Вы находитесь на странице: 1из 27

e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

Page | 1

BALMER LAWRIE & CO. LTD.


CONTAINER FREIGHT STATION
[1 Sonapur Road, Kolkata-700088.
Phone No 24506816 /24506824, Fax No. 24498355
E-mail: paul.g@balmerlawrie.com]

e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

TECHNICAL / COMMERCIAL BID

Tender Document for

TENDER FOR SUPPLY-INSTALLATION-COMMISSIONING OF 1 NO. OF HI-MAST


LIGHT TOWER AT WD, 1, SONAPUR ROAD, KOLKATA- 700 088

DUE DATE & TIME

30.05.2018 BY 3.00 P.M.


e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

Page | 2

INDEX

S. NO. PARTICULARS PAGE NO.


1 Index 2
2 Notice Inviting e-Tender 3
3 Special Instructions for Participation in e-tendering 4
4 Scope of Work 7
5 Technical Specification 8
6 Safety Clause 16
7 General Terms and conditions 19
8 Declaration accepting terms & conditions by bidder 23
9 Performance Bank Guarantee 24
10 Particulars of the organization 26
11 Price Bid 27
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

NOTICE INVITING E-TENDER


M/S BALMER LAWRIE & CO. LTD. invite On line bids in Two Bid System from reputed
'Manufacturers' with sound technical and financial capabilities who had carried out similar works Page | 3
for “DESIGN SUPPLY-INSTALLATION-COMMISSIONING OF 1 NO. OF HI-MAST LIGHT
TOWER” AT WD, 1-SONAPUR ROAD, KOLKATA- 700 088”.

Tenderers are advised to download Notice Inviting Tender along with other tender documents
from the e-tendering portal https://balmerlawrie.eproc.in. The tender has to be submitted
online.

The scanned copies of other required documents in support of bidders credentials are to be
uploaded along with the tender documents through the appropriate link.

Sl. No Description Details


1 Name of Work TENDER FOR DESIGN SUPPLY-INSTALLATION-
COMMISSIONING OF 1 NO. OF HI-MAST TOWERS
AT WD, 1- SONAPUR ROAD, KOLKATA- 700 088.

2 Tender No e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT


TOWER/18-19

3 Validity Of Offer 120 days from the date of opening of the price bid
4 Completion Period 16 weeks.
5 EMD Rs.5,000.00(MSME/NSIC Reg. Vendors are
exempted subject to submission of document)
6 Downloading / Submission of Tender :
a. Starts on 19.05.2018
b. Closes on 30.05.2018 AT 15.00 HRS.
7 Opening of Tenders On or after due date and time for submission.

 LIST OF DOCUMENTS TO BE UPLOADED


The scanned copies of following documents should also be uploaded at appropriate link
in our e tendering system as part of the technical/commercial bid submission

a. Power of Attorney authorizing the person who has signed the tender to act and
sign on behalf of the company.
b. Certificate of registration/incorporation in the case of Pvt Ltd/Public Ltd
companies/certified copy of /partnership deed in the case of LPP/Partnership firm/ any
document under the relevant rules/laws if the firm is a proprietorship firm
c. Income Tax PAN number
d. GST Registration number
e. Chartered accountant’s certificate or Audited / Certified Balance sheet and Profit
and Loss account of tenderer’s company for last two years
f. Certificate from bankers about financial soundness.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

2. VERIFICATION OF DOCUMENTS
a. Tenderers or their authorized representative will be required to come to our
office POSITIVELY as intimated along with all original documents, scanned copies
of which have been submitted with the e-tender towards ascertaining their Page | 4
qualification.
b. Failure on part of the tenderer to report on specified date and time for paper
verification may result in rejection of the tender submitted by them without
further communication.
c. Tenderer should be in a position to produce all the original documents and/or
any other information on dates as intimated or as and when required by Balmer
Lawrie.
d. Incomplete Tenders are liable for rejection without any further communication
to the tenderer and decision of Balmer Lawrie in this respect will be final.
e. Any party submitting the false or forged documents may be Black Listed, EMD
could be forfeited, work could be cancelled, criminal prosecution or any other
action as deemed fit may be initiated.
f. Balmer Lawrie reserves the right to reject any or all tenders without assigning
any reasons whatsoever.

SPECIAL INSTRUCTIONS TO THE BIDDER FOR PARTICIPATING IN E-


TENDER

Tenderers are advised to download Notice Inviting Tender along with other tender
documents from the e-tendering portal https://balmerlawrie.eproc.in Interested parties
have to submit an interest free EMD of Rs.5,000/- (Rupees Five Thousand only)] by Demand
Draft/Pay Order at our above address. In case of MSMED /NSIC vendors Certificate of
MSME/ NSIC must be submitted in hard copy for considering their exemption from EMD
MSME/ NSIC vendor are required to declare UAM number on CPPP (Central Public
Procurement Portal) failing which such bidder will not be able to enjoy benefits as per PP
Policy for MSME’s order 2012. The DD/PO/BG for EMD should be drawn in favour of
BALMER LAWRIE & CO LTD on any Scheduled Bank, payable at Kolkata. Copy of the
instruments (DD/PO/BG) evidencing payment of EMD should be scanned & uploaded before
bidding. The physical original instruments/drafts should reach our above address prior to
due date and time. In case the Bidders intend to submit any additional supporting
documents, the same can be submitted in physical form at our above address. Documents
of only those bidders shall be entertained who are bidding on-line. UNDER NO
CIRCUMSTANCES PRICE BID SHALL BE SUBMITTED IN PHYSICAL FORM.

Balmer Lawrie & Co. Ltd. has developed a secured and user friendly system which enables
Vendors/ Bidders to Search, View, Download tenders directly and also, enables them to
participate & submit Online Bids on the e-tendering site https://balmerlawrie.eproc.in in a
secure and transparent manner which maintains confidentially and security throughout the
tender evaluation process.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

1. Procedure to submit On-line Bids


For this purpose, Vendors/Bidders are advised to read the instructions available in the
homepage of the portal https://balmerlawrie.eproc.in where detailed procedure for
submission of bids is available under the option / link “Bidding Manual”.

1.1 Registration with e-procurement platform Page | 5


For registration and online bid submission bidders may contact HELP DESK of C1India Pvt.,
Ltd. details of which are available at our web-site mentioned above or they can register
themselves online by logging in to the website through https://balmerlawrie.eproc.in

Bidder may contact the following resource persons for any assistance required in this
regard.

