You are on page 1of 55

Government of India

Ministry of Communication & IT


Department of Posts – Civil Wing
Postal Electrical Division, Jaipur

Name of Work: S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House
Campus, Jaipur (Rajasthan).

NIT No.01/EE/E/PED/JP/NIT/2018-19

SL NO DESCRIPTION PAGE NO
1 INDEX 1
2 PRESS NOTIFICATION 2
3 INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE 3 to 4
4 UNDERTAKING 5
5 AFFIDAVIT 6
6 INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e- 7 to 9
7 NOTICE INVITING TENDER (FORM 6) 10 to 14
8 IMPORTANT NOTE FOR CONTRACTORS 15
9 ADDITIONAL CONDITIONS 16
10 CORRECTION SLIPS 17
11 CPWD 7/8 FORM 18 to 24
12 COMMERCIAL CONDITIONS OF CONTRACT 25 to 28
13 SPECIAL CONDITIONS OF CONTRACT 29 to 33
14 TECHNICAL SPECIFICATION 34 to 44
15 Testing of Parcel Sorting System 45 to 46
16 Specification of Comprehensive Maintenance Contract 47 to 51
17 LIST OF APPROVED MAKE/ PRODUCT DIARY 52
18 SCHEDULE OF QUANTITY 52 to 53
19 TENTATIVE LAYOUT OF SITE 54
20 Bill of Quantity (BoQ) in Separate sheet available on e-procure 55
portal

This NIT contains 55 pages (Tender documents page 1 to 55 and BOQ 1 page)
Issued to :_________________________________________________________
Signature of officer issuing the documents
Designation Executive Engineer(E)
Postal Electrical Division
Jaipur
Date of issue: -____________________________________________________

Page 1
DEPARTMENT OF POSTS

The Executive Engineer (E), Postal Electrical Division, Jaipur invites, on behalf of the President of India, e-
tenders from eligible contractors in two bids system for the work of “S.I.T.C. of DWS system for Parcel Booking
Center/ Parcel Hub at Baria House Campus, Jaipur (Rajasthan).” Estimated cost – Rs. 2,18,76,893/-, EMD –
Rs.4,37,538/-, Time of completion. 120 Days, vide NIT No.01/EE/E/PED/JP/NIT/2018-19/61 . The last date of
submission of online Tenders - 08.05.2018 at 11.00AM and Date of opening of tender 09.05.2018 at 11.30 AM. The
detailed tender notice, tender documents, concerned corrigendum (if any) and other instructions can be downloaded or
viewed online from the website http://eprocure.gov.in/eprocure/app. For further clarifications, if any, please contact at
0141-2708841.

Executive Engineer (E)

Page 2
INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR E-SUBMISSION OF THE BIDS ONLINE
THROUGH TENDER SITE https://eprocure.gov.in/eprocure/app
This tender document has been published on the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the
CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on
the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app ) by clicking on the link “Click here to Enroll” on the CPP Portal.
Enrolment is free of Charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process.
These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class
III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify /
TCS / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that
they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password
of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several
parameters. These parameters could include organization name, location, date, value, etc. There is also an option
of advanced search for tenders, wherein the bidders may combine a number of search parameters such as
organization name, form of contract, location, date, other keywords etc. to search for a tender published on the
CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents /
tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP
Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any
clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their
bids. Please go through the tender advertisement and the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to
be submitted, the number of documents - including the names and content of each of the document that need to
be submitted.
2) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document /
schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with
100 dpi with black and white option.
3) To avoid the time and effort required in uploading the same set of standard documents which are required to
be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy,
annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area
available to them to upload such documents. These documents may be directly submitted from the “My Space”
area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time
required for bid submission process.

SUBMISSION OF BIDS

Page 3
1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or
before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender
document.
3) Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD and enter details of DD/any
other accepted instrument.
Bidder should prepare the TENDER FEE & EMD as per the instructions specified in the tender document. The
original tender fee should be send by speed/Registered post/given in person to the Tender Processing Section,
latest by the last date of bid Submission or as specified in the tender documents.

4) The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time otherwise the Tender will be rejected.

5) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced
during the submission of bids online by the bidders. The bidder should see that the bid documents submitted
should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid
is liable to be rejected.
6) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and
no other format is acceptable. The price bid has been given as a standard BoQ format (BoQ_-----------.xls) with
the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required
to download the BoQ file, open it and complete the green colored (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without changing the filename. If the
BoQ file is found to be modified by the bidder, the bid will be rejected.

7) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should
follow this time during bid submission. The bidders are requested to submit the bids through online e-tendering
system to the TIA well before the bid submission end date & time (as per Server System Clock).

8) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure
the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening.
The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done.
9) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

10) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other
relevant details.
11) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed
to the TIA i.e. Executive Engineer(E), Postal Electrical Division, Jaipur.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to
the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800-3070-2232. Mobile Nos 91-7878007972 and
91-7878007973.

Page 4
UNDERTAKING
To be submitted by bidders (on company letter head duly signed with stamp & seal) online in pdf format on or before
on 08.05.2018 upto 11.00AM.

