Vous êtes sur la page 1sur 34

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)
HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005.
Tel. No.: 2278 2890 / 2588 Purchase Fax. 2280 4566
E mail: sgk@tifr.res.in, cvsamuel@tifr.res.in Website: www.tifr.res.in

Ref.: TFR/PD/CA13-427/132740

February 21, 2014

Dear Sir,
Please submit quotations for the following item:

Sr No.
01

Description
Design, Manufacture, Supply, Installation, Testing and
Commissioning of 33 kV HT Sub-Station and all related
Works, etc. (As per enclosed specification)

Qty.

UOM

NO

( TWO PART TENDER )


Note :

- Approx. Cost of Tender : Rs. 2,15,00,000/- Cost of EMD : Rs. 4,30,000/- (In favour of Registrar, Tata Institute
of Fundamental Research, Mumbai)
- You may contact Prof. Nilmani Mathur ( Tel. : 2278 2215
or e-mail : nilmani@theory.tifr.res.in) for any technical clarification.
- Tender should reach us on or before 24.03.2014 at 13:00 hrs.
- Tender will be opened on the same day at 14:00 hrs.
- For further details, specifications, terms and conditions etc. please visit
our website : www.tifr.res.in/tenders or www.eprocure.gov.in/cppp/
for download Tender Documents.

The quotation should indicate make delivery period, exact taxes applicable, installation charges
warranty etc. Please mention your VAT/ST/CST Registration numbers on the quotation,
proforma invoice and bills.
Due Date for submitting your offer is on or before 13.00 hrs. 24.03.2014.

( ADMN. OFFICER)
PURCHASE

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


ILGTI-HPC Facility

TENDER DOCUMENT
Design, Manufacture, Supply, Installation, Testing & Commissioning
of
33 kV HT Sub-Station
and all related works, etc.
as per
Enclosed Specifications & Drawings & Schedule of Quantities
for
ILGTI-HPC at National Balloon Facility, TIFR, Hyderabad

PART I
TECHNICAL BID

Contractors Signature

Date: ______________

Contractors Signature

Date: ______________

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


ILGTI-HPC Facility

Tender Notice:

Name of Work:

Design, Manufacture, Supply, Installation, Testing &


Commissioning of 33kV Sub-Station and all related works,
etc

Location:

National Balloon Facility


Tata Institute of Fundamental Research
ECIL P.O., Hyderabad, AP.

Estimated Cost:

Rs 2,15,00,000/- ( Two Crore Fifteen Lakh Only )

EMD:

Rs

Delivery Period:

Three (3) months

Validity:

Ninety (90) days after opening of Part-I, Technical Bid

Contractors Signature

4, 30,000/- (Five Lakh Only)

Date: ______________

INDEX

1.

General Condition of Contract

2.

Technical Specifications

3.

Guaranteed Technical Particulars


To Be Filled By Bidder

4.

List of Approved Make of Materials

Contractors Signature

Date: ______________

GENERAL CONDITIONS OF CONTRACT


1.0

Definition of Terms :

1.1.
In constructing these general conditions and the specifications the
following works shall have the meanings herein assigned to them unless there is
something in the subject or context inconsistent with such construction.
1.2
The `Purchaser shall mean Tata Institute of Fundamental Research, Homi
Bhabha Road, Colaba, Mumbai 400 005 and shall include the Purchasers heirs,
successors and assigns.
1.3
The term Engineer In-Charge and `Engineer shall mean Engineer InCharge, Tata Institute of Fundamental Research, Colaba, Mumbai or some other
person for the time being or from time to time duly appointed in writing by the
Purchaser to act as Engineer In-Charge for the purpose of the Contract or in
default of such appointment the Purchaser.
1.4
The term `Contractor/`Supplier/`Bidder/`Vender shall mean the
Bidder whose tender has been accepted by the Owner and shall include the
Bidders heirs, successors and assigns approved by the Purchaser:
1.5
The term `Sub-Contractor shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer In-Charge and shall
include his heirs, successors and assigns approved by the Purchaser.
1.6
The Term `Inspector shall mean any person appointed by or on behalf of
the Purchaser to inspect supplies, stores or work under the contract or any
person deputed by the Inspector for the purpose.
1.7

The term `Particulars shall mean, the following :

a)
Specifications
b)
Drawing
c)
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
d)
Proprietary make denoting the produce of an individual firm.
e)
Any other details governing the construction, manufacture and/or supply
as existing for the contract.
1.8
The term `Specification shall mean the specifications annexed to or issued
with these Conditions of Contract.
Contractors Signature

Date: ______________

1.9
The term `Site shall mean the place or places at which the Equipment is to
be delivered or work done by the Contractor; and shall include, where
applicable, the lands and buildings upon or in which the works are to be
executed and shall also include the place or places at which fabrication and other
work is being carried out by the Contractor.
1.10 `Electrical Equipment, `Stores, `Work or `Works shall mean and include
equipment and materials to be provided and work to be done by the Contractor
under the Contract.
1.11 The `Contract shall mean acceptance of the work order placed on
contractor/supplier under section (2) of these conditions and shall include these
conditions of Contract, Specifications, Schedule, Drawing, Letter of Intent of the
Purchaser and any subsequent amendments mutually agreed upon.
1.12 `Tests on Completion shall mean such tests which are prescribed by the
specifications or have been mutually agreed to between the Contractor/Supplier
and the Purchaser to be made before the equipment is taken over by the
Purchaser.
1.13 `Writing shall include any manuscript, typewritten or printed statement
under or over signature or seal as the case may be. Words importing `person
shall include firms, companies, corporations and association of individuals
whether incorporate or not.
1.14 Words importing singular shall also include plural and vice versa where
context requires.
1.15 Bidders are advised to visit and inspect the work-site to make themselves
fully conversant with the site conditions and nature of work. Any claim by them
after the opening of bids on account of themselves being unaware of any site
condition shall not be entertained.
2.0
Contract:
2.1
Contractor/Supplier/Manufacturer should send their acceptance letter on
receipt of `Letter of Intent or Work Order or Purchase Order within stipulated
period. On expiry of said period or exorbitant delay in commencing or executing
the work, the Purchaser shall not be liable to any claim from the Contractor/
Supplier for work entrusted to and may revoke the contract.
3.0

