Upload
lyhanh
View
219
Download
0
Embed Size (px)
Citation preview
1
PRASAR BHARATI
India’s Public Service Broadcaster
O/o Additional Director General(E)(WZ)
All India Radio & Doordarshan, 9thFloor, TV Project Section,
Doordarshan Complex, P. B. Marg, Worli,
MUMBAI-400 030.
No. ADG(E-WZ)/TVP-Works/ENQ-E04/RRE-HPT JABALPUR/2017-18 Date: 28/09/2017
To,
……………………………………
……………………………………
INVITATION TO e-TENDER
On behalf of DG Doordarshan, e-tenders are invited by this office in the prescribed Bid Performa. The
details of tender are given in the schedule below: 1 Tender No No. ADG(E-WZ)/TVP-Works/ENQ-E04/RRE-HPT JABALPUR/2017-2018
2 Description Tender for Replacement of 20 KW VHF Superturnstile Antenna System on 220M
RCC cum Steel Tower at Doordarshan, HPT, Katanga, Jabalpur (MP).
3 Delivery Period To be completed within 2 months, from the date of award of work order.
4 Tender Fee Not Applicable
5 EMD Rs.32,000/-
6 Bid Validity 180 days from the date of opening of tender.
7 Warranty As per Terms & Conditions.
8 Performance
Security Deposit:
As per Terms & Conditions, 5% of the order value in the form of Demand
Draft/Bank Guarantee / FDR.
9 Address for
Correspondence
The Addl. Director General(E) WZ
All India Radio &Doordarshan, TV Project Section,
9th Floor, Doordarshan Kendra Complex,
Worli, Mumbai – 400 030
10 Paying Authority The Addl. Director General(E) WZ
All India Radio &Doordarshan, Mumbai – 400 030
11 Tender Submission/
Opening Date
The tenders will be received online on or before 18.10.2017, 2:30 P.M. & opened
at 03:00 P.M. on the same day
12 Terms of
Works/Delivery
Work to be executed at Doordarshan, HPT, Katanga, Jabalpur (MP).
Important Instructions:
a. The tenderer will be governed by the “Instructions to the Bidder” as per Annexure –A, and
“Terms & Conditions” as per Annexure – B.
b. Tenderers should take due care to submit tenders online in accordance with requirement as
specified in clause 2 of “ Instructions to Bidders’ Annexure – A.
c. The tenderer while submitting their bid, must adhere to the following instructions of Central
Vigilance Commission, otherwise their offer is likely to be ignored. “One Agency/Contractor
shall not represent two firms or quote on their behalf in particular tender”.
d. Documents regarding past performance along with the user certificate (satisfactory work
Completion Certificate) in respect of execution of similar type of work must be submitted along
with the tender, failing which, the offer may be liable to rejection and no further correspondence
will be entertained in this regard.
[ARJUN R. VIBHUTE] Dy. Director (Engg.)
For Addl. Director General (E-WZ)
2
PRASAR BHARATI
India’s Public Service Broadcaster
O/o Additional Director General(E)(WZ)
All India Radio &Doordarshan, 9thFloor, TV Project Section,
Doordarshan Complex, P. B. Marg,
Worli, Mumbai-400 030.
E-TENDER
No. ADG(E-WZ)/TVP-Works/ENQ-E04/RRE-HPT JABALPUR/2017-18 Date: 28/09/2017
Sub : Inviting Tender for Replacement of 20 KW VHF Superturnstile Antenna System on
220M RCC cum Steel Tower at Doordarshan, HPT, Katanga, Jabalpur (MP).
Sir,
On behalf of the DG, Doordarshan, New Delhi, this office is inviting e-tenders for the execution
of works as per specification given below.
i) SPECIFICATION FOR REPLACEMENT OF 20KW VHF SUPERTURNSTILE
ANTENNA SYSTEM ON 220 M RCC CUM STEEL TOWER AT DD, HPT, KATANGA
JABALPUR (MP).
Sl.
No.
DESCRIPTION OF STORES /WORK Qty./ Unit
The following works are to be carried out at HPT, DD, Katanga,
Jabalpur. All the work (A, B, C, & D) is a single job.
One Job Work
A INTERIM ARRANGEMENT:
1 Transportation of 1 KW VHF Antenna (Approx. 28 ft long & weight 300
Kgs) along with mounting brackets and fixing accessories -1 no from
AIR & DD Godown at Malad, Mumbai to DD, HPT, Katanga, Jabalpur ,
including loading and unloading.
1 Job
2 Hoisting the 1KW VHF antenna on the platform at 175 mtr height on 220
mtrs RCC cum steel tower and fixing with the Antenna Mounting Bracket
with suitable clamps .The base plate of mounting bracket to be extended
by welding it on GI plate of 1000X1000X25mm. The Antenna to be
supported at top, middle and bottom by ‘V’ shape brackets made from 35
x 35 x 5mm GI angle with legs of main tower (The GI Plates and clamps
to be provided by the agency).
1 Job
3 Re-routing & fixing of existing (Spare) 3⅛” RF feeder cable available at
180 mtr. height of 220M tower to 1 KW antenna with the help of 3⅛” to
1⅝” adapter ( cable clamps & making connection at both the ends (
Adapter will be provided by this Office).
