PITHAMPUR AUTO CLUSTER

Similar documents
TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

Procurement of Licences of Business Objects BI Platform

for SUPPLY OF HP TONER CARTRIDGE

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

Split Air Conditioner and Stabilizer At

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone:

SOFTWARE TECHNOLOGY PARKS OF INDIA

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

ICSI HOUSE, C-36, Sector-62, Noida

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

at 13:30 hrs

Central University of Orissa

SAINIK SCHOOL KUNJPURA, KARNAL (HARYANA) TENDER/CONTRACT NOTICE:

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

ICSI HOUSE, C-36, Sector-62, Noida

Phone No

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

TENDER ENQUIRY NO. BCL / PUR / KSR / CABLES/CW&AW/2019 Dated Due on Cable Specification Make Qty. Reqd.

Central University of Orissa

ICSI HOUSE, C-36, Sector-62, Noida

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

INDIAN INSTITUTE OF SCIENCE BENGALURU

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Tender. For UPS. All India Institute of Medical Sciences, Jodhpur

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Aland Road, Kadaganchi Kalaburagi CENTRAL UNIVERSITY OF. Phone: KARNATAKA

BID FOR DESIGNING, PRINTING AND EVALUATING OMR SHEET

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

A Grade NAAC Re-Accredied (3rd Cycle) NORTH MAHARASHTRA UNIVERSITY, P. O. Box. No. 80, Umavinagar, JALGAON

STATE LEVEL BANKERS COMMITTEE OF ANDHRA PRADESH

ICSI HOUSE, C-36, Sector-62, Noida

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

DATED: DUE ON

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

NOTICE INVITING TENDERS

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

F. No.3-43/ /S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section)

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

No. CUK/Tender/ /FW Renewal/4 Date: TENDER NOTICE FOR RENEWAL LICENSE OF CYBEROAM CR750IA UTM FIREWALL THROUGH E-PROCUREMENT MODE

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

File No.ITDPDR-HOR0HORT(CFE)/24/2017-SA(CF)-ITDAPDR TRIBAL WELFARE DEPARTMENT :: I.T.D.A. PADERU VISAKHAPATNAM DISTRICT :: ANDHRA PRADESH

TECHNICAL OFFER (ENVELOPE I)

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

Stores & Purchase Department

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

TENDER FOR. DEVELOPING, UPLOADING, HOSTING AND RUNNING WEB PORTAL OF KERALA AGRO MACHINERY CORPORATION LIMITED (KC/TDR/76/3 dated

UNIVERSITY OF PERADENIYA

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

Ref.: TIFR/PD/CM17-201/ January 22, NIT cum Tender Document (ONE PART LIMITED TENDER) for the following item:

NOTICE INVITING TENDER (NIT)

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

Invitation of quotation for Supply of Self-Inflating Bag At All India Institute of Medical Sciences, Jodhpur

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/ /SER-HR/02 (RE-BIDDING) Date:

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

DOMESTIC COURIER SERVICES FOR STATE BANK OF INDIA, LOCAL HEAD OFFICE, BHOPAL

Ref. No. P&S/F.2/OR/198/ Date:

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

National Institute of Technology, Jamshedpur Office of the TEQIP II INVITATION FOR QUOTATION

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

Transcription:

PITHAMPUR AUTO CLUSTER (A GOVT. OF MADHYA PRADESH UNDERTAKING- SUBSIDIARY OF MPAKVN, INDORE ) Reg. Office: 126, Kanchan Bagh, Opp. Hotel Crown Palace, Indore 452 001 TENDER DOCUMENT FOR SUPPLY & INSTALLATION OF CABLE /ELECTRICAL NETWORKING/ COMPRESSED AIR PIPING SYSTEM IN ATITC WORKSHOP MHOW

