ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

Similar documents
* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

TENDER SPECIFICATION FOR TENDER CALL NOTICE No. 08/ For

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

NATIONAL BANKING GROUP WEST-1

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

Ravi Malik General Manager

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

TENDER FOR EMPANELMENT OF VENDORS

The following are the terms and conditions for the firms for submission of bids:

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

NOTICE INVITING TENDER

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

Date of Start and downloading the tender 12 sep 2018

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

Department of Biochemistry University of Lucknow Lucknow

Servicing, refilling & maintenance of Fire Extinguishers for RBPH W - 36

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA :

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

Relationship beyond banking

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar.

COUNTY OF ROCKLAND Department of General Services Purchasing Division

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE


INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

Notice for Empanelment of Vendors.

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

Queries raised by the representatives. 4 Sl. No.( iv) 31 Refer Sl. No. 2 It should be Windows 10 professional as it is the latest one

TRIPURA STATE ELECTRICITY CORPORATION LIMITED

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

The Bio-data, Scope of Works for various activities related to House Keeping and others & Detail of Work are attached herewith.

ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE Phone No. (020) & , Fax No. (020)

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

F.No-2-2/ /NIE(W)/R&M/ NIE-Workshop

TENDER NOTICE FOR. Page 1 of 30

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

COLLEGE OF AGRICULTURE, NAGPUR

Material Description Quantity UOM

INDUSTRIAL EXTENSION BUREAU

Application for Registration of Fire Protection Consultant on Record

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX.

RFP Ref. No. CSO/FIRE AUDIT/ /01 DATED 18/11/2017

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

TENDER DOCUMENT FOR PURCHASE OF: REFILLING & AMC OF FM-200 FIRE EXTINGUISING GAS IN DRC Tender Number: /368/FIRESERVICING, Dated:01.11.

TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER,

Calling for Quotations

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92

INVITATION FOR QUOTATION. TEQIP-II/2015/RJ1G08/Shopping/25

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX.

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES:

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

Detail Notice Inviting Expression of Interest for Survey & Fire Safety Audit

DEPARTMENT OF FIRE & EMERGENCY SERVICES DNH.

Contact Phone Number: (609) Fax: (609)

Design and Supply of Fire Equipments. External Fire Fighting Systems.

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Technical Specification For Design and supply of Water Mist cum CAFS (Compressed Air Foam System) Backpack Fire Fighting System

CO-ORDINATION OF NOTIFIED BODIES PPE Regulation 2016/425 RECOMMENDATION FOR USE

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

\JlR -gg ~ik1,cf) Pi fcl ~ ICf)d f3ti xl Pi fcl ~ I~. 3iI~ Pm cn't \IlTCfr t I ~ Pi fcl ~ Il) d Cf);:f)enl

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE

SCHEME OF TESTING AND INSPECTION FOR CERTIFICATION OF PORTABLE FIRE EXTINGUISHER- PERFORMANCE AND CONSTRUCTION AS PER IS 15683: 2006

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES BANK OF INDIA, VADODARA ZONE

TENDER NO: MR 92/2017 SUPPLY OF HIGH VOLTAGE PROXIMITY DETECTORS

Specification of (COC) Automatic Open Cup Flash Point Tester with accessories

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

RESIDENTIAL REBATE FORM

STANDARD TECHNICAL SPECIFICATION FOR PRESSURE SWITCH, DIFFERENTIAL PRESSURE SWITCH VOLUME - IIB. SPECIFICATION No: PES

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO

Transcription:

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR TENDER SPECIFICATION FOR TENDER CALL NOTICE 3/13-14 FOR SUPPLY / REFILLING / REPLACEMENT OF FIRE EXTINGUISHER REQUIRED FOR DIFFERENT GRID SUB-STATIONS UNDER EHT O & M CIRCLE, BERHAMPUR. Cost of tender paper Rs. 3000/- + 5 % VAT=Rs.3150/- (Rupees three thousand one hundred fifty) only. APPROXIMATE COST = Rs. 6 LAKHS 1

