TENDER SPECIFICATION NO.11/ FOR

Similar documents
ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER SPECIFICATION NO. CHP-25/ FOR SUPPLY OF LED FLOOD LIGHT (COPLETE SET) FOR GRID S/S MERAMUNDALI UNDER EHT (O&M) CIRCLE, CHIANPAL

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

श र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

Tender No.3558/H/2012/Roots Dated:

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

UV-Visible Spectrophotometer

JAWAHAR NAVODAYA VIDYALAYA, VADNAGAR DIST : MEHSANA(GUJ) Common Terms & Conditions for TENDER 18-19

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

TENDER NOTICE NO: 11 of of LTPS

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

GOVT. OF NCT OF DELHI

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

REMOTE SENSING APPLICATIONS CENTRE, U.P.

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BID DOCUMENT SECTION I

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

TENDER CALL NOTICE NO.

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 CERTIFIED POWER PLANT

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Sub: Tender Enquiry Rate Contract for supply of X-Ray Films & Radiology Chemicals (Retender).

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

GOVERNMENT OF KARNATAKA (Department of Agriculture)

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

TENDER FOR SUPPLY OF HAND BOOK

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

Tender. For. Scrub Stations

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER DOCUMENT FOR PURCHASE OF: L&T MAKE DOL STARTER Tender Number: /124/ELECTRICAL, Dated:

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

NOTICE INVITING TENDER

ASSAM UNIVERSITY SILCHAR (A Central University Constituted under Act. XXIII of 1989) TENDER DOCUMENT

BHARAT HEAVY ELECTRICALS LIMITED,

OFFICE OF THE CHIEF ELECTORAL OFFICER, ODISHA UNIT-V, BEHIND SECHA SADAN, BHUBANESWAR-1

TENDER DOCUMENT FOR. Purchase Section

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BALMER LAWRIE & CO. LTD.

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

Tender Document For Supply of SS Cans( (Barnis) of various capacity at Main Dairy Plant, Palanpur

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

BALMER LAWRIE & CO. LTD.

Tender Notice for re-filling of Fire Extinguishers at LIC of India, Central Office, Yogakshema, Jeevan Bima Marg, Mumbai

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:-

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½& KENDRIYA VIDYALAYA, BURHANPUR (MP)

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

OFFICE OF THE DEAN & PRINCIPAL, SAHEED LAXMAN NAYAK MEDICAL COLLEGE & HOSPITAL, KORAPUT, ODISHA'

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

Party s Name: Date of Tender:

Transcription:

ODISHA POWER TRANSMISSION CORPORATION LTD. OFFICE OF THE GENERAL MANAGER: ELECT. EHT (O&M) CIRCLE: CHAINPAL AT/PO: CHAINPAL COLONY, PIN-759104, and DIST: ANGUL (ODISHA) PH. NO.06760-211089/ FAX-06760-249222. Email: ehtm.cle.chp@optcl.co.in TENDER SPECIFICATION NO.11/2013-2014 FOR FOR SUPPLY OF NEW FIRE EXTINGUISHERS OF DIFFERENT TYPE AND CAPACITY REQUIRED FOR DIFFERENT GRID SUB-STATIONS UNDER EHT (O&M) CIRCLE, CHAINPAL FOR COMBATING FIRE HAZARDS SALE OF TENDER SPECIFICATION: DT. 18-12-2013 LAST DATE SALE OF TENDER SPECIFICATION: DT. 16-01-2014 LAST DATE OF SUBMISSION OF TENDER: DT. 17-01-2014 DATE OF OPPENING OF TENDER: DT. 17-01-2014 COST OF TENDER PAPER: RS 4000.00+05%VAT (Rs 4200.00) NO.EHT (O&M)/CPL/.../DT... ISSUED TO, M/S.........

Page - 1of 7 CONTENTS 1. SECTION -I: TENDER CALL NOTICE 2. SECTION -II: INSTRUCTION TO THE TENDERER 3. SECTION -III: GENERAL TERMS & CONDITIONS OF CONTRACT 4. SECTION -IV: TECHNICAL SPECIFICATION & PRICE BID 5. SECTION -V: DECLARATION BY THE BIDDER.