1 Job
B STEEL TOWER WORKS AND FABRICATION OF INTERFACE:
1 Removing and hauling down of existing L angle bracings from top most
portion of tower and replacing the same by providing 65x65x6mm GI L
angle of 3029 mm length, these 4 nos. MS angle bracings should be hot
dip galvanized with thickness of 95 microns and properly fixed. As per
(Drawing No. KATHREIN Hardware MTC/DD-Jabalpur/01).
1 Job
2 Fabrication, Hot dip galvanization (thickness 95 microns) & supply of
Antenna mounting interface as per manufacturers drawing attached
(Drawing No. KATHREIN Hardware MTC/DD-Jabalpur/01.The
Fabrication should be carried out very precisely with high accuracy
by the fabricator having expertise in this field.
1 Job
3
C TESTING & HOISTING THE NEW ANTENNA AND RF FEEDER CABLE ON 220M RCC cum STEEL TOWER:
1 Hoisting & fixing the KATHREIN make 20 KW, 8 bays / Super turnstile
VHF Antenna system, Power Splitters – 2 nos. on 220 mtrs RCC cum
steel tower, including the antenna mounting interface, as per
manufacturers drawing, drainage plate (part no. 0355530) at the bottom of
the lowest bay, with the help of/by providing the suitable
Derrack/Scaffolding /Extension of tower upto requisite length by adopting
Standard Engineering Practices, after assembly & measurement of
complete antenna system at ground, in co-ordination with DD
Officers/I.O. at the site. [Antenna Make/Model No: KATHREIN,
Germany, 75924052D VHF 8 bays Super Turnstile Antenna.)
1 Job
2 Connecting 16 nos. of 7/8” branch feeder cable between the newly
mounted input sockets and the output sockets & main splitters, routing the
cable and fixing with cable fixers as per cable setup drawing provided by
the manufacturer. (Adequate care required to be taken regarding bending
radius, while fixing these branch feeder cables on the radiator wings of the
Antenna System/the members of the existing tower with the help of
clamps/cable ties).
1 Job
3 Hoisting the 310 mtrs 4” RF Feeder cables (2 nos.) upto 220 mtrs approx.
& fixing with the provided cable clamps at every one meter and
connecting the cables to the splitters (Antenna) at the top and the 7 port
patch panel in the transmitter hall.
The provided Grounding kit preformed copper strip – 4 nos. to be fixed on
the 2 nos. RF feeder cables and must be properly earthed by providing:
i) 2 nos. copper earthing pits (as per IS 3043- 1897) of standard
specifications,
ii) 25 x 3mm copper strip from pit to junction box and
iii) 16 sq.mm multi strand copper cable from junction box to grounding
kits, 2 nos. on bottom side of feeder cables & 2 nos. on top side of the
cables.
1 Job
4 Installation of Lightening Arrestors & Aviation Obstruction warning
Lights consisting of:-
(a) KATHREIN make Lightening Arrestor.
(b) Mounting the AOL blinker -1 no. on top of the antenna after mounting
AOL adaptor provided by manufacturer. Routing & fixing with the power
supply cable with suitable clamps on vertical cable rack to connect the
AOL with power supply point in transmitter hall including mounting of
AC Power adaptor.(As per Katherine Drawing No: 1524840).
1 Job
5 Fabrication, supply & fixing of hot dip galvanized (thickness 95 microns)
horizontal cable tray, by providing proper bends, along with the existing
horizontal cable tray, as per the requirement of site for routing up of 4” RF
feeder cable – 2 nos. – approx. 35 mtrs. length.
The horizontal cable tray will be of size 2’ (600mm) width made from
75x75 x 6mm galvanized angle iron & (50x50x5mm) interconnecting
galvanized iron angle. Supporting legs of 5M height made from 90 x 90 x
6mm angle as main support, 50 x 50 x 5mm interconnecting galvanized
iron angle for main legs. These main legs will be of at least 4M height
uniformly from the ground level and at the spacing of legs will be 3M.
Also the Gusset Plates to be fixed at each leg on both sides. The cable
tray should be covered by GI sheets of 20 SWG, with 25 x 25 x 5mm
galvanized angle iron supporting brackets (as per drawings attached) at
every 2M distance. Work includes providing foundation of cement
concrete in size 3’ x 1’ x 2’ with the ratio of 1:2:4. Painting of complete
tray and supporting structure with one coat of zinc chromate primer and
two coats of synthetic enamel paint of ISI Mark (Orange).
35 Rmtr
D DISMANTLING EXISTING 10 KW HARRIS ANTENNA ARRANGEMENT:
1 Dismantling the existing Harris 10 KW Antenna system including the existing interface structure from the top of 220M RCC cum Steel Tower &
hauling down the same to the ground and stocking it properly as per the
instruction of Installation officer.
1 Job
4
ii) The Following terms and conditions shall be applicable for the execution of the works:
1. All the above mentioned works must be carried out by adopting Standard Engineering
Practices.
2. Most of the works are to be carried out during Night hours (00.00 Hrs to 05.00 Hrs). however
some of the works could be carried out during day time, after obtaining written consent from
the Competent Authority.
3. Sufficient lighting has to be arranged by the contractor. Power supply will be provided near
the tower.
4. The Contractor shall carry out the work at his own risk. The usage of Safety Gadgets like
safety Belt, Helmet and Goggles is compulsory and shall be provided by the contractor.