Date: .--------/---------/2018

To
Executive Engineer (E )
Postal Electrical Division
Jaipur

Subject: Acceptance of Terms & Conditions of Tender and undertaking to deposit physical EMD with in a weeks time
in case i/we becomes lowest bidder.
Tender Reference No: 01/EE/E/PED/JP/NIT/2018-19/61 dated: 20.04.2018
Name of Work: S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House Campus, Jaipur
(Rajasthan).
Dear Sir,
1. I/We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web
site namely: https://eprocure.gov.in/eprocure/app as per your advertisement, given in the above mentioned
website.
2. I/We hereby certify that I / we have read the entire terms and conditions of the tender document from Page No. 1
to 55 (including all documents like annexures, schedules, etc.), which form part of the contract agreement and
I/we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into
consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.

5. I/We hereby undertake that the physical EMD shall be deposited by me/us in the of the Office of the Executive
Engineer(E), Postal Electrical Division, Jaipur, in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take action to debar me/us from
tendering in Department of Posts.
6 In case any provisions of this tender are found violated, then your department/ organisation shall without
prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said
earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 5
AFFIDAVIT
(Scanned copy to be submitted by bidders at the time of submission of bid).

To
Executive Engineer(E )
Postal Electrical Division
Jaipur

Tender Reference No: 01/EE/E/PED/JP/NIT/2018-19/61

Name of Work: S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House Campus, Jaipur
(Rajasthan).

Dear Sir,

‘I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred for bidding in DOP-Civil Wing in future forever. Also, if such a violation comes to the notice
of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.’

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 6
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING
DEPARTMENT OF POSTS
Office of the Executive Engineer (E)
Postal Electrical Division
Jaipur

NOTICE INVITING TENDER


No.01/EE/E/PED/JP/NIT/2018-19/61 dated .20/04/2018

Executive Engineer(E), Postal Electrical Division, Jaipur on behalf of the president of India, invites sealed
percentage rate tenders for the following work.
NIT No .01/EE/E/PED/JP/NIT/2018-19
Name of Work S.I.T.C. of DWS system for Parcel Booking Center/ Parcel
Hub at Baria House Campus, Jaipur (Rajasthan).

Estimated Cost (Rs.) Rs 2,18,76,893/-


EMD (Rs.) Rs 4,37,538/-
Tender Cost (Rs.) Rs.1770/-
Time for completion of work 120 Days for Sub Head-I (Project Part) + 3years
comprehensive maintenance after completion of warranty
of one year

Last Date & Time of Submission of Technical And .08.05.2018 upto 11.00 AM
Financial Bid
Date of pre-bid conference .01.05.2018 upto 11.30 AM
Date & Time of Opening of Technical Bid .09.05.2018 at 11.30 AM
Validity of the Tender 45 (Fourty five days) from the date of opening of financial
bid
Eligibility conditions
1 Specialized firms/contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are
not accepted.
A. Financial Norms:
Average Annual Financial turnover (in India) during the last 3 consecutive financial years, ending 31st March of
the immediate previous financial year should be at least 100% of the estimated cost.

B. Physical Norms:
Manufacturers/integrators having in-house manufacturing/assembling facility of conveyor based automated
parcel sorting system in India are eligible and should have successfully completed the following required number
of similar works of requisite value during the last 7 years ending on last day of month previous to the one in
which this NIT is floated (Note:- The work for which levy of compensation has been imposed shall not be
considered as satisfactorily completed work):
(a) Three similar completed works each of value not less than amount equal to 68.75 Lakhs
OR
(b) Two similar completed works each of value not less than amount equal to 103.08 Lakhs
OR
(c) One similar completed work of value not less than amount equal to 137.45 Lakhs
Note: For the purpose of this clause ‘Similar Work’ means, the tenderer should have experience of
“Supply, installation, testing & commissioning of conveyor based automated e-commerce parcel sorting
system” in India. The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of
applications for tenders.
Note: Work in which compensation is levied shall not be treated as satisfactory completion.
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his
bid if he considers himself eligible and he is in possession of all the documents required.

Page 7
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to
be executed and the set of terms and conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from https://eprocure.gov.in/eprocure/app free of cost.

4. Online bid documents submitted by intending bidders shall be opened only of those bidders, who has
deposited e-Tender Fee in the bank account of "“Director Accounts (Postal) Rajasthan Circle, Jaipur”
Branch State bank of India, NCRB Jaipur (Code 006326), Account No.: 31973878874 IFSC code No.
SBIN0006326 as per CPWD6 and Earnest Money Deposit and other documents scanned and uploaded are found
in order.
5. Those contractors not registered on the website mentioned above, are required to get registered beforehand.

6. Pre-Bid conference for clarifying issues and clearing of doubts(of intending bidders), if any, about the work
and e-tendering process in the tender documents shall be held in the Chamber of Executive Engineer (E), Postal
Electrical Division, 1st Floor, Gandhinagar PO Building, Gandhinagar, Jaipur-302015, Phone No. 0141-
2708841 on dated: 01.05.2018 at 11.30 AM .hrs. Bidders if they have any doubt about the work/tender
documents/ any other in the pre-bid conference should submit the same by e-mail to eeepedjp@rediffmail.com by
26.04.2018 up to 18.00 hrs. The purpose of the meeting shall be to clarify issues and to answer questions on any
matter that may have been raised by the prospective bidders in writing. No further queries shall be entertained
after pre-bid meeting. Non-attendance at the pre-bid meeting will not be a cause for disqualification of the
bidder.

