Sunteți pe pagina 1din 10

PARADIP PORT TRUST

ELECTRICAL & MECHANICAL DEPARTMENT


PORT ELECTRICAL DIVISION

e-TENDER CALL NOTICE(TCN) NO: EM/PED-55/2019

NAME OF THE WORK: UP-GRADATION OF POWER SUPPLY


NETWORK TO ADMINISTRATIVE BUILDING.

TENDER DOCUMENT FOR e-Tendering

Volume-2
Office of the Port Electrical Division,
E&M Department, Paradip Port Trust
Second Floor, Administrative Building,
Post: Paradip – 754 142, Dist: Jagatsinghpur (Odisha).
Mob: 98612-44414
E-mail: skbhoippt@gmail.com

1
PARADIP PORT TRUST
ELECTRICAL & MECHANICAL DEPARTMENT
No. EM/PED/TECH-81/2018/997 Date: 02/11/2019
e-TENDER CALL NOTICE (TCN) No. EM/PED- 55/2019
1. Paradip Port Trust invites online tenders from eligible bidders for the following work.

Sl. Name of work Estimated Cost E.M.D. Tender Period of


of Work ( Rs) (Rs.) fee (Rs.)
No. Contract
1 2 3 4 5 6

01. Up-gradation of Power 68,43,080/-* 1,36,862/-* 5,000/-* 120 (One


Supply Network to Hundred
Administrative Building. Twenty)
calendar days.
* To be deposited through NEFT/RTGS as per Clause No.13 & 17 of ITB.
2. Bidders with the following eligibility criteria only may participate:
a) Similar Work Experience:
The bidders who have successfully completed similar work(s) during last 07 years ending on 31st
October, 2019 as under (any one of the following) only may participate in the tender:
(i) Single work worth at least Rs.54,74,464/- (Rupees Fifty-four Lakh Seventy-four Thousand
Four Hundred Sixty-four) only OR
(ii) Two works, each worth at least Rs.34,21,540/- (Rupees Thirty-four Lakh Twenty-one
Thousand Five Hundred Forty) only OR
(iii) Three works, each worth at least Rs.27,37,232/- (Rupees Twenty-seven Lakh Thirty-seven
Thousand Two Hundred Thirty-two) only.
Similar work shall mean “Supply, Installation and Commissioning” OR “Installation &
Commissioning of any electrical installation works” in any PSU / Govt. Organization / reputed
private organization. Copy of work order(s) & respective satisfactory completion certificate(s)
must be furnished by the bidder in Technical Bid in support of eligibility. In case of work
experience issued by Private Organization, the bidder has to submit the TDS certificate in
addition to the work experience certificate.
b) Financial Turnover:
The bidder must have a minimum average annual turnover of Rs.20,52,924/- (Rupees Twenty-
Lakh Fifty-two Thousand Nine Hundred Twenty-four) only or more during last 03 (Three)
financial years ending on 31st March, 2018. The supporting documents related to financial
capabilities shall be certified by C.A / affidavit to be executed for the said supporting documents.
c) Bidders should have (i) EPF Registration Certificate; (ii) ESI / Mediclaim Policy / Employment
injury & Compensation. If the firm is having any type of Mediclaim Policy or Employment
injury & Compensation scheme other than ESI, then the firm has to submit an undertaking that if
the work is awarded in their favour then the firm would get registered under the ESI Scheme.