5. The contractor must start the work only after making necessary entries in the Safety Register
and getting clearance from the Engineer-on-Duty at HPT. The contractor shall stop the tower
work and intimate the Engineer at the time stipulated. No extension of time is permitted.
6. The contractor shall carry out the works with utmost care, not to damage any existing
equipment, antenna etc. contractor will be held responsible for any damages caused to
property of Doordarshan/AIR during the execution of the work and shall make good such
damages at his own cost.
7. PROTECTION OF LIFE & PROPERTY AND EXISTING FACILITIES:
The Contractor is fully responsible for taking all possible safety precautions during
preparation for and actual performance of the works, and for keeping the construction site in
a reasonable safe condition. The contractor shall protect all life and property from
damage or losses resulting from his construction operations and shall minimize the
disturbance and inconvenience to the public. In this connection, the attention of the
contractor is drawn to the safety measures and precautions including code of conduct while
safely carrying out the work and also detailed engineering instructions enumerated in this
tender documents which the contractor shall obtain in writing from the Engineer-in-charge.
1. The contractor shall be solely liable for all expenses for and in respect of repairs and/or
damage occasioned by injury of or damage to such underground and above structures or
other properties and undertake to indemnify and keep indemnified Doordarshan from and
against all actions, cause of actions, damages, claims and demands what-so-ever either in
law or in equity and all losses and damages and cost ( inclusive between attorney and
client), charges and expenses in connection therewith and / or incidental thereof.
2. The current market value of any commodity(s) lost as a result of any damage to the
aforesaid existing facilities shall be paid by the contractor together with such additional
sums necessary to liquidate the personal or property damages resulting there from.
8. INSURANCE:
Without limiting any of his other obligations or liabilities, the contractor shall at his own
expense, take and keep comprehensive insurance including third party risk for the plant,
machinery, materials, etc. brought to the site and for all the work during the execution. The
contractor shall also take out workmen’s compensation insurance as required by Law and
undertake to indemnify and keep indemnified Doordarshan from and against all manner of
claims and demands and losses and damages and cost (including between attorney and client)
charges and expenses that may arise in regard the same or that the Doordarshan may suffer or
incur with respect to and / or incidental to the same.
5
9. INDEMNITIES:
The contractor shall at all times hold the Doordarshan harmless and indemnify from against
all actions, suits, proceedings, works, cost, damages, charges, claims and demand of every
nature and descriptions brought or procured against the Doordarshan, its officers and
employees and forthwith upon demand and without protest or demur to pay to the
Doordarshan any and all losses and damages and cost ( inclusive between attorney & client)
and all costs incurred in endorsing this or any other indemnity or security which the
Doordarshan may now or at any time have relative to the work or the contractors obligations
or in protecting or endorsing its right in any suit or other legal proceedings, charges and
expenses and liabilities resulting from or incidental or in connection with injury, decease or
disablement to or death of any person(s) including employee(s) of the contractor or damage to
property resulting from or arising out of our in any way connected with or incidental to the
operations caused by the contractor documents. In additions, the contractor shall reimburse
the Doordarshan or pay to the Doordarshan forthwith on demand without protest or demur all
cost, charges and expenses and losses and damages otherwise incurred by it in consequence of
any claims, demands and actions which may be brought against the Doordarshan arising out
of or incidental contract.
10. Hauling up & fixing antenna, power splitter, Feeder cable & junction boxes etc. installation
works shall be executed under the supervision of Installation officer of the office of
ADG(E)(WZ), Prasar Bharati, AIR & Doodarshan.
11. All the dismantled items shall be brought down from the towers and stored inside the campus
as per instructions of the Installation officer.
iii) GENERAL TERMS & CONDITIONS:
1. The tenderers are advised to visit the Work / Site i.e. Doordarshan, HPT, Katanga,
Jabalpur (MP) so as to have a clear idea about the scope of work, during working days
from Monday to Friday between 11.00 to 17.00 hrs.
2. The quotations should be firm and should include and cover the charges for completeness
of all the works. The works mentioned above is a “SINGLE JOB WORK/
TURNKEY JOB” & the Firm / Agency must quote total cost, in addition the unit
rate for each item must be quoted, for calculation of the cost in case of any deviation
in the quantity of works.
3. The amount should be indicated in figures and words. GST whichever is applicable
should be shown separately in quotation.
4. All the pages of tender should be signed along with official seal, and should be submitted
along with commercial Bid in the format given in Annexure – C.
5. The tenderers are requested to submit the lowest competitive rate on line (after carefully
going through the Scope of works) on or before 18.10.2017, 2.30 PM. Please note that the
quotation will be opened on the same day i.e. 18.10.2017 at 3.00 PM.
[ARJUN R. VIBHUTE] Dy. Director (Engg.)