7. The e-Tenders invited under two envelopes system, the first electronic envelope will be named as Technical
Envelope & will contain documents of bidder’s satisfying the eligibility conditions and 2nd electronic envelope
will be named as Financial Envelope containing Schedule/Bill of Quantities (BoQ). The bidder shall submit
TECHNICAL BID ENVELOPE & FINANCIAL BID ENVELOPE simultaneously. The technical bids will be
evaluated first and thereafter financial bids of eligible bidders only shall be opened. These envelopes shall
contain one set of the following documents:-

a) TECHNICAL BID ENVELOPE shall contain the following documents:


i) Scanned copy of unique transaction reference number of deposition TENDER FEE (NEFT/ through
Internet Banking/Cash)/scanned copy of tender cost DD in pdf format. (If original tender cost DD is not
received in office on or before the opening date by 09.05.2018 (upto 1100hrs), the technical bid will
be disqualified and the financial bid will not be opened.)
ii) Scan copy of Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call
Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD in pdf format.
iii) Scanned copy of proof of manufacturer / integrator / firm registered with appropriate authority in India and
eligible to do such type of work up to date.
iv) Scanned copy of Chartered Account Certificate for turnover.
v) Scan copy of PAN card.
vi) Scan copy of UNDERTAKING (as per page 5 of this document) Stamped and Signed in pdf format which
also includes the undertaking that "The Physical EMD shall be deposited by me/us with the EE calling the
bid in case I/we become the lowest bidder within a week of the opening of financial bid otherwise
department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from
tendering in DOP."

vii) List of works completed of the requisite magnitude along with attested copies of certificates, testimonials of
their satisfactory completion from the Department concerned from an officer not below the rank of
Executive Engineer/Project Manager.

viii) Scanned copies of Certificate of Registration of GST in pdf format.


ix) Affidavit (as per page 6 of this document)

b) FINANCIAL BID ENVELOPE shall contain


i) Tender Document in pdf format (TENDER XXXXX pdf file) digitally signed.

Page 8
ii) Schedule/Bill of Quantities (BoQ) in xls format (BoQ_XXXXX xls) file duly filled & digitally signed
without changing the name of file.

Executive Engineer(E)

Page 9
Government of India
DEPARTMENT OF POSTS
NOTICE INVITING TENDER (PWD 6)
(e-tendering mode)
Percentage rate tenders are invited on behalf of President of India from approved and eligible contractors for the work
of S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House Campus, Jaipur (Rajasthan).

1 The enlistment of the contractor should be valid on the last date of sale of tender.In case only the last date of sale
of tender is extended, the enlistment of contractor should be valid on the original date of sale of tender.

In case both the last date of receipt of application and sale of tender are extended, the enlistment of contractor
should be valid on either two dates i. e. original date of sale of tender or on the extended date of sale of
tenders.(Not applicable for this work)

1.1 The work is estimated to cost Rs.2,18,76,893/-. This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NITs for calling the tenders. He will also nominate Division, which will deal with all matters relating
to the invitation of tenders.

For composite tenders, besides indicating the combined estimated cost put to tender, should clearly indicate the
estimated cost of each component separately. The eligibility of tenderer will corresponding to the coJPned
estimated cost of different components put to tender.

2 Agreement shall be drawn with the successful tenderer on prescribed form No.C.P.W.D.- 8 which is available as
a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said from,
which will form part of the agreement.

3 The time allowed for carrying out the work will be 120 Days from the date of start as defined in schedule ‘F’ or
from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated
in the tender documents.

4 The site for the work is available.

5 The bid documents consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with by the contractor whose tender
may be accepted and other necessary documents except standard general conditions of contract form can be seen
from website https://eprocure.gov.in/eprocure/app.

6 After submission of the bid the contractor can re-submit revised bid any number of times but before last time and
date of submission of bid as notified.

7 While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he
need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

Page 10
8 Earnest Money of Rs 4,37,538/- in the form of Treasury Challan or Demand Draft or Pay order or Banker's
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of AO, PED, Jaipur) shall be
scanned and uploaded to the e-Tendering website within the period of bid submission. A part of earnest money
is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money or Rs. 20 lac,
whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in shape of
Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of
bids which is to be scanned and uploaded by the intending bidders. The physical EMD of the scanned copy of
EMD uploaded shall be deposited by the lowest bidder within a week after opening of financial bid failing which
the bid shall be rejected and the agency shall be debarred from tendering in DOP-CIVIL WING.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The Physical EMD shall be deposited by me/us with the EE calling the bid in case I/we become the lowest
bidder within a week of the opening of financial bid otherwise department may reject the bid and also take action
to withdraw my/our enlistment/debar me/us from tendering in DOP-CIVIL WING.”
Interested contractor who wish to participate in the bid has also to make following payments within the period of
bid submission:

TENDER COST(Non refundable)– Rs 1770/- ( One Thousand Seven Hundred and Seventy Only) in the bank
account of . AO, PED, Jaipur before on-line submission of bids. The bank A/cs details are as follows:- “Director
Accounts (Postal) Rajasthan Circle, Jaipur” Branch State bank of India, NCRB Jaipur (Code 006326),
Account No.: 31973878874 IFSC code No. SBIN0006326. The transaction details of remittance tender fees to
A/c should be filled at appropriate place while submitting the online bids. The unique transaction reference of
NEFT/ through Internet Banking/Cash shall have to be uploaded by the bidder in the e-tendering system by the
prescribed date. The Executive Engineer concerned will get tender fee verified from the bank from the unique
transaction reference number against each NEFT/ through Internet Banking/Cash payment before the financial
bids are opened. If the tender fee is not credited to the account , the financial bid shall not be opened.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice
shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However,
certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted
by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week
physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited e-
Tender Fee in the bank account of AO, PED, Jaipur and Earnest Money Deposit and other documents scanned
and uploaded are found in order.

8.1 The e-Tenders shall be submitted under two envelopes system to the e-tendering website before or on
08.01.2018 upto11.00 AM, the first electronic envelope will be named as Technical BID Envelope and shall
contain documents of bidder’s satisfying the eligibility conditions and 2nd electronic envelope shall be named as
Financial BID Envelope containing Schedule/Bill of Quantities (BoQ) .These envelopes shall contain one set of
the following documents:-

8.1.1 Technical Bid Envelope shall contain the following documents:


i) Scanned copy of unique transaction reference number of deposition TENDER FEE (NEFT/ through
Internet Banking/Cash)/scanned copy of tender cost DD in pdf format. (If original tender cost DD is not
received in office on or before the opening date by 09.05.2018 (1100hrs), the technical bid will be
disqualified and the financial bid will not be opened.)
ii) Scan copy of Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call
Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD in pdf format.

Page 11
iii) Scanned copy of proof of manufacturer / integrator / firm registered with appropriate authority in India and
eligible to do such type of work up to date.
iv) Scanned copy of Chartered Account Certificate for turnover.
v) Scan copy of PAN card.
vi) Scan copy of UNDERTAKING (as per page 5 of this document) Stamped and Signed in pdf format which
also includes the undertaking that "The Physical EMD shall be deposited by me/us with the EE calling the
bid in case I/we become the lowest bidder within a week of the opening of financial bid otherwise
department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from
tendering in DOP."
vii) List of works completed of the requisite magnitude along with attested copies of certificates, testimonials of
their satisfactory completion from the Department concerned from an officer not below the rank of
Executive Engineer/Project Manager.

viii) Scanned copies of Certificate of Registration of GST in pdf format.


ix) Affidavit (as per page 6 of this document)
8.1.2 Financial Bid Envelope shall contain

a). Tender Document in pdf format (TENDER------------.pdf file) digitally signed.


b). Schedule of Quantities (SoQ) in xls format (BoQ_-------------.xls) file duly filled & digitally signed without
changing the name of file.
8.2 The online bids shall be submitted before or on 08.05.2018 upto 11.00 AM. Online Technical bid envelope will
be opened by Executive Engineer(E), Postal Electrical Division, Jaipur or his authorized representative in his
office at 09.05.2018 at 11.30 AM. The technical bids will be evaluated first and thereafter financial bids of
eligible bidders only shall be opened.

9 The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
9.1 The bidder is found ineligible.

9.2 The bidder does not upload all the documents (including GST registration) as stipulated in the bid document
including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

9.3 If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard
copies as submitted physically by the lowest bidder in the office of bid opening authority.

9.4 The lowest bidder does not deposit physical EMD within a week of opening of bid.

10 The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of
the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than 10000/-) or Deposit at Call receipt of any scheduled bank/Banker's cheque of any
scheduled bank/Demand Draft of any scheduled bank/ Pay order of any Scheduled Bank of any scheduled bank
(in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In
case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule 'F',
including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited along with bid shall be returned
after receiving the aforesaid performance guarantee.

Page 12
11 The description of the work is as follows: S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at
Baria House Campus, Jaipur (Rajasthan). Intending Bidders are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so
far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the
site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be
allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools &
plants, water, electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies
that he has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be
issued to him by the Government and local conditions and other factors having a bearing on the execution of the
work.

12 The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other
bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason.
All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
13 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted
by the contractors who resort to canvassing will be liable for rejection.
14 The competent authority on behalf of President of India reserves to himself the right of accepting the whole or
any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

15 The contractor shall not be permitted to bid for works in the Postal Electrical Circle responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or as an officer in any
capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are subsequently employed by him
and who are near relatives to any gazetted officer in the Department of Posts. Any breach of this condition by the
contractor would render him liable to be debarred for tendering in this Department.

16 No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an
Engineering Department of the Government of India is allowed to work as a contractor for a period of one year
after his retirement from Government service, without the prior permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to
be such a person who had not obtained the permission of the Government of India as aforesaid before submission
of the bid or engagement in the contractor's service.

17 The bid for the works shall remain open for acceptance for a period of 45 days from date of opening of financial
bid. If any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier,
or makes any modifications in the terms and conditions of the bid which are not acceptable to the department,
then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said
earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the
work.

18 This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on
acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the
work, sign the contract consisting of:-

18.1 The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if any,
forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online (in BoQ_-----------
.xls file) at the time of submission of bid and acceptance thereof together with any correspondence leading there
to.

