Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on:

Similar documents
BRAITHWAITE & CO. LIMITED PRICE BID FORMAT (PART-II)

Supply of Batteries

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

TECHNICAL BID T 3627

Supply & Installation of Latest Version NX CAD Academic Software (NX9)

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

Tamil Nadu Handicrafts Development Corporation Ltd, Chennai. (Government of Tamil Nadu Undertaking)

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA

REQUEST FOR PROPOSAL

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

Department : COIMBATORE LPG Plant Department officer : PL.KANNAN. System ID : 11 Tender Reference No. :

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS


01. Name of work : Hiring of A/C luxury cars and passenger Vans (As and when required) 02. Tender No. : BHE/M&S/TPT/ AC LUXURY CARS/11-12

TECHNICAL BID T 3610

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

NIT for Tender No. GCO 8644P13

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

BaartaIya iva&aana isaxaa EvaM AnausaMDaana samstaana paunao

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

/ Telefax : No: 1(2)2015-E/ Battery& Charger TVH/ Dated:

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

Section VI: List of Requirements (REVISED)

SPECIFICATIONS OF SINGLE GIRDER UNDER SLUNG E.O.T. CRANE CAPACITY: 5 MT

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

(LAST DATE OF SUBMISSION: ) QUOTATION FOR ANNUAL MAINTENANCE CONTRACT OF SERVERS, COMPUTERS, PRINTERS, NETWORKING AND LAN

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

ASSAM POWER GENERATION CORPORATION LIMITED. NOTICE INVITING TENDER

BOXING FEDERATION OF INDIA

(ISO 9001 CERTIFIED)

Hkkjrh; izca/k lalfkku dksf"kddksm

BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal (AMRITSAR) Enquiry Date:

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

Individual Fuel Card Application Form

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI

REGIONAL MANAGER (VADODARA REGION)

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Construction and Connection of Street Light Assets

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU. INDIA CAPITAL EQUIPMENT/ MATERIALS MANAGEMENT

TENDER DOCUMENT FOR SUPPLY & MAINTENANCE OF E-CART (BATTERY OPERATED VEHICLE)

Pre-Qualification- Cum Bid Notice

AIRPORTS AUTHORITY OF INDIA OFFICE OF THE AIRPORT DIRECTOR ल. ग. ब. हव ई L G B I AIRPORT, GUWAHATI TECHNICAL DIRECTORATE क ट शन

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

INVITATION TO BID Fort Morgan Golf Course Golf Carts

(URL: F /KV Damoh/ / Date:

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

INVITATION TO BID FUEL PRODUCTS

Section V DC Nickel Cadmium Alkaline BATTERY


Technical Specifications

Fortis Wind Energy dealer price list

PEAK LOAD CAPACITY AGREEMENT XXXX/2017. Customer Oy. and. Finextra Oy

CORRIGENDUM # 1. Rate Cotnract for Hiring ofvehicle for CNG, PNG and Other Activities TENDER NO: IGL/ND/C&P/CM15118

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

CATALOGUE UNDER INSTRUCTION FROM SPECIAL INSPECTOR GENERAL OF POLICE, POLICE MOTOR TRANSPORT, M.S AUNDH PUNE

STORES/EASTERN RLY Tender Document For Tender No : Due Date/Time: 14/03/ :30

Central Electronics Limited Materials Management Division

NOTICE INVITING QUOTATIONS

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

SPECIFICATIONS FOR MOTOR OPERATED VALVES

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

PHL/CO/ENGG/ th Jan Tender Enquiry No.PHL/CO/ENGG/5600/TE-92 dated 28 th Jan 2010

BIDDERS SHOULD SUBMIT THE DOWNLOADED DOCUMENTS, DULY FILLED, STAMPED AND SIGNED, AS PER THE INSTRUCTIONS GIVEN HEREUNDER.