Work at Site

Contractors Signature

Date: ______________

3.1
Access to the works shall be allowed only to the Contractor/Supplier,
Sub-Contractors or his duly appointed representatives. The Contractor/
Supplier shall not object to the execution of other works by other contractors or
tradesmen and shall afford them every facility for execution of their several
works simultaneously with his own.
3.2
Work at the Purchasers premises shall be carried out at such time as the
Purchaser may approve but the Purchaser shall give the Contractor/ Supplier all
reasonable facilities for the same. The Contractor/Supplier shall provide
sufficient fencing, notice boards etc. to guard the works and warn the public.
3.3
The Contractor shall obey Central, Local and State regulations and
enactments pertaining to workmen and labour and the Engineer In-Charge shall
have the right to enquire into and decide all complaints on such matters. The
Contractor should comply with the Minimum Wages Act and should also ensure
that safe practices are followed by his people at site.
4.0
Delays:
4.1
The Contractor/Supplier shall not be entitled to any compensation for any
loss suffered by him on account of delays in commencing or executing the work,
whatever the cause for such delays may be, including delays in procuring
Government controlled or other materials and delay in obtaining instructions
and decisions from the Engineer In-Charge. The Contractor shall, however,
merit extension of time as hereinafter mentioned.
5.0
Taking Over:
The equipment when erected at site shall be deemed to have been taken over by
the Purchaser when the Engineer In-Charge will have certified in writing that the
equipment has fulfilled the contract conditions.
6.0
Extension of Time:
6.1
If the Contractor/Supplier is delayed in the progress of work by changes
ordered in the work, or by any cause, which the Engineer In-Charge shall decide
to justify the delay, then the time of completion shall be extended by a reasonable
time. No such extension shall be allowed unless requested for extension is made
in writing by the Contractor/Supplier to the Engineer In-Charge within 15 days
from the date of occurrence of the delay.
7.0
Liquidated Damages:
7.1
For all delays, which do not, merit any extension of time, the Contractor/
Supplier shall attract 1% penalty per week for the first 4 weeks of delay and 2%
penalty per week for the next 4 weeks of the total contract value. The amount of

Contractors Signature

Date: ______________

liquidated damages shall be recoverable from the payment due to the


Contractor/Supplier.
7.2
The deduction of liquidated damages shall not, however, absolve the
Contractor/Supplier of his responsibility and obligations under the contract to
complete the work in its entirety and shall also be without prejudice to action by
the Purchaser under clause: `Termination of Contract by the Purchaser. After
that the same shall be completed by the Purchaser at the Contractors/Suppliers
risk and cost.
8.0
Other Damages:
8.1
The Contractor/Supplier/Manufacturer shall be responsible for all injury
to persons, animals or things and for all damage to the works, structure of, and
decorative work in the property which may arise from operation or neglect of
himself or any of his Sub-Contractor or of his or Sub-Contractors employees,
whether such injury or damage may arise from carelessness, accident or any
other cause whatever in any way connected with the carrying out of this
contract. This clause shall be held to include any damage to buildings, whether
immediately adjacent or otherwise, any damage to roads, streets, foot paths, as
well as all damage caused to the works forming the subject of this contract by
frost or other inclemency of weather. The Contractor/Supplier shall indemnify
the Purchaser and hold him harmless in respect of all and any expenses on
property as aforesaid and also in respect of any claim made in respect of injury
or damage under any acts of Government or otherwise and also in respect of any
award of compensation or damages consequent upon such claim.
8.2
The Contractor/Supplier/Manufacturer shall reinstate all damage of
every sort mentioned in this clause, so as to deliver up the whole of the contract
works complete and perfect in every respect and so as to make good or otherwise
satisfy all claims for damage to the property of the Owner/third parties.
8.3
The Contractor/Supplier/Manufacturer shall indemnify the Purchaser
against all claims which may be made against the Purchaser, by any member of
the public or other party, in respect of anything which may arise in respect of the
works or in consequence thereof and shall, at his own expense, effect and
maintain, until the work has been Taken Over under clause 5.0.
8.4
The Contractor/Supplier/Manufacturer shall also indemnify the
Purchaser against all claims which may be made upon the Purchaser whether
under the Workmens Compensation Act or any other statute in force during the
currency of this contract or at common law in respect of any employee of the
Contractor/Supplier or of any of his sub-contractor and shall at his own expense

Contractors Signature

Date: ______________

effect and maintain until the work has been `Taken Over, with an approved
office.
8.5
The Purchaser, with the concurrence of the Engineer In-Charge, shall be at
liberty and is hereby empowered to deduct the amount of any damages
compensation costs, charges and expenses arising or accruing from or in respect
of any such claims or damages from any sums due to or become due to the
Contractor/Supplier.
9.0
Earnest Money Deposit and Security Deposit:
9.1
Earnest Money Deposit (EMD):
Every Bidder has to pay EMD of amount as specified elsewhere in this tender by
Demand Draft in favour of the Registrar, Tata Institute of Fundamental Research
along with the offer. Quotation received without EMD shall be rejected and no
correspondence whatsoever will be entertained.
For successful bidder the EMD will be refunded after completion of work
/supply of material at site and for unsuccessful bidders EMD will be refunded
after placing the order to successful bidder.
9.2
Security Deposit (SD):
Deductions towards Security Deposit shall be made from all running bills @ 5%
of the billed amount. The Security Deposit shall be released after the Defect
Liability Period reckoned from the date of completion as certified by the
Engineer In-Charge.
10.0 Guarantee and Defects Liability Period :
10.1 The Contractor/Supplier/Manufacturer shall guarantee that all
equipments shall be free from any defect due to the defective materials and bad
workmanship and that the equipment shall operate satisfactorily and that the
performance and efficiencies of the equipment shall be not less than the
guaranteed values.
The guarantee shall be valid for a period of 12 months after the date of
commissioning as certified by the Engineer In-Charge. Any parts found
defective shall be replaced free of all costs by the Contractor/Supplier. The
services of the Contractors/Suppliers personnel if requisitioned during this
period for such work shall be made available free of any cost to the Purchaser.
10.2 If the defects be not remedied within a reasonable time, the Purchaser
may proceed to do so at the Contractors/Suppliers risk and expense without
prejudice to any other rights.

