80
SECURITY PAPER MILL, HOSHANGABAD-461005(M.P.) (A unit of Security Printing & Minting Corporation of India Ltd.) Wholly owned by Government of India TENDER DOCUMENT INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS

INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

SECURITY PAPER MILL, HOSHANGABAD-461005(M.P.) (A unit of Security Printing & Minting Corporation of India Ltd.)

Wholly owned by Government of India

TENDER DOCUMENT

INSTALLATION AND COMMISSIONING OF PLANT

ILLUMINATION -DESIGN, SUPPLY

ON TURNKEY BASIS

Page 2: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

Not Transferable Security Classification: Non-Security Item

TENDER DOCUMENT FOR “INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS.” Tender No. 19 (54)/R&D/Illumination/Advt No. 39/964 Dated: 23.06.2012 This Tender Document Contains 169 Pages

Tender Documents is sold to:

M/s

_______________________ Address

Details of Contact person in SPM regarding this tender:

Name, Designation : Shri. Rajkumar R Officer Materials

Address : Security Paper Mill

Hoshangabad M.P-461005

Phone : 07574-279847, 07574-279791

Fax : 07574-255170

Email : [email protected]

Page 3: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

C O N T E N T S

SECTION DESCRIPTION Page No.

Section I Notice Inviting Tender (NIT) 2

Section II General Instruction to Tenderers (GIT) 32

Section III Special Instruction to Tenderers (SIT) 03

Section IV General Conditions of Contract (GCC) 28

Section V Special Conditions of Contract (SCC) 05

Section VI List of Requirements(LR) 9

Section VII Technical Specifications(TS) 37

Section VIII Quality Control Requirements(QCR) 06

Section IX Qualification / Eligibility Criteria 01

Section X Tender Form(TF) 01

Section XI Price Schedule(PS) 01

Section XII Questionnaire 01

Section XIII Bank Guarantee Form for EMD 01

Section XIV Manufacturer’s Authorization Form 01

Section XV Bank Guarantee Form for Performance Security 01

Section XVI Contract Form 02

Section XVII Letter of Authority for attending a Bid Opening 01

Section XVIII Shipping Arrangements for Liner Cargoes 01

Section XIX Performa of Bills for Payments 01

Section XX Drawings 35

Page 4: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

4

(Section – I) NOTICE INVITING TENDER (NIT)

Tender No. 19 (54)/R&D/Illumination/Advt No. 39/964 Dated: 23.06.2012

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & Services:

Schedule

No. Brief Description of Goods/

Services Quantity

(with unit) Earnest Money

(in Rs.)

1.

“INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS.” as per List of Requirement section VI on turnkey basis

As per List of Requirements

Section VI of this tender document

3.4 Lacs (Three lakhs

fourty thousand only)

Type Of Tender Single stage (three packet), NCB Tender Cost Rs. 1000/- (Rs. Five Thousand Only) Date and time of Pre-bid conference 23.07.2012 at 11.00 AM Place of Pre-bid conference Security Paper Mill, Hoshangabad Closing date and time for receipt of tenders Up to 10.30 Hrs till 10.08.2012 Place of receipt of tenders Security Paper Mill, Hoshangabad Time and date of opening of tenders 11.00 Hrs On 10.08.2012 Place of opening of tenders Security Paper Mill, Hoshangabad Nominated Person/ Designation for receive bulky tenders

Officer – Materials

2. Interested tenderers may obtain further information about this requirement from the Purchase section, Security Paper Mill, Hoshangabad. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non-refundable fee of Rs.1000/- per set in the form of

account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of General Manager, Security Paper Mill payable at Hoshangabad.

Page 5: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

5

4. If requested, the tender documents will be mailed by registered post/speed post to the domestic Tenderers, for which extra expenditure per set will be Rs. 100/- (Rupees Hundred) for domestic post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in para 3 above.

5. Tenderers may also download the tender documents from the web site http://spmhoshangabad.spmcil.com and http://eprocure.gov.in submit its tender by utilizing the downloaded document along with the required non-refundable fee as mentioned in Para 3 above.

6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the para 1 above, failing which the tenders will be treated as late and rejected. ADDRESS The General Manager, Security Paper Mill, Hoshangabad - 461 005 (M.P.) India.

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

8. The tender documents are not transferable. (Rajkumar. R) Officer Materials For and on behalf of General Manager Security Paper Mill, Hoshangabad, M.P-461 005 Ph.No: 07574-279847, Fax No: 07574-255170

Page 6: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

6

(Section – II)

GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details. (GIT contains 32 Pages)

Page 7: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

7

(Section – III)

SPECIAL INSTRUCTION TO TENDERER The following special instructions to tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below. In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

Sl. No.

GIT Clause No.

Topic SIT Provision

1. 8 Pre Bid Conference 1. 2. 18 Earnest Money Deposit (EMD) 2. 3. 19 Tender validity 3. 4. 21 Submission of Tenders 4. 5. 43 Parallel Contracts 5. 6. 33 Evaluation Criteria for L1 Bidder 6. 7. 21.1, 24.1 Corrections in GIT Clauses 7. 8. Coordination with Statuary Bodies &

outside Agencies 8.

1. PRE-BID CONFERENCE

Pre-bid conference will be held on 23.07.2012 at 11 AM for this tender at SPM Hoshangabad. Bidder should send the list of queries at least one week before the date of pre-bid meeting to SPM.

2. EARNEST MONEYDEPOSIT (EMD) Tender should be accompanied with Earnest Money Deposit (Non-interest bearing) of 3.4 Lacs

(Three lakhs forty thousand only) in the forms as given below.

a) Account Payee Demand Draft or b) Fixed Deposit Receipt or c) Banker’s cheque

The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any scheduled commercial bank in India, in favor of Account specified in the Clause 3 of NIT. The earnest money shall be valid for a period of forty five days beyond the validity period of the tender.

3. TENDER VALIDITY 3.1 The tender shall remain valid for acceptance for a period of 165 days after the date of tender

opening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsive & rejected.

3.2 In exceptional cases, the tenderers may be requested by SPM to extend the validity of their

tenders up to a specified period. Such request(s) and responses thereto shall be conveyed by surface mail/E-mail/Telex/Cable followed by surface mail. The tenderers, who agree to extend

Page 8: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

8

the tender validity, are to extend the same without any change or modification of their original tenders and they are also to extend the validity period of the EMD accordingly.

3.3 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for SPM, the tender validity shall be extended upto the next working day.

3.4 Compliance with the clauses of this Tender document:

Tenderer must comply with all the clauses of this tender document. No deviations with any of the clauses of this tender are permitted to the bidder.

4. SUBMISSION OF TENDERS: 4.1 Pre-Qualification bid, Technical bid and financial bid are to be submitted in three separate

doubled sealed envelopes on or before the due date of submission of tenders. It may be noted that the price is not to be quoted either in the pre-qualification or in technical bid. It shall only be quoted in price bid. Non-adherence to this shall make tender liable for rejection. The envelopes containing bids shall be superscribed “Pre-qualification bid”, “Technical bid”, “Price bid”, as the case may be, for “INSTALATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN,SUPPLY ON TURNKEY BASIS.”. The sealed envelopes shall be again be put in another sealed cover and should be superscribed “INSTALATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN,SUPPLY ON TURNKEY BASIS.” due on 10.08.2012 up to 10.30 Hrs (IST). Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by Telegram/Fax/E-mail shall not be accepted. Tender by Post/Hand/courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned.

4.2 Tenders shall be submitted in parts as below:- PART – I –PRE-QUALIFICATION BID

i) Containing un-priced tender consisting of complete Qualification/ Eligibility of the tenderer as

per the format specified under Section I X in this document. ii) One original and one duplicate copy shall be submitted. It should not have any price aspects. iii) Earnest Money Deposit. iv) Power of Attorney/authorization with the seal of the company of person signing the tender

documents. v) Tender document fee Rs.1,000/- vi) Manufacturer authorization form if the bidder is not manufacturer.

PART – II - TECHNO-COMMERCIAL BID i) The tenderer shall submit detailed technical offer as per Technical Specifications as per

Section VII of this tender document. ii) The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT,

SCC, Quality control requirements, Tender form, Questionnaire, etc.,) iii) One original and one duplicate copy shall be submitted. iv) Containing un-priced tender consisting commercial package including all terms and

conditions. No price details to be given in this tender. v) Containing Blank price Bid (No price details to be given in this tender).

Page 9: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

9

PART- III - PRICE BID: The tenderers shall quote the prices strictly as per the proforma given in Section – XI of the tender document. No additional/extra item with prize should be included other than that of section XI. If any that particular item will not be consider for evaluation.

5 PARALLEL CONTRACTS

No parallel contracts shall be awarded for this tender.

6 EVALUATION CRITERIA FOR L1 BIDDER

The pre-qualification bids are to be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the eligibility criteria. Thereafter, in the second stage, the technical bids of only pre-qualified bidders (as decided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the tender document. Subsequently, in the third stage the financial bids of only the technically acceptable offers (as decided in the second stage shall be opened for further scrutiny and evaluation. Intimation regarding to opening of technical and financial bids shall be given to acceptable Tenderers to enable them to attend the technical and financial bid opening, if they so desire. The method of evaluation of L1 bidder for awarding the Contract shall be on consolidated grand total offer by the bidder and will be decided taking into consideration of the total offered price including Parts(A+B) as per Section-XI (Price schedule)of this tender document.

7 CORRECTIONS in GIT Clauses

GIT CLAUSE WRITTEN AS IN GIT CORRECTED AS IN SIT21.1 In 3rd line of procurement manual the words

“Para 11 of NIT” “Para 1 of NIT”

21.1 In 6th line of procurement manual the words “Clause 11 of NIT”

“Clause 1 of NIT”

24.1 In 2nd line of procurement manual the words “Clause 11 of NIT”

“Clause 1 of NIT”

8 COORDINATION WITH STATURATORY BODIES AND OUTSIDE AGENCIES

The Contractor shall be fully responsible for carrying out all co-ordination & liaison work as may be required with Central Electrical Inspector, Factory Inspector & other statutory bodies for implementation of the work. The application on behalf of the Owner for submission to the Central Electrical Inspector & other statutory bodies along with copies of drawings complete in all respects shall be done by the Contractor & approval/certificates taken well ahead of time so that the actual commissioning of equipment is not delayed for want of inspection and approval by the Inspector & statutory bodies. The actual inspection work by the Central Electrical Inspector shall be arranged by the Contractor. However, official fees paid to Central Electrical Inspector/ statutory bodies, etc. in this regard shall be borne by the SPM.

Page 10: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

10

(Section – IV)

GENERAL CONDITIONS OF CONTRACT (GCC)

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for further details.

(GCC contains 28 Pages)

Page 11: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

11

(Section – V)

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses. When ever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

Sl. No GCC Clause No. Topic SCC Provision

1 1 Abbreviations – in conjunction with GCC 1

2 9 Inspection and Quality Control 2

3 11.2 Transportation of Domestic Goods 3

4 12 Insurance 4

5 14 Incidental Services 5

6 16 Warranty 6

7 21.2 Taxes and Duties 7

8 22 Terms and Mode of Payment 8

9 Security Rules 9

10 Compliance with contract labour Act 10

1. Abbreviations “SPM/OWNER/PURCHASER” means Security Paper Mill, Hoshangabad.

“SPMCIL” means Security Printing and Minting Corporation of India Limited “DCPL” means Development Consultants Private Limited, Kolkata “BIDDER”/”TENDERER”/”CONTRACTOR” means the individual/firm who quotes against this tender enquiry

. 2. Inspection and Quality Control 2.1 SPM and/ DCPL or its nominated representative(s) will, without any extra cost to SPM, inspect

and/ or test the ordered work and the related services to confirm their conformity to the contract specifications and other quality control details incorporated in the contract. SPM shall inform the contractor in advance, in writing, SPM's programme for such inspection and, also the identity of the officials to be deputed for this purpose.

2.2 The Technical Specification and Quality Control Requirements incorporated in the contract shall specify what inspections and tests are to be carried out and, also, where and how they are to be conducted. If such inspections and tests are conducted in the premises of the contractor, all reasonable facilities and assistance, including access to relevant drawings, design details and production data, shall be furnished by the supplier to SPM's inspector at no charge to SPM.

Page 12: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

12

2.3 If during such inspections and tests the contracted work fail to conform to the required specifications and standards, the inspector may reject them and the contractor shall either replace the rejected work or make all alterations necessary to meet the specifications and standards, as required within the original delivery period and as specified in the contract free of cost to SPM and resubmit the same to the inspector for conducting the inspections and tests again.

2.4 In case the contract stipulates pre-dispatch inspection for the ordered work at contractor’ s premises, the contractor shall put up the work for such inspection to SPM’s or DCPL’s inspector well ahead of the contractual delivery period, so that the inspector is able to complete the inspection within the contractual delivery period.

2.5 If the contractor tenders the goods to the inspector for inspection at the last moment without providing reasonable time to the inspector for completing the inspection within the contractual delivery period, the inspector may carry out the inspection and complete the formality beyond the contractual delivery period at the risk and expense of the contractor. The fact that the goods have been inspected after the contractual delivery period will not have the effect of keeping the contract alive and this will be without any prejudice to the legal rights and remedies available to SPM under the terms & conditions of the contract.

2.6 Work accepted by SPM at initial inspection and in final inspection in terms of the contract shall in no way dilute SPM's right to reject the same later, if found deficient in terms of the warranty clause of the contract, as incorporated under GCC Clause.

2.7 Travelling expenses, Lodging and boarding charges of SPM officer for pre-shipment inspection shall be borne by SPM.

3. Transportation of Domestic Goods

The supplier shall arrange transportation of the ordered goods up to the SPM . till unloading of the stores at site

4. Insurance 4.1 The Supplier shall arrange for insuring the goods the goods against loss or damage incidental to

manufacture or acquisition, transportation, storage and delivery in the following manner: 4.2 The supplier shall be responsible till the entire stores contracted for arrive in good condition at

destination. The transit risk in this respect shall be covered by the Supplier by getting the stores duly insured till unloading of the stores at site. The insurance cover shall be obtained by the Supplier in its own name and not in the name of SPM or its Consignee.

4.3 Insurance in respect of damages to persons and property during equipment erection:

4.3.1 The Contractor shall be responsible for all injury or damage to persons, animals or things and for all damage to property which may arise from any factor omission on the part of the CONTRACTOR or any of their employees. The liability under this clause shall cover also inter-alia any damage to structures, whether immediately adjacent to the works or otherwise, any damage to roads, streets, footpaths, bridges as well as damage caused to the building and other structures and works forming the subject matter of this contract. The Contractor shall also be responsible for any damage caused to the buildings and other structures and works forming the subject matter of this contract due to rain, wind, frost or other inclemency of weather. The Contractor shall indemnify and keep indemnified the SPM and hold him harmless in respect of all and any loss and expenses arising from any such injury or damage to persons or property as aforesaid and also against any claim made in respect of injury or

Page 13: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

13

damage, whether under any statute or otherwise and also in respect of any award or compensation or damage consequent upon such claims. The Contractor shall, at his own expense, effect and maintain till issue of the virtual completion certificate under this contract, with an insurance company approved by the SPM, an All Risks Policy for Insurance for the full amount of the contract including earth quake risk in the joint names of the SPM and the Contractor (the name of the former being placed first in the policy) against all risks as per the standard all risk policy for Contractor’s and deposit such policy or policies with the Owner before commencing the works.

4.3.2 The Contractor shall reinstate all damage of every sort mentioned in this clause so as to do delivery of the whole of the works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to property or third parties.

4.3.3 The Contractor shall also indemnify and keep indemnified the SPM against all claims which may be made against the SPM by any person in respect of anything which may arise in respect of the works or in consequence thereof and shall at his own expense, effect and maintain until the virtual completion of the contract, with an Insurance Company approved by the SPM a policy of Insurance in the joint names of the SPM and the Contractor (name of the former being placed first in the policy) against such risks and deposit such policy or policies before commencement of the works.