Supply of cable /electrical fittings for ATITC workshop Our Ref: PAC/IND/2018/326 DATE- 26/09/2018 NOTICE INVITING TENDER (NIT) Subject: Tender for SUPPLY & INSTALLATION OF CABLE /ELECTRICAL NETWORK/ COMPRESSED AIR PIPING SYSTEM IN ATITC WORKSHOP, MHOW Pithampur Auto Cluster, Indore is intended to procurement and installation of cables/ Electrical Network for ATITC workshop, Mhow, therefore Sealed tenders in two bid system for the subject work, are invited from eligible bidders, by Managing Director, Pithampur Auto cluster, Indore on or before 05.10.2018 at 3.00 PM. The tender document is to be submitted in two separate envelopes each sealed and clearly identified and addressed to Managing Director, Pithampur Auto cluster, Indore. Both the envelopes along with the requisite EMD, shall be contained in a large envelope super scribed Tender documents shall be available from the office of PAC at 126, Kanchanbagh, Indore on payment of non-refundable tender fee of INR 5600/- Tender charges including GST by Demand Draft in favour of Pithampur Auto cluster payable at Indore. Complete tender documents are also available on the website www.pithampurautocluster.com The documents downloaded by the parties from the website shall be valid for participation in the tender process. Those making use of the tender documents downloaded from the website shall have to pay the tender fee of the document i.e. Rs.5,600/- (Rupees Five Thousand Six Hundred only) in the form of a demand draft along with the tenders. Tenders received without the requisite tender fee shall be considered as invalid ab-initio. Last date of submission of bids is 05/10/2018 before 3 P.M. The bids will be opened on 05/10/2018 at 04.30 PM. Managing Director, PAC, Indore reserves the right to accept/reject any/ all proposals without assigning any reason thereof. Managing Director, PAC, Indore

SECTION 1: INVITATION FOR BIDS Definitions Bidder or bidder means Manufacturers / Authorized Dealers of manufacturers / venders engaged in supply and installation of various items offering the service(s) required in the TENDER. The word Bidder, when used in the pre-award period shall be synonymous with Bidder, and when used after intimation of successful bidder shall mean the successful bidder, also called Vendor, with whom the tenderer signs the Contract. Tenderer shall mean the authority issuing this TENDER. Introduction Sealed bids are invited from eligible bidders for Supply and Installation of Cable /Electrical Network/ Compressed Air Piping System for ATITC Workshop, MHOW. The bids should be submitted in the prescribed format at the address mentioned in the following section. Schedule of Bid Process Sl No Information Details 1. TENDER No. and Date PAC/IND/2018/----- DATE- 26.09.2018 2. Bid validity period 60 days from the date of submission 3. Last date for submission of bids 05.10.2018 before 3 P.M. 4. Opening of Bids 05.10.2018 AT 4.30 PM. 5. Place of opening of proposals received in response to the TENDER notice Pithampur Auto Cluster 126, Kanchan bagh, Near Gitabhawan Chauraha, Opp Hotel Crown Palace, INDORE-452001 6. Addressee and address at which proposal in response to TENDER notice is to be submitted: Managing Director, Pithampur Auto Cluster 126, Kanchanbagh, Near Gitabhawan Chauraha, OppHotel Crown Palace, INDORE-452001

Instructions to Bidders Bidders are advised to study this TENDER document carefully before participating. It shall be deemed that submission of bid by the bidder has been done after their careful study and examination of the TENDER with full understanding to its implications. Any lack of information shall not in any way relieve the bidder of his responsibility to fulfill his obligations under the Bid. Cost of Bidding Bidder shall bear all costs associated with the preparation and submission of the Bid. The tenderer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. TENDER Document The document issued by the PAC, Indore. Amendment in TENDER Document a) At any time prior to the deadline (or as extended by the tenderer) for submission of bids, the tenderer, for any reason, whether at its own initiative or in response to clarifications requested by prospective bidder may modify the TENDER document by issuing amendment(s) b) All bidders will be notified of the amendment(s) by publishing on the website www.pithampurautocluster.com and these will be binding on them. c) In order to allow bidders a reasonable time to take the amendment(s) into account in preparing their bids, the tenderer, at its discretion, may extend the deadline for the submission of bids. Language of BID The bid prepared by the bidder, as well as all correspondence and documents relating to the Bid exchanged between the bidder and the tenderer, shall be in English/ Hindi. Period of Validity of Bids a) The bid shall remain valid for 60 days from the date of submission. Bidder should ensure that in all circumstances, its Bid fulfills the validity condition. Any bid valid for a shorter period shall be rejected as nonresponsive. b) In exceptional circumstances, tenderer may solicit bidder s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. Bid Security shall also be suitably extended. In such scenario a bidder granting the request is neither required nor permitted to modify the bid.