Contractors Signature

Date: ______________

11.0 Terms of Payment :


11.1 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery/commissioning of the
equipment/works approved by the Inspector shall be made as follows:
a)
65% of the contract price of each consignment delivered as soon as
possible after site inspection.
b)

25% of contract price after erection.

c)
10% of the contract price after testing and commissioning, as soon as
possible after final inspection and test.
d)
In addition to his other remedies under the law and those conditions, the
Purchaser shall have lien on each consignment in respect of which 65% has been
paid to secure refund of this amount in the event of the same becoming
refundable under the terms of the contract or under the law and to secure
payment of any other dues under the contract or under the law.
e)
In a, b and c above, Security Deposit @ 5% of the billed value shall be
deducted.
12.0 Special conditions of Contract governing supplies of the Equipments of
this Tender:
12.1

Scope:

12.1.1 This specification covers the supply of material as per the enclosed details
and quantities and erection / installation / testing and commissioning of the
materials.
12.1.2 The Contractor/Manufacturer/Supplier shall quote for all the materials
along with accessories as mentioned in the enquiry.
12.1.3 All the supply shall be in accordance with relevant I.S. Specifications and
recognized standards.
12.2

Technical Data Sheet:


All the bidders are instructed to fill up the enclosed Technical Data Sheet
of materials.
12.3

Inspection & Testing of Material:

Contractors Signature

10

Date: ______________

12.3.1 Contractor/Manufacturer/Supplier shall submit the lists of Type Tests


and Routine Tests to be conducted on the material in Technical Data Sheet.
12.3.2 All the materials shall be tested at factory as per IS Specifications of
material by Purchasers Engineer In-Charge/Engineers before dispatch at the
cost of Contractor/Manufacturer/Supplier.
12.3.3 Contractor/Manufacturer/Supplier shall inform the concerned Engineer
In-Charge for inspection and testing in accordance and fix up suitable date for
the same.
12.4 Test Certificates:
Contractor/Manufacturer/Supplier shall submit the Test Certificates of all
materials.
12.5 Taxes & Duty:
12.5.1 Contractor/Manufacturer/Supplier shall quote the basic price of material.
Excise Duty, Custom Duty, Sales Tax, Octroi, Delivery Charges, Transit
Insurance and/or any other charges, if any, must be indicated separately.
12.5.2 TIFR being a research institute of Govt. of India, is eligible for Excise Duty
and Octroi Exemption on equipment supplies. Necessary exemption certificate
will be provided by TIFR.
12.5.3 Transit Insurance: The Transit Insurance from the point of dispatch to the
site of erection shall be in the scope of Supplier and the cost shall be indicated
separately.
12.6 Delivery of Material:
12.6.1 Packing:
The Contractor/Manufacturer/Supplier shall be held responsible for
loading of all equipments and for the stores being sufficiently and properly
packed for transport by rail, road, sea or air so as to ensure their being free from
any loss or damage on arrival at destination. The packing and marking of
packages shall be done by and at the expenses of Manufacturer/Supplier. Each
package shall contain a packing note quoting purchase order number and detail
of the contents.
12.6.2 All the materials must be delivered at site i.e. National Balloon Facility,
Tata Institute of Fundamental Research, Hyderabad. The unloading and
positioning of all equipments at the designated locations specified by the
Engineer In-Charge shall be in the scope of the Supplier. The Supplier shall
arrange for handling equipments, labour for rigging, etc. as required.

Contractors Signature

11

Date: ______________

12.6.3 Material must be delivered at site in all respects as mentioned in the


Purchase Order.
12.7 Guarantee:
If during the period of guarantee any fault or defect arises, the material shall be
replaced/repaired immediately free of cost, as well as any replacement of
accessories required shall be done free of cost.

12.8 Mistake in Drawing:


The Contractor/Supplier shall be responsible for and shall pay for any
alterations in works due to any discrepancies, errors or omissions the drawings
or other particulars supplied by him whether such drawings or particulars have
been approved by the Purchaser or not.
12.9 Responsibility for Completeness:
Any fittings or accessories which may not be specifically mentioned in the
specifications but which are usual or necessary are to be provided by the
Contractor/Supplier without extra charge and the equipment must be complete
in all details.
12.10 Rejection of Defective Equipment:
If the equipment after the acceptance thereof is discovered to be defective,
notwithstanding that such defects could have been discovered at the time of
inspection or found to have failed to fulfill the requirements of the contract or
developed defects after the erection within a period of 12 months from the date
of erection, even if such erection is done by the Purchaser, he shall be entitled to
give a notice on the Contractor/Supplier setting forth details of such defects or
failure and the Contractor/Supplier shall, provided such notice is given within a
period of 14 months from the date of such erection or acceptance, forthwith make
the defective equipment good or alter the same to make it comply with the
requirements of the contract at his own cost and further if in the opinion of the
Purchaser, the defects are of such a nature that the defects cannot be made good
or required without impairing the efficiency or workability of the equipment or if
in the opinion of the Purchaser the Equipment cannot be repaired or altered to
make it comply with the requirements of the Contract, the Contractor/Supplier
shall, provided a notice given by the Purchaser in this behalf within a period of
14 months from the date of erection or acceptance thereof, remove and replace
the same with the equipment conforming to the stipulated particulars, in all
respects at the Contractors/Suppliers own cost. Should he fail to do so within a
reasonable time, the Purchaser may reject and replace, at the cost of the
Contractor/Supplier, with equipment of the same particulars or if equipment

Contractors Signature

12

Date: ______________

conforming to the stipulated particulars are not in the opinion of the Purchaser
readily procurable, such opinion being final, then with the nearest substitutes.
In the event of such rejection the Purchaser shall be entitled to use the Equipment
in a reasonable and proper manner for a time reasonably sufficient to enable him
to obtain replacement equipment as herein before provided.
12.11 Inspection and Final Tests:
All tests necessary to ensure that the Equipment complies with the particulars
and guarantee shall be carried out at such place or places as may be determined
by the Inspector. Should, however, it be necessary for the final test as to
performance or guarantee to be held over until the Equipment is erected at site
they shall be carried out within one month of completion of erection.
12.12 Intimation about Delivery:
If the Purchaser shall have notified the Contractor/Supplier in writing that the
former is not ready to take delivery, no equipment or materials shall be
forwarded until intimation in writing shall have been given to the
Contractor/Supplier by the Purchaser that he is ready to take delivery.
12.13 Delay in erection:
Wherever erection of an equipment or machinery is the responsibility of the
Contractor/Supplier as a term of the contract and in case the Contractor fails to
carry out the erection as and when called upon as to do within the period
specified by the Purchaser, the Purchaser shall have right to get the erection done
through any source of his choice. In such an event, the Contractor/Supplier shall
be liable to bear any additional expenditure that the Purchaser may incur
towards erection. The Contractor/Supplier shall, however not be entitled to any
gain due to such an action by the Purchaser.
12.14 Definition of Equipment:
The work `Equipment wherever, it appears in these `Special Conditions of
Contract governing supplier of Equipments in this Tender shall mean all
switchgears, panels, etc. or parts thereof or what the Contractor/Supplier agrees
to supply under Contract as specified in the work order.
12.15 Force Majeure:
Normally Force Majeure shall cover only act of God, fire, wars, strike, riots and
civil commotion, floods, epidemic, quarantine related strikes, freight embargoes,
etc. The contractor shall not be liable for any liquidated damages for delay or any
failure to perform the contract arising out of Force Majeure conditions, provided
that the contractor shall within ten days from the beginning of such delay notify
to the department in writing the cause of delay along with convincing
Contractors Signature