4.3.4 The minimum limit of the coverage under the policy shall be Rs.2 Lakhs per person for any one accident or occurrence and Rs.5 Lakhs in respect of damage to property for any one accident or occurrence. The Contractor shall also indemnify the SPM against all claims which may be made upon the Owner, whether under the Workmen’s Compensation Act or any other

4.4 Statute in force, during the currency of this contract or at Common Law in respect of any employee of the Contractor and shall be at his own expense, effect and maintain until the Virtual Completion of the Contract with an Insurance Company approved by the SPM a policy of Insurance against such risks and deposit such policy or policies with the SPM from time to time during the currency of this contract.

4.4.1 In default of the Contractor insuring as provided above, the SPM may so insure and may deduct the premiums paid from any money due or which may become due to the Contractor.

4.4.2 The Contractor shall be responsible for any liability which may not be covered by the insurance policies referred to above and also for all other damages to any person, animal or defective carrying out of this contract, whatever, may be the reasons due to which the damage shall have been caused.

4.4.3 The Contractor shall also indemnify and keep indemnified the SPM against all and any costs, charges or expenses arising out of any claim or proceedings relating to the works and also in respect of any award of damage or compensation arising there from.

4.4.4 Without prejudice to the other rights of the SPM against Contractors in respect of such default, the SPM shall be entitled to deduct from any sums payable to the Contractor the amount of any damages, compensation costs, charges and other expenses paid by the Owner and which are payable by the Contractor under this clause.

4.4.5 The Contractor shall upon settlement by the insurer of any claim made against the insurer pursuant to a policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event all the money received from the insurer in respect

Page 14: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

14

of such damage shall be paid to the Contractor and the Contractor shall not be entitled to any further payment in respect of the expenditure incurred for rebuilding or repairing of the materials or goods destroyed or damaged.

4.4.6 The Contractor, in case of re-building or reinstatement after damage shall be entitled to such extension of time for completion as the SPM and/ or DCPL may deem fit, but shall, however, not be entitled to reimbursement by the SPM of any shortfall or deficiency in the amount finally paid by the insurer in settlement of any claim arising as set out herein.

5. Incidental Services

5.1 Subject to the stipulation in the Technical Specification (Section - VII), the supplier shall be required to perform any or all of the following services.

a) Providing required jigs and tools for assembly, start-up and maintenance of the goods b) Supplying required number of operation & maintenance manual for the goods c) Installation and commissioning of the goods d) Training of SPM’s operators for operating and maintaining the goods e) Providing after sales service during the tenure of the contract f) Providing maintenance service after expiry of the warranty period of the goods if so

incorporated in the contract

6. Warranty

6.1 The supplier warrants that the goods supplied under the contract is new, unused and incorporate all recent improvements in design and materials unless prescribed otherwise by SPM in the contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising from design, materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods under the conditions prevailing in India.

6.2 This warranty shall remain valid for twelve months after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by SPM in terms of the contract or for eighteen months from the date of dispatch from the supplier's premises whichever is later.

6.3 In case of any claim arising out of this warranty, SPM shall promptly notify the same in writing to the supplier.

6.4 Upon receipt of such notice, the supplier shall, with all reasonable speed and time, repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/ goods after providing their replacements and no claim, whatsoever shall lie on SPM for such replaced parts/ goods thereafter.

6.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty period, the warranty for the rectified/ replaced goods shall be extended to a further period of twelve months from the date such rectified / replaced goods starts functioning to the satisfaction of SPM.

6.6 If the supplier, having been notified, fails to rectify/ replace the defect(s) within a delivery period, SPM may proceed to take such remedial action(s) as deemed fit by SPM, at the risk and expense of the supplier and without prejudice to other contractual rights and remedies, which SPM may have against the supplier.

Page 15: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

15

7. TAXES and DUTIES: TDS or any other applicable taxes shall be deducted from the firms bill.

8. TERMS AND MODE OF PAYMENT

8.1 TERMS OF PAYMENT a) 80% payment of the cost of goods (as per part “A” of the price schedule section XI of this tender

document) shall be made on receipt and acceptance of goods by the SPM destination and on production of all required documents by the supplier.

b) 20% payment of the cost of goods (as per part “A” of the price schedule section XI of this tender document) and 100% payment of the cost of installation and commissioning (as per part “B” of the price schedule section XI of this tender document) shall be made on successful installation, commissioning and necessary clearance if any from Central Electrical Inspector/ factory inspector other statuary body and acceptance by the SPM

8.2 MODE OF PAYMENT Payment will be made through RTGS/NEFT, Firm should furnish all bank detail including

RTGS/NEFT code extra in their bill.

9. SECURITY RULES 9.1 The Contractor shall strictly abide by the security rules and regulations enforced by the SPM from

time to time. The Contractor shall provide proper identity cards, badges etc., to his employees whenever directed by the DCPL/SPM.

9.2 The Contractor shall arrange for police verification certificates for all his employees/worker/supervisor and the contractor and submit it to CISF (SPM) before starting of the work to obtain the gate pass of the concerned person.

10. COMPLIANCE WITH CONTRACT LABOUR ACT The contractor shall comply with all the provisions of the EPF rules, Workmen Compensation Act 1923, Minimum Wages Act, 1948, and Contract Labour (Regulation and Abolition) Act, 1970 amended from time to time and rules framed there under. The provision of building and other Construction Worker’s Regulation of Employment & Condition of Service Act, 1996 amended from time to time and rules framed therein to be follower.

Page 16: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

16

(Section – VI)

LIST OF REQUIREMENTS

Schedule No.

Brief description of work and services (Related specifications etc. are in Section-VII)

Accounting unit

Quantity Amount ofEarnest Money

1. Design, Engineering, Manufacture, assembly/ pre-assembly, tests at manufacturer’s works, installation work, delivery properly packed for transport, supply, complete erection, final checkup, testing at site, successful commissioning, conducting performance and acceptance tests at SPM site of “INSTALLATION AND COMMISSIONNG OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS.” as per detail list of requirement (Clause 1) given below and specified under Section –VII of this tender document complete with all accessories. On Turnkey basis

As per detail list of requirement (Clause-1) given below and specified under Section -VII of this tender document complete with all accessories. On Turnkey basis

As per detail list of requirement (Clause-1) given below and specified under Section – VII of this tender document complete with all accessories. On Turnkey basis

3.4 Lacs

(Three lakhs

Fourty thousand

only)

Required Completion Schedule: Eight (8) months from the date of issue of Notification of

Award of contract or Purchase Order whichever is earlier. (Including Supply, Erection & Commissioning) Detail Schedule of completion as Time schedule (D) below.

Required Terms of Delivery : F.O.R SPM Hoshangabad Preferred Mode of Transportation : Roadways

Page 17: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

17

1. Detail List Of Requirement (Scope Of Supply & Services)

The detail scope of supply services of the Tenderer for this Tender shall include the following:

1.1 Scope of Supply of Plant & Equipment’s

The system provides Illumination and service power to the New PM#5 plant inside & outside the area, WTP, ETP, Boiler House. The plant illumination system shall include normal lighting of the plant, emergency lighting and critical D.C. lighting.

The scope of supply of the Tenderer covered under this specification shall include, but not

limited to the following:

a) Lighting fixtures with lamps and accessories etc. b) Lighting panels such as MLDB, PDB and LP etc. c) Street light poles, flood lighting towers/high masts. d) Ceiling fans, receptacles, switches, switchboards, portable emergency lights,

portable 24V supply module including handset as maintenance equipment etc. e) Cables, wires, splicing/termination/connection accessories including 4 way/3

way/2 way cable junction boxes with disconnecting devices on each way. f) Conduit and accessories, junction and pull boxes, terminal blocks. g) Grounding materials and connections. h) All fittings, supports, brackets, anchors, clamps and connections. i) Steel for field fabrication of supports and brackets. j) Fire alarm call points and firefighting equipment’s shall be illuminated by

emergency lighting and AC & DC Emergency lighting. k) Civil foundation street lighting poles/panels and flood light towers. . 1.2 Scope of Services

The scope of services of the Tenderer covered under this specification shall include the following:

Furnishing of all labour, skilled and unskilled, supervisory personnel, erection tools and tackles, testing equipment, implements, supplies consumables & hardware and transport for timely and efficient execution of the contract work. The items of work to be performed on all equipment and materials shall include but not limited to the followings:

a) Receiving, unloading and transportation at site. b) Storing at site with suitable weather protection. c) Final check-up, testing and commissioning.

Page 18: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

18

2. SAFETY AND HEALTH INSTRUCTIONS FOR COMPLIANCE BY THE CONTRACTOR AS BELOW During installation, the Contractor shall follow all the Safety Policy and Plant Safety rules of SPM and also the various provisions of M.P. Factories Rules, 1962 made under Factories Act, 1948. This instruction gives broad guidelines to be followed by the Contractor for ensuring safe working conditions in and around the site.

2.1 SAFETY ORGANISATION Contractor at site shall organize a Safety Group headed by a Safety Officer who shall be responsible for providing, supervising and monitoring safe working conditions at all times for their workers. The Safety Officer shall be experienced in maintaining safe conditions for workers at site and shall be responsible for and shall have authority to enforce safe conditions for the workers. The Contractor shall have a declared Safety Policy and shall get the same approved by the SPM and/or DCPL. The approved Safety Policy shall be displayed prominently in the Contractor’s site office. The Contractor shall take active interest and participate in the development and operation of safety programs at site. His responsibility does not cease with establishment of Safety Group and approval of its various activities. He shall demonstrate his involvement by regular participation in safety meetings, review of safety records and taking corrective action where required, introduction of safety promoting bulletins, posters, suggestions and awards and by setting example by strictly observing safety rules. The Contractor shall remove all waste material and debris from and around the work area and properly clean up the area at the end of each day before leaving the work site. The Contractor shall take all necessary precautions not only for safe working of his own workmen but also deploy all precautions to ensure safety of structures, equipment and workmen of other agencies in and around his work site. The Contractor shall ensure that his workmen do not trespass into prohibited areas. The SPM and/or DCPL shall have the right to inspect at any time, all items of machinery or equipment brought to site by the Contractor, his agents or workmen and to prohibit the use on the site of any item, which in the opinion of the SPM and/or DCPL is or may be detrimental to the safety of the site. The exercise of such right or the omission to exercise it in any particular case shall not absolve the Contractor or his agents or workmen of their responsibility of adhering to the safe working practices. The Contractor shall execute the work in a manner causing the least possible interference with the business of the SPM and/or DCPL, or with the work of any other Contractor who may be engaged on the premises and shall at all times co-operate with the other Contractors working at site. The Contractor shall obtain work permit from the SPM and/or DCPL before starting any work at site. The work permits are issued to prevent the Contractor from working in un-authorized areas and shall be valid for specific area for a stipulated period The Contractor shall ensure at all times that his workers do not lie down or sleep under or around any machine, equipment, vessel, vehicle or structures in his work area.

2.2 RESPONSIBILITIES OF THE CONTRACTOR’S SAFETY OFFICER

He is responsible and accountable for: a) Preventing injury to personnel, damage to plant and equipment and fires. b) Instituting ways to improve existing work methods from safety point of view.

Page 19: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

19

c) Legal and contractual requirements affecting safety, health, and welfare of his workmen

d) Provision and use of protective clothing and equipment and use of firefighting equipment

e) Suitability of new and hired equipment from a safety viewpoint f) Identifying potential hazards. g) Changes in safety requirements and fire precautions h) Carrying out site surveys to see that only safe work methods are in operation, health

and safety requirements are being observed and welfare and first aid facilities are adequate and properly maintained.

i) Determining the cause of an accident or dangerous occurrence and recommend means of preventing recurrence.

j) Supervising the recording and analysis of information on injuries, damage and production loss. Assess accident trends and review overall safety performance.

k) Assisting with training of employees at all levels. Organizing periodic demonstration of practicing safe working conditions by experienced safety instructors.

l) Taking part in discussions on injury, damage and loss control. m) Keeping up-do-date with recommended codes of practice and safety literature.

Circulating information applicable to each level of employees. n) Fostering within the company an understanding that injury prevention and damage

control are an integral part of business and operational efficiency. o) Attending job progress meetings where safety is an item on the agenda. Report on job

safety performance.

The Safety Officer shall inspect and ensure the following:

a) All electrical equipment are securely earthed. b) Standard access platforms and ladders are provided for inspection, operation and

maintenance of equipment. c) The equipment are periodically inspected for their condition, maintained d) Properly and operated by trained personnel at design speeds and loads.

2.3 WORKING AT HEIGHTS For carrying out work at heights exceeding 2 meters or near openings in floors and roofs etc. precautions as given in following paras shall be taken. Adequate safety precautions like use of safety belts, crawling-ladders, safety nets etc. shall be taken. The workers shall wear safety belts with hook properly fastened. All workmen engaged on work at heights shall be experienced in such work. Written permission of the SPM and/or DCPL shall be obtained before undertaking work on roofs. Wherever possible, steel staging or platform shall be erected. Staging with toe guards shall be provided with simple safety rails or ropes at waist height throughout its length on all open sides. Staging supports shall be All Purpose Scaffolding (APS) steel tubes scaffolding, safety secured and supported on firm level footings or slung from overhead beams. The supports shall be situated at maximum distance of 2.5 metres apart and the staging shall be secured to each support. Wherever it is not possible to put up staging and/or use of safety belts, safety nets shall be slung beneath the place of work for safety. When working over open process vessels or tanks, safety belts and safety nets shall always be used whether or not staging and scaffolding is provided.

Page 20: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

20

Safe access to all points of works shall be provided in the form of suitable ladders and stairways etc. Area around the work place shall be barricaded suitably or fenced off to avoid injuries to personnel passing by. Suitable warning boards and signs shall be put up.

2.4 LIFTING GEAR The Contractor shall submit a valid Test Certificate to the SPM and/or DCPL, from approved certifying authorities for all of his lifting gear and hoists, slings, chains, wire ropes, hooks, chain-pulley blocks, winches, hoists and cranes etc. before commencing work. These certificates shall be available at site in the Contractor’s office for inspection as and when required.

2.5 WORK INSIDE AN EQUIPMENT OR DRAINAGE SYSTEM

All equipment and associated piping shall be isolated, completely drained, purged and well ventilated before entry of a worker. The atmosphere inside the vessel or equipment shall be tested to ensure absence of toxic and flammable gases. Toxic and flammable liquids and gases in the equipment shall be safely disposed off as per the statutory requirements to the satisfaction of the SPM and/or DCPL. Workers carrying out drainage, purging and testing operations shall wear gas masks and other protective gear appropriate to the material being handled. While a worker has entered equipment or a drainage system, another worker shall be present outside at all times to assist the worker inside in the event of an emergency.

2.6 ELECTRICAL Portable power tools rated for above 50 V supply and hand lamps rated for above 24 V supply shall not be used at site. An armored cable with a 3 pin Reyrolle type plug, properly earthed shall be provided between the Contractor’s DG set and step down transformer. All power supply and distribution boards shall have canopy for protection and all the distribution boards shall be earthed securely. All supply points shall have proper plug and socket. The Contractor shall check tightness of connection of cable terminations and joints before starting the work.

2.7 WELDING Only qualified welders shall be employed at the work site. The Contractor shall organize the qualifying test at site for his welders and the SPM and/or DCPL shall approve the welders. All welders shall have to undergo qualifying test and only on passing the test, they shall be allowed to work at site. For all welding work at site, generator sets shall be used instead of AC transformer sets. AC transformer sets are banned for welding jobs inside vessels (both open and closed top type).The Contractor shall get his welding sets certified by the SPM /DCPL before starting work. These certificates shall have to be renewed every two months. A copy of the certificates shall be displayed on respective welding sets. Only cables in good condition and insulated holders shall be used. The length of supply cable to welding site shall not exceed 8 meters and the welding set body shall be properly earthed. A charged fire extinguisher of CO2 type shall be carried with each welding set. The Contractor shall keep Halon or equivalent type fire extinguishers near hot jobs like cutting oil lines. The welder shall not use a building structure, pipeline or railway track etc. as a return path of the current. Adequately rated circuit breaker shall be provided in the power circuit for human protection on all power supply points.