2
(iii) Permanent Account Number [PAN]; (iv) Income Tax Return of preceding three years; and
(v) GST Registration Certificate (vi) Techno-commercial information as per Appendix-2.
d) The Contractor has to submit duly filled in Appendix – II and Appendix – III.
e) The bidder must have valid M.V or higher grade Electrical Contractor’s License issued by
Electrical Licensing Board (ELBO), Govt. of Odisha. [Any bidder having valid MV Electrical
Licence issued by any other State Govt. has to get his / her license endorsed from ELBO & the
same to be furnished in the technical bid].
3. The prescribed Tender Document will be available in the website: eprocure.gov.in/eprocure/app
from 16:00 Hrs., dt. 02/11/2019 to 17:00 Hrs., dt. 24/11/2019 for online bidding.
4. The bidder must possess compatible Digital Signature Certificate (DSC) of Class-II or Class-III.
Those Contractors not registered in the above mentioned website are required to get themselves
registered before hand with valid DSC.
5. Bids shall be received only “On line” on or before Dt. 24/11/2019 up-to 17:00 Hrs.
6. Bids received on line shall be opened at 16:30 Hrs. on Dt. 26/11/2019. Bidders who participated
in the bid can witness the opening of bids after logging on to the site through their DSC. In the
event of the specified date of bid opening being declared a holiday for Paradip Port Trust, the
bids shall be opened at the appointed time on the next working day and same place.
7. Cost of Tender document and EMD shall be deposited as per Clause No.13 & 17 of ITB. A self-
signed copy of acknowledgements shall be uploaded by the bidder to the portal in designated
place (Ref: Clause No.15 of ITB) while submitting his / her bid in respect of documents
regarding EMD and Tender paper cost. Bidder is also requested to mention the e-TCN No in
acknowledgements. If the Bidder fails to upload scanned copy of self-signed acknowledgement,
his / her bid shall be declared as non-responsive and rejected. Bid shall also be accompanied by
scanned copies of all relevant “Certificates / documents” as per requirement of the tender
and the same shall be uploaded to the portal in the designated place of technical bid (Ref. Cl. No.
15 of ITB).
8. Other detail can be seen in the bid document.
9. The authority will not be held responsible for any technical snag or network failure during on-
line bidding.
10. The authority reserves the right to cancel any or all bids without assigning any reason.

Executive Engineer,
Port Electrical Division-III,
Paradip Port Trust.
Copy forwarded to:
1) The PRO, PPT with a request to publish the TCN in the Port Gazette Dt. 15/11/2019 and publish
the same in Newspapers as per norms and enclosed format in an early date. The copy of Port
gazette and news paper cuttings may please be sent to this office for further action.
2) All HOD/Sr. Commandant, CISF/C.V.O,PPT / Heads of Offices/OOGF / Notice Board.
3) The Hindi Officer, PPT with a request to translate the TCN in Hindi and publish in one of the
Hindi Newspapers.
3
(Format for Publication of TCN in the News Paper.)

PARADIP PORT TRUST


e-TENDER CALL NOTICE

Name of the work: “Up-gradation of Power Supply Network to Administrative Building. Estimated
cost: Rs.68,43,080/-. Last date & time of submission of bid: dt.24/11/2019 up to 17:00 Hrs. Refer our
website for details https://eprocure.gov.in/eprocure/app.

Executive Engineer (PED - III)