1.2 Digital Certificate authentication


The bidder shall authenticate the bid with his Digital Certificate for submitting the bid
electronically on e-procurement platform and the bids not authenticated by digital
certificate of the bidder will not be accepted on the e-procurement platform.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

All the bidders who do not have digital certificates need to obtain Digital Certificate.
They may contact help desk of C1 India Pvt. Ltd.

 Special Note
 Bids can only be submitted before the last date and time of submission as per the date Page | 6
and time mentioned in the e-tender. Resubmission (if required) of bid should be
completed within the stipulated date and time. The system time (IST) that will be
displayed on e-tendering web page shall be the time and no other time shall be taken
into cognizance.
 Bidders are advised in their own interest to ensure that bids are uploaded and submitted
successfully in e-tendering system well before the closing date and time of bid.
 No bids will be accepted physically or by post.
 Balmer Lawrie does not take any responsibility in case bidder fails to upload the
documents within specified time of tender submission.
 Balmer Lawrie will not be responsible for any delay under any circumstances for non-
receipt of any documents sent by post as part of response to the tender. Bidders are
requested to provide correct “e-Mail address” and “Mobile No.” for receiving updates
related to e-tender from time to time.
 The bidder has to keep track of any changes by viewing the Addendum/Corrigendum
issued by the Tender Inviting Authority on time-to-time basis in the e-Procurement
platform. The Company calling for tenders shall not be responsible for any
claims/problems arising out of this.

 Filling of Tender Documents


3.1 The tenderers are requested to carefully study all the tender documents and
tender conditions before quoting their rates.
3.2 The tender must be strictly in accordance with the terms and conditions and
specifications laid out in the tender.
3.3 Any terms and conditions given by the tenderer on his own in their offers will
not be binding on Balmer Lawrie.
3.4 The sole proprietor or authorised representative shall sign all documents that
needs to be uploaded. When the person signing the documents is not the sole
proprietor / authorised representative of the company, the Power of Attorney
authorizing such person to act and sign on behalf of the company must be
scanned and uploaded and produced later on for verification by Balmer Lawrie.
.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

SCOPE OF WORK
The Scope of work of this tender consists of Design, Supply, Installation &
Commissioning of 30 Meters High Mast Lighting Towers on Turn Key basis including
necessary civil work required for installation, all mechanical/electrical/ hydraulic Page | 7
accessories, providing all material, equipment, plant & machinery, labour, transport, tools
and tackles, required services etc for the work, as described in conditions of contract,
technical specifications, Price schedule and elsewhere in this tender.

LED flood light to be used for High Mast Light Tower. The LED should have minimum
lumen level of 20 lux in the ground and upto a distance of 50 Mtrs from centre of High
Mast. Beam angle of Luminaries/lamps positioning must be suitable to cover illumination
in ground as well as stored containers in the yard upto 16 Mtrs high.
SUPPLY DETAILS
 Supply of 30 M High Mast Lighting Tower system with its accessories. Mast shaft
shall be in three sections, suitable for wind velocity of 50 M/s(i.e 180km/Hr) . It shall
also include accessories for high mast including head frame,Luminaries carriage
arrangement suitable for 12 nos. luminaires 'symmetrically and its control gear
boxes and lightning finial. The mast shall have an integral powertool installed inside
the base compartment for its operation. = 1 no.
 Supply of Accessories required such as double drum winch, 6mm dia SS wire rope,
trailing cable, connector, integral power tool motor, manual handle, junction box etc.
= 1 no.
 Supply of foundation bolts manufactured from special steel along with nuts, washers,
anchor plates and templates= 1 lot.
 Supply of single dome LED aviation obstruction lights .= 1 no.
 Supply of control panel housing 63 A TPN MCB incomer, single dial timer, 45A
contactor circuit for the automatic control of luminaries, power tool control with 2
nos. 9A contactors and raise lower push button, incoming 35 sq.mm and outgoing 16
and 2.5 sq.mm terminals.= 1 set.
 Supply of 400 W LED or higher flood light luminaires with suitable clamps for the
above High Mast Tower.= 12 Nos.
FOUNDATION & ERECTION Comprising of following :-
 Construction of suitable shallow foundation for 30m HM , considering safe soil
bearing capacity at site 10T/Sq.mt at 2mtrs depth. The job includes all civil &
allied works like excavation, preparation of base, removal of excavated materials
etc.= 1 No.
 Erection, Testing and Commissioning of the High Mast Tower with supplied
accessories.= 1 No.
 Erection of the above panel on suitable foundation including all materials and
labour.= 1 No.
 GI pipe earthing with 40mm dia and 2.5 m long pipe.The connections to be made
with 25X5 mm2 GI strip= 2 Nos
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

TECHNICAL SPECIFICATION

1.00 SCOPE:

The scope of this specification covers the manufacture, transport, installation, testing and Page | 8
commissioning of the complete lighting system, using Raising and Lowering type of High
Mast Towers, including the Civil Foundation Works. The owner will only provide the
supply point and the feeder cable of the required size, up to the bottom of the high mast.
However, all items required for the safe and efficient operation and maintenance of the
lighting system, including the high mast, whether explicitly stated in the following pages
or not, shall be included by the Contractor.

1.01 Scope of supply


1.01.01 Lighting Mast of 30M height with all accessories & fittings: 1(One)No. of
Lighting mast of 30M height (minimum) suitable for wind velocity 50M/s or
180 Km/hr shall comprise of but not limited to the following:
a) Lantern Carriage: 1 No.
b) Raising and lowering mechanism with power Tool & Stainless Steel Wire
Ropes: 1 Set
c) Lightening arrester: 1 No.
d) Aviation obstruction light: 1 No.
e) Luminaries-1X 400 LED: 12 Nos.
f) Feeder Pillar Box with all switchgears: 1 No.
g) Double-Earthing system.
h) Trailing cable (Mast base to DB at lantern carriage, 1 TPN circuits)
i) Incoming power cables (separate for lighting & motor from feeder pillar box to
Mast base.
j) All Fittings, supports, brackets, anchors, clamps, JB’s etc. as required for
successful execution of the job
k) All materials required for Civil job, E&C of Lighting Masts etc.

1.01.02 Data- sheet, Drawings, Instruction manual, Test reports and Technical leaflets
on each piece of equipment/device.