13

Date: ______________

supporting evidence. The department once convinced and accepted the reason
may extend the supply completion period by a suitable / reasonable margin.
13.0 Termination of Contract by the Purchaser:
13.1 If the Contractor/Supplier commits any `Act of Insolvency or shall be
adjudged an Insolvent or shall have an order for compulsory winding up made
against him or pass effective resolution for winding up voluntarily, or if the
Contractor/Supplier shall suffer any payment under this contract to be attached
by or on behalf of any of the creditors of the Contractor/ Supplier, or shall assign
the Contract without the prior consent in writing of the Engineer In-Charge, or
shall charge or encumber this Contract or any payments due or which may
become due to the Contractor/Supplier there under, or if the Engineer In-Charge
shall certify in writing to the Purchaser that the Contractor/Supplier
a)

has abandoned the Contract,

or
b)
has failed to commence the works, or has without any lawful excuse these
conditions suspended the progress of the works for seven days after receiving
from the Engineer In-Charge written notice to proceed,
or
c)
has failed to proceed with the work with such due diligence and failed to
make such due progress as would enable the works to be completed in
accordance with the approved programme of work,
or
d)
has failed to remove materials from the site or to pull down and replace
work for seven days after receiving from the Engineer In-Charge written notice
that the said materials or work were condemned and rejected by the Engineer InCharge under these conditions,
or
e)
has neglected or failed persistently to observe and perform all or any of
the acts matters or things by this contract to be observed and performed by the
Contractor for seven days after written notice shall have been given to the
Contractor/ Supplier requiring the Contractor/Supplier to observe or perform
the same,
or
f)
has to the detriment of good workmanship or in defiance of the Engineer
In-Charges instructions to the contrary sub-let any part of the contract,
then and in any of the above said causes, the Purchaser with the written consent
of the Engineer In-Charge may, notwithstanding any previous waiver, after
giving seven days notice in writing under the provisions of this clause to the
Contractor/Supplier, determine the contract but without prejudice to the powers
of the Engineer In-Charge or the obligations and liabilities of the Contract, the
Contractors Signature

14

Date: ______________

whole of which shall continue to be in force as if the contract has not been so
determined and as if the work subsequently executed has been executed by and
on behalf of the Contractor/ Supplier.
13.2 After the issue of such notice, the Contractor/Supplier shall not be at
liberty to remove from site any equipment, tools and materials belonging to him
which shall have been placed thereon for the purpose of the works and the
Purchaser shall have lien upon such equipments, tools or materials to subsist
from the date of such notice and until the notice shall have been complied with.
13.3 If the Contractor/Supplier shall fail to comply with the requirements of
said notice for seven days after such notice has been given, the Purchaser shall
have the power to enter upon and take possession of the works and site and all
equipment, tools and materials thereon, and to engage any other person, firm or
agency to complete the works, utilizing the equipment, tools and materials to the
extent possible. The Purchaser shall not in any way be responsible for damage or
loss of the tools, equipment and materials and the Contractor/Supplier shall not
have any compensation therefore.
13.4 Upon completion of the works, the Engineer In-Charge shall certify the
amount of expenditure properly incurred consequent on and incidental to the
default of the Contractor/Supplier as aforesaid and such amount shall be
deducted from the payments due to the Contractor/Supplier, including the
Security Deposit. If the said amount exceeds the payment due to the
Contractor/Supplier, the Purchaser shall be at liberty to dispose off any of the
Contractors/Suppliers materials, tools or equipment and apply the proceeds for
the payments due from the Contractor/Supplier and recover the balance by
process of law.
13.5 After the works have been completed after the amounts due to the
Contractor/Supplier, the Engineer In-Charge shall give notice in writing to the
Contractor/Supplier to remove the surplus equipment and material from site. If
such equipment and materials are not removed within a period of 14 days after
such notice, the Purchaser shall have the power to remove and sell the same
holding the proceed less the cost of removal and sale, to the credit of the
Contractor/Supplier. The Purchaser shall not be responsible for any loss
sustained by the Contractor/Supplier from the sale of the equipment and
material.
14.0 Contractors Representative:
14.1 The Contractor/Supplier shall employ at least one qualified
representative whose name shall have previously been communicated in writing
to the Engineer In-Charge and approved by him to supervise the erection. Any
Contractors Signature

15

Date: ______________

written order or instructions given to the representative shall be deemed to have


been given to the Contractor/Supplier. The Engineer In-Charge shall be at
liberty to object to any particular representative/or any persons employed by the
Contractor/Supplier on the work and the Contractor/Supplier shall remove the
person objected to, on the receipt of the Engineer In-Charge, in writing, a request
requiring him to do so and shall provide in his place another competent
representative acceptable to the Engineer In-Charge.
The Contractors/Suppliers representative shall be a qualified electrical/
mechanical engineer and possessing adequate site experience in similar nature of
works.
15.0 Completion Time:
Unless otherwise agreed in writing between the Purchaser and the
Contractor/Supplier, the work contract shall be completed within the stipulated
period mentioned elsewhere in this tender document from the date of
Work/Purchase Order issued to Contractor/Supplier by the Purchaser.
16.0 Delivery of Material at Site:
The Contractor/Supplier/Manufacturer shall arrange for safe transit and
delivery of material at site and unloading the material at site.
17.0 Validity of Tender:
The quotation should be valid for 90 days after opening of the PartI : Technical
Bids.
18.0 Measurements:
All the measurements of quantities shall be done by the Contractor at his own
cost in the presence of the Engineer In-Charge or any authorized person deputed
by him who will certify the routes, length and quantities etc. for the purpose of
determination of the amount payable.
19.0 Spare Parts & Manuals:
Manufacturer/Contractor/Supplier should submit operation, maintenance and
spare part list and manuals for all equipments.
20.0 Training:
Manufacturer/Contractor/Supplier should provide training for operation and
maintenance free of cost for equipments supplied.
21.0