Page 21: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

21

2.8 HOT WORK Before starting any hot work like gas cutting, welding and grinding etc., the Contractor shall obtain hot work permit from the SPM / DCPL. The permit shall be renewed on day-to-day basis. The Contractor shall ensure purging of piping and equipment to make it totally safe before carrying out any hot work. Smoking is strictly prohibited in work areas inside the SPM premises No combustible material shall be stored on or near any source of heat like hot pipes, welding or gas. Before leaving the place of work or the Contractor’s sheds, the Contractor’s workmen shall ensure that no material or item that could start a fire is left at site. Special attention shall be paid to collection and disposal of oil soaked cotton waste or rags. On no account are these to be dropped into corners, pushed below equipment or left hanging on pipes. Gas cylinders shall be used in a safe manner. These shall not be dropped from heights or dragged on the floor. Trolley with rubber rimmed wheels shall be used for transporting gas cylinders within the site. Acetylene cylinders shall be kept in upright position. Oxygen cylinders shall not be kept near inflammable materials like oil etc.

Tarpaulins shall not be used in the vicinity of welding and gas cutting jobs. The Contractor’s supervisor of the rank of a foreman or equivalent shall examine the arrangements made for hot work before commencement of work and shall satisfy himself that all reasonable safety precautions have been taken.

The Contractor shall return the hot work permit after completion of welding work.

2.9 PERSONAL PROTECTIVE EQUIPMENT Workmen at site shall wear protective clothing, head, leg and eye protection safety equipment at all times as per the job requirements. These are to be supplied and provided by the Contractor. Adequate number of IS approved safety helmets shall be available at site. Welders shall wear good quality insulated welding gloves, goggles, face shield, shoes and overalls while at work.

2.10 ACCIDENTS In case of injury or serious illness of a worker, the CONSULTANT or OWNER shall be notified immediately. All accidents shall be recorded by filling in the ‘Accident Report’ form, which shall be kept in easy accessible location in the site office of the Contractor. Any ‘Near Miss’ incident shall also be reported by the Contractor and recorded.

2.11 INSURANCE

All the Contractor’s workmen shall be covered under the Employees State Insurance Scheme, Medi-Claim Policy or any other scheme which may be specified by the Statutory Authorities from time to time.

2.12 REVIEW MEETING The SPM and/or DCPL shall conduct fortnightly Safety Review Meeting to review the safety conditions practiced at work areas by the Contractor.

2.13 WORK AFTER NORMAL WORKING HOURS Extra care shall be taken for jobs to be carried out after normal working hours with due revalidated work permit and supervised by the Contractor’s site in-charge. The site-in-charge shall make available his residential address and telephone number to the SPM and/or DCPL so that he can be contacted in case of an emergency.

Page 22: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

22

Proper lighting shall be ensured at the workplace for any work carried out after the normal working hours.

2.14 CONVEYANCE FOR EMERGENCY The Contractor shall ensure that conveyance and person with driving license is available at site at all times of work execution so that in case of an accident, the victim can be rushed to nearest medical Centre.

2.15 Avoid working under un-insulated live conductors or working on freshly painted steel, which is still wet.

Stairs and railing shall be in place as long as necessary. Ladders shall be periodically checked for any defects. Ladders shall be securely fastened to prevent movement while in use. The Contractor shall advise his workmen to take the following precautions while using ladders:

a) While ascending or descending, face the ladder. Use both hands for holding. b) Do not climb higher than the third rung from top on straight or extension-ladders

and second rung from top on set ladders. c) Step-ladders shall be fully open before use. d) Sliding down a ladder shall be prohibited. e) Make shift ladders such as clear fastened across a single rail and short ladders

spliced together shall never be used. f) Ladders shall be kept free from dirt and grease. g) Defective ladders shall be removed from use. h) Ladders shall not be left un-attended unless these are securely anchored at top

and bottom. i) While using ladders, shoes shall not be greasy, muddy or otherwise slippery. j) Ladder shall not be used during severe windy conditions.

Lumber shall be piled out of the work area. Nails shall be removed or bent while handling lumber to avoid injury to workmen. While tearing down plaster or brickwork, dust shall be controlled with water. Walls shall not be subjected to lateral pressure or impact from materials stored or falling materials.

2.16 EMERGENCY PROCEDURES The Contractor shall familiarize himself with the emergency procedures, which apply to plants and areas in which his men are working.

First Aid Box shall be kept in the Contractor’s site office. The Contractor’s site-in-charge and his key supervisors shall be trained in administering first aid, preliminary treatment for electrical shocks, fall from height and burns etc. When an emergency condition exists or on hearing the ‘Stop Work Alarm’ every supervisor shall ensure:

a) All work is stopped at once. b) All equipment is shutdown. c) All men are evacuated to a pre-determined assembly point. d) A roll call is taken and every man is accounted for. e) No one shall be permitted to return to work until notification has been received from a

responsible authorized agency that it is safe to do so.

2.17 REPONSIBILITY OF THE CONTRACTOR’S SITE IN CHARGE His primary responsibility is safety of personnel and equipment. He shall:

Page 23: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

23

2.17.1 Understand the company’s policy on maintaining safe working environment and appreciate the responsibility allocated to each grade of supervision.

2.17.2 Know the safety requirements and relevant Government Regulations, and ensure their implementation.

2.17.3 Ensure that sound, safe working methods and reasonable welfare facilities are provided for workers.

2.17.4 Determine at the planning stage the following: 2.17.4.1 The most appropriate order and method of working 2.17.4.2 Allocation of responsibilities to supervisors 2.17.4.3 Storage areas and access etc. 2.17.4.4 Hazards which may arise from overhead or underground services 2.17.4.5 Facilities for welfare, first aid and sanitation 2.17.4.6 Work permit procedures and requirements 2.17.4.7 Basic fire precautions 2.17.4.8 Provide written instructions to establish work methods, to explain the sequence

of operations, to outline potential hazards at each stage and to indicate precautions to be adopted.

2.18 TIME SCHEDULE -“D” 2.18.1 The work shall be executed strictly as per the time schedule given below. 2.18.2 The Bidder shall furnish a proposed time schedule by CPM/bar-chart along with his quotation.

The time schedule should indicate the details considering the date of intimation of award of contract as the zero date and should show completion of various activities there from.

2.18.3 The time schedule shall clearly include all important events regarding engineering, procurement, construction, testing and handing over for each area, commensurate with the overall time schedule.

2.18.4 The time schedule shall form a part of the Contract Document. 2.18.5 BI-WEEKLY Progress reporting shall be done by the Contractor for engineering, procurement

and construction activities on mutually agreed formats. Reports on such formats will be sent regularly in soft copies with six (6) copies of print as per frequency / periodicity agreed upon from time to time.

Page 24: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

24

DETAILED TIME SCHEDULE:-

Weeks from issue of Notification of Award of contract or Purchase Order (D)

A. Substation drawings Electrical & Mechanical 1. Key Single line diagram & vendor list D+3 2. Electrical Layout Plan & Elevation, Clearance diagram D+4 3. Design & drawing of Illumination system D+7 B. Manufacturer’s Drawings, Data, Manuals D+6 1. Technical Particulars 2. GA and Part List 3. Schematic drawing with Terminal numbers 4. QAP, Test Schedule 5. Spares list 6. Installation, Commissioning & Operating Manuals D+9 C. Cable Schedule & Interconnection D+8 D. PROJECT COMPLETION & HANDING OVER IN ALL RESPECT D+8 Months

Page 25: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

25

(Section – VII)

TECHNICAL SPECIFICATION

PLANT ILLUMINATION SYSTEM

SPECIFICATION NO. : 11P01-SPC-E-291-53.03 C O N T E N T S CLAUSE NO. D E S C R I P T I O N 1.00.00 INTENT OF SPECIFICATION 2.00.00 SCOPE OF WORK

3.00.00 GENERAL REQUIREMENT

4.00.00 SITE CONDITION

5.00.00 FACILITIES TO BE ARRANGED BY CONTRACTOR

6.00.00 CO-ORDINATION WITH OTHER

CONTRACTORS AND OWNER’S SYSTEM 7.00.00 DRAWINGS, DATA AND MANUALS 8.00.00 MAKES LIST 9.00.00 DESIGN CRITERIA 10.00.00 SPECIFIC REQUIREMENTS – SUPPLY

11.00.00 SPECIFIC REQUIREMENTS - SERVICES

12.00.00 TESTS

Page 26: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

26

ANNEXURE NO. D E S C R I P T I O N ANNEXURE-A AVAILABLE POWER SUPPLY ANNEXURE-B BROAD LIST OF AREAS TO BE ILLUMINATED ANNEXURE-C TYPES & BOM OF LIGHTING FIXTURE ANNEXURE-D ILLUMINATION LEVEL ANNEXURE-E RATINGS AND REQUIREMENTS OF

LIGHTING TRANSFORMER

ANNEXURE-F FITTINGS AND ACCESSORIES OF LIGHTING TRANSFORMER

Page 27: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 27 -

TECHNICAL SPECIFICATION

FOR PLANT ILLUMINATION

SPECIFICATION NO. : 11P01-SPC-E-291-53.03

1.00.00 INTENT OF SPECIFICATION 1.01.00 This specification is intended to cover the design, manufacture, assembly,

testing at manufacturer's works, supply & delivery, properly packed for transport F.O.R. SPM, Hoshangabad of PLANT ILLUMINATION, complete with all materials and accessories for efficient and trouble-free operation.

1.02.00 The scope of work shall also include complete installation, testing,

commissioning and putting into successful commercial operation of the plant Illumination inclusive of the supply of all labour, tools, implements and supplies.

1.03.00 The work is subject to all the terms and conditions detailed in the documents

listed below, which shall form part of this specification as if bound together. a. Tender Notice b. Instruction to Bidders c. General conditions of contract for supply, delivery & installation of

plant and materials. 1.04.00 In the event of any discrepancy with listed documents, the stipulation of this

specification shall govern. 1.05.00 In the event of any discrepancy with listed documents, the most stringent one

shall govern. 1.06.00 Before bid submission, Bidder is advised to visit existing plant to acquaint

himself with the detailed technical requirement, terminal points, facilities available, space & layout etc for consideration in Bid accordingly. Failure to do so by Bidder shall not be a reason for SPM to accept any additional commercial implication of successful Bidder for interfacing with existing system.

2.00.00 SCOPE OF WORK 2.01.00 Scope of Supply 2.01.01 The work involves timely procurement and transportation to site in properly

packed condition of all equipment, materials and miscellaneous items required to complete the project.

2.01.02 The equipment and materials within the scope of supply shall include but not

limited to: a) Lighting fixtures with lamps and accessories. b) Lighting panels such as MLDB, PDB and LP etc.

Page 28: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 28 -

c) Street light poles, flood lighting towers/poles/high masts. d) Ceiling fans, receptacles, switches, switchboards, portable emergency

lights, portable 24V supply module including handset as maintenance equipment etc.

e) Cables, wires, splicing/termination/connection accessories including 4

way/3 way/2 way cable junction boxes with disconnecting devices on each way.

f) Conduit and accessories, junction and pull boxes, terminal blocks. g) Grounding materials and connections. h) All fittings, supports, brackets, anchors, clamps and connections. i) Steel for field fabrication of supports and brackets. j) Telephone connections socket, plugs along with the wiring and all

accessories. k) Civil foundation street lighting poles/panels and flood light towers. l) Fire alarm call points and firefighting equipment’s shall be illuminated by

emergency lighting. m) Metal Cald Sockets for special purpose like for welding machine, drill

machine, for Air conditioner etc. at appropriate locations. n) Lighting Transformer 2.01.03 Carrying out of detail engineering including detail , design calculations, preparation of

lighting layouts showing location of fixtures according to lux level mentioned in Annexure C, cable wires and conduit routing, preparation of cable schedule and other related drawings as detailed in subsequent clauses consider the energy saving and energy efficient illumination system.

2.01.04 Contractor has to submit “As built” drawings within 10 days of physical

completion of work. 2.01.05 Special tools and tackles. 2.01.06 All relevant drawings, data and instruction manuals. 2.02.00 Scope of Service 2.02.01 Furnishing of all labour, skilled and unskilled, supervisory personnel, erection tools

and tackles, testing equipment, implements, supplies, consumables & hardware and transport for timely and efficient execution of the contract work.

2.02.02 The items of work to be performed on all equipment and materials shall include but

not limited to the followings:

a) Receiving, unloading and transportation at site.

Page 29: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 29 -

b) Complete checking of materials at site and reporting to SPM/DCPL if any discrepancy thereof.

c) Arranging to repair and/or reorder all damaged or short supply items.

d) Storing at site with suitable weather protection.

e) Final check-up, testing and commissioning.

f) Trial run for fifteen (15) days, rectification of defects, if any and adjustments as necessary.

2.02.03 Installation of Power & control Cables, at the coordination of SPM/DCPL, through

RCC trenches/ ducts, holes, cable trays and any temporary structure made by the bidder etc. required in connection with the installation work shall be provided and shall be re-built by the Bidder at his own cost and make good for the original architectural finish of the building and masonry work.

3.00.00 GENERAL REQUIREMENT 3.01.00 Codes & Standards 3.01.01 All electrical equipment and materials shall conform to latest applicable

standard publications of International Electro-technical Commission (IEC) or equivalent standards published by the Bureau of Indian Standards (BIS) and other standards mentioned in the various volumes of sections of this specification. In case of a conflict between IEC and other standards, the requirement of IEC shall govern. The provisions of tender specifications (except the clauses of codes and standards of individual specifications) shall however have precedence over all other standards

3.01.02 The electrical installation shall meet the requirements of Indian Electricity

Rules as amended up-to-date, relevant IS code of Practice for respective equipment and National Electrical code of India. In addition, other rules & regulations applicable to the work shall be followed. In case of discrepancies, most restrictive rules shall be binding.

3.01.03 Major standards, which shall be followed, are listed below. Other applicable

Indian standards even if not covered in the listed standard shall be followed. a) IS-1913 b) IS-1977 c) IS-10322 d) IS-8623 e) IS-6064 f) IS-8828 g) IEC-598 h) IS-13703 i) IS-13947 j) IS-1248 k) IS-2705 l) IS-4160 m) IS-2713 n) IS-800 o) IS-2026 p) IS-2099 q) IS-694 r) IS-1554 s) IS-9537 t) IS-14772 u) IS-5133

Page 30: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 30 -

3.02.00 Completeness of Supply & Installation 3.02.01 It is not the intent to specify completely herein all details of the equipment &

installation. Nevertheless, the equipment & installation shall be complete & operative in all aspects and shall conform to highest standard of engineering, design & workmanship.

3.02.02 Any material or accessory which may not have been specifically mentioned

but which is necessary or usual for satisfactory & trouble free operation & maintenance of the equipment shall be furnished without any extra charge.

3.02.03 The Contractor shall supply all brand new equipment & accessories as

specified herein with such modification and alteration as agreed upon in writing & after mutual discussion.

3.03.00 Proposal Data The proposal data sheets annexed (APPENDIX – A) to this specification shall

be filled in without any ambiguity by typing in appropriate place on each page. These pages must be properly signed by authorized representative of the Bidder as verification of the data and submitted along with the bid to form part of the Bidder's formal proposal.

3.04.00 Performance The performance figures quoted in Technical Particular sheets shall be

complied within the tolerance permitted by relevant standards. In case of failure of the equipment, the equipment may be liable for rejection.

3.05.00 Deviation 3.05.01 The Bidder shall not make any deviation from this specification in any way.

No deviation is acceptable. 3.06.00 Drawing Approval 3.06.01 Before starting manufacture of any equipment, the Contractor shall have to

take approval of relevant drawings and data from SPM/DCPL in writing. 3.06.02 Any manufacture done prior to the approval of drawings/data shall be rectified

in accordance with the approved drawings/data by the Contractor at his own cost and the equipment shall be supplied within the stipulated period.