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

EOL tvo'. Eo11)E cyj

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

ARAI/TA(4G)/GEN-MAINT/EXOSCAN-V/ Dated 26 th Mar 2009 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

BACS APPROVED BUREAU SCHEME SUPPORT GUIDELINES

No. TE/F-814/16/WO- 145/ Dt

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

SECTION 1 SCOPE, SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES

/ I S S : / S T S I

PRINTING OF BMI WHEELS

MAHARASHTRA NATURAL GAS LIMITED

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

Transcription:

MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website: www.braithwaiteindia.com CIN- U74210WB1976GOI030798 Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: 22.03.2019 Due on: 04.04.2019 To, M/s......... Sealed offers are invited in two bid system for Annual Rate Contract of the following job: 1) Repairing of AC Squirrel Cage Induction Motor, Submerge Pump Motors, De-watering Pump Motors at Clive Works. 2) Repairing of DC Motors at Clive Works. Date & Time of Tender Closing : 04.04.2019 up to 2.30 PM Date of Time for opening of Tender Box : 04.04.2019 at 3.00 PM The offer should comprise of parts as under: A) Part-I : Techno-commercial bid & EMD B) Part-II : Price Bid Both Part I & Part II shall be inserted separately in 2 envelopes and these shall be put into 3 rd envelope and all the envelopes shall be sealed and super-scribed with Part No & above mentioned Tender No, Date & Due Date. The quotation shall be treated as cancelled if the documents for Part- I & Part II are not placed in the respective envelope. Quotation must be sent in sealed cover either by Registered Post or may be dropped in our Tender Box No. 2 in case of hand delivery. Sealed quotations addressed to GM (Purchase), Braithwaite & Co. Ltd, Clive Works, 5 Hide Road, Kolkata 700 043 may be dropped in our tender box no. 2 (in case of hand delivery) or may be sent by Registered Post but must reach us positively within 04.04.2019 by 2.30 PM. Technocommercial bid will be opened on 04.04.2019 at 3.00 PM. Tenderer may depute their representative during opening of the tender. The price bid shall be opened for techno-commercially acceptable bidders for which, opening date & time will be intimated in due course. Cntd. P/2

Page 2 PART-I: TECHNO-COMMERCIAL BID (A) Scope of work for Annual Rate Contract for repairing of AC Squirrel Cage Induction Motor, Submerge Pump Motors & De-watering Pump Motors: Sl. No. Motor Rating Tentative 1 (One) Year s requirement 1 Above 50 KW (67 HP) up to 90 KW (120 HP) 04 Nos. 2 Above 30 KW (40 HP) up to 50 KW (67 HP) 02 Nos. 3 Above 22 KW (30 HP) up to 30 KW (40 HP) 08 nos. 4 Above 15 KW (20 HP) up to 22 KW (30 HP) 06 Nos. 5 Above 7.5 KW (10 HP) up to 15 KW (20 HP) 08 Nos. 6 Above 3.73 KW 5 HP) up to 7.5 KW (10 HP) 07 Nos. 7 1 KW (1.5 HP) up to 3.73 KW ( 5 HP) 15 Nos.. NOTE: 1) The quantity of Motors may increase or decrease depending upon the actual requirement and job to be carried out as and when required basis. 2) Item No. 4 & Item No. 7 consisting Motors of De-watering Pump. 3) Item No. 6 consisting Motors for Submerge Pump. Scope of work for Submerge Pump & De-watering Pump Motors: a) Complete rewinding of Stator with new PVC insulated Flexible ETP High Conductivity Copper Conductor suitable for De-watering Pump and Submersible Pump. b) Rectification of Rotor Shaft / Keyway of existing shaft along with supply of New Key, suitable to Coupling / Gear / Propeller for De-watering & Submersible Pumps. c) Rectification of Propeller for De-watering & Submersible Pumps to match with the Rotor Shaft. d) Replacement of End Seals of Tungsten Carbide Material for De-watering & Submersible Pumps. e) Rectification of NDE Bearing Housing, Grease Cap, Bearing Cover etc. f) Rectification of DE Bearing Housing, Grease Cap, Bearing Cover etc. g) Complete rewinding of Motor with FINOLEX PVC, ETP High Conductivity Copper of proper gauge, complete repairing of Pump unit along with replacement of all Seals & Bearings of De-watering & Submersible Pump Motors. h) Repairing of Housing of De-watering Pump as a whole and re-staggering of Stator Core. i) Replacement of damaged Metallic Shields (DE & NDE side) for De-watering & Submersible Pump motors. j) Replacement of End Shields of both side cover for De-watering & Submersible Pump Motors. k) Repairing of Pump Impeller Unit for De-watering & Submersible Pumps. Scope of work for AC Squirrel Cage Induction Motors: 1. (a) Complete Rewinding of Stator with new dual coated enameled conductor with Class-H Insulation with proper Heating & varnishing. Contd..P/3