Page 13
18.2 Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.

18.3 CPWD General Conditions of Contract 2014 (GCC2014)

19 In case any discrepancy is noticed between the document as uploaded at the time of submission of the bid online
and hard copies as submitted physically in the office of Executive Engineer, then the bid submitted shall be come
invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of
the said earnest money as aforesaid. Further the bidder shall not be allowed to participate in the retendering
process of the work.

For & on behalf of the President of India

Executive Engineer(E)
Postal Electrical Division
Jaipur

Page 14
IMPORTANT NOTE FOR CONTRACTORS

1 The firm shall quote the rate for each item on lump sum basis including all type of taxes, duties and other levies
including GST. Statuary deduction shall be made at source as per Government rules.

2 Additional condition of any payment on account of any tax whatsoever will not be accepted. In case of additional
conditions for the payment of such claims by the contractor, the tender may be liable to be summarily rejected by
the accepting authority.
STANDING ORDER NO.286
3.1 Tender rates are inclusive of all taxes and levies payable under the respective states. However pursuant to the
constitution (Forty Six Amendment) Act 1982, If any further tax or levy is imposed by a state, after the date of
receipt of a tender and the contractor thereupon necessarily and properly pays such taxes/ levies the contractor
shall be reimbursed that amount to be paid provided such payment if any is not in the opinion of superintending
Engineer (E) (whose decision, will be said binding) attributable to delay in execution of work within the control
of the contractor.

3.2 The Contractor shall keep necessary books of accounts and other documents for the purpose of his condition as
may be necessary of Government and further shall furnish such other information as the Engineer-in-charge may
require.

3.3 The Contractor shall within 30 days of imposition of any further tax or levy pursuant to the constitution (46th
amendment) Act 1982 gives written notice thereof to the Engineer-in-charge that the same is given pursuant to
this condition together with all necessary information relating thereto.
3.4 Clause 10CC is not applicable to this tender.

4 The person/ persons whose tender(s) may be accepted (hereinafter called the contractor (s) shall permit Govt. at
the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the
gross amount of each running bill till the sum along with the sum already deposited as earnest money, will
amount to security deposit of 5% of the tendered value of the work. Earnest money shall be adjusted first in the
security deposit and further recovery of security deposit shall commence only when the up to date amount of
security deposit starts exceeding the earnest money.

5 All the stores and materials required for the satisfactory completion of the work shall be arranged at site by the
contractor from his own sources. Lockable space for storing the material may be provided on request. However,
safe custody of the material stored at site will be responsibility of the contractor.

6 At the site of work more than one agency may be working. Full co-operation shall be extended to other agencies
during progress of work. The work will be carried out in such a way so that it may not cause abnormal noise and
hindrance to the officers of the DOP engaged in erection as well as to normal routine work.

7 Department reserves the right to accept the quantities in full or part or delete any quantity.

Executive Engineer(E)
Postal Electrical Division,
Jaipur

Page 15
ADDITIONAL CONDITIONS

1 The work shall be executed as per CPWD General Specifications for Electrical Works Part-I,II & IV as amended
up to date, relevant I.E. Rules/BIS/IEC and as per directions of Engineer in charge.

2 The contractor at this own cost and risk shall arrange all necessary tools and plants.

3 The Earthing shall be done only in the presence of Engineer-in-charge or his authorised representative

4 Cable laying shall be as per CPWD General specification for Electrical Works-Part-II(External)-1994
Amended up-to-date. The cable supplied be as per BIS specification amended from time to time.

5 The following tests shall be carried out

i) Insulation test.
ii) Continuity test.
iii) Polarity & phase sequence test. (Wherever applicable).

6 The LAYOUT of EQUIPMENT shall be got approved from Engineer-in-charge before taking up OF
execution.

7 The firm shall make suitable cable end termination arrangements by extending the terminals and Providing bigger
size cable end boxes wherever found necessary for easy proper connection of cable terminals.

8 The switch board panel shall be complete with suitable cable end termination for XLPE insulated cables. Cable
and sealing box shall preferably be mounted inside the panel. For XLPE cables adequate space and clearances
shall be made for heat shrinkable termination etc., Raychem or cold flowing stress grading joints.

9 Two earthing terminals shall be provided in each panel in cable box/cabling chamber for earthing Armour

10 Where more than one core is terminated on each phase, links suitably designed and properly supported shall be
provided to avoid unnecessary bending of cable cores without decreasing the length of insulated cable tail.
Electrical clearances that would normally be required when using one core per phase shall be maintained.

11 Compression type cable glands shall be provided for power and control cables with XLPE insulated cables.

12 The firm shall also submit the manufacturers drawing and test reports of all equipments to the Engineer-in-
charge.

Page 16
CORRECTION SLIPS

CPWD FORM 6:

1. Wherever Form -7/8 is appearing in this form, figure 8 stands deleted.


2. Wherever item rate tender is appearing in this form, it stands deleted.
3. Para 1 of this form is substituted as Press Notification enclosed in the tender documents.