1.01.03 List of recommended spares for double drum winch and other equipment/
devices, special tools-tackles, if any.

2.02 Scope of services


a) Services of all skilled/ unskilled/ supervisory workforce, erection tools-tackles,
testing equipment, implements, supplies, consumables, hardware etc. as required
for complete Installation, Civil foundation, Storage , Handling , Erection, Testing
,Commissioning and putting into successful commercial operation of the High
Mast Illumination System and efficient execution of the job.
b) Receiving, Loading, Unloading and Transportation of all materials to work site.
c) Unpacking, inspection, preparation & submission of short supplied/damage items.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

d) Arranging to repair/ replacement of damaged items and /or re-order of short


supply item, if any.
e) Earth excavation, structure fabrication, civil/concrete foundation, cable laying etc.
f) Assembly of loose accessories, complete erection of high-mast, fixing of
luminaries, connection of cables & wirings with glands/ sockets/ tags/ marking
ferrules, earthing of equipment/ fitting/ structure etc. Page | 9

3.00 APPLICABLE STANDARDS:

The following shall be the Reference Standards for the loading of the High mast:

Code No. Title

a). I.S.875 (Part III) 1987. Code and practice for design loads for Structures.
b). BSEN 10025. Grades of MS. Plates.
c). BS.ISO 1461. Galvanising.
e). TR. No.7 2000 of ILE, UK. Specification for Mast and foundation.

4.00 Design criteria


4.01 The lighting mast shall be of continuously tappered polygonal cross section hot dip
galvanized fabricated from special steel confirming to IS. The mast shall be of height 30
meter (minimum) with lantern carriage to enable raising and lowering for ease of
maintenance, including the dead frame, double drum winch, continuous stainless steel
wire rope, In built power supply tool, luminaries, suitable aviation warning light,
lightning protection electrode, Necessary cables and wiring accessories etc as required to
complete the work in totally.

4.02 The mast shall be delivered only in three sections and shall be joined together by slip
stress fit method at site. No site welding or bolting joints shall be done on the mast. The
minimum over lap distance shall be 1. 5 times the diameter at penetration.

4.03 Lantern carriage shall be fabricated suitably and hot dip galvanized for fixing and
holding flood light fixtures and their control gear boxes, Lantern carriage shall be
provided with 12 nos. of 1x 400 W flood light LED.

4.04 Junction box shall be weather proof conforming to IP:55 protection class or higher
made of cast aluminum and mounted on the carriage to facilitate interconnection of light
luminaries.

5.00 Specific Requirements – Supply

5.01 Details of High Mast System :

a) Height of mast : 30 Mtr.


b) No. of Sections : Three sections
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

c) Material construction : S 355 grade as per BS-EN10 025 or equivalent.


d) Base dia. and top diameter (A/F) : Top dia 150 mm(mini) & Bottom
dia: 610 mm (mini)
e) Plate Thickness : Top : 4 mm, Middle : 4 mm,
Page | 10
Bottom : 6 mm or higher thickness.
f) Type of joints. : Stress fit at site
g) Length of overlap : Top : 600 mm, Bottom : 800 mm (min)
h) Provision for cable termination : MCB Isolator
i) Diameter of base plate : 840 mm (min)
j) Thickness of base plate : 30 mm(min)
k) Lightning protection finial : G.I single spike of length 1200 mm (min)
l) Size of Opening & door at base : 1200mm X 250 mm(min)
m) Lighting protection finial : G.I single spike of length 1200 mm
n) PCD of foundation bolts : 700 mm(min)
5.02 Details of Trailing Cable
a) Conductor : Copper, 5 core, 4 sq mm
b) Insulation : EPR insulated PCP sheathed
c) No. of circuits per mast: One
5.03 Details of Winch / Power Tool
a) Type / SWL of winch : Double drum, SWL 750 Kg
b) Method of operation : Motorized
c) Motor capacity : 1.5 HP(min)
d) Torque limitor : With mechanical tripping facility
5.04 Details of Stainless Steel Wire Rope
a) Grade / construction : AISI 316, 7/19 construction
b) Number of ropes : Two continuous
c) Diameter (mm) : 6 mm(min)
d) Braking load capacity : 2250 kg x 2(min)
5.05 Luminaires Carriage
a) Construction : 6 Arm, Welded, 2 sections
d) Load carrying capacity : 12 Luminaries
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

6. HIGHMAST:

6.01 Structure:
The Highmast shall be of continuously tapered, polygonal cross section, at least 20 sided,
presenting a good and pleasing appearance and shall be based on proven In-Tension Page | 11
design conforming to the standards referred to above, to give an assured performance, and
reliable service. The structure shall be suitable for wind loadings as per IS 875 part3 1987.

6.02 Construction:
The mast shall be manufactured using special steel plates, conforming to BS-EN10-025
and shall be delivered in multiple sections of effective length 10 metres. Thus a 30M mast
shall be delivered in three sections respectively to site. Each section shall be fabricated
out of single plate duly folded and welded. There shall be only one longitudinal seam
weld per section. Sections with more than one weld, circumferential or longitudinal, shall
not be accepted. At site the sections shall be joined together by slip-stressed-fit method.
No site welding or bolted joint shall be done on the mast. The minimum over lap distance
shall be 1.5 times the diameter at penetration. The minimum top diameter shall be 150
mm. Bottom diameter and plate thickness shall be as per the structural requirements.
Detailed design calculation of the mast shall be submitted for verification. Manufacturer
of the mast must have conducted Wind Tunnel testing on their mast sample. Parameters
considered for design shall be taken from the Wind Tunnel tesing. Wind Tunnel test
report shall be submitted along with offer.

The mast shall be provided with fully penetrated flange, which shall be free from any
lamination or incursion. The welded connection of the base flange shall be fully
developed to the strength of the entire section. The base flange shall be provided with
supplementary gussets between the bolt-holes to ensure elimination of helical stress
concentration. For the environmental protection of the mast, the entire fabricated mast
shall be hot dip galvanised, internally and externally, having a uniform average thickness
of 85 microns for plates with more than 5 mm thickness and 70 microns for 5 mm or less.
Galvanising shall be done in single dipping method for better adhesion and life.