For Addl. Director General (E-WZ) Tel No. 022-2498773
e-mail:[email protected]
13
ANNEXURE-A
INSTRUCTIONS TO BIDDERS
1. PREPARATION OF TENDER:
a. The scope of work or stores to be tendered are available in the complete bid documents which
can be viewed/downloaded from e-tender portal http://tenderwizard.com/PB.
b. Both Technical Bid and Financial Bid if applicable will be submitted concurrently duly
digitally signed in the website http://tenderwizard.com/PB.
c. No claim shall be entertained on account of disruptions of internet service being used by
bidders. Bidders are advised to upload their bids well in advance to avoid last minute technical
snags.
d. All Corrigendum/Amendment/Corrections, if any, will be published on the website
http://tenderwizard.com/PB.
e. All documents/papers uploaded submitted by the bidder must be legible.
f. It is mandatory for all the applicants to have Class-III Digital Signature Certificate (in the name
of person who will sign the bid document) from any of the licensed certifying Agency.
g. To participate in the e-tendering submission, it is mandatory for the applicants to get registered
their firm/joint venture with the e-tendering portal http://tenderwizard.com/PBto have user ID
& Password from M/s ITI Ltd.
h. Bid document contains certain conditions for Manual submission of tender and are now
redundant. Document shall be deemed to have been modified to that extent.
i. Page No. shall be given on each and every paper/documents serially uploaded in the technical
bid.
j. Bidders shall ensure to quote rate of each item. If any cell is left blank and no rate is quoted by
the bidders, the rate of such item shall be treated as “0” (Zero).
k. Tender fee can be deposited through Account payee Demand Draft/Pay Order of Banker’s
Cheque from any Indian scheduled Commercial Bank drawn in favour of Prasar Bharati O/o
Chief Engineer (WZ) AIR & DD, Mumbai. The tender documents fee is not refundable.
(Tender fee, if applicable, is not exempted to NSIC registered firms)
l. The Earnest Money shall be in the form of FDR/Bank draft/Bank Guarantee from an Indian
scheduled Commercial Bank in favour of Chief Engineer (WZ) AIR & DD, Mumbai. However,
exemption will be given to the firms registered with NSIC.
m. Tender Fee/Fee receipt and EMD deposit shall be placed in a single sealed envelope
superscribed with tender reference no and date of opening so as to reach The Addl. Director
General(E)(WZ), All India Radio & Doordarshan, TV Project Section, 9th floor, ASF Building,
Doordarshan, Worli, Mumbai-30 before the scheduled time on the prescribed tender opening
date. EMD received late shall be summarily rejected. Hard copy of any other tender document
shall not be accepted.
n. Bidders are advised in their own interest to ensure that all the points brought out in the tender
are complied within their offer, failing which, the offer is liable to be rejected.
o. The tender papers filled-in and completed in all respects shall be submitted together with requisite
information and Annexures. It shall be complete and free from ambiguity, change or
interlineations.
14
p. The tender submitted by bidders and any annotations or accompanying documentation
submitted along with the tender, shall be in English / Hindi Language.
q. Bidders should indicate the time of quoting against this tender their full postal/fax/ E-mail
addresses.
r. Bidders shall clearly indicate their legal constitution and the person signing the tender shall
state his capacity and source of his ability to bind the bidder.
s. The power of Attorney or authorization, or any other document consisting of adequate proof
of the ability of the signatory to bind the bidder, shall be annexed to the tender. This
organization may reject outright any tender unsupported by the adequate proof of the
signatory’s authority.
t. The purchaser may, at his discretion extend the deadline for the submission of the bids by
amending the bid document , in which case all rights and obligations of the purchaser and
bidders previously subject to the deadline will thereafter be subject to the deadline as
extended.
2. Submission OF TENDER
i. The tender will be on the basis of "Single Bid System” and offers are to be submitted
through e-tender.
ii. The “Bid” will contain all details including the list of material to be transported
including loading, unloading & custom clearance. EMD will be sent to
ADG(E)(WZ),AIR & DD, Mumbai by post in a cover super- scripted with tender
number, item description and due date.
iii. The bid will a l so contain the price schedule and contain all the commercial details of
the bid. Bid will be submitted duly digitally signed.
iv. The right to ignore any offer, which, fails to comply with the above instructions is
reserved.
v. Your offer shall be submitted online upto14:30 hrs on the notified date of closing of the
tender.
vi. Any change in quotation after opening of tender will not be considered.
vii. MANUAL/TELEFAX/E-MAIL offers, received directly by this organisation,
will not be considered.
LIST OF DOCUMENTS (to be scanned and uploaded with the tender)
1. Copy of EMD.
2. Copy of Demand Draft/Pay Order of any Scheduled Bank or fee receipt towards tender
fee.
3. Tender Document complete along with all Annexures.
4. Past Performance along with the user certificate in respect of similar works.
5. Registration of the firm with NSIC for exemption of EMD.
The bids not complied with the above shall be summarily rejected.
15
ANNEXURE ‘B’
Terms & Conditions
Works to be carried out at : Replacement of 20 KW VHF Superturnstile Antenna System on
220M RCC cum Steel Tower at Doordarshan, HPT, Katanga Jabalpur (MP).
1. The quotation should specifically mention works to be carried out, completion date, terms and
conditions of works. The prices given should be firm and as under.
(a) The prices quoted shall remain fixed during the entire period of supply / contract and shall not
be subject to variation on any account. A bid submitted with an adjustable price
quotation is likely to be treated as non-responsive and rejected.
(b) The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry.
(c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as
packing, customs etc., wherever applicable.
(d) The quotation should specifically mention rates for specified works & Taxes separately.
2. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately
transit insurance and the supplier will be responsible until the stores arrive in good condition at
the destination. Tender/quotation in which transit insurance has been specified as an additional
item of expenditure is liable to be ignored.