3.07.00 Quality Assurance 3.07.01 Contractor shall follow his standard procedures for quality assurance and

control. However, said standard procedures shall be submitted to the SPM/DCPL for review and approval.

3.07.02 The procedures shall be in such a form as to clearly delineate the

manufacturing sequence and major inspection points and to reference Bidder's test and inspection procedures.

3.07.03 The SPM/DCPL will inform the Contractor for the inspection and tests. As a

minimum, a final inspection of the equipment will be made prior to shipment. 3.07.04 Manufacturing and quality control procedures shall be available for audit to

Page 31: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 31 -

the SPM/DCPL and/or its representative at the place of manufacture. 3.07.05 The SPM/DCPL and/or its representative reserves the right to inspect the

equipment at the point of manufacture and witness factory and other such tests as may be necessary to ensure conformance to the specification.

3.07.06 The SPM/DCPL and/or its representative may inspect the Contractor's

facilities prior to award of contract. 3.07.07 The SPM/DCPL and/or its representative may witness any or all of the tests

described. 3.07.08 The SPM/DCPL and/or its representative may conduct surveillance of the

Contractor's facilities for compliance to his standard procedures of quality assurance and quality control while work on the specified equipment is in progress.

4.00.00 SITE CONDITION

The plant is located in Hoshangabad in the state of MP. The site is approachable from Mumbai by the state highway. The nearest broad gauge rail link is at Hoshangabad, and the nearest airport is at Raja Bhoj Airport, Bhopal. The apparatus shall be suitable for satisfactory operation in the following environment:-

Altitude : 302 m above MSL

Design Ambient Temperature : 500 C max. / 3.30 C min.

Relative humidity : 91% max. Basic wind speed as per IS: 802 2.1 m /sec Seismic zone as per IS: 1893 III Pollution level according to IEC60815 (heavy) Isoceraunic level As per IS: 2309 Equipment & Tower foundation plinth level 300 mm (above formation level) Bay control room / Main control building 500 mm (above formation Plinth level level) Substation road level 200 mm (above formation level) 5.00.00 FACILITIES TO BE ARRANGED BY CONTRACTOR 5.01.01 The Contractor will be given a small piece of land temporally for his site office &

stores for construction activity only till the commissioning of the Plant Illumination System.

5.01.02 Electricity will be provided at one point only. It will be the responsibility of the

contractor to arrange for further distribution. The contractor shall also arrange for storing of materials with weather protection wherever necessary & proper security arrangement till the installation.

Page 32: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 32 -

6.00.00 CO-ORDINATION WITH OTHER CONTRACTORS & SPM SYSTEM The Contractor shall be fully responsible for carrying out all co-ordination work

required with other contractors as well as with SPM System for execution & completion of his work.

7.00.00 DRAWINGS, DATA & MANUALS

7.01.00 Drawings, Data and Manuals shall be submitted in four(4) nos. of copies with the bid and in quantities and procedures as specified in General Conditions on Contract and/or elsewhere in this specification for approval and subsequent distribution after the issue of Notification of Award of contract or Purchase Order.

7.02.00 TO BE SUBMITTED WITH TECHNICAL BID 7.02.01 Typical general arrangement drawings of the equipment indicating space

requirement, etc. 7.02.02 Proposal Technical Particulars, leaflets on equipment and special tools

explaining construction features, principle of operation, special features etc. 7.02.03 Type test certificate of the offered model for the specified type tests. 7.03.00 TO BE SUBMITTED FOR SPM/DCPL APPROVAL AND DISTRIBUTION (A): ‘Approval Category’ (R): ‘Reference Category’ Quantities: Hard Copy: 3 Initial submissions, 6 Final approved copies Soft copy Auto Cad Version: Initial & Final 7.03.01 After award of the contract, contractor will submit drawings in Four (4) nos. of

copies and within indicated days from the date of issue of Notification of Award of contract or Purchase Order. The drawings will be submitted progressively and will generally be as follows –

• Complete Bill of Materials • Design calculations in support of selection of equipment rating and

system design, wiring diagram, As built drawing etc. • Layout of plant illumination with sections, clearance diagram. • Technical particulars and Manuals of each equipment and accessories. • Mounting details of equipment’s and structures.

7.03.02 Technical Particulars (A) & Quality assurance plan. (R) 7.03.02 Dimensional general arrangement drawing showing disposition of various

fittings, mounting details of equipment’s and structures. (A) 7.03.03 Assembly drawing for erection at site with part numbers and schedule of

materials Transport/shipping dimensions with weights. (R) 7.03.04 Control schematic (A) and wiring diagrams (R). 7.03.05 Any other relevant drawing or data necessary for satisfactory installation,

operation and maintenance.

Page 33: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 33 -

7.03.06 Instruction manuals on all Equipments and its accessories (R) The manual shall clearly indicate method of installation, check ups and tests

to be carried out before commissioning of the equipment. 7.04.00 The drawings and documents marked with (A) above are of ‘Approval’

category and are subject to review by SPM/DCPL. Those marked (R) are for ‘reference’ category.

The SPM/DCPL may review the documents marked (R) if thought necessary.

The contractor shall note that the approval of drawings & documents by the SPM/DCPL does not relieve him of his contractual obligation.

7.05.00 The bidder may note that the drawings, data and manuals listed herein are

minimum requirement only. The bidder shall ensure that all other necessary write-up, curves, etc require to fully describe the equipment are to be submitted with the bid.

7.06.00 All drawings shall be prepared by using AutoCAD and documents shall be

generated using Electronic version. The paper copy of the drawings & document shall be submitted for approval & reference. All final drawings and documents shall be submitted in CD in AutoCAD 2000 and MS office format which must be open in old/ latest version of operating system .As applicable for SPM future reference. Also AutoCAD version of Main GA drawings is to be submitted for SPM/DCPL layout finalization.

8.00.00 MAKES

i) LT Power and control Cables – Universal, POLYCAB , FORT GLOSTER, RPG or equivalent

ii) Lighting fixtures – PHILIPS, CROMTON, BAJAJ,WIPRO,SURYA or

equivalent

iii) Lighting wires - POLYCAB,KDK,FINOLEX, ALCON, ANCHORE or equivalent

iv) MCCB.MCB – ABB,L&T,LEGRAND,HAVELLS, SCHNIEDER or equivalent

v) Switches & Sockets - HAVELLS, L&T, SIEMENS, CGL or equivalent

vi) Fans - CGL, BAJAJ, HAVELLS,ORIENT,USHA vii) Lighting Transformer—Volt Amp, UNIVERSAL MAGNETIC ,

NORATEL , AMES IMPLEX or equivalent

viii) Distribution Board--LENGARD SIEMENS, HAVELLS , ANCHOR,CRAVTREE or equivalent

ix) Telephone socket and accessories : L&T, SIEMENS, MK and cables are FINOLEX, DELTON, HAVELLS, KEI or equivalent

Page 34: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 34 -

9.00.00 DESIGN CRITERIA 9.01.00 Design Basis 9.01.01 The system provides lighting and electric power supply for lighting to main

plant area, WTP, ETP, Boiler House etc. as indicated in Annexure-B & 33KV switchyard extended upto fencing under the scope of this package. In addition, it also provides lighting to selected areas during plant emergency conditions.

9.01.02 The system will be installed in an adverse industrial environment. Equipment

in some areas will be subject to vibration, dust, oil/water vapours as prevalent in a paper plant.

9.01.03 The design shall be such as to provide minimum lighting levels as specified

for different areas. 9.01.04 The systems shall be suitable for operation on available power supply having

characteristics as given in the annexure. 9.01.05 All fittings of control room / office shall be energy efficient type. 9.02.00 System Concept The lighting system shall comprise following sub-systems:- 9.02.01 Normal A.C. Lighting This will be provided by A.C. lighting fixtures distributed throughout the main

plant area and 33KV switchyard extended upto fencing. These lights will be ON as long as the Plant A.C. supply is available.

A.C. lighting fixtures will be fed from respective area lighting panels, which in turn will be connected to main lighting distribution board. The main lighting distribution boards will be fed through respective 1:1 ratio lighting transformer, which forms a part of the MLDB. Normal A.C. supply thus made available by the MLDB is 415V-3ph-4W-50HZ effectively grounded. Both the MLDB and the lighting panels shall be provided with at least 20% spare outlets.

9.02.02 Emergency A.C. Lighting

a) On failure of normal A.C. Supply, emergency A.C. lighting will be provided in selected areas of the paper plant through 100KVA DG Set, control room, boiler galleries etc for general visibility, safe movements and operation of important auxiliaries.

b) The emergency MLDBs (EMLDB) are similar to the MLDB except that lighting

transformers in this case are fed from station A.C. Emergency bus having D.G. System backup. Thus power for A.C. emergency lighting is 415V-3ph-4W, 50HZ, effectively grounded.

Page 35: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 35 -

9.02.03 Emergency D.C. Lighting

a) This will be provided by D.C. lighting fixtures located strategically in critical operating areas and emergency exits. Emergency DC lighting will be catered by DC emergency lighting distribution (DCELDB) boards. These DCELDBs will feed the DC emergency lighting fixtures directly and through a numbers of DC emergency lighting panels (DCELP) located suitably in respective areas.

b) The DC Emergency Lighting Distribution Boards will be fed from two

power sources, namely – i) Main Lighting Distribution Board (MLDB). ii) 110V DC distribution boards (DCDB) The source of the DC supply is 110 V. c) These lights will be ON all the time - normally from station A.C. Supply,

but on its failure from 100 KVA DG Set through automatic switching. And some emergency light will be ON immediately through DC Supply.

9.02.04 Street/Area Lighting Time switch and photocell will be used for controlling area lights with

provision for manual override and also have the provision of latest Energy Saving Systems.

9.03.00 Ratings & Requirements 9.03.01 All equipment and accessories shall be designed for continuous operation

under site conditions without exceeding permissible temperature rise as stipulated in relevant standards.

9.03.02 Switch, fuses, MCCB, miniature circuit breakers (MCB), busbar shall be fully

rated for short circuit level at the point of application. MCB shall have back-up HRC fuse if its rating is less than the available short circuit current.

9.03.03 All equipment and accessories shall have proper enclosure to suit the site

conditions. Hazardous areas shall have flame-proof enclosure. 9.03.04 All wiring from lighting panels to fixtures and receptacles shall be carried out

by PVC wires in G.I. Conduits. 9.03.05 Heavy duty XLPE FRLS cables as pre cable specification will be used for

connections:

a) From main lighting board to area lighting panels b) From street/area lighting panel to street light poles.

Page 36: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 36 -

From 415V MCCs to receptacles of 63A and above. 9.03.06 The lighting system will be supplied from 415 V ± 10%, indoor, dry type

lighting transformers. However it shall be so chosen to limit the fault level within 9kA.

9.03.07 Flood Lighting Towers / Lighting Masts with adequate HPMH Flood Light will

be provided for necessary outdoor areas.. 9.03.08 Lighting of all main streets, approach roads to various buildings shall be

included. 9.03.09 Each lighting panel shall be provided with adequate number of outgoing

Moulded Case circuit breaker for controlling fixtures. 5A, 3Pin sockets shall be fed from the lighting panel through separate circuits.

9.03.10 All A.C. Normal and Emergency A.C. lighting shall be provided with Energy

Saving System. 9.04.00 Method of Calculation 9.04.01 Standard Lumen method shall be adopted for interior & exterior lighting in

order to obtaining the desired average level of illumination. 9.04.02 The coefficient of utilization shall be considered to take care of Lumen loss

due to : a) Effect of room dimensions. b) Absorption of light in luminaires.

c) Absorption of light at various room surfaces i.e ceiling wall etc. d) Floor cavity, ceiling cavity.

e) Mounting height. 9.04.03 Moreover a maintenance factor shall also be considered to account for the fall

of illumination due to aging, pollution like dust deposit etc. Maintenance factors to be considered for various areas shall be as follows:

Area Maintenance factor Control Room 0.75 Switchgear/MCC Room 0.65 General indoor area 0.60

Dusty Area 0.55

Utilization factor

i) Dusty area. = 50 % ceiling, 30% wall, 10 % floor. ii) Clear area. = 70 % ceiling, 50 % wall, 10 % floor.

Page 37: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 37 -

iii) Working plan = At Building floor level.

9.04.04 Lux level to be considered for various areas are given in Annexure-D. 9.04.05 Voltage drop at the fixture from the MLDB bus shall not exceed 3%. 9.04.06 Circuit loading of each lighting Panel shall be done in such a way that almost

balanced loading in all the phases i.e. R, Y & B is achieved. 9.04.07 At least two sub circuits shall be used for illumination of a particular area. 9.04.08 Sub circuit loading of each lighting panel shall be restricted to 2000 Watts. 10.00.00 SPECIFIC REQUIREMENTS – SUPPLY 10.01.00 Equipment and Material 10.01.01 Equipment and material shall comply with description, rating, type and size as

detailed in this specification, drawings and Annexures C.

10.01.02 Equipment and materials furnished shall be complete and operative in all details.

10.01.03 All accessories, control devices, internal wiring, fittings, supports, hangers,

anchor bolts etc. which form part of the equipment or which are necessary for safe and satisfactory installation and operation of the equipment shall be furnished.

10.01.04 All parts shall be made accurately to standard gauges so as to facilitate

replacement and repair. All corresponding parts of similar equipment shall be interchangeable.

10.02.00 Lighting Transformers & Lighting Fixtures 10.02.01 Lighting transformers shall be dry type, indoor type dusty vermin proof having

415 V/415 V ± 2 x 2.5% with off load tap-changer on primary side. The vector-group shall be Dyn11. (The secondary side shall be solidly grounded through an additional neutral bushing exclusively used for grounding.)The casing of the transformer shall be grounded at least at two (2) points.

10.02.02 If necessary, apart from the main lighting transformers, separate small

additional lighting transformers may be used at distance lighting points. 10.02.03 Lighting fixtures shall be designed for minimum glare. The surface finish shall

be smooth, unobtrusive and scratch resistant. 10.02.04 Reflector shall be of sheet steel or aluminium, minimum 20 SWG thick,

securely fixed by fastening device of captive type. 10.02.05 Fixture shall be suitable for 20 mm conduit entry and copper earth wire

connection. 10.02.06 High bay fixtures shall have provision for vibration damper to ensure rated

lamp life. Cost of each damper shall be separately indicated.

Page 38: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 38 -

10.02.07 Fixture shall be furnished complete with lamps and integrally/non integrally or separately mounted control gear & accessories as applicable for different types of fixtures. These shall include holders, ballast, capacitor, starter, ignitors etc.

10.02.08 Fixtures shall be fully wired up to respective terminal blocks, suitable for loop

in and loop out connection of PVC wires of following sizes: a) Lighting fixture : 2.5 mm2 Copper b) Flood Light fixture : 2 X 2.5 mm2 Copper 10.03.00 Lamps 10.03.01 General lighting service (GLS) lamps shall be with clear glass and screwed

caps. 10.03.02 All fluorescent lamp shall be bi-pin rotary type and either cool daylight or

white as per annexure -C. Lamp holder shall be spring loaded, low contact resistance type and shall have resistance to wear.

10.03.03 Metal Halide lamps shall be color corrected type with screwed cap. 10.03.04 Lamps shall be suitable for use in position and capable of withstanding small

vibrations. Restrictions and special features, if any, shall be clearly indicated in the bid.

10.03.05 CFL and T5 fluorescent tube with electronic ballast or tri-phosphorous tube. 10.03.06 Metal Halide type lighting fixtures/lamps suitable for street light and other non-

critical area. 10.04.00 Ballast Ballast 10.04.01 Ballasts shall be heavy duty, low loss, polyester-filled type with copper

winding. 10.04.02 Ballast for HPMH (High Pressure Metal Halide) lamp shall be provided with

suitable tapping to set the voltage within range specified.

10.04.03 Ballasts shall be free from hum. Ballasts, which produce humming sound, shall be replaced, free of cost, by the Contractor.