CPWD FORM 8:

1. Wherever Form -7/8 is appearing in this form, figure 8 stands deleted.


2. Wherever item rate tender is appearing in this form, it stands deleted.
3. All the Para’s in this form related to Form CPWD-8 (for item rate tender) may be treated as deleted.
4. Clause 2A of this form related to incentives for early completion may be treated as deleted.

Page 17
CPWD 7/8

Governement of india
DEPARTMENT OF POSTS- CIVIL WING
State Rajasthan Circle PEC, Bengaluru
Branch Electrical Division PED, Jaipur
Zone Sub division PESD, Jaipur

Percentage Rate Tender & Contract for Works

(A) Tender for the work of:-


S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House Campus, Jaipur
(Rajasthan).

(i) To be submitted through e-tendering on 08.05.2018 upto 11.00 AM to the Office of the Executive Engineer(E),
Postal Electrical Division, Jaipur .

(ii) To be opened though e-tendering in presence of tenderers who may be present at on 09.05.2018 at 09.05.2018 in the
Office of the Executive Engineer(E), Postal Electrical Division, Jaipur.

Issued to :______________________________________________________

Signature of officer issuing the documents____________________________

Designation Executive Engineer(E)


Postal Electrical Division
Jaipur

Date of issue :-__________________________________________________

Page 18
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specification applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the
tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule ‘F’ viz. schedule of quantities and in accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as are provided for by, and in respects in accordance with, such conditions so far as
applicable.

We agree to keep the tender open for 45 (Forty five ) days from the date of opening of financial bid thereof and not to
make any modifications in its terms and conditions.

A sum of Rs 4,37,538/- is hereby forwarded in Cash / Receipt treasury challan / deposit at call receipt of scheduled
bank / fixed deposit receipt of scheduled bank / Demand draft of a scheduled bank guaranteed by Reserve bank of India
drawn in favour of Accounts Officer, Postal Electrical Division ,Jaipur as earnest money.

If I/We, fail to furnish the prescribed performance guarantee within prescribed period. I/We agree that the said
President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit
the said earnest money absolutely. Further, if I/Wefail to commence work as specified, I/We agree that President of
India or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to
forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the
proviSion, contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of
Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering
process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on
back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for
tendering in DOP in future forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived there from to any person other than a
person to whom I/We am/are authorized to communicate the same to use the information in any manner prejudicial to
the safety of the State.

Dated________ Signature of contractor


Postal Address
Witness:
Address:
Occupation:

Page 19
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on
behalf of the President of India for a sum of `._____________________
(Rupees______________________________________________________________________)

The letters referred to below shall form part of this contract Agreement:-
i)

ii)

iii)
For & on behalf of the President of India

Signature_________________________
Dated__________ Designation_______________________

Page 20
SCHEDULES

SCHEDULE ‘A’

Schedule of Quantities (BoQ_---------.xls file on the website against this work item).

SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.

Sl. No Description of items Qty Rates in figures & words at which the Place of Issue
material will be charged to the
contractor

1 2 3 4 5

_________________________________as per schedule of work________________________

SCHEDULE 'C'

Tools and plants to be hired to the contractor:


Sl. No Description Hire charges per day Place of Issue
1 2 4 5

____________________________________________NIL_____________________________________

SCHEDULE 'D'

Extra schedule for specific requirements/ document for the work, if any. NIL

SCHEDULE 'E'
Schedule of component of Cement, Steel, other materials, Labour etc for price escallation: NiL

SCHEDULE 'F'
Reference to General conditions of contract:

Name of work:- S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Baria House Campus,
Jaipur (Rajasthan).
Estimated cost of work Rs 2,18,76,893/-

i Earnest money * Rs 4,37,538/-

ii Performance Guarantee 5% of tendered value (As per LOI)**

iii Security Deposit 5% of tendered value (As per LOI)***

* Earnest money shall be refunded after deposition of Performance guarantee of requisite value for both the LOI.

** Performance Guarantee shall be released after satisfactory completion of work.


*** 5% Security Deposit shall be released after the expiry of one year guarantee in case of SITC of work. In case of
comprehensive maintenance contract, 5% security deposit shall be released after satisfactory completion of
comprehensive maintenance contract.

Page 21
General Rules & Direction :

Officer inviting tender : Executive Engineer(E)


Postal Electrical Division
Jaipur
Maximum percentage for quantity of items of work to be executed beyond which rates are to be (See below)
detemined in accordance with Clauses 12.2 & 12.3.

Definitions

2(v) Engineer-in-Charge: Executive Engineer (E), Postal Electrical Division, Jaipur

2(viii) Accepting Authority: Superintending Engineer (E), Postal Electrical Circle, Bangalore

2(x) Percentage on cost of materials and labour to 15%


cover all overheads and profits

2(xi) Standard schedule of Rates MR

2(xii) Department Department of Posts


9(ii) Standard CPWD contract Form GCC 2010, CPWD Form 7/8 modified & corrected with uptodate
amendments

Clause 1
i) Time Allowed for submission, of Performance Guarantee from the date of issue 15 days
of letter of acceptance

II) Maximum allowable extension with late fee @ 0.1% per day of Performance 5 days
Guarantee amount beyond the period provided in (i) above

Clause 2
Authority for fixing compensation under clause 2. SE (E), Postal Electrical Circle, Bangalore.