3. The tender shall consists of namely:
(a) EMD: Earnest Money amounting to Rs.32,000/- [Rupees Thirty Two Thousand Only] in the
form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favor of Prasar
Bharati, CE(WZ), AIR & DD, Mumbai should accompany the tender. Tenders without EMD
shall be summarily rejected and their bid will not be opened at the time of tender opening and
shall be rejected as non-responsive at the bid opening stage and returned to the bidder unopened
[EMD exemption is applicable for those who are registered with the Central Purchase
Organization, National Small Industries Corporation (NSIC) or the Concerned Ministry or
Department [ MIB / DG:AIR / DG:DD].
Tenderer should quote for all the required items. Partial tenders will be rejected.
(b) SECURITY DEPOSIT: the successful Tenderer shall furnish the Security Deposit within 2
weeks after placement of order at the rate of 5%of the Order Value, failing which the EMD
will be forfeited automatically, to Prasar Bharati, without any notice. The security deposit
shall be furnished in the form of Demand Draft / Bank Guarantee drawn in favor of Prasar
Bharat, CE(WZ), AIR & DD, Mumbai. The Security Deposit will be returned in full on
completion of successful Guarantee/Warranty Period.
4. TAXES:
a. As per Govt. of India’s circular regarding payment of GST following Reverse
Charge Mechanism, GST Registration No. is mandatory to be quoted in
Quotation/Tenders/Bills/Invoices. Without which the Tender is liable for rejection. The
amount of GST should be shown separately in their quotation/ invoices.
b. Payment of Ent ry Tax / Oct ro i Duty and Toll T ax (on ultimate products).
As the material, which is to be transported to the consignee, belongs to the Government of
India/Prasar Bharati and therefore is exempted from Entry Tax/Octroi Duty/ Toll Tax.
However, if the State Governments/Statutory Local Bodies are bound to levy such taxes, the
taxes will be paid by supplier / contractor. Supplier / Contractor may raise its claim, for
reimbursement of such duties / taxes paid, with organisation, along with original receipt of the
payment.
c. Sales Tax / GST Tax leviable and intended to be claimed from the purchaser should
be distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax /
GST will be admitted at any later stage and on any ground whatsoever.
16
*Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc.
5. Printed terms and conditions of tendering firms will not be considered as forming parts of their
tender.
6. The contractor shall make his own arrangement for storage of all equipment and Materials
bought to site from time to time and their safe custody at site till they are taken over by the
indenter/his representative. The contractor shall make his own arrangement for providing
accommodation for his workmen at site.
7. The contractor shall make his/her own arrangements for procuring necessary labour, skilled and
unskilled. He should confirm to all local government laws and regulations covering labour and
their employment.
8. The contractor and his employees shall comply with the regulation in force for controlled entry
into premises where work is being carried out.
9. Contractor liability for damage caused during installation work and imperfections noticed:
If the contractor or his/her workmen or servants shall break, deface, injure or destroy any part of
the building in which they may be working or building road kerb, fence, enclosure, water pipe,
cable, drain, electric or telephone posts or wires, trees, grass or grasslands or any Technical
Equipment in the premises on which the work or any part of it as being executed, or if any
defect, shrinkage or other faults appear in the work the contractor shall make good at his/her own
expense, or in default, the indenter may get the same rectified and deduct the expense from any
amount that may be than due or at any time thereafter may become due to the contractor.
10. The contractor shall take insurance for his men while working at DD, site, against any injury,
accidents death etc. Similarly the equipment, instruments, tools etc. belonging to the contractor
shall be insured against damage, loss, theft etc.
11. While engaging labour for carrying out obligations under the contract, the contractor shall satisfy
the conditions laid down under contract labour(Regulation and Audition Act 1970 and
(Central)Rules1971 as amended from time to time and Observe all formalities required as per
Said Act/Rules. The contractor shall also observe the provision under minimum wages Act 1948
(Central) Rules1950amended from time to time while engaging labour.
12. The contractor shall indemnify and hold harmless the purchaser against all claims in respect of
injury to any person howsoever arising out of the work in the course of such installation. The
contractor shall discharge his entire obligation under the Indian Workmen Compensation Act in
as for as it affects workmen in his Employment.
13. GUARANTEE / WARRANTY PERIOD: The material / works shall be guaranteed against any
manufacturing / workmanship defects for a period of One year from the date of completion.
14. COMPLETION PERIOD: The entire works at Doordarshan site shall be completed within
Two Months from the date of placement of order. The Contract will be treated as terminated
automatically unless otherwise extended in writing.
15. TERMS OF PAYMENT:
i)100% payment will be released on satisfactory completion of entire works/supply as specified &
Handing over. A contractor/supplier/firm should submit all Bank details alongwith bill for
online payment such as : (i) Name of Bank, (ii) Branch, (iii) Account No., (iv) IFSC code &
(v) MICR No. (if possible, a cancelled cheque leaf enclose with the bill). No advance/part
payment is admissible. Copy of the L.R. duly certified by the consignee must be enclosed with
bill.
ii) HSN code & Accounting Code of Services (SAC) to be mentioned on Bill/Invoice by the
contractor under GST regime.