6.02.1 Door Opening :


An adequate door opening shall be provided at the base of the mast and the opening shall
be such that it permits clear access to equipment like winches, cables, plug and socket,
etc. and also facilitate easy removal of the winch. The door opening shall be complete
with a close fitting, vandal resistant, weatherproof door, provided with a heavy-duty
double internal lock with special paddle key. The door opening shall be carefully
designed and reinforced with welded steel section, so that the mast section at the base
shall be unaffected and undue buckling of the cut portion is prevented. Size of door
opening shall not be more than 1200 x 250 mm to avoid buckling of the mast section
under heavy wind conditions.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

6.03 Dynamic Loading for the Mast:


The mast structure shall be suitable to sustain an assumed maximum reaction arising from
a wind speed as per IS 875 (three second gust), and shall be measured at a height of 10
metres above ground level. The design life of the mast shall be 25 years.
Page | 12
6.04 Lantern Carriage:

6.04.1 Fabrication:

A fabricated Lantern Carriage shall be provided for fixing and holding the flood light
fittings and control gearboxes. The Lantern Carriage shall be of special design and shall
be of steel tube construction, the tubes acting as conduits for wires, with holes fully
protected by grommets. The Lantern Carriage shall be so designed and fabricated to hold
the required number of flood light fittings and the control gearboxes, and also have a
perfect self-balance. The Lantern Carriage shall be fabricated in two halves and joined by
bolted flanges with stainless steel bolts and nyloc type stainless steel nuts to enable easy
installation or removal from the erected mast. The inner lining of the carriage shall be
provided with protective PVC arrangement, so that no damage is caused to the surface of
the mast during the raising and lowering operation of the carriage. The entire Lantern
Carriage shall be hot dip galvanised after fabrication.

6.04.2 Junction Box.

Weather proof junction box, made of Cast Aluminum shall be provided on the Carriage
Assembly as required, from which the inter-connections to the designed number of the
flood light luminaries and associated control gears fixed on the carriage, shall be made.

6.05 Raising and lowering mechanism:

For the installation and maintenance of the luminaries and lamps, it will be necessary to
lower and raise the Lantern Carriage Assembly. To enable this, a suitable Winch
Arrangement shall be provided, with the winch fixed at the base of the mast and the
specially designed head frame assembly at the top.

6.05.1 WINCH:

The winch shall be of completely self sustaining type, without the need for brake shoe,
springs or clutches. Each driving spindle of the winch shall be positively locked when not
in use, gravity activated PAWLS. The capacity, operating speed, safe working load,
recommended lubrication and serial number of the winch shall be clearly marked on each
winch.

The gear ratio of the winch shall be 53 : 1. However, the minimum-working load shall be
not less than 750 kg. The winch shall be self-lubricating type by means of an oil bath and
the oil shall be readily available grades of reputed producers.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay, with
no chances of rope slippage. The rope termination in the winch shall be such that
distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum
even when the lantern carriage is fully lowered and rested on the rest pads. It should be
possible to operate the winch manually by a suitable handle or by an integral power tool.
It shall be possible to remove the double drum after dismantling, through the door Page | 13
opening provided at the base of the mast. A test certificate shall be furnished by the
Contractor from the original equipment manufacturer, for each winch in support of the
maximum load operated by the winch.

The winch shall be type tested in presence of Institutions like IIT and the type test report
shall be submitted along with offer.

6.05.2 Head Frame:

The head frame which is to be designed as a capping unit of the mast, shall be of welded
steel construction, galvanised both internally and externally after assembly. The top
pulley shall be of appropriate diameter, large enough to accommodate the stainless steel
wire ropes and the multi-core electric cable. The pulley block shall be made of non-
corrodable material, and shall be of die cast Aluminium Alloy (LM-6). Pulley made of
synthetic materials such as Plastic or PVC are not acceptable. Self-lubricating bearings
and stainless steel shaft shall be provided to facilitate smooth and maintenance free
operation for a long period. The pulley assembly shall be fully protected by a canopy
galvanised internally and externally.

Close fitting guides and sleeves shall be provided to ensure that the ropes and cables do
not dislodged from their respective positions in the grooves. The head frame shall be
provided with guides and stops with PVC buffer for docking the lantern carriage.

6.05.3 Stainless Steel Wire Ropes :

The suspension system shall essentially be without any intermediate joint and shall
consist of only non-corrodible stainless steel of AISI 316 grade.

The stainless steel wire ropes shall be of 7/19 construction, the central core being of the
same material. The overall diameter of the rope shall not be less than 6 mm. The
breaking load of each rope shall not be less than 2350 kg. giving a factor of safety of over
5 for the system at full load as per the TR-7 referred to in the beginning of this
specification . The end constructions of ropes to the winch drum shall be fitted with
talurit. The thimbles shall be secured on ropes by compression splices. Two continuous
lengths of stainless steel wire ropes shall be used in the system and no intermediate joints
are acceptable in view of the required safety. No intermediate joints/terminations, either
bolted or else, shall be provided on the wire ropes between winch and lantern carriage.

6.06 Electrical System, Cable and Cable Connections :

A suitable terminal box shall be provided as part of the contract at the base compartment
of the high mast for terminating the incoming cable. The electrical connections from the
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

bottom to the top shall be made by special trailing cable. The cable shall be EPR insulated
and PCP sheathed to get flexibility and endurance. Size of the cable shall be minimum 5
core 2.5 sq mm copper. The cable shall be of reputed make. At the top there shall be
weatherproof junction box to terminate the trailing cable. Connections from the top
junction box to the individual luminaries shall be made by using 3 core 1.5 sq. mm
flexible PVC cables of reputed make. Page | 14
Also, suitable provision shall be made at the base compartment of the mast to facilitate
the operation of internally mounted, electrically operated power tool for raising and
lowering of the lantern carriage assembly. The trailing cables of the lantern carriage rings
shall be terminated by means of specially designed, metal clad, multipin plug and socket
provided in the base compartment to enable easy disconnection when required.

6.07 Power Tool for the Winch:

A suitable, high-powered, electrically driven, internally mounted power tool, with manual
over ride shall be supplied for the raising and lowering of the lantern carriage for
maintenance purposes. The speed of the power tool shall be to suit the system. The power
tool shall be single speed, provided with a motor of the required rating. The power tool
shall be supplied complete with suitable control. The capacity and speed of the electric
motor used in the power tool shall be suitable for the lifting of the design load installed on
the lantern carriage.

The power tool mounting shall be so designed that it will be not only self-supporting but
also aligns the power tool perfectly with respect to the winch spindle during the
operations. Also, a handle for the manual operation of the winches in case of problems
with the electrically operated tool shall be provided and shall incorporate a torque-
limiting device. The power tool operation shall always be through a separate torque-
limiting device to protect the wire ropes from over stretching. It shall be mechanical with
suitable load adjusting device. The torque limiter shall trip the load when it exceeds the
adjusted limits. There shall be suitable provision for warning the operator once the load is
tripped off. The torque limiter is a requirement as per the relevant standards in view of the
over all safety of the system. Each mast shall have its own power tool motor.