Qualification Criteria Sr. No Criteria 1 The bidder Should be: Manufacturers / Authorized dealers of Manufacturers Company/ Entity dealing with supply & installation of such items 2 Bidder must have an average annual turnover of at least Rs. 25.00 lacs (Twenty Five Lakhs) in the previous 3 financial years ending 31/03/2018, 31/03/2017 and 31/03/2016. 3 The bidder should not have been blacklisted by any institution of the Central or State Government in India on ground of involvement of the bidder in corrupt or fraudulent practices for the last 5 year Mandatory Documents to be submitted as part of the Technical Bid Any certificate to confirm their legal status Copy of Balance Sheets/CA Certificate certifying Turnover Self-Declaration by the designated official as per the Annexure: II 4 Pan No and GST No Copy of pan No and GST no. Technical Bid :- Information as per annexure II along with supporting documents Bidding Procedure ; 1. Preparation and Submission of Tender: The tender should be submitted in two parts i.e. Technical Bid as per Annexure II and Financial Bid as per Annexure V. The Technical Bid and the Financial Bid should be sealed by the bidder in two separate covers "Technical Bid for supply and installation of cable/ Electrical Networking/ Compressed Air Piping System in ATITC Workshop, Mhow and "Financial Bid for supply and installation of cable/ Electrical Networking/ Compressed Air Piping System in ATITC Workshop, Mhow. Both Sealed Envelopes should be kept in a main/ bigger envelope super-scribed as Tender for supply and installation of cable/ Electrical Networking / Compressed Air Piping System in ATITC Workshop Mhow. The bidder is required to sign all pages of this document and return the same along with their bid as a token of acceptance of all the terms and conditions mentioned in this document. Unsigned document will be rejected. 2. The Technical Bid shall consist information/documents pertaining to the qualifications of the agency and Demand Drafts of Tender Fees & EMD, which would be opened first for assessment of competence of the agency. Financial Bid shall be opened of only those bidders who have submitted the Demand Drafts of Tender Fees & EMD are found successful in the process of technical assessment by this office. Finalization of the Financial Bid will be done on the basis of the Total Cost including installation, so the bidder has to quote lump sum rate of all the items to be supplied and installed. 3. Tender Fee: Tender fee will be Non-refundable amount of Rs.5600/- including GST charges (Rupees five thousand Six hundred only) by way of demand drafts only. The demand drafts shall be drawn in favour of Pithampur Auto Cluster payable at Indore. Bid(s) received without demand draft of Tender Fee will be summarily rejected. 4. The bidder shall be required to submit the Earnest Money Deposit (EMD) for an amount of Rs. 10,000/- (Rupees Ten Thousand Only) by way of demand draft only. The demand draft shall be drawn in favour of Pithampur Auto Cluster payable at Indore. The demand draft for earnest money deposit must be enclosed in the envelope containing the technical bid. The EMD of the successful bidder shall be returned after the goods are received and payment is made and for unsuccessful bidder(s) it would be returned after award of the contract. Bid(s) received without demand draft of EMD will be summarily rejected.