17
16. The quotation should be uploaded online, on or before 18.10.2017,02.30 P.M.& the quotation
will be opened on the same day i.e. 18.10.2017 at 03:00 P.M. at below mentioned address:
PRASAR BHARATI
(India’s Public Service Broadcaster),
O/O ADDITIONAL DIRECTOR GENERAL (E) [WZ],
ALL INDIA RADIO AND DOORDARSHAN,
9TH FLOOR, TV PROJECT SECTION,
DOORDARSHAN KENDRA, P. B. MARG, WORLI,
MUMBAI-400 030.
17. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.
18. The quotations submitted shall remain open for acceptance for a period of 180 (One
Hundred Eighty) days) from the date of opening of the Tender. If any Tenderer/ Suppliers
withdraws his tender/Quotation before the said period or makes any modifications in the
Terms & Conditions on the Tender/Quotation which are not acceptable to the Department,
then the Government shall, without prejudice to any other right or remedy, be at the liberty to
forfeit 50% of the Earnest Money as aforesaid.
19. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle & your
TIN/GST-Tax Identification Number and the Tax circle should be definitely indicated in
your quotation in addition to GST Number.
20. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender
or all the tenders without assigning any reasons whatsoever. Further, the undersigned reserves
himself the right to increase or decrease upto 50% of the quantity of goods and services
specified in the schedule of the requirement without any change in the unit price of the order
quantities or other term conditions at the time of award of contract. All Quotations/Tenders in
which any of the prescribed conditions are not fulfilled or are incomplete in any respect are
liable to be rejected. The competent authority on behalf of Prasar Bharati reserve himself the
right of accepting the whole or any part of the Tender shall be bound to perform the same at
the rate quoted.
21. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly
prohibited and the Tender/quotation submitted by the Contractors / suppliers who resort to
canvassing will be liable to rejection.
22. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes, designation
on the drawings & associated write-ups shall be in “English/Hindi language" only. All dimensions,
units on drawings, all references to weights, measures & quantities shall be in MKS.
23. In case this is second enquiry, your Quotation in response to the first enquiry should be presumed to be
valid upto 180days from the last date mentioned in para 11 above unless we hear from you.
24. Eligibility Criteria: The tenderer should attach documentary proof i.e. work/supply order for
having successfully completed similar type of work (min. 1 order with completion certificate).
The tenders without qualification criteria will be rejected on date of opening without further
intimation.
25. FAILUREAND TERMINATION CLAUSE
Time and date of delivery shall be essence of the contract. If the Contractor / Supplier fails to
deliver the stores/execute SITC/SETC, or any installment thereof within the period fixed for
such delivery in the schedule or at anytime repudiates the contract before the expiry of such
periods, the purchaser may without prejudice to any other right or remedy, available to him to
recover demurrages for breach of the contract:-
18
(a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including
Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week
up to maximum limit of 10% of the contract value for such delay or part thereof (this is
an agreed, genuine pre-estimate of demurrages duly agreed by the parties) which the
supplier/contractor has failed to deliver thereof is accepted after expiry of the aforesaid
period, provided that the total demurrages so claimed shall not exceed 10% of the contract
price of the stores/SITC/SETC. After full period of extension (Maximum 3 months after
the normal delivery period), the contract will be automatically treated as terminated,
unless otherwise extended in writing and the Security deposit will be forfeited.
(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the
contractor/supplier, of the stores not so delivered/SITC/SETC not carried out or other of a
similar description(where stores exactly complying with the particulars are not in the
opinion of the purchaser, which shall be final, readily procurable) by serving prior notice to
the contractor/supplier without cancelling the contract in respect of the installment not yet
due for delivery or,
(c) Cancel the contract or a portion thereof by serving prior notice to the Contractor/Supplier and if so desired purchase or authorize the purchase of the stores not so delivered/ SITC / SETC not carried out, or others of a similar description (where stores not delivered/SITC/SETC not carried out, exactly complying with particulars are not in the opinion of the purchaser, which shall be final, readily procurable) at the risk and cost of the Contractor/Supplier. If the Contractor/Supplier had defaulted in the performance of the original contract, the purchaser shall have the right to ignore his tender for risk purchase even though the lowest, where the contract is terminated at the risk and cost of the firm under the provisions of this clause it shall be in the discretion of the purchaser to exercise his discretion to collect or not, the Security deposit from the firm on whom the contract is placed, at the risk and expense of the defaulted firm.
(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the contractor shall be
liable for any loss which the purchaser may sustain on that account, provided the purchase
or if there is an agreement, to purchase, such agreement is made in case of failure to deliver
the stores/Services, within 6 months from the date of such failure and in case of repudiation
of contract the Contractor/ Supplier shall not be entitled to any gain on such the entire
discretion of the purchaser to serve a notice of such purchase on the Contractor/Supplier.
(e) It may further be noted that clause (a) above provides for recovery of liquidated demurrages
on the cost of contract price of delayed supplied ( whole unit) at the rate of 0.5% per week
up to maximum limit of 10% of the contract value for such delay or part thereof.
Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying
authority on instruction as specified in the supply order, from the bill for payment of the cost
of materials /works submitted by the supplier / contractor in accordance with terms of supply
order on instruction from Purchaser regarding liquidated demurrages amount.