ODISHA POWER TRANSMISSION CORPORATION LIMITED (A GOVERNMENT OF ODISHA UNDERTAKING) JANAPATH, BHUBANESWAR 751 022 NOTICE INVITING TENDER Advt. 03/2013-14 Sealed tenders are invited from Manufacturers / Authorised Dealers / Reputed Supplier for supply / refilling / replacement of different type and capacity of Fire Extinguishers required for different grid sub-stations under EHT O & M Circle, Berhampur for combating fire hazards. Cost of Tender Papers Rs. 3150/- EMD 1% Sale of Tender documents from Dt. 20.6.2013 to Dt. 5.7.2013 Last date of submission of tender Dt. 6.7.2013 up to 2.00 PM. Date of opening of tender: Dt. 6.7.2013 at 3.00 P.M For details please visit our web site www.optcl.co.in Corrigendum if any will be published in the web site only. Manager M Circle General EHT O & Berhampur TENDER SPECIFICATION FOR TENDER CALL NOTICE 03/2013-14 OF EHT O & M CIRCLE, BERHAMPUR INDEX 1. SECTION I Instruction to Bidders 2. ANNEXURE I General terms &condition. 3. SECTION II TECHNICAL SPECIFICATION 4 ANNEXURE II DETAILS OF AVAILABILITY / REQUIREMENT ANNEXURE III Schedule of Price 2

5. COST OF TENDER PAPER Rs. 3000/- + 5 % VAT=Rs.3150/-(Rupees three thousand one hundred fifty) only by cash, pay order / Bank Draft in favour of General Manager, EHT O &M Circle, Berhampur (Non-refundable) 6. SALE OF TENDER PAPER Dt. 20.6.2013 to Dt. 5.7.2013 (During office hours) EHT O &M Circle, Berhampur. 7. LAST DATE OF RECEIPT Dt. 6.7.2013 up to 2.00 PM. OF TENDER PAPER 8. DATE &TIME OF OPENING OF TENDER Dt. 6.7.2013at 3.00 P.M SECTION - I INSTRUCTION TO BIDDERS: The Bidders must read in detail the Instruction to Bidders and General terms and conditions before filling the tender documents. EXPERIENCE: The bidders should possess valid manufacturers / authorized dealership certificate / reputed suppliers having similar type of transactions with Public and Private Sectors. TENDERS: Bidders must submit their bids in duplicate with original signature. Tender must be submitted in sealed envelops superscribed as tender against Tender call Notice 03/2013-14 FOR SUPPLY / REFILLING / REPLACEMENT OF FIRE EXTINGUISHER REQUIRED FOR DIFFERENT GRID SUB- STATIONS UNDER EHT O & M CIRCLE, BERHAMPUR due on Dt. 6.7.2013 for opening and addressed to the General Manager, EHT O & M Circle, Berhampur. Tender shall be submitted either in person or by registered post. Any other means of delivery shall not be accepted. Detailed postal address with PIN, Phone / Fax must be mentioned in the application requesting for tender document and on the tender bid. The tender submitted to any responsible officer after due date and time will not be considered. The authority is not responsible for receipt of tender after due date due to postal delay or any other reasons. Conditional offers will not be accepted. The bidder is to deposit EMD @ 1% of Estimate value in shape of cash / bank draft drawn in favour of General Manager, EHT O & M Circle, Berhampur. The EMD of successful tenderers will be refunded after deposit of security-cum-performance deposit. The EMD of all unsuccessful tenderers shall be refunded on written request after finalization of tender. No interest shall be paid on EMD. No adjustment towards EMD shall be permitted 3