4
CONTRACT DATA
(A) GENERAL INFORMATIONS:
Sl. No. Item Details
1. Name of Work Up-gradation of Power Supply Network to Administrative
Building.
2. Department/Organization ELECTRICAL & MECHANICAL DEPARTMENT /
PARADIP PORT TRUST
3. Executive Division Port Electrical Division.
4 Officer Inviting the Bid Executive Engineer
5. Immediate Next Authority Superintending Engineer
6. Sanctioning Authority Chairman, PPT
7. Executing Authority Executive Engineer
(B) BID INFORMATION:
Sl. No. Item Date Time
1 Tender e-publication date 02/11/2019 16:00 Hrs.
2.a) Document download start date 02/11/2019 16:00 Hrs
b) Document download end date 24/11/2019 17:00 Hrs.
3.a) Start date for seeking Clarification on-line - -
b) Last date for seeking Clarification on-line - -
4. Date of Pre-bid Meeting - -
5. Date of uploading response to Clarifications sought - -
6.a) Bid Submission start date 02/11/2019 16:00 Hrs.
b) Bid Submission end date 24/11/2019 17:00 Hrs.
7. Cost of Tender document/Tender fee of Rs.5,000/- On or before:
only to be deposited through NEFT/RTGS and on Dt. 24/11/2019 17:00 Hrs.
following A/c details as per Clause No.17.0 of ITB
Account No. : 34390705999
In favour of : Paradip Port Trust
Type of Account: Savings
Branch : State Bank of India,
Bank Street, Paradip.
IFSC : SBIN0003945
8. EMD of Rs.1,36,862/- only to be deposited through On or before:
NEFT/RTGS and on following A/c details as per Dt. 24/11/2019 17:00 Hrs.
Clause No.17.0 of ITB
Account No. : 34390705999
In favour of : Paradip Port Trust
Type of Account: Savings
Branch : State Bank of India,
Bank Street, Paradip.
IFSC : SBIN0003945
9. Bid opening date 26/11/2019 16:30 Hrs.
10. Bid Validity period 120 days
11. Currency of Contract Indian Rupee
12. Language of Contract English
5
SPECIAL CONDITION OF CONTRACT (SCC)
1. Exemption of cost of Tender Document & EMD:
The MSE’s registered with District Industries Centres (DIC) / Khadi & Village Industries
Commission (KVIC) / Khadi & Village Industries Board (KVIB) / Coir Board / NSIC /
Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro,
Small & Medium Enterprises (MoMSME) / Udyog Aadhar Memorandum (UAM) are provided
Tender Documents free of cost & exempted from payment of earnest money subject to
furnishing of relevant valid certificate for claiming exemption irrespective of relevance of the
product category.
2. Site Visit : (Superseding Cl. # 5.0 of ITB)
Bidders are strongly advised to inspect and assess the site conditions and its surroundings at their
own cost and satisfy themselves before submitting their bids. The prospective bidders are
advised to depute their technical experts with authorization letter to visit, assess and examine the
conditions, requirements, nature & quantum of work and locations of installations which may be
necessary for the purpose of bidding and submit a realistic offer for the successful execution of
the work. In general, they shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A Bidder shall be
deemed to have full knowledge of the site whether he/she inspects it or not and no extra charges
consequent on any misunderstanding or otherwise shall be allowed. Bidders shall submit a
realistic offer for the execution of the work at their own cost without any liability on Paradip
Port Trust (PPT).
Submission of a bid by a bidder implies that he/she has read the Tender document and has
made himself / herself aware of the terms & conditions and scope and specifications of the work
to be done and local conditions and other factors having a bearing on the execution of work.
3. Bid Prices (Superseding Cl. # 10.0 of ITB):
3.1 The Bidder shall indicate on the prescribed Bill of Quantity, the landed prices of all the goods
and services at Paradip Port Trust. It must include all the taxes (except GST), duties, fees, all
types of Cess, insurance, transportation, packing, forwarding and all other incidentals required
for execution of the contract in all respect. Variation in taxes due to change in Govt. Regulations
only shall be considered, provided such change has taken place within the period from 28 days
prior to the last date of bid submission to the original completion date of the Contract. No price
escalation shall be admissible for this contract.
3.2 Paradip Port Trust does not have ‘C’ or ‘D’ form facility. The Contractor may arrange way bill at
his cost for inter-state transportation of all the materials required for successful execution of the
work.
4. Date of Commencement and Completion of Work:
The Contractor shall commence the work within 15 days of issue of Work Order. The work shall
be completed in all respect within 120 (One Hundred Twenty) calendar days from the date of
commencement of work.