(f) Notwithstanding anything stated above, equipment and materials will be deemed to have
been delivered / SITC / SETC will be deemed to have been carried out only when all its
components, parts are also delivered. If certain components of stores are not delivered in
time / SITC / SETC not carried out in time, the stores / SITC / SETC will be considered
as delayed until such time all the missing parts are also delivered.
26. ARBITRATION OF CONTRACTUAL DISPUTES:
If a dispute arises out of or in connection with the contract, or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to submit that dispute
to arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint the arbitrator(s)
shall be the International Centre for Alternative dispute resolution.
The International Centre for Alternative Dispute Resolution will provide administrative
services in accordance with the ICADR Arbitration Rules, 1996.
19
a) The number of arbitrator(s) shall be one who has legal as well as Technical
Background.
b) The place of arbitration proceedings shall be Mumbai only.
27. FORCE MAJEURE:
a. If any time during the continuance of the contract the performance in while or in part
by the contractor shall be prevented or delayed by reason of any war, hostility acts of the
public enemy. Civil commotion, sabotage, fires, floods, explosions, epidemics, Quarantine
restrictions, strikes, lock-outs or acts of God (therein after restrictions refer to as events and
provided notice of happenings of any such eventuality is given by the contractor within 21 days
from the date of occurrence thereof, the purchaser shall by reason of such event, neither be
entitled to cancel this order not shall have any claim for damages against the contractor in
respect of such non-performance or delay in performance and delivery shall be resumed as
soon as practicable after such events have come to an end or ceased to exist.
b. Provided further that if the performance in whole or part or any obligation under this
order is prevented or delayed by reasons of any such event for a period exceeding 180 days, the
purchaser and the contractor shall meet to find a neutral agreement to any effect resulting the
reform or the purchaser may at his option cancel order provided also if the order is cancelled
under this clause, the purchaser shall be at liberty to take over from the contractor at order
prices all unused, un-damaged and acceptable material bought out components and stores in
course of manufacture in the possession of the supplier at the time of such cancellation or such
portion thereof as the purchaser may deem fit accepting such material, bought out components
and stores as the supplier may with the concurrence of the purchaser elect to retain.
28. GENERAL:-
All the pages of the tender document should be duly signed, stamped and serially numbered
on submission, failing which the tender may not be considered as qualified tender.
29. Tenderer are requested to enclose the Check List duly filled in as per Pro-forma attached
Annexure-D. Incomplete Check List or non-compliance may result in rejection of the
tender.
Web Site: https://tenderwizard.com/PB
[ARJUN R. VIBHUTE] Dy. Director (Engg.)
For Addl. Director General (E-WZ) Tele: 022 -2498773
e-mail:[email protected]
20
ANNEXTURE – C
PRASAR BHARATI
NIT No. : ADG(E-WZ)/TVP-Works/ENQ-E04/RRE-HPT JABALPUR/2017-18 Date: 28/09/2017
Name of the Work : Work of Replacement of 20 KW VHF Superturnstile Antenna System on 220M
RCC cum Steel Tower at Doordarshan, HPT, Katanga, Jabalpur (MP).
Name of the Contractor :……………………………………………………………………………
COMMERCIAL BID
Sl.
No.
DESCRIPTION OF STORES /WORK GST
Details
Qty./
Unit
Rate
per unit
Amount
(Rs.)
The following works are to be carried out at HPT, DD, Katanga,
Jabalpur. All the work (A, B, C, & D) is a single job.
HSN/
SAC
Code
One
Job
Work
A INTERIM ARRANGEMENT:
1 Transportation of 1 KW VHF Antenna (Approx. 28 ft long & weight
300 Kgs) along with mounting brackets and fixing accessories -1 no
from AIR & DD Godown at Malad, Mumbai to DD, HPT, Katanga,
Jabalpur , including loading and unloading.
1 Job
2 Hoisting the 1KW VHF antenna on the platform at 175 mtr height on
220 mtrs RCC cum steel tower and fixing with the Antenna Mounting
Bracket with suitable clamps .The base plate of mounting bracket to
be extended by welding it on GI plate of 1000X1000X25mm. The
Antenna to be supported at top, middle and bottom by ‘V’ shape
brackets made from 35 x 35 x 5mm GI angle with legs of main tower
(The GI Plates and clamps to be provided by the agency).
1 Job
3 Re-routing & fixing of existing (Spare) 3⅛” RF feeder cable
available at 180 mtr. height of 220M tower to 1 KW antenna with the
help of 3⅛” to 1⅝” adapter ( cable clamps & making connection at
both the ends ( Adapter will be provided by this Office).
1 Job
B STEEL TOWER WORKS AND FABRICATION OF INTERFACE
1 Removing and hauling down of existing L angle bracings from top
most portion of tower and replacing the same by providing
65x65x6mm GI L angle of 3029 mm length, these 4 nos. MS angle
bracings should be hot dip galvanized with thickness of 95 microns
and properly fixed. As per (Drawing No. KATHREIN Hardware
MTC/DD-Jabalpur/01).
1 Job
2 Fabrication, Hot dip galvanization (thickness 95 microns) & supply
of Antenna mounting interface as per manufacturers drawing attached
(Drawing No. KATHREIN Hardware MTC/DD-Jabalpur/01.The
Fabrication should be carried out very precisely with high
accuracy by the fabricator having expertise in this field.