a) Request for transfer of any previous deposit of earnest money or security deposit or payment of any pending bill held by the respect of any previous work will not be entertained. b) Tenderer shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the tenderer fails to observe and comply with stipulation made herein or backs out after quoting the rates, the aforesaid amount of earnest money will be forfeited. c) The Firm who are registered with National Small Industries Corporation (NSIC), MSME OR Small Scale Industries (SSI) are exempted to submit the EMD (Copy of registration must be provide along with technical bid). A relevant document should be enclosed. d) The EMD, in case of unsuccessful Bidders shall be retained by PAC, Indore till the finalization of the tender. No interest will be payable by PAC, Indore on the EMD. The Tender Application shall be addressed to the following address:- Managing Director, Pithampur Auto Cluster 126, Kanchanbagh, Near Gitabhawan Chauraha, Opp. Hotel Crown Palace, INDORE-452001 If the outer envelope is not sealed and marked as above, the tenderer will bear no responsibility for the misplacement or premature opening of the Bid. Only detailed complete bids in the form indicated above received prior to the closing time and date of the bids shall be taken as valid. Bids sent through Telex/Telegrams/Fax/e-mail should not be acceptable. Bid Due Date a) Bid must be received by the tenderer at the address and not later than the time and date specified for this tender. Bids received after this deadline will be rejected and returned to the bidder unopened. b) The tenderer may, at its discretion, on giving reasonable notice in writing by publishing on the specified website (www.pithampurautocluster.com) and/or through press notification, extend the bid due date, in which case all rights and obligations of the tenderer and the bidder, previously subject to the bid due date, shall thereafter be subject to the new bid due date or deadline as extended. Modification and Withdrawal of BID a) The bidder may modify or withdraw its bid after submission, provided that written notice of the modification including substitution or withdrawal of the bids, is received by the tenderer prior to the deadline prescribed for submission of bids. b) The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar to the original bid. c) No bid shall be modified subsequent to the deadline for submission of bids. d) No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity. Withdrawal of a Bid during this interval may result in the bidder's forfeiture of its Bid security

Late Bid a) Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened. b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence will be entertained on this matter. c) Tenderer shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject will be entertained. d) Tenderer reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments. Bid Currency Prices for services offered shall be quoted in Indian National Rupees only. EMD a) All bidders shall furnish an Earnest Money amounting to Rs. 10,000/- (Rupees Ten Thousand Only). Bids without this EMD will be rejected. b) The EMD shall be in Indian Rupees and shall be in the form of Demand Draft issued by any Scheduled bank in India, drawn in favour of Pithampur Auto Cluster payable at Indore, and shall be valid for at least 180 days. Such negotiable instrument should be valid for at least sixty (60) days beyond the validity of the Bid. c) The successful bidder's EMD will be discharged after the goods are received and payment is made. Forfeiture of EMD The Bid security may be forfeited either in full or in part, at the discretion of the tenderer, on account of one or more of the following reasons: a) The bidder withdraws his Bid during the period of Bid validity b) The bidder fails to co-operate in the Bid evaluation process c) If the bid or its submission is not in conformity with the instruction mentioned herein d) If the bidder violates any of the provisions of the terms and conditions of the tender e) If the bidder non supply/ insufficient supply in stipulated time f) In the case of a successful bidder fails to (a) accept award of work, (b) become non responsive after acceptance of communication of placement of order, (c) or the bidder violates any of such important conditions of this tender document or indulges in any such activities as would jeopardize the interest of the tenderer in timely finalization of this tender. The decision of the tenderer regarding forfeiture of bid security shall be final and shall not be called upon question under any circumstances. Award of Contract Tenderer will award the contract to successful bidder whose bid has been determined to be responsive and has been determined to be most competitive