6.08 Lightning Finial

One number heavy duty hot dip galvanised lighting finial shall be provided for each mast.
The lightning finial shall be minimum 1.2 M in length and shall be provided at the centre
of the head frame. It shall be bolted solidly to the head frame to get a direct conducting
path to the earth through the mast. The lightning finial shall not be provided on the
lantern carriage under any circumstances in view of safety of the system.

6.09 Aviation Obstruction Lights:

Suitable Aviation Obstruction Lights of reliable design and reputed manufacturer shall be
provided on top of each mast.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

6.10 Earthing Terminals:


Suitable earth terminal using 12 mm diameter stainless steel bolts shall be provided at a
convenient location on the base of the Mast, for lightning and electrical earthing of the
mast.

6.11 Feeder Pillar Page | 15


Each mast shall be provided with a feeder pillar fabricated out of 14 SWG CRCA sheet
and finished with two coats of red oxide primer and gray enamel paint of shade 631 of
IS-5. The feeder pillar shall comprise of incoming 32 amp TPN MCB, Copper wiring,
outgoing terminals and contactors for reversing the motor.

6.12 Incoming Power Cable

A cable of size 4 x 10 sq.mm Aluminum conductor, Armoured cable for power supply
and 4 x 1.5 sq.mm Copper conductor Armoured cable for motor supply shall be provided
from feeder pillar to the base compartment of the High Mast. Cable shall be taken to the
base compartment of the High Mast through the provision made in the foundation.
Power cable of suitable size up to the feeder pillar from supply point shall be provided by
purchaser.

7.00 LED LUMINAIRES

 LED shall be of make : CREE/Osram/Nischia/Lumiled. The luminaries shall be tested


as per Indian standards and test reports shall be submitted along with the materials.
The luminaries must be suitable for installation on high masts.
 LED LUMINARIES: 12 Nos.
 Optical Lens : Polycarbonate high performance type.
 Ingress Protection : IP66 and hardware of SS.
 Driver details : Input Voltage range 120-270V, 50Hz with Overvoltage and Short
circuit protection features.
 Warranty for LED : 5 Years from date of installation-Commissioning.

8.00 EARTHING

Hi-Mast Lighting Tower shall be provided with Lightning & Earthing protection through
2(nos.) earth pit , comprising of an Earthing electrode of size 50mm dia, 3 meters Long
G.I Pipe with bricks enclosures and cover - 2Nos. (As per relevant IS). Laying and
termination of 2 Nos. x 35mm X 6mm G.I strips for interconnection of earthing stud at
Mast & Feeder pillar box to earth electrode at earth pit. All metal work including
luminaries, control gear units and luminaries carriage shall be bonded to the earth core of
the luminaries supply cable. The earth continuity from luminaries carriage shall be via a
single core of the multi-core cable
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

Safety Clause
A. a) The contractor and his workers must strictly take all safety precautions and shall
supply to his workers dependable safety appliances like hand gloves, safety boots,
safety belt, safety helmets, duster cloth, dust mask/nostril filter etc. In addition to
this, contractor shall also provide additional safety appliances as per requirement Page | 16
and follow safe working practices like using fully insulated electrode holders etc.
He shall also ensure that his workmen intelligently use only dependable safety
appliances supplied to them.
b) The contractor shall take adequate safety precaution to prevent accidents at site.
The contractor shall also ensure that his employees observe the statutory safety
rules and regulations and also those laid down by the employer from time to time
and promptly submit report of accident and state the measures taken by him to
prevent their recurrence and also keep the employer indemnified of all claims
arising out of such accidents.
c) No Workmen shall be engaged on the work without proper safety induction and
without using required PPE. Use of safety helmet and shoe is must excepting in
painting works where shoe will not be used.
d) All workmen employed within Balmer Lawrie site should be in sound and
intoxicated health condition. Balmer Lawrie may ask for a health certificate of any
workmen employed by Contractor at site anytime before/during/after execution of
job at site.

List of safety violations and penalty clause for the same

B. The list of safety violations have been classified in the following categories :
Category Details of Violation
Minor Annexure-1
Subsequent-Minor Annesure-1
Major Annexure-2
Subsequent-Major Annexure-2
Fatal / Permanent disability High risk violations / Lapses leading to
Fatality / Permanent disability
1. The safety standards & rules are to be strictly adhered to. Any non adherence
to the Safety stipulations will be termed as violation.
2. Annexure – 1 & 2 are enclosed herewith.
3. Some of the common violations as given in Annexure-1 and Annexure-2 are
illustrative and non exhaustive. However, BL executive may identify job
specific instructions on case to case basis and non adherence to such
instructions will be treated as violation.
4. Decision of BL for any fine/penalty shall be final and binding to the
Contractor in this regard.
C. The penal actions for different types of violations will be as under :
Category Description of violation Penalty per violation
Minor As listed in Annexure-1 Rs.500/-
Subsequent-Minor As listed in Annexure-1 Rs.1000/-
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

Major As listed in Annexure-2 Rs.5000/-


Subsequent-Major As listed in Annexure-2 Rs.10,000/-

Fatal / Permanent High risk *Rs.1,00,000/- or 10% of contract


disability violations / value whichever is lower.
Lapses Page | 17
leading to ** Enquiry to be conducted & further
Fatality / action to be taken as per
Permanent recommendations of the Committee
disability

MODE OF DEDUCTION OF PENALTY


1. In case of Minor violation and every subsequent violation a sum of Rs.500/-
and Rs.1000/- respectively (Limited to 10% of contract value) will be
deducted from the bill of the contractor as penalty on the direction of
Executing Authority to the Finance Deptt for deduction from the bill/Security
Deposit of the contractor & Safety Officer/Unit HR Head will be intimated.
2. In case of major violation a sum of Rs.5000/- for 1st violation & Rs.10,000/-
for every subsequent violation (Limited to 10% of contract value) will be
imposed by Executing Authority to the within 3 days of violation and direct
Finance Deptt for deduction from the bill/Security Deposit of the contractor
accordingly & Safety Officer/ Unit HR Head will be intimated.
3. In case of violation leading to fatality / permanent disability, the Unit Head
will impose fine of Rs.1,00,000/2,00,000 (Depending on the case) or 10% of
the contract value whichever is lower on the contractor. To be imposed upon
recommendation of Safety Committee and direct to Finance Deptt for
deduction from the bill/Security Deposit of the contractor accordingly