Page-3 2. Complete overhauling, heating & varnishing of Rotor. 3. Complete overhauling, heating & varnishing of Stator. 4. Trueness checking of Rotor Shaft. 5. Rectification of Rotor Shaft 6. Replacement of broken shaft of Rotor with EN Group material which should be equivalent to existing shaft material (Test Certificate of Shaft material should be produced at the time of delivery of Motor). 7. Dynamic balancing of Rotor as per IS at rated speed of motor. Balancing certificate has to be submitted at the time of delivery. 8. Rectification / repairing of End covers. 9. Replacement of NDE side damaged bearing by new one. New Bearing (Ball / Roller) should be of SKF / FAF / NBC make. 10. Replacement of DE side damaged Bearing by new one. New Bearing (Ball / Roller) should be of SKF / FAG / NBC make. 11. Rectification of damaged connection terminal block with cover. 12. Replacement of damaged connection terminal block with cover. 13. Rectification of inspection cover cooling fan etc. 14. Replacement of inspection cover cooling fan etc. 15. Complete testing of the machine. 16. Painting of the machine with Golden Yellow for the Crane motor and Siemens Grey for other motor. P.S.: Any other additional work if found necessary during the progress of work (which are not stated above), have to be carried out by the party for good performance of the machine. (B) Scope of work for Annual Rate Contract for DC Motors: Sl. No. Motor Rating Tentative 1 (One) Year s requirement 1 Above 30 KW (40 HP) up to 41 KW (55 HP) 01 Nos. 2 Above 19 KW (25 HP) up to 30 KW (40 HP) 10 Nos. 3 Above 11 KW (15 HP) up to 19 KW (25 HP) 10 nos. 4 3.75 KW (5 HP) up to 11 KW (15 HP) 10 Nos. NOTE: The quantity of Motors may increase or decrease depending upon the actual requirement and job to be carried out as and when required basis. Scope of work for DC Motors: 1) Complete rewinding of Armature / Rotor with new dual coated enameled Copper Conductor with Class-H Insulation with proper Heating & Varnishing. 2) Complete rewinding of Field Coil with new dual coated Copper enameled conductor with Class-H insulation with proper heating & varnishing. 3) Complete rewinding of inter-pole coils with new dual coated Copper enameled conductor with Class-H insulation with proper heating & varnishing. 4) Complete re-insulation of Armature coils with Class-H insulation including heating & varnishing. 5) Complete re-insulation of Field coils with Class-H insulation including heating & varnishing. 6) Complete re-insulation of inter-pole coils with Class-H insulation including heating & varnishing. 7) Re-mica / repairing of Commutator including under cutting along with along with dismantling and refitting. 8) Replacement of total commutator along with dismantling and refitting. 9) Commutator polishing and under cutting. 10) Replacement of damaged Carbon Brush holders including spring (New Brush Holders & Springs to be supplied) 11) Replacement of damaged springs by new one. Contd..P/4