Past Execution Experience:

Contractors Signature

16

Date: ______________

The Bidder must qualify the following criteria of satisfactory execution of works
in the last 7 years ending on the last day of the month previous to the one in
which tenders are invited:
a)
Three similar works each of value not less than Rs. 60,00,000/-, or
b)
Two similar works each of value not less than Rs. 75,00,000/-, or
c)
One similar work of value not less than Rs. 1,00,00,000/All supporting documents to this effect must be submitted by the contractor
along with the Technical Bid.
22.0
22.1

Contractor:
Contractor should submit following documents along with quotation:
a)
Xerox of Income Tax Returns for last three years.
b)
Xerox of Service Tax /Works Contract Tax Registration.
c)
Xerox of Sales Tax/VAT Registration.
d)
Xerox of PAN Card.
e)
Xerox of Electrical Contractor License.

22.2 The contractor should be the manufacturer or the authorized sales agent
or authorized alliance partner or authorized integrator of the manufacturer for
all major high value items and equipments. Otherwise, the major items or
equipments should be procured directly from the manufacturer. All supporting
document of such authorization must be submitted by the contractor along with
the Technical Bid.
22.3 The contractor shall be registered / enlisted / empanelled under M/s
APCPDCL as an approved contractor for carrying out similar works as of this
tender under the supervision of M/s APCPDCL for last five years. The
contractor shall submit valid documentary evidence to the satisfaction of the
purchaser to this effect along with the Technical Bid. Non-submission of such
document shall be sufficient ground for ignoring the bid.
22.4 The contractor shall be well-versed with the standards, specifications and
code of practice of M/s APCPDCL for similar type of work as of this tender. The
contractor shall submit valid documentary evidence to the satisfaction of the
purchaser to this effect along with the Technical Bid. Non-submission of such
document shall be sufficient ground for ignoring the bid.
22.5 The contractor shall submit a separate list of similar work describing
details of work and equipments involved, tender value, completion time, etc,
carried out by him in last five years under the supervision of M/s APCPDCL
along with the Technical Bid. Non-submission of such document shall be
sufficient ground for ignoring the bid.

Contractors Signature

17

Date: ______________

22.6 The contractor shall submit a list of works/contracts describing details of


work, value and completion time, currently being handled by him and a list of
manpower presently working under him with details of designation and
deployment along with the Technical Bid. Non-submission of such document
shall be sufficient ground for ignoring the bid.
22.7 The contractor shall submit a solvency certificate or equivalent document
to the satisfaction of the purchaser along with the Technical Bid. Non-submission
of such document shall be sufficient ground for ignoring the bid.
23.0 Equipment/Material Quality and Standard
23.1 All the equipments supplied shall be new, first class and should not have
been manufactured on or before 6 (six) months from the date of issue of
Work/Purchase Order to the Contractor/Manufacturer/Supplier.
23.2 All the equipments / materials shall conform to the approved standard of
M/s APCPDCL. The contractor shall obtain approval of M/s APCPDCL for all
equipments / materials and submit to the purchaser for onward approval by the
purchaser.
23.3 The contractor shall specifically mention the make of all equipments /
materials intended to be used, in the bid in Part-I: Technical Bid
24.0 Special Instruction for bidding process
This tender is a two part tender. The Part-I: Technical Bid and Part-II: Price Bid.
Bidder shall seal each bid separately with a clear label on the envelope about its
content. Both the bids should be submitted in single drop two cover method.
Any pricing details must not appear in the Part-I: Technical Bid.

Contractors Signature

18

Date: ______________

ANNEXURE - I
TECHNICAL SPECIFICATIONS
33KV HT SUB-STATION

1.0 The specification covers the requirements of design, construction,


manufacture, supply, testing, erection /laying, installation, testing and
commissioning of 33kV HT switchgears, 33kV XLPE cable laying and
termination, isolators, protective and metering equipments, and other
general requirements of the equipment, strictly in accordance with the data
sheets, drawings, specifications etc. as well as other referenced codes,
standards and other recommended practices.
1.1 Scope of Work
1.1.1 Supply, erection, testing and commissioning of 33kV bay and VCB at
APCPDCL sub-station
1.1.2 Supply, erection / laying, testing and commissioning of 33kV XLPE UG
cable and termination to purchasers sub-station
1.1.3 Supply, erection, testing and commissioning of 33kV protective and
metering equipments at APCPDCL and purchasers sub-station
1.1.4 Supply, erection, testing and commissioning of indoor VCB panel with
protective equipments at Purchasers sub-station
1.1.5 Supply, erection /laying / installation, testing and commissioning of all
above equipments including termination of cables
1.1.6 Connecting and terminating to the purchasers Transformer using 33kV
XLPE cable through indoor VCB panel
1.1.7

All works as stipulated in Schedule of Quantities in Part II : Price Bid.

1.1.8 All associated major / minor civil works including RCC work, digging,
removal of excess earth, supply and laying of Spun pipe, etc.

Contractors Signature

19

Date: ______________

1.1.9 Any other major / minor equipments which shall be necessary, but not
specifically mentioned in this specifications, for the entire work of the sub-station
and connecting upto the primary terminals of the purchasers 33kV/433V
transformer shall be added and mentioned in the Part-I: Technical Bid, and
specifically brought out and quoted in the schedule of quantities in Part-II: Price
Bid.
1.1.10 The contractor shall also work under the supervision and directives of
M/s APCPDCL and all works as may be directed by M/s APCPDCL shall be in
the scope of work.
1.1.11 Statutory Permissions:
Obtaining all statutory permissions, if required, for installation and
commissioning of the equipment and associated work from statutory authorities
shall be in the scope of work.
1.1.12 Approval of APCPDCL on completion of work
Obtaining approval from M/s APCPDCL after completion of the work shall be in
the scope of work. Any modifications as may be required and suggested by M/s
APCPDCL for according approval shall be carried out by the contractor without
any extra cost to the purchaser. All procedural work and co-ordination work
with M/s APCPDCL shall be in the scope of work.
1.1.13 All fittings and accessories which may not be specifically mentioned in
this specification but those are usually necessary for the equipment shall be
specified by the bidder and shall be deemed to be included in the specification
and shall be furnished by the bidder without extra charges.
1.1.14 Delivery (including unloading) shall be made to the destination / location
as specified in this tender document. The contractor shall arrange all road
clearances / permit etc. as may be necessary for transportation. TIFR may assist
in arranging Road Permit wherever possible.
1.1.15 The material code specified in the Schedule of Quantities in Part-II : Price
Bid of this tender refres to the material code of M/s APCPDCL.
2.0
Codes and Standards
2.1
The equipment shall comply with the requirement of latest revision of
following standard issued by BIS (Bureau of Indian Standards), unless otherwise
specified.
2.2
All the supply and work shall be in accordance with the relevant I.S.
Specification and recognized standards and modern approved practice and shall
Contractors Signature