Clause 2 A
Whether Clause 2 A shall be applicable No

Clause 5
Number of days from the date of issue of letter of acceptance For reckoning date of start 15 days

Mile stone(s) as per table given below:-


Sl. No Description of milestone (physical) Time allowed in days Amount with held in case of non
(from date of start) achivement of milestone

1
2
3
4
5

Time allowed for execution of work 120 Days

Authority to Decide:
i) Extension, of time for completion of work. E.E(E) / S.E(E)
ii) Rescheduling of mile stones E.E(E) / S.E(E)

Page 22
Clause 6, 6A
Clause applicable - (6 or 6A) .............................N A........................

Clause 7
Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the N.A
last such payment for being eligible to interim payment

Clause 10A
List of testing equipment to be provided by the contractor at site lab. N. A.

Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable No

Clause 10C
Component of labour expressed as percent of value of work N.A.

Clause 10CA N.A.

Clause 10CC
Clause 10CC to be applicable in contracts with stipulated Period of completion exceeding the period 18 Months.
shown in next column:

Clause 11
Specifications to be followed for execution of work: Enclosed/ CPWD internal/ external specifications

Clause 12
12.2 & 12.3 Deviation Limit beyond which clauses 12.2.
& 12.3 shall apply for building work 25%

12.3 shall apply for foundation work N.A

Clause 16
Competent Authority for deciding reduced rates SE.(E)

Clause 18 N.A.

Clause 25
Constitution of Dispute Redressal Committee (DRC) Competent Authority to appoint
DRC

DRC shall constitute one Chairman and two Chief Engineer or Additional Director
members General if there is no Chief Engineer

Clause 36 (i)

S. Minimum Discipline Designation (Principal Minimum Number Rate at which recovery


No. Qualification of Technical/Technical Exerience shall be made from the
Technical representative) contractor in the event of
Representative not fulfilling provision, of
clause 36(I)

Page 23
No. Qualification of Technical/Technical Exerience
Technical representative)
Representative

Figures Words

1 Recognized Diploma Electrical Electrical 3 years 1 10000Ten


Holder Thousand
Only
2 Recognized Degree Electrical Electrical 3 years -- 15000 Fifteen
Holder Thousand
Only
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate
Engineers

Clause 42
i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi N.A
Schedule of Rates___________printed by C.P.W.D.

ii) Variations permissible on theoretical quantities. N.A

a) Cement for works with estimated cost put to tender not more than Rs. 5 lakhs 3% plus / minus

Cement for works with estimated cost put to tender more than 5 lakhs 2% plus / minus

b) Bitumen for all works 2.5% plus only & nil on minus
side

c) Steel Reinforcement and structural steel sections for each diameter, section and 2% plus / minus
category

d) All other materials. Nil.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


Sl. No. Description of item Rates in figures and words at which recovery shall be made
from the contractor

Rate in schedule ‘B’ plus 10% in case materials issued by


Department

Excess beyond Less use beyond Permissible


Permissible variation variation

1 Cement N.A.
2 Steel reinforcement
3 Structural Sections
4 Bitumen issued free
5 Bitumen issued at stipulated fixed price

Page 24
SECTION-2

COMMERCIAL CONDITIONS OF CONTRACT

25
SECTION 2
COMMERCIAL CONDITIONS OF CONTRACT
1. INSPECTION OF SITE AND CONTRACT DOCUMENTS
For purpose of inspection of site and relevant contract documents the firm is required to contact the
Executive Engineer (E), PED, Jaipur concerned who shall give reasonable facilities for inspection of the
same. The firm shall inspect and examine the site and shall satisfy himself before submission of the tender
as to the form and nature of the work, their quantities materials necessary for completion of the work and
in general shall himself obtain all necessary information as to risk contingencies and other circumstances
which may influence or affect his tender. No extra charges consequent on any misunderstanding or
otherwise shall be allowed.

2. SUFFICIENCY OF TENDER
The firm shall be deemed to have satisfied himself before entering into the contract as to the correctness
and sufficiency of his offer for the work and of the rates quoted in the schedule of works. These rates and
amount shall, except as otherwise provided cover all his obligations under the contract and all matters and
things necessary for proper completion and maintenance and guarantee of the work.

3. OPERATION OF MASTER AND INDIVIDUAL AGREEMENTS


The Master Contract agreement for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING
and Comprehensive Maintenance shall be framed by the Executive Engineer (E) which shall be signed by
the firm within 15 days of issue of the acceptance letter and shall be operated as under,

(a) SUPPLY, INSTALLATION, TESTING AND COMMISSIONING portion of the agreement:


Letter of Intent (LOI) for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING of
parcel sorting system shall be issued and a separate agreement shall be drawn by Executive Engineer
(E).

(b) Comprehensive Maintenance portion of the agreement: Executive Engineer (E) shall draw
separate
agreement for project and maintenance works “Comprehensive Maintenance portion” based on letter of
intent.

(c) Date of start of SUPPLY, INSTALLATION, TESTING AND COMMISSIONING agreement shall
be the date of issue of LOI and time allowed to carry out the work shall be counted thereafter as per
terms of this NIT.