SECTION-1 Page - 2 of 7 ODISHA POWER TRANSMISSION CORPORATION LTD. (A Government of ODISHA Under Taking) OFFICE OF THE GENERAL MANAGER: ELECT. EHT (O&M) CIRCLE: CHAINPAL, AT/PO: CHAINPAL COLONY, DIST: ANGUL (ODISHA), Pin-759104 PH. NO.06760-211089, Email-ehtm.cle.chp@optcl.co.in TENDER CALL NOTICE NO. 11/ 2013-14 The General Manager (Elect.), E.H.T. (O&M) Circle, Chainpal invites sealed Tenders in duplicate from intending Manufacturers / Authorized Dealers for supply of new Fire Extinguishers (Ceasefire / Minimax make) different type and Capacity required for different grid sub-stations under EHT (O&M) Circle, Chainpal for combating fire hazards. The Quantum of requirement as follows. Requirement of Fire Extinguisher (New) (Ceasefire / Minimax make) SL No Name of Grid S/S ABC powder (4Kg) type MAP 90 Fire Extinguisher in Nos ABC powder (6Kg) type MAP 90 Fire Extinguisher in Nos ABC powder (9Kg) type MAP 90 Fire Extinguisher in Nos 01 132/33KV Grid S/S Angul 6 4-4 02 132/33KV Grid S/S Boinda 6 4-4 03 132/33KV Grid S/S Chainpal 6 6 4 4 04 132/33KV Grid S/S Dhenkanal 4 6 2 4 05 132/33KV Grid S/S K Nagar 7 4 - - 06 Switching Station K Prasad 8 2-4 07 400KV Grid S/S Meramundali 15 - - - 52 26 06 20 CO2 (4.5Kg) Squeeze grip type Fire Extinguisher in Nos The tender specification can be obtained from the office of The GM EHT (O&M) CIRCLE, CHAINPAL on payment of Rs. 4000/-(Four Thousand only)+vat @ 5%(Non Refundable) in shape of Cash/Bank Draft in favor of EHT (O&M) CIRCLE, CHAINPAL payable at, TTPS, Talcher on any working day upto 01.00PM from Dt.18-12-2013 to Dt.16-01-2014. Additional amount of Rs.100/-(One Hundred only) may be paid extra for postal delivery of the tender specification. The undersigned shall not be held responsible for any postal delay. The Tender shall be received Up to 01.00 PM of dated 17.01.2014 & will be opened at 03.00 Hours of same day in the Office of the undersigned in the presence of the Bidders (or) their Authorized Representatives present if any. If any of the above date happens to be a holiday, the next working day will be the corresponding effective date. One Tender paper shall be issued to one Bidder The tenderer should superscribe only the Tender Call Notice No. & Date of Opening of the tender on the body of the Sealed Envelope. Tenderer should not write their name or any other information on the body of the sealed envelope. Super scribing any other information on the body of the envelop, Conditional tender, Incomplete tender, Telegraphic / Fax / E-mail (etc.) Tenders & Tenders not accompanied with requisite amount of E.M.D. will be rejected. The authority reserves all rights to reject any, all or part of the Tender, alter/modify the requirement/ delete any part of the tender without assigning any reason thereof. GENERAL MANAGER

SECTION-II Page - 3 of 7 INSTRUCTIONS TO BIDDER 1. The contract shall be valid only for a period of 06 (Six) months from the date of opening of tender. The department reserves the right also to terminate the contract at any time during the contract period without assigning the reasons thereof. 2. The authority reserves the right to award the contract among any responsive bidders against this tender. Besides this, the authority reserves the right to accept or reject any or all tenders without assigning any reason thereof. 3. Clear Xerox copies of PAN & TAN, VAT Registration & VAT clearance certificate valid on the date of opening of tender should be submitted along with tenders, failing which the tender will be rejected. Xerox copy of Service Tax Registration if applicable along with the Tender. The bidder or their authorized representatives should produce the original documents for verification at the time of opening of the tender. Those who fail to produce the same and found not to be valid on the date of opening of tender, their tenders will be rejected. 4. In case of any dispute arising either in supply of material or any clause of agreement/ work order, the decision of the Unit Head, will be final and binding on the Bidder. 5. Tender with over writing, erased, illegible rates or rates not shown in figures and words in English will be liable for rejection. In case of discrepancy between words and figures noted against each item of the tender and between unit rates and total amount, the decision of the Competent Authority accepting the tender will be final and binding on the bidders. Total of item and grand total of whole tender be clearly written. Correction in the tender, if un-avoidable, should be made by re-writing with dated initial of the bidder after scoring out wrong entries, clerical and arithmetical mistakes may result in the rejection of the tender. 6. The bidders shall sign on all pages of the tender document as a token of acceptance of all terms and conditions thereof and submit his quotations therein. 7. The schedule of prices should be filled up fully to indicate the break-up of the prices including taxes and duties. Incomplete submission of this schedule will make the tender liable for rejection. 8. Request from the bidder in respect of additions alternations, modifications, corrections of either terms or conditions or rates after opening of the tender will not be considered. 9. All correspondence relating to the tender shall be made with General Manager (El.),E.H.T. (O&M) Circle, OPTCL, Chainpal.