Contacting the Tenderer a) Bidder shall not approach any officers of the Tenderer beyond office hour and/ or outside office premises, from the time of the Bid opening to the time of finalization of successful Bidder. b) Any effort by a Bidder to influence the officials of the tenderer office in the decisions on Bid evaluation, Bid comparison or finalization may result in rejection of the Bidder's offer. If the Bidder wishes to bring additional information to the notice of the tenderer, it should do so in writing. Right to Accept Bid and to Reject any or all Bids The Tenderer reserves the right to accept or reject any proposal, and to annul the tendering process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the tenderer action. Lack of Information to Bidder The bidder shall be deemed to have carefully examined TENDER document to his entire satisfaction. Any lack of information shall not in any way relieve the bidder of his responsibility to fulfill his obligation under the bid. Fraudulent & Corrupt Practice Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of the project and includes collusive practice among bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non-competitive levels and to deprive the tenderer of the benefits of free and open competition. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value, pressurizing to influence the action of a public official in the process of project execution. Tenderer will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in executing, the project. Certification The installation work should be certified by the A Class Electrical Engineer/ Contractor. Penalty In the event when the bidder is unable to supply and install the above items within a period of three months, a penalty of 1000/- per day delay shall be levied. If the delay continues beyond one month, the tenderer, may terminate the contract. Place and Period of Supply & Installation: - The place of supply will be ATITC Workshop,113/2- B village harniyakhedi, Opp Veterinary College,Mhow and the period of supply and installation will be three months from the date of award of work order. No additional freight charges will be paid extra.

Payment:- The successful bidder will supply the material as per designated place and submit a challan to ATITC and obtained a goods receipt certificate from Principal ATITC, subsequently after completion of installation, the bidder has to submit following documents to MD PAC office: - 1. Work completion Certificate duly sealed and signed by Principal ATITC. 2. A Class Electrical Engineer Certificate in original. 3. Original copy of Invoice along with goods receipt certificate. 4. Original Warranty card /detail if any given by the manufacturer regarding the items. After receiving above documents 100% payment will be made within 10 working days after deduction of 5% Security Deposit and taxes as applicable. Security Deposit: - 5% payment will be deducted as a Security Deposit and will be released after a period of 6 months as per recommendation of Principal ATITC. SECTION 2: SCOPE OF WORK As part of its scope of work the bidder needs to perform the following tasks. Supply and Installation The bidder has to supply and Install cable/electrical Network/ Compressed Air Piping System in ATITC workshop, 113/2-B village harniyakhedi, Opp Veterinary College,Mhow as per the norms under Indian Electricity rules, 1956 and will have to produce a fitness/ satisfactory Certificate as per the A Class Electrical Engineer / any other Designated Authority. All items need to be delivered at the ATITC by the tenderer within the prescribed period from the date of award of work. The PAC will also retain 5% of the Total amount as Security Deposit for a period of 6 months and if any technical mistake/ discrepancies will be found during this period, the bidder will be liable to rectify the same on his own cost within a period of 5 days. The SD will be returned after the period of 6 months. If the bidder is unable to do the work timely, the SD will be forfeited. The installation of the mentioned items should be done as per drawing attached in Annexure VI. Though due diligence is to be carried while assessing the quantity of the items required, it will be the duty of the bidder to verify the same with ATITC Site because if any additional quantity is required for installation, the same has to be arranged at the cost of the bidder. In case if any item unutilized after completion of work, it is the property of the PAC and will remain with ATITC. The minimum technical specifications and the quantities are of the electrical items to be procured as part of this TENDER document are as follows.

