valid at the time of
submission (If Applicable)
3. Whether tender fee is paid
4. Whether EMD is enclosed in Technical Bid
5. Whether factory is situated in Gujarat State
6. Category of Manufacturing Unit
(A) S.S.I.
(B) Medium
(C) Large
7. Whether the name & specimen signature of the authorised
signatory is incorporated in this tender.
NOTE : Please Tick Mark as applicable. Place :
Seal Signature of Manufacture
____________________
E-Tender for Control Penal Board & Automated power control system 16.04.2009
43
GUJARAT WATER SUPPLY AND SEWERAGE BOARD,
SECTOR - 10-A, GANDHINAGAR
SCHEDUE OF QUOTED RATES FOR SUPPLY OF VARIOUS SIZE OF CUBICAL CONTROL PANEL BOARD WITH
AND AUTOMATED POWER CONTROL SYSYEM WITH SUITABLE CAPACITOR.
Sr. No.
Description Unit Basic Rate
Rs./ No.
Freight including
Insurance, Loading, Unloading
and Stacking at
GWSSB Store
anywhere in Gujarat
State.
Total (Col. No:
4+5)
Excise Duty
Rs./ No.
Total (Col. No: 6+7)
G.S.T./ C.S.T. /VAT
Gross Total Per No./Rs.
(Col. No: 8+9)
Total rate in words
1 2 3 4 5 6 7 8 9 10 11
Manufacture, Supply and
Delivery of Cubical Control Panel Board and Automated Power Control Systems with suitable Capacitors as per d e t a i l e d t e c h n i c a l Specification.
1 D.O.L. Up to 3 H.P.PANEL No.
2 D.O.L. Up to 5 H.P.PANEL No.
3 D.O.L. Up to 7.5 H.P.PANEL No.
4 S.D. 8 to 10 H.P.PANEL No.
E-Tender for Control Penal Board & Automated power control system 16.04.2009
44
1 2 3 4 5 6 7 8 9 10 11
5 S.D. 11 to 15 H.P.PANEL No.
6 S.D. 16 to 20 H.P.PANEL No.
7 Soft Starter 21 to 30 H.P.PANEL
No.
8 Soft Starter 31 to 35 H.P.PANEL
No.
9 Soft Starter 36 to 45 H.P.PANEL
No.
10 Soft Starter 46 to 50 H.P.PANEL
No.
11 Soft Starter 51 to 60 H.P.PANEL
No.
12 Soft Starter 61 to 70 H.P.PANEL
No.
13 Soft Starter 71 to 80 H.P.PANEL
No.
14 Soft Starter 81 to 90 H.P.PANEL
No.
15 Soft Starter 91 to 100 H.P.PANEL
No.
16 Soft Starter 101 to 110 H.P.PANEL
No.
17 Soft Starter 111 to 120 H.P.PANEL
No.
18 Soft Starter 121 to 130
H.P.PANEL No.
E-Tender for Control Penal Board & Automated power control system 16.04.2009
45
1 2 3 4 5 6 7 8 9 10 11
19 Soft Starter 131 to 140 H.P.PANEL
No.
20 Soft Starter 141 to 150 H.P.PANEL
No.
21 Soft Starter 151 to 160 H.P.PANEL
No.
NOTE : (1) Manufacturer should be quote the rate for Cable of Water Level Guard per Mtrs. Rs……………… (2) Agency is bidding to supply the Cable for Water Level Guard at the lowest rates received in this tender. (3) The Quoted Rates of Cable for Water Level Guard is not considered during the evaluation of tender.
Rate shall be quoted per Sets.
1) Rate of Excise Duty @ _________ % Surcharge _________ %.
2) Rate of GST / CST/VAT ___________ %
3) Name of State where manufactured. _______________________.
NOTE :
1) If applicable the octroi will be paid extra on production of proof of payment of octroi.
2) Excise duty will be paid on production of documentary proof of payment i.e. excise duty gate pass.
3) Concessional ‘P’ or ‘C’ form will not be issued by consignee.
Signature of Tenderer. Executive Engineer, P.H. Mech. Store Division,
GWSSB, Gandhinagar Name of Tenderer (Manufacturer)
Place :
Date