ANNEXURE - 1

MINOR VIOLATIONS

1. Unauthorized entry in hazardous location.


2. Proper ladder/steps not provided for Ascending/descending
3. Shuttering not done (below 2 mtr. Level) of excavation
4. Over handing burden in pit not removed in excavation
5. Power cable clamed with G.I. wires to post/pillar
6. Power cable tied on reinforce rod/structure without proper insulation
7. Loose connection taken from board without board plug
8. Fitness certificate of cranes/hydramac/heavy vehicles not available
9. Rolling/lifting of cylinder/dragging on the ground (without cage);
10. Crane rope condition not ok
11. Rope of crane not clamped properly
12. Not wearing safety helmet/ Reflector jacket at site
13. Working in slippers/barefoot
14. Hand gloves not used
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

15. Gas cutting without goggle


16. Welding with non-standard holder
17. Welding machine earthing (double body earthing) not done;
18. Welder/ Gas cutter must wear cotton/ leather clothing. No nylon/synthetic dress
allowed.
19. LPG Cylinder date expiry/over Page | 18
20. Gas hose pipe clamping done by wires;
21. Loading/unloading of cylinder-cushion not given
22. Condition of hose pipe not good
23. Working with leaking cylinder
24. Using non power cable instead of welding cable
25. Not putting road block/ red flags /stopper
26. Working without work permit/shut down;
27. Taking shelter behind Electrical panel
28. Not having proper gate passes /other area passes
29. Use of damaged slings/tools/ropes
30. Hand grinders/mixer machines without guard
31. No indicator light/brake light on vehicles;
32. Truck side pane/broken not ok
33. Dropping/Spillage of material on the road
34. Over speeding )violation of speed limits)
35. No indicator light/brake light on vehicles.
36. Talking with cell-phone while driving;
37. Truck carrying powdery material without Tarpaulin;
38. Stock protruding out of the truck body; ;

ANNEXURE – 2

MAJOR VIOLATIONS

1. Using bamboo/or other non standard material for scaffolding.


2. “Permit to work” not obtained for Hazardous jobs.
3. Scaffolding planks not tied properly
4. Throwing/dropping of material from height;
5. Working at Height without Height pass
6. Non Use of Full Body Harness for work at Height (Roof sheet changing, Painting,
Maintenance jobs etc)
7. Absence of supervisor at work in Hazardous Area, Confined space & Height
working
8. Unguarded floor opening/ barricading excavation pits.
9. No top cover in power distribution board.
10. Railings not provided on working platforms
11. Non anchorage of life line (Lanyard)
12. Welding screen/Face shield, welder gloves not used;
13. Dismantling of structure without authorized plan
14. Driving vehicles without valid driving licence;
15. Driving in intoxicated condition
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

GENERAL TERMS AND CONDITIONS


1) Pre-Qualification Criteria

a) Payment of Interest Free EMD of Rs. [5,000/-]/. However, MSME/NSIC bidders


are exempted from submission of EMD. Page | 19

b) Test reports of the Mast along with Wind Tunnel Test Report from Govt.
approved laboratory/ Reputed Institutions shall have to be submitted along with
the bids.

c) The bidders shall also have enough experience in supply and installation of high
masts in the country and must have installed minimum of 50 similar masts till
date. Proof of experience must be submitted along with techno-commercial
bids.
d) Bidder should have valid GST Registration No.

e) A self-certification to be given by bidder for following :-


i. The offered Mast design shall be an approved one from Govt. approved
authorities/ Institutions.
ii. The contractors shall have own quality systems conforming to ISO 9001
for carrying out the job. High mast manufacturing unit shall be ISO 14001
certified.
iii. The High Mast manufacturing plant and galvanizing unit shall have ISO
18001 certification.
iv. For the concerned manufacturer, the major accessories of mast (head
frame, lantern carriage, winch etc.) shall be of same make as that of high
mast shaft.
v. The bidder shall have their own design cell to carry out computerised
lighting designs for out door areas. They shall have in-house facilities for
testing of photometry of luminaries for various applications, as per
international standards. The laboratory shall also be equipped to test all
electrical and mechanical parameters of luminaries
f) The Bidder should not be currently blacklisted by any Govt. Department/PSE/
Institution in India or abroad and a self-certification to be given.

Balmer Lawrie may check the authenticity of the credentials provided by the party and
may seek references from the customers who have been serviced by the bidder. In the
event of an adverse report being received or the credentials provided proves to be false,
the tender is liable to be rejected. The party may be blacklisted forever by Balmer Lawrie
in such a situation. Tender Bids not meeting of the above pre-qualification criteria
and Technical Specifications shall not be opened.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

2.0 SITE VISIT


Visiting the site for conducting “The Illumination Survey” is advisable .Or
otherwise also bidders are advised to visit the site to know its surroundings and
obtain all information that may be necessary for preparing the Tender ,for
execution of the work.
Page | 20
3.00 TIME OF COMPLETION

The entire work has to be completed within 16 weeks from the date of awarding
the job. Delivery of materials at site shall be completed by 10 weeks and
construction/execution of work at site shall be completed within 4 weeks of
handing over the site. The period of construction given includes the time required
for mobilisation testing, rectification, if any, retesting and completing in all
respects to the entire satisfaction of Engineer-In-Charge.

The contractor shall strictly adhere to the time schedule of the contract and deploy
adequate personnel and construction tools and tackle for the works.

4.0 TERMS OF PAYMENT

FOR SUPPLY

4.01 70% shall be paid on receipt of entire materials required for the tower including
LEDs at sight .

4.02 20% shall be paid after installation & commissioning is complete .

All payments shall be subject to deduction of any dues deductible within the
provisions of this contract and as per Section 194-C of Income Tax Act, or any other Law,
Rules or Regulations for the time being in force along with the recovery towards the
adjustment of secured advance, if any.

FOR INSTALLATION
4.03 90% on completion of Installation & Commissioning of the High Mast Tower.