10.04.04 In multi-lamp fixture, each lamp shall be provided with individual ballast.

10.04.05 Ballast windings shall have maximum operating temperature of 120oC without rated temperature rise marking.

10.04.06 Electronic Ballast shall be suitable for 110 V DC and also 240 V AC. 10.04.07 Electronic Ballast shall be compact, lightweight, high frequency electronic

standard ballast for fluorescent lamps. 10.04.08 It shall be Flicker-free warm start, ideal for areas with high switching

frequency.

Page 39: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 39 -

10.04.09 Electronic Ballast shall be of such design that minimum 25% reduction in energy consumption at constant luminous flux compared with conventional gear.

10.04.10 Electronic Ballast shall not be caused to high harmonic distortion. 10.04.11 Electronic Ballast shall provide constant light independent of mains voltage

fluctuation. 10.05.00 Lighting Panel/Distribution Boards 10.05.01 Lighting Distribution Boards/panels shall be metal-enclosed, cabinet type,

fabricated from CRCA sheet steel minimum 2 mm thick, suitable for either wall/column mounting on brackets or floor mounting on channel sills.

10.05.02 Indoor Lighting Distribution Boards & Lighting Panels shall be dust and

vermin-proof, IP-52 or better; outdoor panels shall be weather-proof with canopy, IPW-55 or better. The cubicle-housing transformer shall be minimum IP-42.

10.05.03 Lighting Distribution Boards and Lighting Panels shall be so constructed as to permit free access to the terminal connections and easy replacement of parts. Front access doors shall have padlocking arrangements.

10.05.04 Lighting Distribution Boards shall have provision of cable entry from bottom and, panels shall have provision of cable entry from top and bottom, as required, with removable gland plates. Necessary double compression type brass cable glands, tinned copper/Aluminium cable lugs are to be furnished.

10.05.05 Two ground pads with M10 G.I. bolts and nuts shall be provided on each

Lighting Distribution Board and Lighting Panel for connection to ground conductor.

10.05.06 Each Lighting Distribution Board shall be complete with designation and caution notice plates fixed on front cover and a directory plate fixed on inside of the front cover. This directory plate shall contain details of the Lighting Panels being fed from the Distribution Board including their designation, location, loading etc.

Each Lighting Panel shall be complete with designation and caution notice

plates fixed on front cover and a circuit directory plate fixed on inside of the front cover. Circuit directory plate shall contain details of the points to be controlled by each circuit including the location of the point controlled, rating of the protective units and loading of each circuit.

The plates shall be of anodized aluminium with inscriptions indelibly etched on it.

10.05.07 Bus bar shall be electrolytic grade hard drawn copper, colour coded for easy

identification and designed for a maximum temperature of 85ºC.Minimum size shall be 25 x 6 mm.

10.05.08 Incoming and outgoing circuits shall be terminated in suitable terminal blocks.

10.06.00 Board/Panel Equipment

10.06.01 Each Distribution Board shall consist of one dry type transformer housed in

the cubicle voltmeter with selector switch, C.T. operated ammeter and incoming triple pole MCCB. Outgoing feeder from the Lighting Distribution Board shall have MCCB. Proper discrimination between outgoing MCCB of Lighting Distribution Board and downstream MCCB of Lighting Panel should

Page 40: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 40 -

be ensured 10.06.02 Each panel shall have an incoming triple pole MCCB with neutral link and a

number of outgoing miniature circuit breakers (MCB) as per Annexure C.

10.06.03 Board/Panel access door shall be interlocked with incoming MCCB such that the door can be opened only when the MCCB is in OFF position. Means shall be provided to defeat this interlock.

10.06.04 All MCCB shall be single throw, air break, heavy duty type having quick-make

quick-break contacts. Fuses shall be HRC link type. Contactors shall be air break electromagnetic type. Push buttons shall be push to actuate type.

10.06.05 MCB shall be suitable for manual closing and opening and also automatic trip

on overload and short circuit.

10.06.06 Time switch in street lighting panels shall be clock switch type with ON-OFF time setting facility (Including bypass switch), which shall ensure respective ON-OFF operation in every 24 Hours cycle. Voltmeter/Ammeter shall be of accuracy class 2.0 or better as per IS: 1248. Voltmeter/Ammeter selector switch shall be of reputed make.

10.07.00 Receptacles 10.07.01 Receptacles shall be heavy duty, complete with individual plug and switch as

detailed in the annexure C. 10.07.02 The conduit box of the receptacle shall be provided with earthing screws with

washer and nuts welded on the surface for grounding with 16 SWG. copper wire. Arrangement shall be provided inside the conduit box for grounding of third pin.

10.07.03 Shrouded type plug shall be provided with corresponding matching

arrangement at sockets to prevent accidental contact with finger during plug insertion.

10.08.00 Fans & Regulators 10.08.01 The fans shall have three well balanced blades, and shall be reasonably free

from noise. 10.08.02 Fan motor shall be totally enclosed type with copper winding and class E

insulation. 10.08.03 Electronic regulator with smooth control is preferred. 10.09.00 Switch & Switch Board 10.09.01 All switch boards/boxes shall be of bent steel construction, fabricated of 14

SWG M.S. sheet with 6 mm thick Bakelite cover with brass fixing screws. 10.09.02 Switch boards/boxes located in control room and office areas shall be flush

mounted type on brick wall with only the switch knob projecting outside. 10.09.03 Switch boards/boxes shall have conduit knock outs on the sides. Adequate

provision shall be made for ventilation of these boxes.

Page 41: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 41 -

10.09.04 Flush type receptacles where provided shall be so located that only the plug projects outside.

10.09.05 Switches shall have quick-make and quick-break mechanism operated by a

suitable external handle complete with position indicator. 10.10.00 Lighting Poles & Flood Light Tower 10.10.01 Street Light Poles a) Street light poles shall be swaged and welded steel pole, complete

with fixing brackets, weather-proof junction box and all other accessories.

b) The pole shall be coated with bituminous preservative paint on inside

as well as embedded outside surface. Exposed surface shall be coated with two coats of metal primer (comprising of red oxide and zinc chromate in synthetic medium).

10.10.02 Flood Light Tower

a) Flood light tower shall be a lattice structure with maintenance platform and approach ladder. All structural members and hardware shall be hot-dip galvanized.

b) Structures shall be designed for an additional load of 1500kg for

maintenance crew. Deflection under maximum wind pressure shall not exceed 1 in 360. Structural design shall be as per IS-800 and subject to Owner's approval.

10.11.00 Maintenance Equipment 10.11.01 The Contractor shall supply one (1) no. of wheel mounted adjustable

aluminium ladder (adjustable from 5m. to 10m) for the maintenance of street lights.

10.11.02 For the maintenance of lighting fixtures within the different buildings, the

contractor shall also supply two (2) nos. free standing adjustable aluminium ladder, adjustable from 5m. to 10m.

10.12.00 Special Requirement 10.12.01 All outdoor illumination fixtures, unless it is fed from time switch controlled

lighting panel, has to be provided with outdoor type local switches. 10.12.02 In all the air filtration units and air handling units, one marine type lamp (of

100 Watt approx.) shall be supplied and the wiring & fixing of the same has to be done by the contractor.

10.13.00 Lighting Cables & Wires 10.13.01 Lighting Cable shall be heavy duty, 1100 Volt grade, multicore stranded

Copper conductor, XLPE insulated, extruded PVC inner sheath, single round Copper wire armoured and overall PVC sheathed with FRLSH conforming to IS 1554.

Page 42: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 42 -

10.13.02 Lighting wires shall be 1100 Volt grade, PVC insulated, stranded conductor, single core Copper cable conforming to IS 694, colour coded as below :

RED for R-Phase BLACK for Neutral YELLOW for Y-Phase WHITE for +'Ve D.C. BLUE for B-Phase GREY for -'Ve D.C. 10.13.03 Wire size shall be as follows: For point wiring beyond lighting panel : 6 Sq.mm. Copper i.e. from lighting Panel to junction Stranded conductor (may vary with the current carry capacity) box (main run) From Junction box to lighting fixture : 2.5 Sq.mm. Copper. Stranded conductor. 10.14.00 Conduits and Accessories 10.14.01 Conduits shall be rigid steel, hot-dip galvanised, furnished in standard length

of 3 metres, threaded at both ends. 10.14.02 Thickness of conduits up to and including 25 mm dia shall be of 16 SWG and

conduits above 25 mm shall be of 14 SWG. Minimum size of conduits shall be 20 mm.

10.14.03 Each piece of conduit shall be straight, free from blister and other defects and

covered with capped bushings at both ends. 10.14.04 Flexible conduits shall be made with bright, cold rolled annealed and

electro-galvanised mild steel strips and coated with PVC. 10.15.00 Junction Box 10.15.01 Junction boxes shall be of 16 SWG sheet steel hot-dip galvanised, dust and

damp proof, generally conforming to IP-55. 1015.02 Junction boxes shall be complete with gasketed inspection cover, conduit

knock out/threaded hub and terminal blocks. 10.15.03 Junction boxes for outdoor use shall be weatherproof IPW-55 and those for

hazardous location shall be flame-proof type. 10.15.04 Junction boxes shall have following indelible markings : Circuit nos. on top Circuit nos. with ferrules (inside) as per drawing DANGER sign in case of 415V circuit 10.16.00 Terminals 10.16.01 Multi way terminal blocks of approved type, complete with screws, nuts,

washers and marking strips shall be furnished for connection of

Page 43: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 43 -

incoming/outgoing wires. 10.16.02 Each terminal shall be suitable for connection up to 2 nos. 10 Sq.mm

stranded aluminium conductors without any damage to the conductor or looseness of connectors.

10.17.00 Portable Emergency Lighting Unit

The portable emergency lighting unit shall be complete with 6volt storage battery (rechargeable), inverter, automatic charger, twin 6 watts fluorescents tube lamp and test switch. Contractor shall furnish make, type and catalogue.

10.19.00 Nameplate

Nameplates shall be furnished for identification of devices and circuits. All switches, controls and indications shall be permanently and legibly marked in English as to clearly indicate their functions.

All lighting fixtures, receptacles, fans, junction boxes etc. shall be properly marked up indelibly with corresponding circuit numbers.

10.20.00 Energy Saving System 10.20.01 Panels

The energy saving system panel shall consists of loss less reactance coils with voltage tapping, contactor to select the tap, Micro-processor based TIMER along with real time clock for activating the contactor at a pre-set time. The unit shall be programmable so that at a pre-set time contactor on the lower voltage tap can be selected and reduced voltage can be applied across the circuit. It shall also be possible to modify the setting at site, if required. The capacity of panels shall be 25/30 kVA or more as required. This system shall be incorporated in normal AC panels and Emergency AC panels.

11.00.00 SPECIFIC REQUIREMENTS-SERVICES 11.01.00 Consumables and Hardware. 11.01.01 The Contractor shall furnish all erection materials, hardware and

consumables required for the complete installation. 11.01.02 The materials shall include but shall not be limited to the following: a) Consumables : Welding rods & gas, oil and grease, cleaning

fluids, paints, electrical tape, soldering materials etc.

b) Hardware : Bolts, nuts, washers, screws, brackets, supports, clamps, hangers, saddles, cleats, sills, shims etc.

c) Materials : Junction boxes, terminal blocks, connectors, ferrules,

lugs, brass glands, rigid/flexible conduits, cables, ground wires etc.

11.01.03 Supply of cement, sand, stone etc. required for the execution of the contract

shall be the responsibility of the Contractor.

Page 44: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 44 -

11.02.00 Testing Equipment 11.02.01 The Contractor will provide such checking and testing equipment as test

lamp, buzzer, 1000-volt meggar, earth meggar, lux-meter etc. and also other testing equipment as required.

11.03.00 Installation - General 11.03.01 Installation work shall be carried out in accordance with good engineering

practices and also manufacturer's instructions/ recommendations where the same are available.

11.03.02 Equipment shall be installed in a neat workmanlike manner so that it is level,

plumb, square and properly aligned and oriented. 11.04.00 Lighting Fixtures 11.04.01 Continuous rows of fluorescent tubes shall be mounted on a continuous M.S.

angle for each row of lights. 11.04.02 In paper mill area, fixtures shall be mounted to maintain sufficient clearance

from the overhead travelling crane trolley. 11.04.03 In boiler galleries, mounting height of fixtures shall be about 2500 mm from

platforms except shown otherwise.

Bracket for fixture mounting shall be fabricated at site from 40 mm conduits with a reducing socket to suit the fixtures and clamped on to the handrails. The fixing shall be strong enough to withstand vibration and high wind velocity.

If a roof over platform is available, the fixture can be pendant mounted. 11.04.04 Floodlights shall be mounted on steel base facing the tentative direction

shown on drawings. Fixing holes shall be provided with slot to turn the fixture about 5 Deg on both sides. Bolts shall be finally tightened with spring washer. The Contractor shall supply and install the steel base for fixing the flood light on the flood light towers.

Terminal connection to the floodlight shall be made through PVC coated flexible metallic conduits.

11.04.05 Fixtures shall be mounted on sub-station structures with suitable clamps. No

cutting or drilling of sub-station structures is permitted. 11.04.06 The fixtures after erection shall be marked up indelibly with corresponding

circuit number for easy identification of lamp circuit. 11.05.00 Receptacles Receptacles shall be installed at locations shown in approved drawings. 11.06.00 MLDB, EMLDB DCELDB and Lighting Panel 11.06.01 MLDB, EMLDB DCELDB and Lighting panels shall be erected at the locations

Page 45: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 45 -

indicated in approved drawings. 11.07.00 Street Lighting Poles

Erection of Street Lighting poles together with all its accessories including civil foundation work, installing lighting fixture, wiring and cabling work are included within scope of contractor.

11.08.00 Conduit System 11.08.01 In case of unarmored cable, all conduits shall originate from the respective

lighting panel and terminate in lighting fixtures, receptacles etc. 11.08.02 Exposed conduits shall be run in straight lines parallel to building columns,

beams and walls as far as practicable. Unnecessary bends and crossings shall be avoided to present a neat appearance.

11.08.03 Conduit supports shall be provided at an interval of 750 mm for horizontal

runs and 1000 mm for vertical runs. 11.08.04 Conduits shall be clamped on to approved type spacer plates or brackets by

saddles or U-bolts. The spacer plates or brackets in turn, shall be fixed to the building steel by welding and to concrete or brick work by grouting as shown on drawings. Wooden plug inserted in the masonry or concrete for conduit support is not acceptable.

11.08.05 Embedded conduits shall be securely fixed in position to preclude any

movement. In fixing embedded conduit, if welding or brazing is used, extreme care should be taken to avoid any injury to the inner surface of the conduit.

11.08.06 Spacing of embedded conduits shall be such as to permit flow of concrete

between them and in no case shall be less than 40 mm. 11.08.07 Where conduits are run on cable trays they shall be clamped to supporting

steel at an interval of 600 mm. 11.08.08 For directly embedding in soil, the conduits shall be coated with an asphalt -

base compound. Concrete pier or anchor shall be provided where necessary to support the conduit rigidly and to hold it in place.

11.08.09 Conduits shall be installed in such a way as to ensure against trouble from

trapped condensation. 11.08.10 Running threads shall be avoided as far as practicable. Where it is

unavoidable, check nuts shall be used. 11.08.11 Conduits shall be kept, wherever possible, at least 300 mm away from hot

pipes, heating device etc. when it is evident that such proximity may impair the service life of cables.

11.08.12 Slip joints shall be provided when conduits cross structural expansion joints or

where long run of exposed conduits are installed, so that temperature change will cause no distortion due to expansion or contraction of conduit run.

11.08.13 For long run, junction/pull boxes shall be provided at suitable intervals to

Page 46: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 46 -

facilitate wiring. 11.08.14 Conduits shall be securely fastened to junction box or cabinets, each with a

locknut and insulated bushing inside the box and locknut outside. 11.08.15 Conduit lengths shall be joined by screwed couplers. Couplers shall be clearly

cut. 11.08.16 Conduit joints and connections shall be made thoroughly water-tight and

rust-proof by application of a thread compound which will not insulate the joints.

White lead is suitable for application on embedded conduit and red lead for exposed conduit.