SECTION-III Page - 4 of 7 GENERAL TERMS & CONDITIONS OF CONTRACT Sealed tenders are invited from Manufacturers / Authorized Dealers for supply of new Fire Extinguishers (Ceasefire / Minimax make) different type and Capacity required for different grid substations under EHT (O&M) Circle, Chainpal. 1. SUBMISSION & OPENING OF TENDER:- Tender shall be submitted with other documents in duly sealed envelope super scribed on the body of envelope Tender for Painting of Transformers, Equipments & structures at different Grid Sub-stations. The bidder should write only Tender Call Notice No, the name of work and date of opening of the tender on the body of the sealed envelope. Bidder should not write their name or Agency name on the body of the sealed envelope which may make the offer liable for rejection. 2. RIGHT & AUTHORITY FOR REJECTION:- Tenders received after due date and time will be summarily rejected. The General Manager (Electrical), E.H.T. (O&M) Circle, Chainpal reserves the right to reject any or all of the tenders without assigning any reason thereof. 3. VALIDITY OF OFFER:- The offer should be firm and valid for a period of at least 120 days from the date of opening of tenders. Unless the tender will be out rightly rejected. 4. EARNEST MONEY DEPOSIT:- The tender should be accompanied with 1% of the total quoted amount towards Earnest Money Deposit (EMD) in shape of Cash/ Bank Draft in favour of EHT (O&M) CIRCLE, CHAINPAL payable at TTPS, Talcher otherwise tender will be out rightly rejected. The EMD of the unsuccessful bidders will be returned after finalization of tender. The EMD of the successful bidders will be returned only after the Security money deposited as per the clause No.(6) in Section (III). In case of successful bidder fails to execute the order satisfying all terms & conditions or also fails to commencement of work within stipulated date mentioned in the date of order, the Earnest Money Deposit will be forfeited. No interest will be paid on the EMD to any participator. 5. PRICE:- The bidders are advised to quote their rate as per the price schedule in Section-V with break up prices including of all Taxes & Duties and shall remain upto the validity of tenders. 6. SECURITY DEPOSIT:- The bidders whose offer qualifies for acceptance will be awarded work order for execution of the works and the bidder shall have to deposit security amount equal to 10% (ten percent) of contract value in shape of cash/bank draft drawn in favour of respective paying officer, of OPTCL, The security deposit shall be released after two months of the guarantee period as stated under clause-10 of SECTION-III on receipt of application for this purpose. No Interest shall be paid to the bidder towards the security deposit so deposited by the Bidder. The security deposit shall be deposited with the respective paying officer of OPTCL prior to supply of material. The security deposit shall be released after expire of Guarantee period. In case of Non fulfillment of contractual obligation by the supplier, the same so deposited shall be forfeited. 7. DELIVERY:- The materials should be delivered to the consignee within 30 days of issue of purchase order. If the material can t be delivered within scheduled date due to any valid reason, then delivery period may be extended on written request by the Bidder. If the material delivery delays, then the penalty should be imposed as per clause No.08 of SECTION-III. 8. PENALTY: - Penalty @ ½%(half per cent) per week up to a maximum of 5% of the total value of the purchase order will be imposed and recovered from dues admissible if the materials are not supplied within the specified date of delivery. However imposition of penalty clause is subject to force majure condition.