6
5. Inspection & Acceptance procedure (In addition to Cl. # 37 of ITB):
The Contractor has to submit the drawings and design along with detail specification sheet for
the LT ACB / ACDB Panel board with / without change over switch & bus-bar arrangement for
approval of Paradip Port Trust prior to supply of the same. The Contractor shall manufacture the
above panel board only after getting approval of the drawings & design from Paradip Port Trust.
The manufacturer of panel board must have valid type test certificate from any Govt. Test
Laboratory / Houses. The Contractor has to submit the above type test certificates at the time of
submission of drawings for approval of PPT.
6. Warranty:
Warranty period for the entire work including supplied items is 12 months from the date of
acceptance of the work. All other conditions of Cl. # 8 of GCC (Warranty) are also applicable.
7. Payment Terms:
The payment will be made as follows:
i) 70% payment will be released after delivery of the materials at site and acceptance thereof
by the Engineer In-charge. However, the Contractor must ensure that the materials are
delivered to site in time and progress of site activities are at par to the approved BAR chart
failing which payment shall not be released. In any case, only two (2) Running Account
(R/A) Bills will be allowed against supply of materials.
ii) 20% of material cost and 90% of installation and commissioning charges will be paid after
successful commissioning of the work & acceptance thereof by the Engineer-In-charge
(EIC). However, prior to release of this component of the payment, functioning of the
system shall be demonstrated to the satisfaction of Inspector – in –Charge (IIC) of Paradip
Police Station and Engineer In-charge (EIC).
iii) Balance 10% of the total contract value shall be retained by PPT towards Performance
Security Deposit. The Performance Security Deposit shall be released after successful
completion of the warranty period only. The Contractor may furnish a Bank Guarantee of
equal value valid till 60 days after expiry of the warranty period in which case the balance
10% money will be released for payment.
8. Engineer-in-Charge:
The Engineer-in-Charge of the work is Executive Engineer (El.), Port Electrical Division-III and
Asst. Executive Engineer (El.), “V” Point Section will assist the Engineer-in-Charge.
9. Security Deposit (Ref. Cl. # 14.0 of ITB):
The Contractor shall furnish a Security Deposit (SD) as per Cl. # 14.0 of Instructions to Bidders
(ITB).
10. Performance Security Deposit:
Performance Security shall be as per Cl. # 07 (iii) of Special Condition of Contract (SCC).
11. Liquidated Damage:
For delay in completion of work, the liquidated damage as per GCC Cl. # 6.0 shall be applicable.
12. Watch & Ward:
The watch and ward of all the materials & works under this contract shall be the sole
responsibility of the Contractor till commissioning of the entire work and handing over the same
to PPT. Any loss or damage to the materials due to pilferage or any other cause shall be repaired
/ replaced / made good by the Contractor at his own cost.
7
SCOPE OF WORK
Name of the Work: Up-gradation of Power Supply Network to Administrative Building.
1) The Contractor shall co-ordinate closely with the Engineer-in-Charge (EIC) for execution of
work so as to avoid any interruption of Port Trust works. No idle charge is admissible. The work
must be executed observing all the statutory requirements.
2) The Contractor shall supply different types of plinth mounted indoor type ACDB panel and wall
mounted distribution panel as specified in the Bill of Quantity (BOQ) and as per the
specifications of panel boards mentioned below.
3) The Contractor shall carry out concrete work i.e. prepare concrete foundation of required size or
fabricate structural with channel /angle for installation of the panel boards. Required materials
such as cement, chips, sand, etc. channel / angle shall be supplied by the Contractor.
4) Foundation bolts shall be embedded / grouted in the concrete foundation and adequate curing to
the foundation to be done by the Contractor as per direction of the Engineer-in-Charge (EIC).
5) The Contractor shall disconnect the power cables (incoming & outgoing cables) from existing
panel and remove the old panel board. Thereafter, the Contractor shall install new panel board(s)
at same location and make necessary cable connections to the incoming & outgoing feeders of
panel(s). The consumable materials such as cable lugs, cable tie, bolt & nut etc shall be provided
by contractor at his own cost.
6) The Contractor shall supply 1.1 KV grade 3.5 Core x 400 mm2 & 3.5 Core x 185 mm2, 1.1 KV
grade, Galvanized steel strip armoured, XLPE insulated stranded and shaped aluminium
conductor cable and 150 mm dia. heavy gauge GI Pipe. The cable shall be of CCI / KEI /
Universal / Gloster make. The cable shall confirm IS 7098 (Part I).
7) The Contractor shall prepare kutcha cable trench of size 300 mm (width) x 750 mm (depth), lay
the 3.5 C x 400 sq.mm & 3.5 Core x 185 mm2, 1.1 KV grade, Galvanized steel strip armoured,
XLPE insulated stranded and shaped aluminium conductor cable in the trench and refill the
trench with the excavated materials after laying of cable.
8) The Contractor shall carry out road cutting, lay 150 mm dia. GI Pipe in the trench and pass the
cable through the G.I pipe. They also refill the road cutting portion by the excavated material and
relay the road as before with supply of materials, T & P and required consumables as per the
direction of Engineer-In-Charge (EIC).
9) Loading, un-loading and transportation charges of the Panels, cables, materials, etc. shall be
borne by the Contractor.
10) All materials, Labour, T&P, machineries required for execution of the work shall be in the scope
of Contractor and the work shall be carried out strictly as per the direction of Engineer-in-
Charge.
11) The requirement panel boards are for replacement of old panels installed in Administrative
Building of Paradip Port Trust (main office building). Therefore, the Contractor has to carry out
the installation work of panel board and cable connections to panel board in closed holidays &
Sundays & 2nd Saturday & 4th Saturday without disturbing the office functional work. The
Contractor must ensure to complete the installation of new LT panel board within this time
period. However, other work like preparation of cable trench, laying of cable may be taken up at
other days.