4.04 RETENTION MONEY


Balance 10% of quoted rate for all items (both supply & installation) will be withheld as
"Retention Money" and will be released after completion and acceptance of work on
submission of Performance Bank Guarantee(PBG) equivalent to 10% of completed work
value for Defect liability and performance maintenance period, which shall be twelve
months (12) from the date of issuance of completion certificate by the Engineer-In-
Charge. The format for submission of PBG is enclosed.
4.05 On satisfactory performance of all the obligations of the Contract including
completion of work in all respects, carrying out the obligations of Contractor
during Defect Liability Period, Retention Money shall be released by BL subject
to recoveries, deductions and retentions there from as per provisions of the
Contract.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

5.00 REDUCTION IN PRICE FOR DELAYED COMPLETION

(i) In the case of delay in completion of the total job due to contractor's fault, LD shall
be applicable and deduction @ 0.5% of the contract value for every week of delay or
part thereof subject to a maximum of 5% of the total Contract value shall be affected. Page | 21

DELAY BEYOND REASONABLE TIME PERIOD


(ii) Notwithstanding what is stated in Clause above, the Owner shall have the right to
employ any other agency to complete the remaining work at the risk and cost of
the Contractor, in the event of his failing to complete the work within the stipu-
lated time.

6.00 PERIOD OF LIABILITY/WARRANTY/GUARANTEE

(i) The Contractor shall guarantee the entire Work for a period of Twelve (12)
months from the date of issue of completion certificate, towards any defect that
may arise or lie undiscovered at the time of issue of completion certificate,
connected in any way with the Equipment or components supplied by them or in
the workmanship shall be rectified or replaced by the Contractor free of any
charges. In case of failure by the contractor to rectify the faults, as may be
intimated to them, within 2 weeks , the Engineer-In-Charge may cause the same to
be made good by other workmen and deduct expenses (of which the certificate of
Engineer-In-Charge shall be final) from any sums that might have been held by
BL.
7.00 SUBMITTALS:

7.01 Yard layout showing position of proposed Hi-Mast Tower based on actual survey
of the premises in conjunction with the existing lighting towers (already installed)
and indicating illumination level (in Lux) of the entire proposed yard area
after installation of the said Tower.
7.02 Data sheets of Winch & its Power Tool , Stainless Steel wire rope and Control
Panels etc.

7.03 Working drawings for the installation of the High Mast Tower, including
foundation details shall be submitted and approval to be sought from the
Engineer-In-charge before start of work.

7.04 Upon completion of the installation, as-built drawings for the entire system shall
be prepared and submitted along with a set of Operating Manual for the
systems.

8.00 INSTALLATION & COMMISSIONING.

The installation, testing and commissioning of the Tower shall be carried out by
your competent engineers/technicians at the site. During
installation/commissioning, your engineers/ technicians shall impart necessary
training to our personnel in operating and servicing the equipment. No additional
charges shall be paid by us for the same.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

9.00 INSPECTION

We reserve the right to inspect the Equipment at your works ourselves or through
a third party nominated by us. You will provide all assistance to our inspectors in
carrying out such inspection at your works free of any charges. Company may also Page | 22
opt for inspecting the bidder’s manufacturing facility to check the infrastructure
during the evaluation of the bid.

10.00 PACKING, FORWARDING ,TRANSPORTATION & INSURANCE

The bidders shall quote separately, as per item-3 in Price Bid format, the cost of
proper packing of the equipment/ materials so that it can withstand the transit and
handling hassles, transportation up to our site, transit insurance etc. During
unloading of material at our site, necessary handling equipment may be provided
by us. However, it will be vendor’s responsibility to get the unloading safely and
under their supervision.

11.00 GST/TAXES , HSN/SAC Code.

Basic Price to be quoted in the Price Bid . Applicable GST & Octroi , if any, shall be paid
by us extra as per prevailing rates. However, vendors are required to mention HSN/SAC
Code for their quoted items in a letter addressed to us and must be submitted physically
along with EMD or MSME/NSIC Certificate within due date & time of online
submission of the tender.

12.00 GENERAL SAFETY, SECURITY & OTHER REGULATIONS

12.01 The contractor will be responsible for ensuring proper conduct & behaviour of the
personnel deployed by them so as to maintain the laid down safety and security
rules & regulations of Govt./Statutory bodies for such work . Workers to be
engaged shall comply with & use all safety PPE including Helmets etc during
execution of the job at site. The contractor shall allow only those workers who
have the authorised gate entry permits and will ensure that they compulsorily use
proper safety equipments. The selected contractor shall comply with the
provisions of the required Insurance, Minimum Wages Act, Contract Labour Act,
Workmen’s Compensation Act, ESI, PF, Bonus, Gratuity, etc. or any other
Statutory Acts/Rules, which are applicable as per the Statute, in respect of the
workmen/personnel employed by them.

12.02 The contractor shall indemnify Balmer Lawrie against all losses and claims in
respect of injuries or damage to any person, including any employee of BL,
material or physical damage to any property whatsoever arising out of the
execution of the work or in the carrying out of the contract, and shall insure
against their liability with an insurer until the completion of this contract in terms
approved by BL. Whenever required, the contractor shall produce the insurance
policy and the current premium receipts to BL.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

13. INSURANCE
You shall arrange for proper transit insurance coverage of the equipment and such
insurance charges shall be borne by the vendor. Also, all risk upto delivery and
commissioning of the equipment at site will be to your account.
Page | 23
14. ALTERNATIVE ARRANGEMENT
In absence of the timely and proper performance by the contractor, BL reserves the
right to utilize the services of any other contractor without notice at the risk and cost
of the contractor and to recover charges and expenses in excess of the contractual
terms from the contractor. Similarly if the contractor fails to meet their contractual
obligations, the work shall be completed at their risk and cost through alternative
sources/arrangements. This will be without prejudice to the rights of BL for any
other action including termination, forfeiture of security deposit etc.

15. FORCE MAJEURE CONDITIONS:


Delivery schedule is subject to force majeure conditions as under: If at any time
during the continuance of this contract, the performance in whole or part by either
party of any.

16. ARBITRATION

Any dispute or difference arising under this Contract shall be referred under
jurisdiction of Kolkata to a sole arbitrator to be appointed by the Chairman &
Managing Director, Balmer Lawrie & Co. Limited and the provisions of
Arbitration Act, 1996 including any statutory modifications or enactment thereof
shall apply to the Arbitration proceedings. The fees of the arbitrator, if any, shall
be shared equally by both the parties. The award shall be a speaking award stating
reason there for and is final & binding on the parties. The proceeding shall be
conducted in English language and courts at Kolkata will have exclusive
jurisdiction to settle any dispute arising out of this contract.

Declaration
We have understood the terms & conditions indicated in the e- TENDER NO: BL/WD-
KOL/HI-MAST LIGHT TOWER/18-19 and hereby confirm our acceptance of the same.