Page - 5 of 7 9. TERMS OF PAYMENT: - 100 % (one hundred percent) payment along-with full taxes and duties (if any) shall be made after successful completion of the work in all respect and verification reports thereof by respective consignee and Paying Officer and on receipt of funds from Head Office in this regard. After supply of material in full, the bidder shall produce the printed bills to the respective consignee/paying Officer for effecting payment. 10. GUARANTEE PERIOD: - The supply of material by the bidder as per contract specification should be guaranteed for satisfactory operation and against any defects, in materials as described in technical specification. The above guarantee certificate shall be furnished in triplicate to the undersigned for approval. Any defects noticed during the period shall be rectified by the bidders at its own cost, without any financial burden to OPTCL. 11. DOCUMENTS:- The following should submitted. i) Manufacturers / Authorized Dealers Certificate. ii) Service Tax Registration Certificate from the Central Excise Deptt if applicable. iii) Valid PAN/ TIN. iv) VAT Regtd./VAT CC v) Experience Certificate 12. ADDITION OR DELETION OF CONTRACT:- The Contract may be altered in quantum as per exigencies of work. The bidder shall accordingly provide services as may be required by the Officer- in -Charge on being given a notice of 15 days 13. ARBITRATION:- In the event of any dispute arising out his contract. The same shall be referred for arbitration to the Director (HRD) OPTCL, Bhubaneswar or any arbitrator appointed by the Chairman- Cum- Managing Director, OPTCL after due notice of claim and such appointment and the award of the arbitrator shall be final and binding arbitration and conciliation Act. 1996 shall apply. The venue of arbitration will be Bhubaneswar. 14. TESTING:- The bidder must test the Fire Extinguisher (Max. 2) randomly chosen by the officer of OPTCL from the supplied Fire Extinguisher at destination & the bidder must replaced the tested Fire Extinguisher by a new one with own cost without financial burden to the OPTCL. 15. CONSIGNEE:- The Respective SDO of the Grid S/S are the consignee for the contract.. 16. PAYING OFFICER:- The AGM, EHT(O&M) Division, Chainpal is the paying Officer for contract.. 17. JURISDICTION OF COURT:- Suits if any, arising against the work order to be issued to the Bidder shall be filled by either party in any court of law to which the jurisdiction of Odisha High Court extends.

SECTION-IV Page - 6 of 7 TECHNICAL SPECIFICATION & PRICE SCHEDULE TECHNICAL SPECIFICATION 1) MAP 90 Stored pressure, 4Kg, 6Kg and 9Kg MAP stored pressure type fire extinguisher containing Mono Ammonium Phosphate at 90% level which is applicable on all classes of fire, pressurized by dry Nitrogen Gas, power particle size must be of 0.33mm for faster activation and should be 100% silicon coated with moisture proof. The extinguisher of squeeze grip mechanism for activation, aesthetic look and echo friendly with EPDM hose pipe. Instalert system to inform the danger. The extinguisher should be provided with a magnetic pressure gauge as indicating system to know the readiness of the system. Approved as per ISI 13849/93, ISO 9001 and CE certified. No maintenance cost for 5 years. Helium leakage certified can make of EDD quality steel. Five years warranty from the manufacturer. 2) CO2 Fire Extinguisher 4.5Kg. CO2 type fire extinguisher with a centre handle for weight management having EPDM rubber hose pipe and Squeeze grip at the base for easy portability. The extinguishers should have an instalert system to inform the danger with a provision of indicating system informing the readiness of the product. Product should have two years warranty from the manufacturer. Approved as per ISI 2878 and DOE ISO 9001 and CE certified. No maintenance cost for 3years. Should be Helium leakager certified. PRICE BID The schedule of prices should be filled up fully to indicate the break-up of the prices including taxes and duties SL No Requirement of Fire Extinguisher (New) (Ceasefire / Minimax make) Type Units Qnty. Unit Rate in Rs. 01 ABC powder (4Kg) type MAP 90 Fire Extinguisher Nos 52 02 ABC powder (6Kg) type MAP 90 Fire Extinguisher Nos 26 03 ABC powder (9Kg) type MAP 90 Fire Extinguisher Nos 06 04 CO2 (4.5Kg) Squeeze grip type Fire Extinguisher Nos 20 Amount in Rs.

SECTION-V Page -7 of 7 1. Name of the bidder with Detailed postal address with Contact Number. DECLARATION BY THE BIDDER 2. Earnest money deposited vide Cash receipt/ Bank Draft No.Dated Amount in Rs (Rupees..) only. 3. Xerox copy of PAN No: Furnished/ not furnished 4. Manufacturers / Authorized Dealers Certificate Furnished/ not furnished 5. Xerox copy of VAT Registration certificate: Furnished/ not furnished 6. Xerox copy of VAT clearance certificate: Furnished/ not furnished 7. Xerox copy of Service Tax Registration No. Furnished/ not furnished (If applicable as per Govt. rule) 8. Agreed to furnish Contract Security deposit : Yes/ No. 9. Agreed to accept payment terms as per Tender Specification. Yes/ No. 10. Agreed to adhere delivery period as per the contract: Yes/ No. 11. Agreed to accept penalty clause as per the tender: Yes/ No. 12. Attach past experience certificate for the similar jobs in OSEB/ GRIDCO or any other agencies along with the copy of valid HT/ HV license. : Yes/ No. 13. Agreed to keep validity of the offer for one year from the Date of tender opening without any variations in tender clause: 14. Agreed to obtain labour contract license on event of work order from the competent authority (if required): Yes/ No. Yes/ No. Date: Place: Signature of the Bidder with seal