20

Date: ______________

meet the requirement of the latest issue of applicable codes, factory rates and
regulations, supply codes and all standard accepted practice in locality where the
installation is to be made.
2.3
All the materials and accessories provided by Contractor under terms of
this contract shall conform to the relevant Indian Standard Specifications.
Samples of all equipment, materials and accessories to be supplied by the
Contractor shall be submitted for the approval of the Engineer In-Charge before
they are used.
2.4
The installation shall generally be carried out strictly in conformity with
the requirement of latest edition of the Indian Electricity Act, 1910, as amended
from time to time, and the Indian Electricity Rules, 1956, framed therein and all
other statutory regulations that may be relevant to the installation.
2.5
In case of any contradiction between various referred standards
/specifications/data sheet and statutory regulations, the following order of
priority shall govern.
a)
Statutory Regulation
b)
These Specification
c)
Relevant Codes & Standards
2.6
All the equipments / materials shall conform to the approved standard of
M/s APCPDCL. The contractor shall obtain approval of M/s APCPDCL for all
equipments / materials and submit to the purchaser for onward approval by the
purchaser.
2.7
All works shall be carried out complying with the standards and code of
practice of M/s APCPDCL.
3.0
Site/Climate Conditions:
3.1
The Equipment shall be suitable for installation and satisfactory
continuous operation in a sub-station in a generally hot and humid atmosphere.
The equipment shall be designed to operate continuous under site condition as
specified below.
i) Location
: Hyderabad
ii) Max. ambient air temperature, 0C
: 50 0C
0
iii) Min. ambient air temperature, C
: 10 0C
iv) Max. average daily ambient air temp., 0C
: 40 0C
v) Max. yearly weighed average ambient temp, 0C : 32 0C
vi) Max. relative humidity, %
: 95 %
vii) Average Annual rainfall, mm
: 800 mm
Contractors Signature

21

Date: ______________

viii) Max. altitude above mean sea level (Meters)

: 540 m

4.0
General Conditions
4.1
Contractor shall provide all necessary labour, tools, and other requisite
work like drilling, cutting, welding etc. as may be necessary for the work at his
own cost.
4.2
Good workmanship is the essence of this contract and shall be complied
with at all time. The Contractor shall have the works supervised by his qualified
and experienced engineers. All the defects pointed out by the Engineer InCharge shall be rectified immediately by the Contractor free of cost.
4.3
No alteration which may affect the structures and architecture of building
shall be done without the prior approval of the Engineer In-Charge. All work
shall be carried out in such a manner that it should not cause any inconvenience
to other works which are under progress. The Contractor shall cooperate with
other agencies in the area for the smooth execution of all works.
4.4
Contractor shall bring all roads, pathways, ground and other surfaces and
installations which were affected during the execution of this work by the
contractor to the original state and finish to the satisfaction of the Engineer InCharge.
4.5
Accidental damage to any property shall be reported immediately to site
engineers and latter confirmed in writing to the Engineer In-Charge.
5.0
Drawings
5.1
The Contractor must submit all required GA drawing and necessary
design details to the Purchaser for approval. However, it shall be noted that such
approval by the purchaser shall not relieve the Contractor of his liabilities as
mentioned in this Tender Document.
5.2
The contractor shall submit scheme and layout of sub-station, GA drawing
of entire electrical system from 33kV bay at M/s APCPDCL to primary terminal
of the 33kV/433V transformer, outdoor space requirement and height of substation structures, indoor space and building requirement, etc along with the bid
in Part-I: Technical Bid.
6.0
Technical Data, Routine and Type Test Certificates
6.1
Each tender shall be accompanied by the following information with
sufficient details to enable the purchaser to make an appraisal of the quality and
suitability of the material and equipment offered:

Contractors Signature

22

Date: ______________

a)
Complete information required in the form of Guaranteed Technical
particulars to be filled by the bidder of this specification.
b)
Type test certificates of similar equipment offered or of similar design and
capacity from a Govt. recognized laboratory. Type test certificates should not be
more than 5 (five) years old.
c)

Manufacturers literature, brochures, catalogues etc.

d)

List of customers to whom similar such equipment has been supplied.

e)
Detail lists of successfully commissioned similar equipments of equivalent
rating during the last three years. Contractor should note that failure to comply
with the provision of this clause might be sufficient reason to reject the bid.
7.0
Inspection & Testing
7.1
Test shall be made at any ambient air temperature below 500C. Where it is
required, test results shall be corrected to a reference temperature of 750C.
7.2
For all type and acceptance tests, the acceptance values shall be the value
guaranteed by the supplier in the proforma for Guaranteed Technical
Particulars furnished in this specification or acceptance value specified in this
specification, which is more strengthen for that particular test.
7.3
Purchaser reserves the right to witness any or all the tests. The contractor
must obtain prior approval of purchaser in case purchaser waives off witnessing
the tests at manufacturers premises.
7.4
Purchaser reserves the right to witness any stage of manufacturing of the
equipment.
7.5
Makes for all the testing equipments installed in the work of the
bidder/manufacturer shall be furnished along with the calibration/latest test
results carried out on these equipments from a Govt. approved Test House.
7.6
Purchaser shall have the option to check the input of material including
weights, dimension, current density, flux density, etc anytime during the
manufacturing process or at final inspection.
7.7
Contractor must obtain prior approval and acceptance of the purchaser
before delivery of any material at site.
8.0

Drawing & Documents:

Contractors Signature

23

Date: ______________

Within two weeks of the Letter of Intent /Purchase Order, vendor shall submit 2
sets of the GA and detailed drawings for approval by purchaser prior to
manufacture and/or procurement.
9.0
Packing:
Panels with all accessories shall be dispatched to site packed in wooden crates
wherever applicable. It shall be wrapped in Polyethylene sheets before putting
in crates and it shall be ensured that damage to the equipment does not occur
during handling/transportation.
10.0 Guarantee:
The Panels shall be guaranteed against all design and manufacturing defects,
poor workmanship etc. for a period of 12 months from the date of
commissioning or 18 months from the date of supply, whichever is earlier. Any
defects discovered during this period shall be rectified by the vendor free of cost
to purchaser.
11.0 Annual Maintenance Contract
At the discretion of the purchaser, it shall be binding on the contractor to enter
into an annual maintenance contract (AMC) for regular servicing and
maintenance of the transformer for a period of four years after expiry of the free
guarantee period of first 12 months from the date of commissioning. The
contractor must quote for the charges of such AMC separately in the schedule of
quantities. The entire bid may be ignored if AMC charge is not specified in the
price bid.