against outstanding amount, if any, remained with the OPTCL. FORFEITURE OF EMD: In the event the successful tenderer fails to carry out the works / partly carry out the works as per the technical specification the EMD so deposited shall be forfeited. Any deviation from the terms and conditions of the contract the EMD so deposited shall be forfeited without any notice. INFORMATION ON COMPETITORS: Bidders have right to know information on competitors only at the time of opening of the bids. No further information on competitors shall be provided at any other point / stage of the tender without prejudice to right to information Act 2005. The bidders are advised to inspect the Grid sub-station for assessing their rates to be quoted in the tender prior to submitting their bids. OPENING OF TENDERS: Copy of up-to-date income tax clearance (ITCC and PAN Card) and valid License must be enclosed with the tender bids. Bidders themselves or their authorized representatives limited to one person only (possessing authorization letter in original) shall be allowed to attend opening event of the tenders. The original documents such as ITCC, PAN and valid License, valid labour contract license may be brought for verification. General Manager Annexure - I GENERAL TERMS AND CONDITIONS The tender documents will be accepted from the manufacturers / or their authorized dealers only. a. Quntity of Materials : The detailed quantity of required materials are appended at Annexure II b. Validity: The Tenderers are requested to keep the validity of their offer for a period of 12 months from the date of opening of tender. Price: The bidders are advised to quote their rate as per the price schedule at Annexure III. The unit rate and the total amount should be entered in figures and words. Any correction should be attested under the seal of the firm. In case of any difference between figure and words in the price schedule the price mentioned in words should be taken into consideration for evaluation. The rates should be firm and F.O.R delivery at destination mentioned in the purchase order. The rates should be inclusive of packing, forwarding, freight charges and excise duty and other taxes if any. VAT if extra should be indicated which will be paid by the purchaser. Delivery: The materials should be delivered to the consignee within 15 days of issue of purchase order. 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 4

condition. EMD: The tendereres are requested to deposit EMD @ 1% of their quoted value in shape of cash / D.D. Drawn in favour of General Manager, EHT O & M Circle, Berhampur. The EMD will be refunded to the unsuccessful bidder on application after finalization of tender. The EMD of the successful bidder will be refunded after award of contract on submission of security deposit. The EMD submitted by the tendereres along with bids shall not carry any interest from OPTCL. The tender without EMB will be liable for rejection. Security Deposit: The tenderers whose offer qualifies for acceptance will be awarded Purchase Order for supply of material and supplier shall have to be deposit Security-cum-performance guarantee equal to 5% (Five per cent) of contract value in shape of Cash / Bank Draft in favour of respective paying officer of OPTCL. The Security deposit will be released after two months of completion of the guarantee period subject to fulfillment of guarantee stated under clause on a receipt of application for this purpose. No interest shall be paid to the supplier towards the security deposit so deposited by the supplier. The Security shall be deposited within the respective paying officer of OPTCL prior to supply of the material. Terms of Pyament: Hundred per cent payment will be paid by the paying officer after delivery of the material at destination on good condition and verification there of by the consignee and approval of Guarantee / Test Certificate from the competent authority. The bills in triplicate may be submitted to the paying officer along with delivery challan duly verified by the concerned Consignee. Guarantee: The materials covered under this contract should be guaranteed for satisfactory operation against defects in material for a period of 18 months from the date of supply or 12 months from the date of use whichever is earlier. In case of any defects noticed during this period the same shall be replaced / rectified by the supplier free of cost to the purchaser provided such defects are due to fault design / bad workmanship or bad materials used upon written notice from the purchaser. The replaced material should also have similar guarantee. The above guarantee certificate shall be furnished in triplicate to the purchaser for approval. In the event of any breach on default in all or any condition of purchase order Security Deposit will be forfeited. Consignee: - The respective S.D.O., EHT O & M Sub-Division, is the consignee for the contract to be issued to the Supplier. Paying Officer: The AGM, EHT (O&M) Division, Berhampur / Bhanjanagar is the paying officer for this contract. Jurisdiction of Court: Suits if any, arising against the work order to be issued to the contractor shall be filed by either party in any court of law to which the jurisdiction of Odisha High Court extends. Out right rejection of Tenderers: The offers submitted by the suppliers shall be outrightly rejected if they do not comply to the 2 to 10 of Annexure IV. The Authority reserves the right to award the contract among any responsive bidders against this tender. 5