11.08.17 The Battery Room installation shall be made with acid fume proof conduits. 11.08.18 Field bends shall have a minimum radius of four (4) times the conduit

diameter. All bends shall be free of kinks, indentations or flattened surfaces. Heat shall not be applied in making any conduit bend.

11.08.19 The entire metallic conduit system, whether embedded or exposed, shall be

electrically continuous and thoroughly grounded. 11.08.20 Lighting fixture shall not be suspended directly from junction box in the main

conduit run. 11.08.21 Conduits and fittings shall be properly protected during construction period

against mechanical injury. Conduits ends shall be plugged or capped to prevent entry of foreign material.

11.08.22 After installation the conduits shall be thoroughly cleaned by compressed air

before pulling in the wire. 11.08.23 In control rooms and office areas provided with false ceiling conduct run shall

be concealed type, embedded in the walls. 11.09.00 Wiring 11.09.01 Wiring shall be generally carried out by PVC wires in conduits. All wires in a

conduit shall be drawn simultaneously. No subsequent drawing is permissible.

11.09.02 Wire shall not be pulled through more than two equivalent 90º bends in a

single conduit run. 11.09.03 Wiring shall be spliced only at junction boxes with approved type connections

or terminal strips. Maximum two wires can be connected to each way of the terminal block. Splicing of only one phase shall be done in a junction box.

11.09.04 For lighting fixtures, connection shall be teed off through suitable round

conduit or junction box, so that the connection can be attended without taking down the fixture.

11.09.05 For vertical run of wires in conduit, wires shall be suitably supported by

means of wooden/hard rubber plugs at each pull/ junction box.

Page 47: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 47 -

11.09.06 A.C. and D.C. circuits shall not be run in the same conduit and junction boxes. Circuits fed from different transformers shall be run through different conduits and Junction boxes.

11.09.07 Receptacle circuits shall be kept separate and distinct from lighting and fan

circuits. 11.09.08 Separate neutral wire shall be provided for each circuit. Wiring throughout

the installation shall be such that there is no break in the neutral wire in form of switch or fuse.

11.10.00 Cabling 11.10.01 In outdoor areas, main runs from lighting panels shall be by means of XLPE

cables, directly buried in ground or laid in trenches for the underground portion and through conduit for the over ground portion.

11.10.02 Buried cables shall be laid and covered with sand/ riddled earth, and

protected from damage by bricks at sides and pre cast concrete stab at top. Buried cables shall have cable markers at 50M interval and projecting 150 mm above ground. At cable bends and joints markers shall be provided.

11.10.03 When burried cables cross road/railway track, additional protection to be

provided in form of hume / G.I. pipe. 11.11.00 Grounding 11.11.01 All lighting panels, junction boxes, receptacles, fixtures, conduit etc. shall be

grounded in compliance with the provision of I.E. Rules. 11.11.02 Ground connections shall be made from nearest available station ground grid.

All connections to ground grid shall be done by arc welding. 11.11.03 Panels/Boards shall be directly connected to ground grid by two Copper. flats.

(for panels)/two Copper flats (for distribution boards). 11.11.04 All junction boxes, receptacles, lighting fixtures etc. shall be grounded with

SWG Copper wire. 11.11.05 Each street lighting Pole shall be grounded at two points by two nos. Copper

flat risers from two (2) nos. earthing spike 40 mm dia & 3 m long directly driven into ground at a depth of 1m from ground level. The junction box at each lighting pole is grounded at two (2) points from two (2) nos. earthing terminals by ‘8 SWG’ Copper wire. One SWG Copper wire shall be taken up to the junction box from lighting fixtures and connected to grounding point.

11.12.00 Foundation & Civil Works 11.12.01 Equipment foundations, panel foundations and all other civil work will be

provided by the Contractor. 11.13.00 Excavation and Back Filling 11.13.01 The Contractor shall perform all excavation and backfilling as required for

buried cable and ground connections. 11.13.02 Excavation shall be performed up to the required depth. Such sheeting and

Page 48: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 48 -

shorting shall be done as may be necessary for protection of the work. 11.13.03 The Contractor shall make use of his own arrangements for pumping out any

water that may be accumulated in the excavation. 11.13.04 All excavation shall be backfilled to the original level with good consolidation. 11.14.00 Steel Fabrication 11.14.01 All supports, hangers & brackets shall be fabricated by the Contractor.

Necessary steel shall be supplied by the Contractor. 11.14.02 Steel for fabrication shall be straightened and cleaned of rust and grease. All

fabrication shall be free of sharp edge. 11.14.03 Every effort shall be made to minimize the wastage of steel as far as

practicable during fabrication. The wastage in no case shall exceed 3% of the total quantity of steel fabricated.

11.15.00 Painting 11.15.01 Street light poles shall be given two coats of aluminium paints after

installation. 11.15.02 All steel fabrication shall be given two coats of redoxide primer followed by

two coats of battleship Siemens gray RAL-7032. 11.15.03 All equipment shall be given touch-up paint as required after installation. 11.16.00 Inspection & Testing 11.16.01 On completion of erection works, the Contractor shall request the SPM for

inspection and tests with minimum fifteen (15) days advance notice. 11.16.02 The Contractor shall arrange for joint inspection of the installation for

completeness and correctness of the work. Any defect pointed out during such inspection shall be promptly rectified by the Contractor.

11.16.03 The installation shall be then tested and commissioned in presence of the

SPM and put on trial run for stipulated contract period. 11.16.04 All rectification, repair or adjustment work found necessary during inspection,

testing, commissioning and trial run shall be carried out by the Contractor without any extra cost.

12.00.00 TESTS 12.01.00 Shop Tests 12.01.01 All equipment shall be completely assembled, wired, adjusted and routine

tested as per relevant Indian Standards at manufacturer's works. 12.01.02 Tests on lighting Distribution Boards/Panels shall include : a) Wiring continuity tests. b) High voltage and insulation tests. c) Operational tests.

Page 49: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 49 -

12.02.00 Site Tests 12.02.01 Contractor shall thoroughly test and meggar all cables, wires and equipment

to prove that the same are free from ground and short circuit. 12.02.02 If any ground or short circuit is found, the fault shall be rectified or the cable

and/or equipment replaced. 12.02.03 All equipment shall be demonstrated to operate in accordance with the

requirements of this specification. 12.02.04 Illumination in different areas are as per designed lux level should be

established to the satisfaction of the SPM. 12.03.00 Test Certificates a) Certified copies of all tests carried out at works and at site shall be

furnished in requisite no. of copies for approval of the SPM/DCPL. b) The equipment shall be dispatched from works only after receipt of

SPM/DCPL written approval of shop test reports. c) Type test certificate on any equipment, if so desired by the SPM / DCPL, shall be furnished. Otherwise the equipment shall have to be type tested, free of charge, to prove the design.

Page 50: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

- 50 -

ANNEXURE-A

AVAILABLE POWER SUPPLY 1.0 System Voltage

Lighting equipment and accessories shall be designed for satisfactory operation from the following power supply sources:

1.1 A.C. Supply : 415 Volt, 3 phase, 50 Hz, 4 wire effectively

grounded system.

Fault Level 50 KA r.m.s. symmetrical. 1.2 D.C. Supply : 110 V, 2 wire, ungrounded system. Fault Level 25 * KA 2.0 Permissible Variation

Equipment and accessories shall be suitable for operation over the entire range of voltage/frequency variations as listed below:

2.1 A.C. Supply : Voltage +_ 5% Frequency +_ 3% Combined Voltage + Frequency 8 % (absolute

sum) D.C. Supply : Voltage 100 to 120 Volt. * Indicative only; actual value will be decided by the Bidder after substantiating the

same by calculation.

Page 51: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

51

ANNEXURE-B

BROAD LIST OF AREAS TO BE ILLUMINATED Purpose of this list is to give general guidance on major areas to be illuminated. The list is however not exhaustive. Scope of illumination shall cover Plant area, transformer area and adjacent area/street. Illumination engineering shall be done by the Contractor based on the detail layout developed for rooms/areas during detail engineering and considering the guidance provided in Lighting Notes & Details.

1. Paper Machine Hall.

2. Finishing Plant Area. 3. Wire Workshop. 4. PM#5 Electric Sub-station. 5. Control rooms and offices in paper machine block. 6. D.G. Building.

7. Water treatment and ETP plant building.

8. Auxiliary boiler plant.

9. Existing 33KV plant switchyard. 10. 11 KV existing switchgear building including control room. 11. Electric Sub-stations for WT & ETP plant. 12. Storage Rooms. 13. Compressor Room. 14. Sanitary facilities & Social Room. 15. e-workshop. 16. Stock/Chemical Preparation Room. 17. Laboratory. 18. Misc .Service Buildings. 19. All Streets and area inside plant.

Page 52: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

52

ANNEXURE-C

TYPES & BOM OF LIGHTING FIXTURES & LAMPS Each lighting fixture shall be furnished complete with associated lamp, holder and control gear fully wired up. Control should include copper ballast, copper choke, capacitor starter, electronic-igniter (separate type), fuse connector block etc.

For well glass fittings for HPMH lamps higher wattage (250/400 W) floodlight luminaire, the control gear will be separate/non-integral type whereas for high bay, streetlight and mini flood light fixture, the control gear shall be integral type.

Sr. No.

Type Wattage/mains Voltage

Description Qty.(Nos.)

1.1 A(1) 1x100 W GSI 240 V AC 220 V DC

Industrial bulkhead luminaire, suitable with 1x GLS 100 W incandescent lamp. The luminaire should comprise of single piece pressure die cast aluminium housing and cover retaining frame made of LM6. The housing should be stove enameled white inside. The luminaire should have heat resistant toughened frosted gals cover along with a gasket made of EPR to ensure insect free satisfactory performance without ingress of water. A powder coated m.s. wire guard and all other accessories suitable for ceiling/wall mounting.

25

1.2 A(0) 1x100 W GSI 240 V AC 220 V DC

Pressure die-cast aluminium housing construction with painted black from outside and white from inside, with porcelain lamp holder (E27) along with an earthing terminal heat resistant toughened clear glass cover with gasket made of EPR, pressure die cast Al ring hinge to the housing,(LM6) ring hinge to the housing, powder coated ms wire guard mounting provision suitable for suspension by means of dia.20mm threaded GI pipe. The fixture should conform to degree of protection IP-65(min). .

15

1.3

DB

2x28 W (228) Fluorescent (T 5 lamp) 240 V AC

Robust construction with CRCA sheet steel powder coated base plate and cover, weld free

construction, Polycarbonate end caps which support the holder assembly, ballast incorporated

has to be High frequency with P.F greater than .98 , THD <10% and ballast must conform to EN 55015,

EN 61000-3-2, EN 61547, EN 61347-2-3, EN 60929 for RFI, Harmonics, Immunity, safety and performance standards respectively and reflector should be made of CRCA with powder coating, efficiency should be 84% and suitable for both

single and twin lamp option.

145

1.4 DB 2x28 W (228) Advanced recessed luminaires with optics suitable 184

Page 53: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

53

Fluorescent (T 5 lamp) 240 V AC

for batwing distribution and designed for 1x T5 Lamps and 2x T5 Lamps option. The luminaire is suitable for surface mounting in modular ceilings for direct lighting. The ballast incorporated has to be High frequency with P.F greater than .98, THD <10% and ballast must conform to EN 55015, EN 61000-3-2, EN 61547, EN 61347-2-3, EN 60929 for RFI, Harmonics, Immunity, safety and performance standards respectively and efficiency of the luminaire should be at least 57% and suitable for both single and twin lamp option.

1.5 HB 1x250 W HPMH 240 V AC

Highbay luminaire Narrow beam suitable for 240V, 250w HPSV lamp, high pressure die-cast aluminium housing powder coated in black, electrochemically brightened anodized aluminium reflector, IP 65, integral type, access to control gear compartment without use of any tool. The control gear box should be made of high pressure die cast aluminium. The control gear shall accommodate ballast, capacitor, ignitor, HRC fuse link, all pre wired up to terminal block complete with long life HPSV lamp. The glass cover should be heat resistant toughened glass cover and for dusty environment it is provided with heat resistant toughened glass with EPR gasket.

322

1.6 HB

1x400W HPMH 240 V AC

Highbay luminaire Narrow beam suitable for 240V, 400w HPMH lamp, high pressure die-cast aluminium housing powder coated in black, electrochemically brightened anodized aluminium reflector, IP 65, integral type, access to control gear compartment without use of any tool. The control gear box should be made of high pressure die cast aluminium. The control gear shall accommodate ballast, capacitor, ignitor, HRC fuse link, all pre wired up to terminal block complete with long life HPSV lamp. The glass cover should be heat resistant toughened glass cover and for dusty environment it is provided with heat resistant toughened glass with EPR gasket.

190

Page 54: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

54

1.7 NY 1x250W HPMH 240 V AC

250W road lighting luminaire housing made of single piece high pressure die-cast aluminium alloy and reflector having electromechanically brightened, anodized high purity POT reflector, front cover made of heat resistant toughened flat glass cover that is fixed to the housing with two no stainless steel hinges and three no stainless steel clips and extruded EPR gasket to maintain IP 65 protection for lamp as well as gear compartment. The hinging mechanism of the flat glass cover should be such that it retains the cover when it is opened and the optics must be having 5 deg. built in tilt. The ballast used in the luminaire made of compact coil wounded orthocyclically and must comply with tw130 / ∆t 70. The vendor has to submit concerned test certificate from ERTL.

30

1.8 DB 2x11 W Fluorescent (T 5 lamp) 240 V AC

2x11W Surface mounted downlighter made of high grade engineering plastic housing, ventilation slits for better thermal performance, pre-anodized optically designed mirrors and mirror assembly and lamelle integrated with housing for the better distribution and glare control.

24

1.9 HB 1x150W HPMH 240 V AC

150W flood lighting luminaire housing made of non-corrosive, high pressure die cast aluminium with black powder coated finish, all electrical accessories such as ballast, ignitor and power factor improvement capacitor are pre-wired up to terminal block and heat resistant EPR gasket for IP 65 protection.

4

Page 55: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

55

Sr.No. Type Description Qty.(Approx.)

2.0 LIGHTING BOARD/PANEL

1 MLDB & EMLDB

415 V A.C. Indoor type Lighting distribution board with transformer (details in Annexure E), 415 V, 200A, 3 ph, 4 wire bus, one 200A triple pole switch as incomer, 8 Nos. 100A, TP & N switch and fuse as outgoing feeders

3

2 DCELDB

Indoor type Emergency Lighting Distribution Board with 100A, 415 V TPN bus, 1 no. 100A TP & N switch fuse as A.C. incomer, 1 no. 100A D.P. switch fuse as D.C. incomer and 18 nos. 20A, 2 pole MCB with back up fuse as outgoing feeders complete with auto change over control circuit, push button, indication lamp, etc. with provision for manual override & test facility to test all emergency circuit.

2

3 LP‐1 415 V A.C. Indoor type Lighting Panel with 415 V, 100A, 3 ph, 4 wire bus, one (1) no. 100A TP & N switch as incomer, 18 nos. 20A, 240 V, 1 pole MCBs as outgoing feeders.

5

4 LP‐2 415 V A.C. Indoor Lighting panel with 415 V, 3ph, 4W bus & one 63A TP & N Switch as incomer and 12 nos 20A , 240V 1 pole MCBs as outgoing feeder.

5

5 PDB

415 V A.C. Indoor type Lighting Panel with 415 V, 200 A, 3 ph, 4 wire bus, one (1) no. 200 A TP & N switch as incomer, 3 nos. 63A, 240V, 1 pole MCBs &2nos.125A,415V,4pole MCCB as outgoing feeders

4

6 SLP 415 V A.C. Outdoor type Panel with 415 V, 100A, 3 ph, 4 wire bus, one 100A TP & N switch as incomer, 18 nos. 20A, 240V, 1 pole MCBs as outgoing feeders.

3

3.0 RECEPTACLE

1 RA 6A, 240 V, 2 poles, 3 pin with third pin earthed, suitable for flush mounting in office areas and control room. the switch shall be also flush mounted piano type.