8
GENERAL SPECIFICATION OF PANEL BOARDS

1) The Contractor / manufacturer of Panel Board must submit the certificate of type test conducted
at CPRI or any Government test houses.
2) The indoor type, floor / wall mounted LT Distribution panels shall be made of 2 mm thickness
CRCA steel & finished with one coat anticorrosive primer and two coats powder coat paint
(Seimes gray).
3) Electrolyte grade copper bus-bar confirming IS 1897 shall be used. All the bus-bars shall have
insulated colour sleeve.
4) Microprocessor based release and microcontroller communication based, motorized Air Circuit
Breaker confirming to IEC 60947 (Part- 1 & 2) of specified ratings shall be fitted in the panel
board with all accessories. The ACB shall have provision of inbuilt Earth fault, over-current,
short circuit, Instantaneous, neutral over-current protection and thermal protection relay. The
ACB shall be of L&T / Siemens / Schneider / ABB make having utilization category –B and
shall have rated breaking capacity as under:
(i) Short circuit breaking capacity (Icu) of 630 Amp. ACB – 50 KA.
(ii) Short circuit breaking capacity (Icu) of 800 Amp. ACB – 50 KA.
(iii) Short circuit breaking capacity (Icu) of 1000 Amp. ACB – 50 KA.
(iv) Short circuit breaking capacity (Icu) of 2000 Amp. ACB – 65 KA or above.
5) 4 Pole MCCBs of reputed manufacturers such as L&T / Siemens / Schneider / ABB shall be
used in the panel. The MCCB shall have provision of earth fault, over-current and thermal
protection relay. The MCCBs shall be mounted on vertical plane and shall have door mounted
handle to operate safely without opening the doors.
6) The MCCB shall confirm IEC-60947 – 2 and utilization category –A having rated breaking
capacity as follows:
(i) Short circuit breaking capacity (Icu) of 125 Amp. MCCB – 25 KA
(ii) Short circuit breaking capacity (Icu) of 250 Amp. MCCB – 36 KA
(iii) Short circuit breaking capacity (Icu) of 400 Amp. MCCB – 36 KA
(iv) Short circuit breaking capacity (Icu) of 630 Amp. MCCB – 50 KA
7) Neoprene gasket shall be fitted at the front and rear doors of the panel for dust and vermin free &
the panel shall have IP-54 and above protection. The panels shall have detachable gland plates
and glands of specific size shall be provided in the detachable plates.
8) All insulating materials used in the panel board shall be non-hygroscopic material treated to
withstand the effect of high humidity, high temperature and tropical ambient service conditions
and short circuit levels.
9) The mounting structures of LT panel board shall be made of required size channels considering
the size of panel to be installed on the floor. Similarly provision to be kept in the wall mounted
LT Distribution panels for fixing of the same on wall.

9
10) MCBs (C type) shall be used with DIN rail and shall be of reputed manufacturers such as L&T,
Siemens, Schneider, ABB make.
11) Separate bus chamber and cable duct shall be provided in the panel. All the doors shall be
connected with earth wire and Earth bolts shall be provided at both ends of the panel.
12) LED type indication lamp (for three phase) and digital ammeter and volt meter shall be provided
in each panel. CTs of required current rating for main feeder shall be provided and wiring to be
made neatly. Ammeter & voltmeter including CT’s shall be provided for outgoing feeders in the
2000 amp. Main LT ACB Panel board.
13) The panel shall be labeled by stickering / grooved letter plate as identified by PPT.
Note:
GA drawing of LT Panel boards with overall dimensions are attached herewith as annexure for ready
reference.

10

S-ar putea să vă placă și