Place : Signature :

Date : Name :

Designation :

Seal :
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

BANK GUARANTEE AGAINST PERFORMANCE


(On Non-Judicial Paper of Appropriate Value)

Letter of Guarantee no.


Page | 24
Dated : the day of

The guarantee is executed at Kolkata on the day of ………………….by


………………….(set out full name and address of the bank) (hereinafter referred to as
“the bank” which expression shall unless expressly executed or repugnant to the context
or meaning thereof mean and include its successors and assigns).

Whereas Balmer Lawrie & Co. Ltd. (local address), …………………………………….


An existing company within the meaning of the companies act, 1956 and having its office
at Container freight station, Kolkata - 700 088 (hereinafter referred to as “the company”)
issued a tender being no. Dated (hereinafter referred to as “the said tender”) for (Set out
purpose of the job) and pursuant thereto messrs/ mr.……………………(set out full name
and address of the contractor) (hereinafter referred to as “the contractor” which term or
expression wherever the context so requires shall mean and include the partner or partners
of the sub-contractor for the time being/his/its heirs, executors, administrators, successors
and assigns) (delete which are not applicable) has accepted the said tender and field its
quotation.

And whereas the quotation of the contractor had been accepted by the company and in
pursuance thereof an order being no………………. Dated ………………. (hereinafter
referred to as “the said order”) has been placed by the company on the contractor for (set
out purpose of the job).

And whereas under the terms of the said order the contractor is required to furnish the
company at their/his/its own costs and expenses a Bank Guarantee for Rs……………
…………….(Rupees ……………………………….. Only) as performance guarantee for
the fulfillment of the terms and conditions of the said tender and to do execute and
perform the obligations of the sub-contractor under the agreement dated the ……………..
Day of …………………….. (hereinafter referred to as “the agreement “) entered into by
and between the company of the one part and the contractor of the other part, the terms of
the said tender and the terms contained in the said order which expression shall include all
amendments and/or modifications/or variation thereto.

And whereas the contractor had agreed to provide to the company a bank guarantee as
security for the due performance of their/his/its obligations truly and faithfully as
hereinbefore mentioned.

Now this guarantee witnesseth as follows:

1. In consideration of the aforesaid premises at the request of the contractor, we ………


………… ……. (set out the full name of the bank) the bankers of the sub-
contractor shall perform fully and faithfully their/his/its contractual obligations
under the agreement dated the ……………………. Day of ………….. entered
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

into by and between the company of the one part and the contractor of the other
part, the Terms and conditions of the said tender and the said order.

2. We, …………………………….(set out full name of the bank) do hereby undertake to


pay to the company without any deduction whatsoever a sum not exceeding
Rs………………… (Rupees …………………………. only) without any protest, Page | 25
demur or proof or condition on receipt of a written demand from the company
stating that the amount claimed is due by way of loss and damage caused to or
would be caused to or suffered by the company due to bad workmanship or by
reason of breach of any of the terms and conditions of the agreement, the said
tender and the said order hereinbefore mentioned.

3. The guarantee is issued as security against due performance of the obligations of the
contractor or under the agreement aforesaid and the said tender and the said order
hereinbefore mentioned and subject to the conditions that our liabilities under this
guarantee is limited to a maximum sum of Rs……………….
(Rupees…………………………… …… ………………………. Only) or the
amount of loss or damage suffered or to be suffered by the company in its opinion
at any period of time, whichever is lower.

4. We, ………………………………… (set out full name of the bank) further agree that
the undertaking herein contained shall remain in full force for a period of months
from the date of the satisfactory execution of the contract.

5. This guarantee shall not be affected by any amendment or change in the agreement or
change in the constitution of the bank and/or the company and/or the contractor.

6. We ………………………………….. (set out full name of the bank) undertake not to


revoke this agreement during its currency except with the previous consent of the
Company in writing.

7. All claim under this guarantee must be presented to us within the time stipulated after
which date the company’s claim/right under this guarantee shall be forfeited and
we, ………………………………….(set out full name of the bank) shall be
released and discharged from all liabilities hereunder.

8. This instrument shall be returned upon its expiry or settlement of claim(s) if any, there
under.

9. Notwithstanding anything contained hereinbefore our total liabilities under this


Guarantee shall not exceed a sum of Rs……………….. (Rupees
……………………………………only) and unless a demand or claim in writing
under this guarantee reaches us on or before the date of ……………………. (last
date of claim) and if no claim is received by us by that date all rights and claims of
the company under this guarantee shall be forfeited and we,
………………………………(setout full name of the bank) shall be released and
discharged of all our liabilities under this guarantee thereafter.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

10. We have power to issue this guarantee in your favour under our memorandum and
Articles of association and the undersigned has full power to execute this
guarantee under power of attorney dated the …………… day of
……………………… granted to him by the bank.

Place : Page | 26
Date :

PARTICULARS OF THE TENDERER’S ORGANISATION

S. No Description Tenderers Details

1 Name of the Tenderer

2 Address of the Registered Office


Address of the branch / office quoting against the
3 Tender

4 Year of commencement of business


5 Whether Sole Trader/ Partnership / Private Limited
Co., or Public Limited Co./ LPP
6 Registration No. (Under companies Act )
7 Whether copy of Incorporation /Registration certificate
from ROC(Registrar of company) uploaded
8 Income Tax PAN no.
9 Whether copy of PAN enclosed
10 Whether copy of latest Income Tax Return uploaded
11 GST Registration. No.
12 Whether copy of GST Registration certificate
Uploaded
13 Name of the Banker
14 Whether registration under MSMED act
15 In case registered under MSMED provide registration
number and copy of registration certificate.
16 In case of MSME vendor, mention if they fall under
SC/ST Category.
Provide Certificate of SC/ST if applicable.
e- TENDER NO: BL/WD-KOL/HI-MAST LIGHT TOWER/18-19

PRICE BID

Sl. Description of Item Qty Unit Rate Amount


No. Page | 27
1 Supply of 30M HIGH MAST comprising of items 1 No.
and components as detailed in the scope of supply
and complying with Technical Specifications
mentioned above.
2 Installation-Commissioning including civil 1 No.
Foundation, Erection etc. as per scope of works
mentioned above.
3 Freight charge including transportation, packing , 1 LS
forwarding and Insurance etc. [from vendors works
to our premises].
TOTAL OF BASIC COST

Вам также может понравиться