a. CABLES Sr. No. Description Unit in mtrs. Total in mtrs. 1 Armd cable 4 core (Aluminium) 50 mm 50 50 2 Armd cable 4 core (Aluminium) 35 mm 81 81 3 Armd cable 4 core (Copper) 2.5 mm 732 732 4 Armd cable 4 core (Copper) 1.5 mm 616 616 5 Flexible cable 3 core (Copper) 1.5 mm 245 245 6 Flexible cable 4 core (Copper) 1.5 mm 566 566 7 Flexible cable 3 core (Copper) 1 mm 90 90 8 Flexible cable 3 core (Copper) 2.5 mm 90 90 9 Flexible cable 4 core (Copper) 2.5 mm 180 180 10 Flexible cable 4 core (Copper) 4 mm 90 90 [ b. FLEXIBLE WIRE S.No. In Sq. mm wire In mtrs. Color No. Total in mtrs. 1. 1.00 Sq mm Flexible wire 90 m Red 2 2Nos 180 2. 1.00 Sq mm Flexible wire 90 m Black 2 2Nos 180 3. 1.5 Sq mm Flexible wire 90 m Red 2 2 Nos 180 4. 1.5 Sq mm Flexible wire 90 m Black 2 2 Nos 180 5. 1.5 Sq mm Flexible wire 90 m Green 1 1 Nos 90 6. 2.5 Sq mm Flexible wire 90 m Red 2 2 Nos 180 7. 2.5 Sq mm Flexible wire 90 m Black 2 2 Nos 180 8. 2.5 Sq mm Flexible wire 90 m Green 1 1 Nos 90 9. 4 Sq mm Flexible wire 90 m Red 1 1 Nos 90 10. 4 Sq mm Flexible wire 90 m Black 1 1 Nos 90 11. 4 Sq mm Flexible wire 90 m Green 1 1 Nos 90 12. 4 Sq mm Flexible wire 90 m Yellow 1 1 Nos 90 13. 4 Sq mm Flexible wire 90 m Blue 1 1 Nos 90 c. GI WIRE S.No. Wire Size Qty. 1 G.I Wire 3 mm 25 kg 2 G.I Wire 1 mm 5 kg

d. M.C.E.B Sr. No. M.C.E.B Ampere Pole Qty. 1 M.C.E.B (Le grand) 63 4 5 2 M.C.E.B (Le grand) 32 4 20 3 M.C.E.B (Le grand) 25 4 5 4 M.C.E.B (Le grand) 10 2 10 5 M.C.E.B (Le grand) 16 4 5 e. MISCELLANEOUS Sr. No. Name Modle Qty. 1 E square PVC Sur box 12 Modle 6 Nos 2 E square PVC Sur box 6 Modle 8 Nos 3 Modular Plate 12 Modle 6 4 Modular Plate 6 Modle 6 5 Switch 6 Ampere 60 6 Socket 6 Ampere 60 7 Three pin top 16 Ampere 15 8 Three pin top 6 Ampere 15 9 Cable tray 2X2X8 Fit 210 m 10 HMI Gland MS 19 mm 71 Nos 11 HMI Gland MS 32 mm 06 Nos 12 HMI Gland MS 45 mm 04 Nos 13 Steel grip tape 2 Packet (60 Nos) 14 Cable tie 6" 12 15 Cable tie 8" 12 16 Cable tie 10" 12 17 Connector 32 Ampere 4 Pole 60 Nos f. LUGS S.No. Name Size Type Qty. 1 Lug 1.5 mm Pin type 2 2 Lug 1.5 mm U type 2 3 Lug 2.5 mm Pin type 2 4 Lug 2.5 mm U type 2 5 Lug 4 mm Pin type 1

g. COMPRESSED AIR PIPING SYSTEM S.No. Name Size Type Qty. 1 Aluminium Alloy Pipe 22X 25MM Corrosion, resistance 6 Mtr -4 Nos. Latin one touch fitting Elbow 6 NO. Tee -2 No. Fod Cap -1 NO., 2 Port Bracelet 2 No, Pressure gaze 1 NO., Connector -6 No., Clip -10 Nos., Ball Value-4 Nos. 1 Set The list of approved material / accessories to be used: - Sr. no. Item Make Remarks 1 PVC insulated copper conductor, PVC insulated & sheathed flexible copper conductor FR ISI marked Havell s, Finolex Anchor, standard polycab, HPL, RR cable 2 Modular type flush switch, socket, ceiling rose, lamp holder, call bell Legrand, Anchor Roma, C&S, L&T, Wipro,HPL 3 MCCB, MCB-DB Legrand, L&T, C&S. 4 GI pipe ISI marked TATA, SwastikTT, Jindal, Surya 5. Cable gland / Lugs Comet, Calter(National ), Cosmos, Jainson, ascon, sigma 6. Cable jointing kit Raychem, Mahindra, Birla, M- seal, Denson 7 Compressed Air Piping System Make Transair/ legsis Managing Director Pithampur Auto Cluster, Indore