Submission of PAN, TIN & VAT Clearance Certificate: - Clear attested xerox copies of PAN issued by the competent authority (valid during the execution of the tender) & VAT clearance certificate (TIN) valid on the date of opening of tender should be submitted along with tenderers failing which the tender will be rejected. The supplier may be requested to produce original PAN Card and VAT clearance Certificate for verification at the time of opening of tender. Those who fail to produce the same and found not to be valid on the date of opening of tender their tenders should be rejected. Submission of Proof regarding Manufacturers Certificate / Authorised Dealership Certificate, Price List of Manufacturers, Past Experience of execution of order, Performance Certificate: - Attested legible xerox copies of necessary manufacturers certificate, valid authorised dealiership certificate, price list of technical literature etc. should be furnished by the bidders. Past experience of execution of purchase order need to be furnished by the bidders. All other terms and conditions will be governed by OPTCL as per Rules. General Manager 6

SECTION - II TECHNICAL SPECIFICATION MAP 90 Stored pressure, 2Kg,5Kg and 10Kg 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 made of EDD quality steel. Five years warranty from the manufacturer. CO2 Fire Extinguisher 4.5Kg. CO2 type fire extinguisher with a centre handle for weight management having EPDM rubber hose pipe and wheels 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 3 years. Should be Helium leakager certified. 183 ABC Dry power (MAP 90) Capacity Discharg e time (Second) Effective distance (Ft.) Fire Rating 2Kg <8 <13.5 13A 55B Height (mm) Diameter (mm) Gross (Kg) Empty (Kg) 341 108 3.6 1.6 5Kg <15 <13.5 21A 449 150 175 8 183B 10Kg <18 <13.5 34A 611 175 15.6 5.6 233B CO2 4.5Kg <9 --- 55B 857 140 19.1 14.6 N.B: - THE OLD AND USED EMPTY FIRE EXTINGUISHER CYLINDER OF CEASE FIRE, MINIMAX BRAND ETC. SHOULD BE REPLACED BY NEW ONES IN EXCHANGE OF OLD ONES AND CARRY FIVE YEARS WARRANTY FROM THE DATE OF REPLACEMENT. ALL THE MATERIALS SHOULD CONFORM THE RELEVANT ISS AND THE FIRE EXTINGUISHER CYLINDER SHOULD BE TESTED AS PER THE ISO AND ISI MARK. 7 ANNEXURE II

DETAILS OF FIRE EXTINGUISHERS AVAILABLE / EMPTY IN DIFFERENT GRID SUB-STATIONS UNDER EHT O & M CIRCLE, BERHAMPUR. A. EHT O & M DIVISION, BERHAMPUR 1 B &C type CO25Kg capacity Cease Fire 2 Dry Chemical Powder 5Kg Capacity 3 CO2 4.5KG capacity 4 CO2 6.5KG capacity Minimax Balug am Ganj am Chatr apur Narend rapur Berha mpur Digapa handi Moh ana Total Rqm nt. 5 5 Nos. 5 4 9 Nos. 5 2 7 Nos. 7 7 Nos. B. EHT O & M DIVISION, BHANJANAGAR Aska Bhanjana gar Phul bani Total reqmnt Remarks 1 ABC Dry type CO25Kg capacity Cease Fire 2 CO2 4.5KG capacity Minimax 3 9 ltrs capacity foam type fire extinguisher 4 22.5Kg CO2 fire extinguisher with trolley --- 32 6 38 4 4 1 9 14 nos. outlet pipe is required --- 7 2 9 1 1 GENERAL MANAGER 8