Contractors Signature

24

Date: ______________

GUARANTEED TECHNICAL PARTICULARS


TO BE FILLED BY BIDDER
TO BE SUBMITTED WITH TECHNICAL BID
33kV SUB-STATION EQUIPMENTS

1.0 All technical parameters shall be listed in separate sheet by the bidder along
with their guaranteed values for evaluation of the bid. The list shall include
all major equipments, namely
1. All 33 kV Swichgears, its accessories and components at APCPDCL and
Purchasers sub-station
2. 33 kV XLPE cable
3. All 33 kV VCB panels, its accessories and components
4. All protection and metering equipments, its accessories and components
2.0
The following data, wherever applicable, but not limited to, shall be
submitted for all equipments as listed above:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

Make
Model / Type / Catalogue No.
Rating
Rated Voltage
Rated Current
Insulation Class
Operating Temperature
Max Temperature Rise
Operating Mechanism
Control Voltage
Construction Details
Dimensions
Type of Installation, Indoor / Outdoor

3.0
Technical specifications and reference data of M/s APCPDCL wherever
the material is supplied as per the stock item code of M/s APCPDCL as
mentioned in the schedule of quantities shall be submitted.

Contractors Signature

25

Date: ______________

LIST OF APPROVED MAKE OF MATERIALS

1. XLPE cable, 33kV, armoured

CCI/Finolex/NICCO

2. XLPE Termination Kit

Raychem

3. PVC Cable, 1.1kV, armoured/unarmoured CCI/Finolex/NICCO


4. PVC copper control wire

Finolex/Polycab

5. Voltmeter (Analog)

AE/MECO

6. Ammeter (Analog)

AE/MECO

7. Ammeter (Digital)

Consery, type EM 3259 Class


1.0

8. Selector Switch

L&T

9. Energy meter, multipurpose

Schneider, type PM800

10. HRC / HBC Fuse

GE

11. Bakelite Fuse Base & Carrier

GE

12. Indicating Lamp, LED type

Teknic/GE/Siemens

13. Copper lugs, heavy duty

Dowell/Comet/Hex

14. Crimping Compound for lugs

Dowell/Comet

15. Terminal Strip

Connect Well/ELMAX

16. Brass Gland

Dowell/Comet

17. Copper Plate/Copper Strip

Electrolytic, 99.99% pure

18. Bakelite Sheet

Hylum or equivalent

19. Bolt, Nut, Washer, Screw

SS-304

Contractors Signature

26

Date: ______________

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


ILGTI-HPC Facility

TENDER DOCUMENT
Design, Fabrication, Supply, Installation, Testing & Commissioning of
33 KV HT Sub-Station
and all related works, etc.
as per
Enclosed Specifications & Drawings & Schedule of Quantities
for
ILGTI-HPC at National Balloon Facility, TIFR, Hyderabad

PART II : PRICE BID

Contractors Signature

Date: ______________

Schedule of Quantities

Sr.
No.

Description in brief

Qty Unit

Rate/Unit

HT Data I for Erection of 33KV Bay and


VCB
1

33KV 800A D/B AB Switch with Insulators


(ABS30004)

ACSR conductor Panther ( CDR00010)

T Clamps for Panther to Zebra Conductor


( SSB10028)
LT PVC Cu Contr Cable 4 Core 2.5 Sq.mm
( CBP00002)
LT PVC Cu Contr Cable 10 Core 2.5 Sq.mm
( CBP00006 )
RSJoist 150x150mm (MST00029)

11KV Disc Insulator(C&T) ( INS10002)

C.I. Earth pipe 100m ( EMT00003 )

11KV Metal parts(C&T) ( HWR00002 )

18 SET

10

18 EA

12

33KV Pad clamps for Panther Conductor


( SSB10082 )
33KV 1Ph P.T.s 30VA Burden 0.2 Class
( ITR30030 )
RS Joist 175x85mm ( MST00032 )

13

33KV lighting arrestors line type (LAS00003)

3 EA

14

33KV 220V VCB with CT's 400-200-100/1-1A


( BRK30029)
33kV twin feeder control and relay panel
( MIS50036)
S&Erection of 33KV Bay steel angle fab

1 EA

4
5

11

15
16

4 EA
100 M
3 EA
500 M
200 M
450 KG
18 EA
5 EA

3 EA
500 KG

1 EA
1 EA

18

Erection of 33KV 800A AB Switch


( SWR20040)
Erection of Box pole 150x150

1 EA

19

Civil works for erection of towers

1 LS

20

Erection of 33KV Bay at SS

1 LS

21

Supply of 33KV TC structure as per DataII ( SMR40102)


Erection of 33KV TC structure as per DataII ( SWR11010 )

3 EA

17

22

Contractors Signature

4 EA

3 EA
Date: ______________

Amount

23
24
25

Supply of 33KV BD boom as per Data-IV


( SMR40104 )
Erection of 33KV BD boom as per Data-IV
( SWR10875)
Earthing arrangement labour ( SWR21299)

5 EA
5 EA
5 LS

28

Erection of 33KV single phase PT s


( SWR10401 )
Labour and Transport Charges
( SWR10003)
providing of Cable trench

1 LS

29

providing of metal sprading at 33KV Bay

1 LS

30

Erection of twin feeder control panel

1 EA

31

providing of CO2 cylinders

1 LS

32

providing barbed fencing and levelling

1 LS

33

providing of yard lighting

2 LS

26
27

1 SET
1 LS

Excise Duty
Sales Tax
Octroi
Freight
Insurance

Contractors Signature

Date: ______________

Sr.
No.