1 Job
C TESTING & HOISTING THE NEW ANTENNA AND RF FEEDER CABLE ON 220M RCC cum STEEL
TOWER
1 Hoisting & fixing the KATHREIN make 20 KW, 8 bays / Super
turnstile VHF Antenna system, Power Splitters – 2 nos. on 220
mtrs RCC cum steel tower, including the antenna mounting
interface, as per manufacturers drawing, drainage plate (part no.
0355530) at the bottom of the lowest bay, with the help of/by
providing the suitable Derrack/Scaffolding /Extension of tower
upto requisite length by adopting Standard Engineering Practices,
after assembly & measurement of complete antenna system at
ground, in co-ordination with DD Officers/I.O. at the site.
[Antenna Make/Model No: KATHREIN, Germany, 75924052D
VHF 8 bays Super Turnstile Antenna.)
1 Job
21
2 Connecting 16 nos. of 7/8” branch feeder cable between the newly
mounted input sockets and the output sockets & main splitters,
routing the cable and fixing with cable fixers as per cable setup
drawing provided by the manufacturer. (Adequate care required to
be taken regarding bending radius, while fixing these branch
feeder cables on the radiator wings of the Antenna System/the
members of the existing tower with the help of clamps/cable ties).
1 Job
3 Hoisting the 310 mtrs 4” RF Feeder cables (2 nos.) upto 220 mtrs
approx. & fixing with the provided cable clamps at every one
meter and connecting the cables to the splitters (Antenna) at the
top and the 7 port patch panel in the transmitter hall.
The provided Grounding kit preformed copper strip – 4 nos. to be
fixed on the 2 nos. RF feeder cables and must be properly earthed
by providing: i) 2 nos. copper earthing pits (as per IS 3043- 1897) of standard
specifications,
ii) 25 x 3mm copper strip from pit to junction box and
iii) 16 sq.mm multi strand copper cable from junction box to
grounding kits, 2 nos. on bottom side of feeder cables & 2 nos. on
top side of the cables.
1 Job
4 Installation of Lightening Arrestors & Aviation Obstruction
warning Lights consisting of:-
(a) KATHREIN make Lightening Arrestor.
(b) Mounting the AOL blinker -1 no. on top of the antenna after
mounting AOL adaptor provided by manufacturer. Routing &
fixing with the power supply cable with suitable clamps on
vertical cable rack to connect the AOL with power supply point
in transmitter hall including mounting of AC Power adaptor.(As
per Katherine Drawing No: 1524840).
1 Job
5 Fabrication, supply & fixing of hot dip galvanized (thickness 95
microns) horizontal cable tray, by providing proper bends, along
with the existing horizontal cable tray, as per the requirement of
site for routing up of 4” RF feeder cable – 2 nos. – approx. 35
mtrs. length.
The horizontal cable tray will be of size 2’ (600mm) width made
from 75x75 x 6mm galvanized angle iron & (50x50x5mm)
interconnecting galvanized iron angle. Supporting legs of 5M
height made from 90 x 90 x 6mm angle as main support, 50 x 50 x
5mm interconnecting galvanized iron angle for main legs. These
main legs will be of at least 4M height uniformly from the ground
level and at the spacing of legs will be 3M. Also the Gusset Plates
to be fixed at each leg on both sides. The cable tray should be
covered by GI sheets of 20 SWG, with 25 x 25 x 5mm galvanized
angle iron supporting brackets (as per drawings attached) at
every 2M distance.
Work includes providing foundation of cement concrete in size 3’
x 1’ x 2’ with the ratio of 1:2:4. Painting of complete tray and
supporting structure with one coat of zinc chromate primer and
two coats of synthetic enamel paint of ISI Mark (Orange).
35
Rmtr
D DISMANTLING EXISTING 10 KW HARRIS ANTENNA ARRANGEMENT.
1 Dismantling the existing Harris 10 KW Antenna system including the
existing interface structure from the top of 220M RCC cum Steel
Tower & hauling down the same to the ground and stocking it
properly as per the instruction of Installation officer.
1 Job
TOTAL
Add: GST (CGST, SGST or IGST) @ ……………………………
GRAND TOTAL
22
ANNEXURE – D
NIT No. : No. ADG(E-WZ)/TVP-Works/ENQ-E04/RRE-HPT JABALPUR/2017-18 Date: 28/09/2017
Name of the Work : Work of Replacement of 20 KW VHF Superturnstile Antenna System on 220M
RCC cum Steel Tower at Doordarshan, HPT, Katanga, Jabalpur (MP).
Name of the Contractor :……………………………………………………………………………
CHECKLIST FOR ELIGIBILITY OF TENDER
Sl.No.
Checklist Point
Compliance by
Tenderer
Yes/No
Supporting
Documentary
Evidence
Yes/No
Remark
1.
Earnest Money Deposit (EMD)
Demand Draft
2.
Copy of PAN Card.
3.
Copy of TIN Card and VAT or G.S.T.
amount to be mentioned in quotation.
4.
Copy of GST Registration No. & GST Tax
amount to be mentioned separately in
quotations.
5
Eligibility Criteria, documentary proof of
having completed similar type of work
/supply.
6
All the pages of Tender submitted signed,
stamped & serially numbered
Note: GST Amount as applicable on total amount viz. On work/supply should be shown
separately in the quotations. If it is not complied, quotations must be rejected with above
reasons.
Signature of Tenderer with Seal