DETAILS OF FIRE EXTINGUISHERS NEWLY REQUIRED IN DIFFERENT GRID SUB-STATIONS UNDER EHT O & M CIRCLE, BERHAMPUR. A. EHT O & M DIVISION, BERHAMPUR 1 B &C type CO25Kg capacity Cease Fire 2 Dry Chemical Powder 4.5Kg Capacity 3 Foam type 4.5Kg capacity 4 Dry Chemical Power Baluga m Ganj am Chatr apur Narend rapur Berha mpur Digapa handi Moh ana Total Rqm nt. 8 8 3 5 5 13 5 5 5 15 2 2 3 6 3 2 2 20 with Trolley 25Kg 5 Fire Bucket 8 4 5 17 6 CO2 4.5Kg B &C type 5 2 7 B. EHT O & M DIVISION, BHANJANAGAR Ask a Bhanja nagar Phulban i Total reqmn t Remarks 1 ABC Dry type CO25Kg capacity Cease Fire 4 4 2 CO2 4.5KG capacity Minimax 5 6 3 14 3 9 ltrs capacity foam type fire extinguisher 2 3 5 4 22.5Kg CO2 fire extinguisher with trolley 2 2 2 6 GENERAL MANAGER 9

SCHEDULE OF PRICE FOR REFILLING / REPLACEMENT ANNEXURE - III A. EHT O & M DIVISION, BERHAMPUR QTY UNITS RATE AMOUNT 1 B &C type CO25Kg capacity Cease Fire 5 Nos. Dry Chemical Powder 5Kg Capacity 9 Nos. 2 CO2 4.5KG 7 Nos. capacity 3 CO2 6.5KG capacity 7 Nos. B. EHT O & M DIVISION, BHANJANAGAR QTY. UNITS RATE AMOUNT 1 ABC Dry type CO25Kg capacity Cease Fire 38 Nos. 2 CO2 4.5KG 9 Nos. capacity Minimax 3 9 ltrs capacity foam type fire extinguisher 9 Nos. 4 22.5Kg CO2 fire extinguisher with trolley 1 Nos. Date. BIDDER WITH SEAL SIGNATURE OF 10

SCHEDULE OF PRICE FOR NEW SUPPLY A. EHT O & M DIVISION, BERHAMPUR QTY UNIT RATE AMOUNT 1 B &C type CO25Kg capacity Cease Fire 8 Nos. 2 Dry Chemical Powder 5Kg Capacity 13 Nos. 3 Foam type 4.5Kg capacity 15 Nos. 4 Dry Chemical Power with Trolley 25Kg 20 Nos. 5 Fire Bucket 17 Nos. 6 CO24.5Kg B &C type 7 Nos. B. EHT O & M DIVISION, BHANJANAGAR QTY UNIT RATE AMOUNT 1 ABC Dry type CO25Kg capacity Cease Fire 4 Nos. 2 CO2 4.5KG capacity Minimax 14 Nos. 3 9 ltrs capacity foam type fire extinguisher 5 Nos. 4 22.5Kg CO2 fire extinguisher with trolley 6 Nos. Date. BIDDER WITH SEAL SIGNATURE OF DETAILED DATA SHEET TO BE FURNISHED BY THE TENDERERS 11

Name of the Contract with detailed postal address: Earnest money deposited vide Bank Draft Date / By Cash amount in Rs. (Rupees )only vide money receipt Dated. Attested copy of PAN / VAT Clearance Certificate : Furnished / Not furnished Attested copy of the valid Manufacturer / Authorised Dealership Certificate : Furnished / Not furnished Agreed to furnish Contract security deposit : Yes / No Agreed to accept payment terms as per the contract : Yes / No Agreed to adhere to supply the material as per the tender : Yes / No Agreed to accept penalty clause as per the tender : Yes / No Attach past experience certificate for the similar jobs in OSEB / GRIDCO or any other agencies : Yes / No Agreed to keep validity of the offer one year from the date of tender opening without any validation in tender clause. : Yes / No Agreed to obtain labour contract licence on event of work order from the competent authority : Yes / No Date of submission of tender. : Dt. Dated Tenderers Place Signature of the with seal. 12