ANNEXURES: To Managing Director, Pithampur Auto Cluster 126, Kanchanbagh, Near GitabhawanChauraha, OppHotel Crown Palace, INDORE-452001 Ref: TENDER No: Annexure-I: Covering Letter Subject: Tender for the Supply of cabling / Electrical fittings and Compressed Air Piping System at ATITC workshop, MHOW. Sir, We/I, the undersigned bidder(s), having read and examined in detail the Specifications and all the bidding documents as specified in the Bidding Documents No. < >. We/I undertake, if our tender offer is accepted, to complete delivery of all the items and perform incidental and supervisory services as specified in the Contract within (Number) days calculated from the date of receipt of your Notification of Award / Letter of Intent. PRICE AND VALIDITY All the prices mentioned in our proposal are in accordance with the terms as specified in bidding documents. All the prices and other terms and conditions of this proposal are valid for a period of 60 calendar days from the date of submission of the Bids. We are an Indian firm and do hereby confirm that our Bid prices inclusive all taxes other than GST, and warranty charges and the GST will be paid extra. UNIT RATES We/I have indicated in the relevant schedules enclosed the unit rates for the purpose of on account of payment for the supply of items under the contract. BID PRICING We/I further declare that the prices stated in our proposal are in accordance with your Instructions to Bidders included in bidding documents. Our bid prices are for the entire scope of the work as specified in the technical specification and bid documents. These prices are indicated with our proposal as part of the Financial Bid. WARRANTY We/I declare that the items will be covered under one-year comprehensive warranty. We/I agree to abide by this tender offer and shall remain binding upon us and may be accepted at any time before the expiration of that period. Thanking you, Yours faithfully, Authorized Signatory s Signature: Authorized Signatory s Name and Designation: Bidder s Company Seal: Place: Date:

( Annexure II) Sr.No. Description Details Relevant Document submitted 1. Bidders legal entity 2. Average annual turn over 3. Covering letter regarding black listing bu any institution 4. Pan no. 5. GST no. 6. Tender fee 7. EMD

Annexure-III: Declaration that the bidder has not been blacklisted To Managing Director, Pithampur Auto Cluster 126, Kanchanbagh, Near GitabhawanChauraha, OppHotel Crown Palace, INDORE-452001 Subject: Self Declaration of not been blacklisted in response to the TENDER No: Dear Sir, We confirm that our company,, is not blacklisted in any manner whatsoever by any of the Central or State Government in India on any ground including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice for the last 5 year Place: Date: Authorized Signatory s Signature: Authorized Signatory s Name and Designation & company seal

To Managing Director, Pithampur Auto Cluster 126, Kanchanbagh, Near GitabhawanChauraha, OppHotel Crown Palace, INDORE-452001 Annexure-IV: Certificate of Conformity C E R T I F I C A T E This is to certify that, the service for supply and after sales support including warranty which I shall provide, if I am awarded with the work, are in conformity with the Scope of Work in the Tender document. I also certify that the price quoted per unit cost basis is inclusive of all the cost factors involved in the execution of the project, to meet the desired standards set out in the Conditions of the contract. Place: Date: Authorized Signatory s Signature: Authorized Signatory s Name and Designation & Seal:

Annexure- V : Financial Bid The Financial proposal of the bidder should be submitted in the following format: - I. CABLE Sr. No Description of item specification Unit Quantity 1 Armd cable 4 core (Aluminium) 50 4 core (Aluminium) 50 mm Mtr. mm 50 2 Armd cable 4 core (Aluminium) 35 4 core (Aluminium) 35 mm Mtr. mm 81 3 Armd cable 4 core (Copper) 2.5 mm 4 core (Copper) 2.5 mm Mtr. 732 4 Armd cable 4 core (Copper) 1.5 mm 4 core (Copper) 1.5 mm Mtr. 616 5 Flexible cable 3 core (Copper) 1.5 mm 6 Flexible cable 4 core (Copper) 1.5 mm 7 Flexible cable 3 core (Copper) 1 mm 3 core (Copper) 1.5 mm Mtr. 245 4 core (Copper) 1.5 mm Mtr. 566 3 core (Copper) 1 mm Mtr. 90 8 Flexible cable 3 core (Copper) 2.5 mm 9 Flexible cable 4 core (Copper) 2.5 mm 10 Flexible cable 4 core (Copper) 4 mm Total II. FLEXIBLE WIRE 3 core (Copper) 2.5 mm Mtr. 4 core (Copper) 2.5 mm Mtr. 4 core (Copper) 4 mm Mtr. 90 180 90 1 1.00 Sq mm Red 2 Mtr. 180 2 1.00 Sq mm Black 2 Mtr. 180 3 1.5 Sq mm Red 2 Mtr. 180 4 1.5 Sq mm Black 2`` Mtr. 180 5 1.5 Sq mm Green 1 Mtr. 90 6 2.5 Sq mm Red 2 Mtr. 180 7 2.5 Sq mm Black 2 Mtr. 180 8 2.5 Sq mm Green 1 Mtr. 90 9 4 Sq mm Red 1 Mtr. 90 10 4 Sq mm Black 1 Mtr. 90 11 4 Sq mm Green 1 Mtr. 90 12 4 Sq mm Yellow 1 Mtr. 90 13 4 Sq mm `````Blue 1 Mtr. 90 Total

Supply and installation of cable/ Electrical Networking/ Compressed Air Piping System in ATITC Workshop III. GI WIRE 1 G.I Wire- 3mm 3mm 2 G.I Wire- 1mm 1mm Total KG KG 25 5 IV. M.C.C.B 1 M.C.C.B (Le grand) 4 pole 63 Amp. 5 2 M.C.C.B (Le grand) 4 pole 32 20 3 M.C.C.B (Le grand) 4 pole 25 5 4 M.C.C.B (Le grand) 2 pole 10 10 5 M.C.C.B (Le grand) 4 pole 16 5 Total V. MISCELLANEOUS 1 E square PVC Sur box 12 Modle 6 Nos 2 E square PVC Sur box 6 Modle 8 Nos 3 Modular Plate 12 Modle 6 4 Modular Plate 6 Modle 6 5 Switch 6 Ampere 60 6 Socket 6 Ampere 60 7 Three pin top 16 Ampere 15 8 Three pin top 6 Ampere 15 9 Cable tray 2X2X8 Fit 210 m 10 HMI Gland MS 19 mm MS 19 mm 71 Nos 11 HMI Gland MS 32 mm MS 32 mm 06 Nos 12 HMI Gland MS 45 mm MS 45 mm 04 Nos 13 Steel grip tape 14 Cable tie 6" 12 15 Cable tie 8" 12 16 Cable tie 10" 12 17 Connector 32 Ampere 60 Nos Total 2 Packet (60 Nos)

Supply and installation of cable/ Electrical Networking/ Compressed Air Piping System in ATITC Workshop VI. LUGS 1 Lug 1.5 mm Pin type 2 2 Lug 1.5 mm U type 2 3 Lug 2.5 mm Pin type 2 4 Lug 2.5 mm U type 2 5 Lug 4 mm Pin type 1 Total VII. COMPRESSED AIR PIPING SYSTEM S.No. Name Size Type Qty. 1 Aluminium Alloy Pipe 22X 25MM Corrosion, resistence 6 Mtr -4 Nos. Latin one touch fitting Elbow 6 NO. Tee -2 No. Fod Cap -1 NO., 2 Port Bracelet 2 No, Pressure gaze 1 NO., Connector -6 No., Clip -10 Nos., Ball Value-4 Nos. As described in name column 1 Set VIII. INSTALLATION Installation charges of above items TOTAL BID In Rs. In words. The GST charges will be paid extra. Seal & Signature of the bidder

Supply and installation of cable/ Electrical Networking/ Compressed Air Piping System in ATITC Workshop ` ANNEXURE VI