30

2 RB

16A, 240 V, 2 pole, 3 pin with third pin earthed, wall/column mounted, metal clad gasketed construction, 20mm conduit entry, screwed metal cover tied to it by a metal chain, weatherproof suitable for indoor/outdoor installation.

30

3 RC

63A, 415 V, 3 phase, 4 pin interlocked plug and switch with earthing contact, wall/column mounted, metal clad gasketed construction, weatherproof, suitable for loop in/loop out connection of 4/C 16 Sq.mm XLPE cable. These shall be fed from AC Distribution Board/Station MCC.

15

4 RD

125 A, 415 V, 3 phase 5 pin interlocked plug & switch with fifth pin earthed, wall/column mounted metal clad gasketed construction, weatherproof, suitable for loop in and loop out connection of 4C 35 Sq.mm XLPE cable. These shall be fed from A.C Distribution Board/Station MCC

10

Page 56: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

56

4.0 CEILING FANS

1 FA 1200 mm sweep ceiling fan with regulator down rod and canopy 8

2 FB 1400 mm sweep ceiling fan with regulator down rod and canopy 24

5.0 LIGHTING POLES

1 TA/TB Single arm swaged and welded steel pole with junction box and all accessories.

44

2 LIGHTING

MASTS 30m high Lighting Mast with 6 nos. 2x400W HPMH type lamps. 8

6.0 SWITCHBOARD

6.1 S1 Switch board with 1-5A switch. Decided By Vendor

6.2 S2 Switch board with 3-5A switch and 1-5A receptacle Decided By Vendor

6.3 S3 Switch board with 6-5A switch and 1-5A receptacle. Decided By Vendor

7.0 Cu Power Cable

7.1 Copper 4CX35sq.mm 1000 meters. 7.2 Copper 4CX16sq.mm. 2500 meters.

8.0 MISCELLANEOUS ITEMS

8.1 M1 10 m high car wheel mounted aluminium ladder 2

8.2 M2 Adjustable free‐standing aluminium ladder height adjustable from 5 m to 10 m

2

8.3 M3 Portable Emergency light set complete with one 20W tube light, battery, battery charger and all other accessories.

20

8.4 Sockets &

Jacks Telephone Sockets and Jacks along with all accessories.

Decided By Vendor

Page 57: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

57

ANNEXURE-D

ILLUMINATION LEVEL

Sr.No. Area/Structure Average

Illumination Level in Lux.

Type of Fixture / Luminaire

Type of Lamp

1 Paper machine#5 Building :

1.1 Stock prep. Area chemical additive prep. Plant etc

300 Industrial type fluorescent lamp with vitreous enamel reflectors.

T5 2 x 28W FTL.

1.2 Cable Spreader Room

100 Industrial type fluorescent lamp with vitreous enamel reflectors.

T5 2 x 28W FTL.

1.3 All Switchgear Room Area

200 Industrial type fluorescent lamp with vitreous enamel reflectors.

T5 2 x 28W FTL.

1.4

From size press to finishing house in operating floor of paper machine complex

400 Industrial Integral high bay.

1x400W HPMH lamp.

1.5 Main Control Rooms and office space

300 Decorative recessed mounted with mirror optic.

T5 2 x 28W FTL.

1.6 Battery Rooms 200 Industrial Corrosion

proof luminaire. T5 2 x 28W FTL.

1.7 Unloading and Maintenance bay

250 Industrial integral high bay

250 W HPMH

1.8 Finishing plant area 400 Industrial integral high

bay. 1x400W HPMH lamp.

1.9 Wire workshop 400 Industrial integral high bay.

1x400W HPMH lamp.

2 Aux. Boiler Area :

2.1 Boiler area,ETP,WTP and platforms

100 Dust proof / dust tight integral well glass luminaire

250 W HPMH lamp.

3 33KV Switchyard :

3.1 General 50 General purpose flood

light 1x150W HPMH lamp.

3.2 Near equipment 10 Dust proof / dust tight

integral well glass 1x150W HPMH lamp.

Page 58: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

58

3.3 11 KV SWGR room

200 Industrial Corrosion proof luminaire.

T5 2 x 28W FTL.

4 Various Off‐site Buildings :

4.1 Equipment Room /Switchgear Rooms

200 Industrial type fluorescent lamp with vitreous enamel reflectors up to mounting height of 3.5M or Industrial medium bay integral luminaire for mounting heights between 3.5 to 8 M.

T5 2 x 28W FTL.

4.2 Pump Houses 200 Industrial well glass 250 W HPMH lamp.

5 Road & Yard Lighting:

5.1 Main Roads

25 Integral type street Lighting luminaire with aluminium reflector

1x250 W HPMH lamp.

5.2 Secondary Roads 10 -do- -do-

5.3 Perimeter (Compound) Lighting 10 -do- -do-

6. Service Building, Canteen, Annex. Building etc.

6.1 Main Office /Staff Room

300 Decorative recess mounted mirror optics

T5 type 2 x 28W FTL

6.2

Non-Office /Service Areas

300 Decorative recess / surface mounted/ Suspended type mirror optics

T5 2 x 28W FTL.

8 General :

8.1 Corridors, Walk ways, Staircase, Lockers etc.

70 Industrial type fluorescent lamp with vitreous enamel reflectors.

T5 2 x 28W FTL.

8.2

Toilets, Wash Rooms, etc.

70 Commercial channel mounted box type

T5 2 x 28W FTL or T5 2 x 11W FTL.

Page 59: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

59

Sr.No. Area/Structure Average

Illumination Level in Lux.

Type of Fixture / Luminaire

Type of Lamp

9 DC Light Fittings :

9.1 Control Room (with false ceiling)

50 Recess mounted Down lighter

1 x 80 W GLS lamp

9.2 Other Areas (without false ceiling)

20 Industrial bulk head 1 x 80 W GLS lamp

* Medium bay fixtures shall be used where the room height is 8 M. Otherwise high bay fixtures are to be used.

Lux level for A.C. Emergency lighting in control room shall be 50 and for other areas 20

lux.

Page 60: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

60

ANNEXURE-E

RATINGS AND REQUIREMENTS OF

LIGHTING TRANSFORMER Type : Cast Resin Dry Type KVA rating : 100 KVA & 50 KVA Voltage rating : 415 V/415 V Cooling : AN P.U. Impedance : 0.04 +_ 10% Voltage control : Off load tap switch/link with change of +_ 5% in

step of 2.5% tapping full capacity. Vector Group : Dyn11 Class of Insulation : F (155°C) Maximum Temperature rise over 50°C. ambient in winding by resistance : 90°C Neutral : Solidly grounded. The secondary neutral of the transformer shall be brought out for getting a grounded 4wire supply. Each transformer shall be routine tested and one transformer shall be type tested in accordance with relevant standard. The transformer shall be liable for rejection if the tolerance on the quoted values of losses, impedance, temperature rise, etc. exceeds the specified values of relevant standard. The transformer shall be mounted inside sheet steel enclosure, which shall be an integral part of Lighting Distribution Board.

Page 61: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

61

ANNEXURE-F

FITTINGS AND ACCESSORIES

OF LIGHTING TRANSFORMER

Each transformer shall be equipped with fittings and accessories as listed below:

1. 150 mm dia. winding temperature indicator with maximum reading pointer and

electrically separate sets of contacts for trip and alarm.

2. Handling and lifting lugs both for enclosure and core-coil assembly.

3. Jacking pad for core-coil assembly.

4. Inspection covers for cable and box.

5. Door handle operated safety limit switch with 1NO + 1NC contact.

6. Ground bus.

7. IP-55 junction box.

8. Rating and terminal marking plates.

Note All indication, alarm, trip contacts provided shall be rated for 0.5A at 110 V D.C. and 5A at 240 V A.C.

Page 62: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

62

(Section VIII)

QUALITY CONTROL REQUIREMENTS

1.00.00 QUALITY ASSURANCE PROGRAMME 1.01.00 All the testing and quality assurances procedures mentioned in the sub sections of Technical

section VII should be followed. To ensure that the equipment and services under the scope of Contract whether manufactured or performed within the Contractor's works or at his Sub-contractor's premises or at the Purchaser's Site or at any other place or work are in accordance with the specifications, the Contractor shall adopt suitable quality assurance programme to control such activities at all points, as necessary. Such programmes shall be detailed by the Contractor and shall require acceptance and approval by the Purchaser/Authorized representative before the award of Contract.

1.02.00 A quality assurance programme of the Contractor shall generally cover the following:

a) His organization structure for the management and implementation of the proposed quality assurance programme.

b) Qualification data for key personnel. c) Use of suitably qualified and experienced personnel in required number for each type of

work. d) The procedure for quality assurance in design & engineering. e) The methods, procedures and programme for presenting, collating and assessing

information from the various sources, and its incorporation in designed submissions. f) Documentation control system. g) The procedure for purchase of materials, parts, components and selection of

Sub-contractor's services including vendor analysis, source inspection, incoming raw-material inspection, verification of materials purchased etc.

h) The method of protection, storage, stock control and issue of materials at site. i) System for shop manufacturing and site erection control including process controls and

fabrication and assembly controls. j) Inspection, sampling, testing, and acceptance procedures for plant and materials

delivered to site. k) Control of non-conforming items and system for corrective actions. l) Inspection and test procedure both for manufacture and all site related works. m) Control of calibration and testing of measuring and testing equipment. n) System for quality audit and self-monitoring of QA Systems. o) System for indication and appraisal of inspection status. p) System for authorizing release of manufactured products to the Purchaser. q) System for handling, storage and delivery to site. r) Final inspection and certification of completed sections of work. s) Site security procedures. t) The recording and processing of variations to the Works and their incorporation on

record drawings. u) System for maintenance of records. v) Furnishing of quality plans for design & engineering, manufacturing and field activities

Page 63: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

63

detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each item of work.

1.03.00 The Quality Assurance arrangements shall include the preparation of and adherence to

documented quality plans. After approval by the Engineer the Quality Assurance arrangements shall form an integral part of the Contract. No changes shall be made without the prior written approval of the Engineer.

1.04.00 The Bidder shall list his proposed sub-contractors and shall provide the following information in

respect of each sub-contractor: a) The items which the Bidder proposes to sub-contract. b) The basis on which the Bidder has assessed, or proposes to assess, the quality

assurance arrangements of the sub-contractors. c) How sub-contractors' quality plans/procedures will be approved, monitored and

audited on site during the Contract period. d) The results of any recent evaluations and audits of the sub-contractor which have

been performed by the Bidder or other organizations external to the sub-contractor. The Bidder shall also state the level of detail of the Quality Plan proposed for each sub-

contracted item. The information supplied in response to the above in the Bid shall be deemed a part of the

Bidder's proposed Quality Assurance arrangements.

1.05.00 The Contractor shall provide documentation in such a manner that the SPM’s representative is thereby enabled to satisfy himself as to the effectiveness with which the Contractor is implementing those provisions of the agreed and accepted Quality Assurance arrangements which relate to the monitoring by the Contractor to sub-tier Quality Assurance arrangements.

1.06.00 Audits of sub-tier Quality Assurance arrangements shall be recorded in such a manner that the

relevant documentation constitutes, inter alia, objective evidence of the extent of the audits and of the effectiveness with which they have been conducted. All such documentation relating to any one audit shall be made available to the SPM’s representative, on request, as a single self-contained document or as one discrete self-contained package of documents.

1.07.00 General Requirements - Quality Assurance 1.07.01 All materials, components, equipment and systems covered under this specification shall be

designed, procured, manufactured, erected, commissioned and tested at all the stages, as per a comprehensive Quality Assurance Programme. Inspections, and tests at works including shop performance tests and test at site for all equipment and systems shall be as per respective codes and standards and also as required in the specification.

1.07.02 Bidder shall furnish a detailed and exhaustive list of all inspections and tests that he or his sub-contractors shall carry out at works and at site for all equipment and systems covered under this specification. The list shall have to be approved by the SPM / DCPL before Award of Contract.

1.07.03 The Quality Plan for design and engineering shall cover the procedure for independent

verification, validation and assessment of designs in terms of fitness for purpose, constructability, safety, compliance with standards, maintenance requirements, cost effectiveness etc.

Page 64: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

64

1.08.00 The detailed Quality Plans for manufacturing and field activities( where applicable) shall be

drawn up by the Bidder separately and shall be submitted to Purchaser for approval. Schedule of finalization of such Quality Plans shall be finalized before award of Contract.

1.08.01 Manufacturing Quality Plan will detail out for all the components and equipment, various

tests/inspections to be carried out as per the requirements of this specification and standards mentioned therein and quality practices and procedures followed by Contractor's Quality Control organization, the relevant reference documents and standards, acceptance norms, inspection documents raised etc., during all stages of materials procurement, manufacture, assembly and final testing/performance testing.

1.08.02 Field Quality Plans will detail out for all the equipment, the quality practices and procedures

etc. to be followed by the Contractor's site Quality Control organization, during various stages of site activities from receipt of materials/equipment at site.

1.09.00 The Bidder shall also furnish copies of the reference documents/plant standards/acceptance

norms/tests and inspection procedure etc., as referred in Quality Plans along with Quality Plans. These Quality Plans and reference documents/standards etc. shall be subject to Purchaser's approval without which manufacture shall not proceed. These approved documents shall form a part of the Contract. In these approved Quality Plans, Purchaser/Authorized representative shall identify Customer Hold Points (CHP). A Customer Hold Point signifies a stage in any item of work which requires documented proof of approval based on tests/checks which shall be carried out in presence of the Purchasers Engineer or his authorized representative and beyond which the work shall not proceed without consent of Purchaser/Authorized representative in writing.

All deviations to this specification, approved quality plans and applicable standards must be

documented and referred to Purchaser/Authorized representative for approval. 1.10.00 The Contractor shall submit to the Engineer complete field welding schedule for all field

welding activities for approval. The field welding schedule shall be submitted along with all supporting procedures like welding procedures, heat treatment procedures, NDT procedures etc.

1.11.00 No material shall be dispatched from the manufacturer's works before the same is accepted subsequent to pre-dispatch final inspection including verification of records of all previous tests/inspections by Purchaser's Engineer/Authorized representative, and duly authorized for dispatch.

1.11.01 Quality assurance/Inspection group of Purchaser or its representative would issue a Material

Dispatch Clearance Certificate (MDCC) after the inspection clearance which will enable the Contractor to dispatch the equipment and claim the payment.

1.11.02 Further the Contractor will also be required to ensure at all stages of shipment that packing of

all shipments dispatched are suitable for ocean freight to Mumbai, the port of entry, inland transportation and preservation at site up to erection.

1.12.00 All materials used or supplied shall be accompanied by valid and approved materials

Page 65: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

65

certificates and tests and inspection report. These certificates and reports shall indicate the sheet numbers or other such acceptable identification numbers of the material. The material certified shall also have the identification details stamped on it.

1.13.00 Castings and forgings used for construction shall be of tested quality. Details of results of

chemical analysis, heat treatment record, mechanical property test results shall be furnished. 1.14.00 All welding and brazing shall be carried out as per procedure drawn and qualified in

accordance with requirements of ASME Section-IX/BS-4870 or other International equivalent standard acceptable to the Purchaser.

All brazers, welders etc. employed on any part of the contract at Contractor's/Sub-Contractor's

works or at site shall be qualified as per ASME Section-IX or BS-4871 or equivalent international standard approved by the Purchaser. Such qualification tests shall be conducted in presence of Purchaser/ Authorized representative.

1.15.00 All non-destructive examinations (NDT) shall be carried out in accordance with approved

international standard. The NDT operator shall be qualified as per SNT-TC-IA (of American Society of non- destructive examination). Results of NDT shall be properly recorded and submitted for approval.

1.16.00 All the sub-vendors proposed by the Contractor for procurement of equipment, material and

services and their quality assurance plans shall be subject to Purchaser's approval. 1.16.01 Quality Plans of the successful vendors shall be discussed finalized and approved by the

SPM’s representative and form part of the Purchase Order between the Contractor and the Vendor.