Page-4 12) Replacement of Carbon brush with proper grade of Carbon Brush (EG-14 or equivalent as required) 13) Replacement of broken shaft of Rotor with EN group material which should be equivalent to existing shaft material (Test certificate of shaft material should be produced at the time of delivery of Motor) 14) Dynamic balancing of Rotor as per IS at rated speed of motor. Balancing certificate has to be submitted at the time of delivery. 15) Rectification of Rotor Shaft / Keyway of existing shaft along with supply of new key suitable to Coupling / Gear. 16) Rectification of Coupling / Gear / Keyway of existing Coupling / Gear to match with the Rotor Shaft. 17) Rectification of Keyway of existing shaft along with supply of new Key suitable to Coupling / Gear. 18) Rectification of Keyway of existing Coupling / Gear. 19) Rectification of Bearing housing (both side) 20) Replacement of damaged NDE side bearing by new one. New Bearing (Ball / Roller) should be of SKF / FAF / NBC make and GM Bush Bearing are to be of existing quality. 21) Replacement of DE side damaged Bearing by new one. New Bearing (Ball / Roller) should be of SKF / FAG / NBC make and GM Bush Bearing are to be of existing quality. 22) Rectification of End covers, Grease Cap, Bearing cover etc. 23) Replacement of End covers, Grease Cap, Bearing cover etc. 24) Rectification of damaged connection terminal block with cover. 25) Replacement / supply of new Rocker Assembly. 26) Replacement of Inspection Cover. 27) Complete testing of the machine. 28) Painting of the machine with Golden Yellow for the Crane Motor and Siemens Gray for other motors. Note: - Any other additional work if found necessary during progress of work (which are not tabulated above), the same have to be carried out by the repairer for good performance of the machine. For Website Bidders, following criteria may be fulfilled and accordingly documents to be submitted with Techno-commercial offer: 1) Executed at least one Similar Work of value Rs. 4.0Lakhs for repairing of DC Motor(s). OR two Similar Work having each value Rs. 2.50 Lakhs for repairing of DC Motor(s). OR three Similar Work having each value Rs. 2.00 Lakhs for repairing of DC Motor(s) during last 5 years ending on 31.12.2018. Purchase Order Copy and completion certificate / copies of payment receipt of the same to be submitted. 2) Executed at least one Similar Work of value Rs. 3.20 Lacs for repairing of AC Squirrel Cage Induction Motor, Submersible Pump & Dewatering Pump Motor(s). OR two Similar Work having each value Rs. 2.0 Lacs for repairing of AC Squirrel Cage Induction Motor, Submersible Pump & Dewatering Pump Motor(s). OR three Similar Work having each value Rs. 1.60 Lacs for repairing of AC Squirrel Cage Induction Motor, Submersible Pump & Dewatering Pump Motor(s) during last 5 (five) years ending on 31.12.2018. Purchase Order Copy and completion certificate/ copies of payment receipt of the same to be submitted. 3) Average annual turnover of Rs. 2.70 Lacs during last 3 years ending on 31.03.2018 and achieved net profit in any of the 3 years and should have positive net worth as on 31.03.2018. 4) Copies of Audited / CA Certified Balance Sheet and Profit & Loss Account during last 3 years ending on 31.03.2018. Similar Work means Repairing / Rewinding of different types of AC-DC Motors. contd..p/5