Description in brief

Qty

Unit

Rate

Amount

HT Data II for Erection of 33KV UG Cable


1

33KV XLPE Cable 3 Core 400 Sq.mm.(


CBX30001)

650

33KV 3X400 Heat Shble Str Thr Joint kit


(SCB10113)

24

EA

33KV 3X400 Heat Shble in/d end ter kit (


SCB10115)

EA

33KV 3X400 Heat Shble out/d end ter kit (


SCB10114)

EA

Hard gravelsoil BC Soil Red Earth

5500

EA

Raising of 33KV the cable Channel Fabrica

50

33KV XLPE Out Door End kit(3x400 sq.mm) (


SWR20843)

EA

33KV XLPE Indoor End kit(3x400 sq.mm) (


SWR20844)

EA

Straight through joint 33KV 3x400 XLPE (


SWR10382)

24

EA

10

Providing of Cable route map markers

2.8

KM

11

Road cutting charges w/o service tax


( SWR21752)

800

12

GI pipe 6' dia at cable raising point


( SWR20611)

20

13

Laying of UG cable 33KV 3x400sq.mm. (


SWR10428)

2000

14

UG Cable 33KV 3x400 home pipe double run


(SWR10847)

800

15

Laying of 33KV 400sq.mm. CCBT/comp

200

16

Labour and Transport Charges ( SWR10003)

LS

Excise Duty
Sales Tax
Octroi
Freight
Insurance

Contractors Signature

Date: ______________

Sr.N Brief Description


o

Qty

Unit

Rate

Amount

HT Data III for Erection of Metering


Equipment
1

33KV 1Ph P.T.s 30VA Burden 0.2 Class


( ITR30030)

EA

HT Pilfer proof Boxes ( BXS00026)

EA

HT Tri Met 33KV/110V 25/1A, 30min#0.2CL


( MHT30031)

EA

33KV Metering CT's 25/1A 0.2 Class


( ITR30029)

EA

33KV 3way RMU with VCB ( BRK30024)

EA

33KV 3X400 Heat Shble in/d end ter kit


( SCB10115)

EA

33KV 220V VCB with CT's 400-200-100/1-1A


( BRK30029)

EA

Erec of 2 nos. 33KV VCBs, PTS & CTs

SET

Erection of HT Trivector Meter (SWR20176)

EA

10

Erec of HTmetering Box incl box cost


( SWR20177)

EA

11

Erection of 33KV VCB

12

Erection of 33KV CT s/PT s incl jumpering


( SWR10419)

EA

13

Labour and Transport Charges


( SWR10003)

LS

14

Erection of 33KV 3way RMU


( SWR11128)

EA

15

OD/idoor end termination 33KV 3x400 XLPE


(SWR10387)

EA

Excise Duty
Sales Tax
Octroi
Freight
Insurance

Contractors Signature

Date: ______________

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)

HOMI BHABHA ROAD, COLABA, MUMBAI 400 005


(PURCHASE SECTION)

Instructions to Bidder
1. PART I (Technical Bid) consisting of Technical Bid & Commercial Terms and
PART II (Price Bid) consisting of only Price shall be submitted in separate sealed
envelopes duly super scribed with the tender enquiry number, and the due date in bold
letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005. The envelopes should be
clearly marked on top as either PART I or PART II. The two sealed covers should
be further put in a master cover super scribed with the Tender Enquiry No., Due Date in
bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai 400 005. The sealed master envelop
has to be delivered by hand/courier at the security Gate Officer of TIFR on or before
13.00 hrs on the due date specified. The technical bid will be opened in the presence of
attending tenderers at 14.00 hrs on the due date at Purchase Section, TIFR Mumbai.
Tenders submitted after 13.00 hrs. on due date will not be considered.
2. In case the PART I and Part II bids are not sealed in separate envelopes the
tender will be rejected.
3. The technical bid should not contain any indication of the price.
4. After scrutiny of Technical Bids, Price bids of only those bidders who are shortlisted on
technical basis will be opened at on later date. The opening date, time and venue will be
intimated to the technically successful bidder.
5. After downloading the documents please inform your company details such as name,
address, telephone nos., contact person and email address etc. by email to us.
(sgk@tifr.res.in, cvsamuel@tifr.res.in) to enable us to inform prospective bidder for any
corrigendum/changes if any; in the Tender document before due date.
6. Tenders containing correction, overwriting will not be considered. Late or
delayed/Unsolicited quotations/offers shall not be considered at all. These will be
returned to the firms as it is. Post tender revisions/corrections shall also not be
considered.

TATA INSTITUTE OF FUNDAMENTAL RESEARCH


7. Tenderer should sign on all the pages of the technical bid and the price bid.
8. In case of any interpretational issues in this tender, the interpretational decision of the
TIFR shall be Final binding on the bidder.
9. TIFR reserve the right to ask for or to provide any clarification, changes after the release
of this tender.
10. TIFR reserve the right to cancel the tender even after the receipt of tender, and in such
case the EMD would be refunded without any interest to the bidding parties.
11. If equipment offered is to be imported, arrangements for import will be made by us.
12. The Institute shall be under no obligation to accept the lowest or any other tender
received in response to this tender notice and shall be entitled to reject any tender without
assigning any reason whatsoever.
13. TIFR reserves the right to place the order for part/reduced quantity than what is specified
in the tender.
14. We are exempted from payment of Excise Duty under notification number 10/97 dated
01.03.1997 and Customs Duty under notification No.51/96 dated 23.07.1996 for all
procurements/supply meant exclusively for scientific and research purposes. Whenever
the exemption certificate not honored by the authorities, the applicable excise duty will
have to be paid. Hence Excise Duty and Customs Duty, if any, should be shown
separately. No other charges than those mentioned clearly in the quotation will be paid.
15. Sales Tax: TIFR does not have any exemption/concession on payment of Sales Tax/VAT
and we are not authorized to issue any Sales Tax Form C & D
16. Specifications are basic essence of the product. It must be ensured that the offers must be
strictly as per our specifications. At the same time it must be kept in mind that merely
copying our specifications in the quotation shall not make the parties eligible for
consideration of the quotation. A quotation has to be supported with the printed technical
leaflet/literature of the quoted model of the item by the quoting party/manufacturer.

ADMINISTRATIVE OFFICER
(PURCHASE SECTION)
TIFR, MUMBAI

Vous aimerez peut-être aussi