1.17.00 All the purchase specifications for the major bought-out items, list of which shall be drawn up

by the Contractor and finalized with the Purchaser shall be furnished to the Purchaser for comments and subsequent approval before orders are placed.

1.18.00 Purchaser reserves the right to carry out quality audit and quality surveillance of the systems

and procedures of the Contractor's or their sub vendor's quality management and control activities. The Contractor shall provide all necessary assistance to enable the Purchaser carry out such audit and surveillance.

Quality audit/approval of the results of tests and inspection shall not prejudice the right of the Purchaser to reject an equipment not giving the desired performance after erection and shall not in any way limit the liabilities and responsibilities of the Contractor in earning satisfactory performance of equipment as per specification.

1.19.00 Quality requirements for main equipment shall equally apply for spares and replacement

items. 1.20.00 Repair/rectification procedures to be adopted to make any job acceptable shall be subject to

the approval of the Engineer. 1.21.00 Quality Assurance Document

Page 66: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

66

1.21.01 The Contractor shall be required to submit two (2) copies and two (2) sets of electronic files of

the following Quality Assurance documents within three (3) weeks after dispatch of the equipment: a) Material mill test reports on components as specified by the specification. b) The inspection plan with verification, inspection plan check points, verification sketches,

if used and methods used to verify that the inspection and testing points in the inspection plan were performed satisfactorily.

c) Non-destructive examination results/reports including radiography interpretation reports. d) Factory tests results for testing required as per applicable codes and standards referred

in the specification. e) Welder identification list listing welder's and welding operator's qualification procedure

and welding identification symbols. f) Sketches and drawings used for indicating the method of traceability of the radiographs

to the location on the equipment. g) Stress relief time temperature charts. h) Inspection and test reports duly signed by QA personnel of the Purchaser and

Contractor for the agreed customer hold points. During the course of inspection, the following will also be recorded: i) When some important repair work is involved to make the job acceptable.

ii) The repair work remains part of the accepted product quality. iii) Letter of conformity certifying that the requirement is in compliance with finalized

specification requirements. 1.22.00 Inspection, Testing and Inspection Certificates 1.22.01 The SPM’s duly authorized representative shall have access to inspect and examine the

materials and workmanship of the works during its manufacture or erection. 1.22.02 The Contractor shall give the fifteen (15) days written notice of any material being ready for

testing. Such tests shall be to the Contractor's account except for the expenses of the Inspector, unless the witnessing of the tests is virtually waived

1.22.03 The SPM shall within fifteen (15) days from the date of Inspection as defined herein give notice in writing to the Contractor, or any objection to any drawings and all or any equipment and workmanship which is in his opinion are not in accordance with the Contract. The Contractor shall give due consideration to such objections and shall either make modifications that may be necessary to meet the said objections or shall confirm in writing to the SPM giving reasons therein, that no modifications are necessary to comply with the contract.

1.22.04 When the factory tests have been completed at the Contractor's works, the Engineer/Inspector shall issue a certificate to this effect fifteen (15) days after completion of tests. Completion of these tests, or the issue of the certificates shall not bind the SPM to accept the equipment should it, on further tests after erection be found not to comply with the Contract.

1.22.05 In all cases where the contract provides for tests whether at the premises or works of the

Contractor, except where otherwise specified shall provide free of charge such items as labour, materials, electricity, fuel, water, stores, apparatus and instruments as may be reasonably demanded by the SPM’s representative to carry out effectively such tests on the equipment in accordance with the Contractor and shall give facilities to the SPM’s representative to accomplish testing.

Page 67: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

67

1.22.06 To facilitate advance planning of inspection in addition to giving inspection notice as per Clause 1.22.02, the Contractor shall furnish quarterly inspection programme indicating schedule dates of inspection at customer hold points and final inspection stages. Updated quarterly inspection plans will be made for each three consecutive months and shall be furnished before beginning of each calendar month.

1.23.00 Archiving

In addition to the requisite number of hard copies as specified, four (4) copies of all quality assurance documents, final inspection and test certificates etc. shall be made available to the Purchaser in Compact Disks before handing over of the plant.

1.24.00 The testing and inspection shall be carried out as per IS:3177 with latest amendments and those should also meet the requirements of the factories act. Final load testing shall be carried out at the Purchaser’s premises by the Vendor. However, necessary tests loads and slips shall be supplied by the Purchaser.

Page 68: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

68

(Section IX)

QUALIFICATION / ELIGIBILITY CRITERIA

1. Bidder firm should have manufactured ,supplied , installed and commissioned at least one similar plant of illumination system with189 KWs of illumination load during last five (5) years ending 31st March 2012.

2. Bidder firm must have annual capacity to manufacture, supply at least 95 KWs of illumination load.

3. The average annual turn-over of the Bidder firm during the last three (3) financial years, ending March

31st, 2012 should be at least Rs. 51 Lakhs 4. The Bidder firm should not have suffered any financial loss for more than one (1) year during the last

three (3) years ending March 31st, 2012.

5. The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3) years ending March 31st, 2012.

6. Either the Indian agent on behalf of the principal/OEM or principal/OEM itself can bid both cannot bid

simultaneously for the same item/product in the same tender.

7. If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM for the same item/product.

Note:

1. All experience, past performance and capacity/capability related data should be certified by the authorized signatory of the Bidder firm. The credentials regarding experience and past performance to the extent required as per the above eligibility criteria as would be submitted by the Bidder should be verified from the parties for whom work has been done.

2. All financial standing data should be certified by certified accountants’ e.g. Chartered Accountants

(CA) in India and Certified Public Accountant/ Chartered Accountant of other countries. MOST IMPORTANT NOTE: BIDDER TO FURNISH STIPULATED DOCUMENTS IN SUPPORT OF FULFILLMENT OF QUALIFYING CRITERIA. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF OFFER.

Page 69: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

69

(Section X)

TENDER FORM Date……….

To ………………………………. ………………………………. ………………………………. (Complete address of SPM) Ref: Your Tender document No. …………………………dated ………… We, the undersigned have examined the above mentioned tender enquiry document, including amendment No.--------, dated--------- (if any), the receipt of which is here by confirmed. We now offer to supply and deliver………. (description of goods and services) inconformity with your above referred document for the sum of (total tender amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCT clause 6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due performance of the contract. We agree to keep our tender valid for acceptance for a period up to-------,as required in the GIT clause 19, read with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry ………………………………… Dated this …………… day of ………………………………..

For and on behalf of (With seal) Signature

Name In the capacity of

(DULY AUTHORISED TO SIGN THE BID)

Page 70: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

70

(Section XI)

PRICE SCHEDULE

Name of Bidder : Offer No. & Date : Plant/ Item : SPM’s Enquiry Ref.:…………………

Sl. No.

Description Amount Rs.

A. PLANT & EQUIPMENT 1. (a) (b) (c) (d) 2

Quoted Price (FOR Hoshangabad) Installation and commissioning of plant illumination- design, supply on turkey basis as per complete scope of supply as per List of Requirement (Section –VI) of the Tender document. Packing & Forwarding charges Freight charges (Including Unloading) Taxes as applicable (if any)

Total Price of Equipment/ System (1a+1b+1c+1d)

Total Amount (in Words): ………………………………………………………….. B. SERVICES a) b) 3.

Complete Installation, Testing, Start up & Commissioning, fulfillment of guaranteed performance obligation including training of Purchaser’s operation and maintenance staff Taxes as applicable (if any)

Total Price of Services (a+b)

Total amount (in Words): ………………………………………………………….. GRAND TOTAL (A+B) = Rs. In Words: Rupees -------------------------------------------------------------------------------------------------

Note:- The method of evaluation of L1 criteria for awarding the Contract shall be on consolidated offer by the bidder and will be decided taking into consideration of total offered price including Part (A+B) as above.

Bidder’s Signature __________________

Page 71: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

71

(Section XII)

QUESTIONAIRE The tenderer should furnish specific answers to all the questions/issues mentioned below .In case a question/ issue does not apply to a tenderer, the same should be answered with the remark “not applicable”. Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof/ evidence to substantiate the corresponding statement. In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, its tender will be liable to be ignored. 1. Brief description of Work and services offered: 2. Offer is valid for acceptance up to ……………………………………………. 3. Your permanent Income Tax A/C No. as allotted by the Income Tax Authority of Government of India :

Please attach certified copy of your latest /current Income Tax clearance certificate issued by the above authority.

4. Status :

a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and/or the National Small Industries Corporation (NSIC), New Delhi, and/or the present SPMICL and/or the Directorate of Industries of the concerned State Government for the goods quoted? If so, indicate the date up to which you are registered and whether there is any monetary limit imposed on your registration.

b) Are you currently registered under the Indian Companies Act, 1956 or and other similar Act? Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is in affirmative.

5. Please indicate name & full address of your Banker(s) : 6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/

Dep’t. of Government of India or by any State Govt. ………………………. (Signature with date) ………………………. ………………………. (Full name, designation & address of the person duly authorized sign on behalf of the tenderer) For and on behalf of (Name, address and stampof the tendering firm)

Page 72: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

72

(Section XIII)

BANK GUARANTEE FORM FOR EMD

Not applicable

Page 73: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

73

(Section XIV)

MANUFACTURER’S AUTHORIZATION FORM

To ………………………… ………………………… (Name and address of SPM) Dear Sirs, Ref. Your Tender document No. …………………………………………… dated …………………

We, ………………………………………………………………. Who are proven and reputable manufacturers

of ……………………………………… (name and description of goods offered in the tender) having factories

at ………………………………………. hereby authorize Messrs. …………………………………………(name

and address of the agent) to submit a tender, process the same further and enter in to a contract with you

against your requirement as contained in the above referred tender enquiry documents for the above goods

manufactured by us.

We further confirm that no supplier or firm or individual other than Messrs. ………………........(name and

address of the above agent) is authorized to submit a tender, process the same further and enter into a

contract with you against your requirement as contained in the above referred tender enquiry documents for

the above goods manufactured by us.

We also hereby extend our full warranty, as applicable as per clause of the General Conditions of Contract

read with modification, if any, in the Special Conditions of Contract for the goods and services offered for

supply by the above firm against this tender document.

Yours faithfully,

………………………………….

(Signature with date, name and designation)

For and on behalf of Messrs. ………………………………………….

(name and address of the manufacturers)

Note : This letter of authorization should be on the letter head of the manufacturing firm and should be

signed by a person competent and having the power of attorney to legally bind the manufacturer.

Page 74: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

74

(Section XV)

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

__________________[insert :Bank’s Name, and Address of Issuing Branch or Office] Beneficiary __________________________[insert: Name and Address of SPM] Date: _________ PERFORMANCE GUARANTEE No.: ___________________ WHEREAS………………………………………………………………….………………………. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract no…………………………. dated …………. to supply (description of goods and services) (herein after called “the contract”). AND WHERE AS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract; AND WHERE AS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we here by affirm that we are guarantors and responsible to you, on behalf of the supplier, upto a total of…………………… …………… ………………….(amount of the guarantee in words and figures),and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without you needing to prove or to show grounds or reasons for your demand or the sum specified therein. We here by waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the term soft he contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier shall in anyway release us from any liability under this guarantee and we here by waive notice of any such change, addition or modification. We undertake to pay SPM up to the above amount upon receipt of its first written demand, without SPM having to substantiate its demand. This guarantee will remain in force for a period of forty five days after the currency of this contract and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) ………………………………………………………. …………………………………………………………. Name and designation of the officer …………………………………………………………. Seal, name & address of the Bank and address of the Branch …………………………………………………………. Name and designation of the officer …………………………………………………………. ….………………………………………………………. Seal, name & address of the Bank and address of the Branch

Page 75: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

75

(Section XVI) CONTRACT FORM

(Address of SPM’s office issuing the contract)

Contract No…………. dated……………. This is In continuation to this office’ Notification of Award No………….., dated …………. 1. Name & address of the Supplier: ………………………………………………………….. 2. SPM’s Tender document No…………………… dated…………. and subsequent Amendment No.…………., dated……… (If any), issued by SPM 3. Supplier’s Tender No………………………………dated………………..and subsequent communication(s) No…………dated …….. (If any), exchanged between the supplier and SPM in connection with this tender. 4. In addition of this Contract Form, the following documents etc, which are included in the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:

i) General Conditions of Contract; ii) Special Conditions of Contract; iii) List of Requirements; iv) Technical Specifications; v) Quality Control Requirements; vi) Tender Form furnished by the supplier; vii) Price Schedule(s) furnished by the supplier in its tender; viii) Manufacturers’ Authorization Form (if applicable for this tender); ix) SPM’s Notification of Award

Note : The words and expressions used in this contract shall have the same meanings as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Section–V-‘General Conditions of Contract ‘of SPM’s Tender document shall also apply to this contract. 5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready reference: i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:

Schedule No.

Brief description of goods/ services

Accounting unit

Quantity to be

supplied

Unit Price (in Rs.)

Total price

Any other additional services (if applicable) and cost thereof: ……………………….. Total value (in figure) ___________(In words) ____________________________ (ii) Delivery schedule (iii) Details of Performance Security

Page 76: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

76

(iv) Quality Control

(a) Mode(s), stage(s) and place(s) of conducting inspections and tests. (b)Designation and address of SPM’s inspecting officer

(v) Destination and dispatch instructions (vi) Consignee, including port consignee, if any (vii) Warranty clause (viii) Payment terms (ix) Paying authority ………………………………. (Signature, name and address of SPM’s authorized official) For and on behalf of…………………… Received and accepted this contract …………………………………………………………………… (Signature, name and address of the supplier’s executive duly authorized to sign on behalf of the supplier) For and on behalf of ………………….……………………… (Name and address of the supplier) ……………………. ………………………. (Seal of the supplier) Date: Place:

Page 77: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

77

(Section XVII)

LETTER OFAUTHORITY FOR ATTENDING A BID OPENING

(Refer to clause 24.2 of GIT) The General Manager Security Paper Mill Hoshangabad M.P – 461 005 Subject : Authorization for attending bid opening on ___(date) in the Tender of ___________________________________________ __________________. Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of ___________________________ (Bidder)in order of preference given below.

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signatures of bidder or Officer authorized to sign the bid Documents on behalf of thebidder.

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is

restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not produced.

Page 78: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

78

(Section XVIII)

SHIPPING ARRANGEMENTS FOR LINER CARGOES

Not applicable

Page 79: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

79

(Section XIX)

PROFORMA OF BILLS FOR PAYMENTS

(Refer Clause 22.6 of GCC)

Name and Address of the Firm..................................................................................... Bill No............................................................... Dated................................................. Purchase order No…………….........................Dated................................................ Name and address of the consignee........................................................................... Sl.No. Authority for

purchase Description of Stores

Number or quantity

Rate Rs. P.

Price per Rs. P.

Amount Rs. P.

Total

1. C.S.T./Sales Tax Amount 2. Freight (If applicable) 3. Excise Duty(if applicable) 4. Packing and Forwarding charges (if applicable) 5. Others (Please specify) 6. PVC Amount (with calculation sheet enclosed) 7. (-) deduction/Discount 8. Net amount payable (Rupees in Words) Dispatch detail: RR No. /other proof of dispatch..........................Dated.......................... (enclosed) Inspection Certificate No..................................... Dated........................... (enclosed) Modvat Certificate No................................................................................. (enclosed) Excise DutyGatepass……......................................................................... (enclosed) Received`............................. (Rupees in Words)......................................................... I hereby certify that the payment being claimed is strictly in term so the contract and all the obligations on the part of the supplier or claiming that payment has been fulfilled as required under the contract.

Page 80: INSTALLATION AND COMMISSIONING OF PLANT ILLUMINATION -DESIGN, SUPPLY ON TURNKEY BASIS · 2014. 5. 7. · Not Transferable Security Classification: Non-Security Item TENDER DOCUMENT

80

(Section XX)

LIST OF DRAWINGS

SL.NO. DRAWING NO. TITLE / DESCRIPTION

1. 11P01-DWG-E-40-ND-800 Lighting notes & Details (34 Sheets)