Terms & Conditions: Page-5 1) The party should have suitable infrastructure, repairing facility and proper instruments at their workshop to carry out the job. Braithwaite s representative may visit their workshop to verify the same before placement / finalizing of order. 2) Interested parties may visit BCL s Workshop for inspection of defective motors to identify the actual scope of work for carrying out the job on case to case basis. 3) Stage-wise inspection during repair works if found necessary to be arranged by the party. 4) Final inspection at Party s workshop along with all necessary testing to be arranged by the party. 5) The party has to make his own arrangement (Transportation) to take defective machine from our workshop and also during the delivery of repaired machine to Braithwaite. 6) Party should collect the Burnt / Defective motors within 24 hours of intimation given from Maintenance Department. 7) Any motor taken outside for repairing / rewinding should be returned to Clive Works after its repair within 2 (two) to 8 (Eight) weeks maximum (depending on urgency) from the date of Joint Inspection / Clearance from Maintenance Department. 8) Joint Inspection will be carried out only after dismantling of motors at repairer s workshop to identify the actual scope of repairing work to be carried on that machine. 9) Braithwaite reserves the right to inspect progress and quality of work at different stages with or without any prior intimation. Party has to arrange necessary inspection facilities. 10) All motors will be tested with or without load. It is expected that representative from repair shop shall be present during trial run. Each motor will be run for 14 consecutive days after commissioning before full & final acceptance and certification. 11) 6 (six) months guarantee for repairing job from the date of successful commissioning or one year from the date of delivery. 12) All damaged materials should be returned to our Clive Works stores with proper Challan except scrap Copper. 13) The cost of scrap Copper shall be adjusted with the cost of new copper whatsoever required with the winding cost of the motor. 14) Transportation cost etc. To be borne by the party. 15) All materials are to be certified by In-charge (Maintenance) and should be as per specification 16) Repairing charge shall be determined on the basis of scope of work made during Joint Inspection. 17) Bills Certifying Authority: Manager (Maintenance)-CW & VW and Unit Head / Works Manager (I/C)-CW & VW would be the final certifying authority. 18) In case, the contractor intends to take motors out of BCL s premises for repairing / rewinding, they have to maintain an additional security deposit equivalent to 5% of contract value which will be returned to contractor on return of all motors at the end of contract period. 19) The party should maintain Industrial Safety norms during handling of materials at or within Braithwaite premises. For any technical query / clarification related to the above repair job, the party may communicate with Manager (Maintenance)-CW & VW / Works Manager (I/C)-CW & VW. General Terms & Conditions: 1) Earnest Money Deposit (E.M.D): Rs. 5,000/- (Five Thousand only) E.M.D. is required to be deposited as Bid Security and to be submitted in the form of DD/Pay Order drawn in favour of Braithwaite & Co. Ltd., payable at Kolkata or you may deposit EMD in the form of Bank Guarantee which will be valid for 120 days from the date of opening of the tender. However, the units registered with DGS&D, SSI Units registered with NSIC for the tendered items, MSME units for the tendered item, PSU units & RDSO approved manufacturers for the tendered items may be exempted from submission of EMD. Necessary documentary evidence shall have to be submitted along with techno-commercial bid. Contd..P/6

Page-6 EMD will be forfeited or revoked if the bidder withdraws, amends, impairs or derogates and/or if the price is escalated later within the validity of the tender. EMD without any interest shall be returned to unsuccessful bidder after finalization of contract. For successful bidder, the same will be retained by BCL till submission of Security Deposit. EMD can be converted to Security Deposit if so desired by the successful bidder and the party has to submit balance amount of Security Deposit through DD/BG/Pay Order. EMD will be forfeited or revoked if the tender is withdrawn. For the bidders claiming exemption from EMD, they must submit relevant documents for the same. EMD should be submitted along with your techno-commercial bid otherwise, your Offer may be considered as cancelled. 2) Security Deposit : 5% of the order value only in the form of DD/Pay Order / Bank Guarantee from an Indian Nationalised Bank to be submitted by the successful bidder within 15 (Fifteen) days on receipt of Purchase Order. Security Deposit will be released and returned to the contractor after completion of warranty/ guarantee period. Security Deposit may be waived for SSI, NSIC, MSME units, PSU and vendors registered/ approved by DGS&D & RDSO. Security Deposit may also be built up by deducting the amount proportionately from each bill of the supplier/contractor on their request. However, 50% of the total amount of security deposit is to be deposited by the successful bidder on receipt of purchase order. Balance 50% may be recovered from running bill. As and when an amendment is issued to the contract, the contractor shall within 15 days of receipt of such an amendment furnish to the purchaser an amendment to the security deposit and / or Bank Guarantee rendering the same valid for the contract as amended. 3) Performance Guarantee: The supplier shall have to submit Performance Bank Guarantee for 5% of Order value as per format to be provided by BCL after placement of order. The Performance Bank Guarantee shall have to be submitted before receipt of first payment. The performance bank guarantee shall remain valid up to the completion of warranty / guarantee. The Security Deposit, if submitted, may be converted to Performance Guarantee. 4) Payment: 100% after 30 days from the date of submission of bills with all relevant documents after completion of job duly certified by Manager (Maint)-CW&VW & Unit Head / Works Manager I/C-CW&VW. Payment for taxes & duties shall be made at actual as applicable as per prevailing rates against relevant documents. However, payment will be made on the basis of actual as certified by BCL. 5) Contract Period: Rate Contract shall cover 12 (Twelve) months from the date of Purchase Order. 6) Inspection: Stage Inspection with progress of work and final inspection at completion shall be carried out by BCL. 7) Price Confirmation: Quoted / Ordered Rate shall remain firm till completion of the job. Price variation shall not be entertained during the contract period. 8) Validity: Offer should remain valid for 90 days from the date of opening of the bid. 9) Liquidated Damages: In the event of failure to do the job within the stipulated delivery date, BCL reserves the right to recover a sum of 0.5% for every week of delay or part thereof by way of Liquidated Damages, subject to a maximum of 10% of the ordered value. 10) Risk Purchase: In the event of failure on the part of the contractor to do the job within the reasonable period of time as decided by the purchaser, BCL reserve the right to procure the items mentioned in our purchase order from alternative sources on Risk Purchase basis and shall recover the extra cost thereof, if incurred, from you. Contd..P/7

Page-7 11) Arbitration: All questions, disputes or difference, whatsoever, shall arise between the purchaser and the contractor upon or in relation to or in connection with the contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of the sole Arbitrator. CMD-BCL shall have the right and authority to appoint any officer of the Company as Arbitrator, not below the rank of General Manager who is not directly connected with the Purchase Order. Such a reference submitted to the Arbitrator shall be deemed to be the submission to the Arbitrator within the meaning of the Arbitration and Conciliation Act, 1996 statutory modification thereof. The proceedings of the Arbitration shall be held in Kolkata. 12) Jurisdiction: Any legal dispute that may arise will be settled within the jurisdiction of Court of Kolkata. 13) Rejection/Replacement: The contractor shall arrange for free replacement / rectification of rejected / defective materials or job, if any, detected during or after fitment of works, on receipt of our written advice to that effect. The replacement / repairing shall be made within 15 days from the date of our advice failing which, BCL reserve the right which deemed fit. 14) Termination of Contract: BCL reserve the right to terminate the order at any point of time in case of nonperformance/ non-compliance of delivery schedule/poor quality of materials by giving 7 days notice. 15) Unconditional Acceptance: Party should have to submit the unconditional acceptance of all the tender terms & conditions along with the Techno-commercial Bid. 16) No alternation / inclusion / deviation may be allowed after submission of offer. All corrections (if any), must be signed at the appropriate place by the signatory of the bidder, otherwise tender will be considered as invalid. 17) Tender will be considered cancelled if the document required for Part 1 & Part II bids are not placed separately in respective & proper envelope. No prices should be indicated in the Techno-commercial (Part I) Bid of the bidders else the tender shall be treated as cancelled. Price Bid Part shall be opened only if Part-I is qualified. PART-II: PRICE BID 1) The rate to be quoted both in figures and words. The quoted rate should not be different between figures and words. If there is difference between the figures and words, we will take the quoted rate in words only. 2) This part must be free from any condition and signed with stamp. 3) Overwriting / Use of White ink / Correction in price figure of the quotation will be rejected. 4) The bidder shall submit rate in the following format. 5) Price Bid without signature shall be considered as cancelled. 6) L-1 bid shall be evaluated on the basis of grand total of individual motors in each group exclusive of taxes. However, the evaluation shall be made against each group i.e. (A), (B) & (C) separately.