(d) Terms and conditions of COMPREHENSIVE MAINTENANCE agreement will be after one year (i.e.
guarantee period) of successful acceptance testing of the system and time allowed to carry out the
work shall be three years and shall be counted after the expiry of guarantee period of one year as per
the terms of this NIT.

(e) Individual agreement shall be operated independently without co-relation with the other individual
agreements for the purpose of payment, deduction/release of Security Deposit, extension of time,
closing of contract etc. as per terms and conditions of individual agreement. If the firm does not work
up to the work, the PG of the individual work shall be forfeited.

(f) Security deposit and other deposits as per the terms and conditions of individual agreement shall be
kept with the Executive Engineer (E) and refunded / adjusted as per relevant clause of individual
agreement.
(g) A formal work contract agreement will be made between the Executive Engineer (E) and the
contractor on the basis of master agreement and schedule of works supplied.

(h) The individual agreement so executed in (a) & (b) above containing all the terms and conditions of
master agreement shall be treated as an independent agreement and any action if required to be taken
as per this individual agreement.
4. TAX AND DUTIES:
The firm shall quote rates for all items inclusive all taxes and duties including GST. It would be firms’
responsibility to clear all the formalities and to take timely necessary action to settle/pay the GST to the
concerned department. The firm is required to give details of GST in its invoice along with GSTIN invoice
submission. No concessional forms shall be issued by the department.
26
5. TAX DEDUCTION AT SOURCE:
The Department of Posts shall deduct Tax Deductible at Source from payments due to the firm as per the
guideline issued by government. Certificate for such deductions shall be issued to the firm by the Accounts
Officer of the Division.

6. VARIATION IN GST:
In case of statutory variation of GST within the stipulated date of completion of individual agreement, the
same shall be paid or recovered as per the actual against documentary proof. However, beyond this period
Department will take advantage of any tax /duty reduction but will not pay any extra on account of duty
increase.

7. The department reserves the right to accept the quantities in full or in parts.

8. STANDING ORDER NO. 256:

(i) Tender rates are inclusive of all taxes and levies payable under respective states. However,
pursuant to the constitution (46th amendment) Act 1982, if any further tax or levy is imposed by a
state, after the date of receipt of a tender and the contractor thereupon necessarily and properly pay
such taxes/levies, the contractor shall be reimbursed the amount to be paid provided such payment,
if necessary, is not in the opinion of Superintending Engineer (whose decision shall be final &
binding) attributable to delay in execution of work within the control of the contractor.
(ii) The contractor shall keep necessary books of accounts and other documents for the purpose of this
condition as may be necessary and shall allow inspection of the same by a duly authorized
representative of the Government and further shall furnish such other information/ document as
the Engineer-in-Charge may require.
(iii) The contractor shall within a period of 30 days of imposition of any further tax or levy, pursuant to
the constitution (46th amendment) Act, 1982, give a written notice to the Engineer-in-Charge that
the same is given pursuant to the condition together with all necessary information relating thereto.
(iv) Clause 10CC is not applicable to this tender.

9. SECURITY DEPOSIT:
Security deposit shall be deducted from each running bill and the final bill to the extent of 5% of the gross
amount payable subject to maximum limit of 5% of the tendered value of work. The security deposit shall
be released on the expiry of guarantee period (SITC Contract) / comprehensive period (CMC contract) as
stipulated in the contract.

10. PERFORMANCE GAURANTEE:


The successful tenderer shall submit an irrevocable performance guarantee of 5% of the tendered amount
(Separate for both the LOIs) in addition to other deposits mentioned elsewhere in the contract for his
proper performance of the contract agreement within 15 days of issue of award letter. This performance
guarantee shall be in the form of government securities or fixed deposit receipts or guarantee bonds of any
scheduled bank or the State Bank of India in the specified format. The performance guarantee shall be
valid up to the stipulated date of completion plus 60 days beyond that. The performance guarantee shall be
released after successful completion of the work.

10. VALIDITY:
Tenders shall be valid for acceptance for period of 45 days from the date of opening of financial bid.

11. TERMS OF PAYMENT:


The following percentage of contract rates for various items included in the contract shall be payable
against the stage of work shown herein,
(a) For SITC portion of the work:

i) 30% against 100% delivery of all items as specified in schedule of work along with submission of
relevant documents.
ii) 30% against installation of all the equipment by the vendor at site along with submission of
relevant documents.
iii) Balance 40% will be paid after testing, commissioning, trial run & handing over to the department
for beneficial use (As per testing schedule of parcel sorting system).
27
(b) For comprehensive maintenance contract, Monthly / Quarterly payment shall be made on pro-rata
basis, with each bill on receipt of certificates from the Contractor “that maintenance has been carried
out properly and testing, checks etc. required during the period have been performed” and the same
shall be checked and the payment shall be made only after satisfaction of the Engineer-in-charge. The
Invoice of consumables shall be submitted along with the certificate.

12. PROGRAM FOR EXECUTION:


The firm shall supply detailed program to Engineer-in-Charge for execution of contract within seven days
of issue of acceptance letter by Executive Engineer The program shall contain details about submission of
drawing, supply of materials. Tentative dates for installation, testing, commissioning of equipment shall
also be submitted.

14. STORES AND SAFETY:


All the stores and materials required for the satisfactory completion of the work shall be arranged at site by
the contractor from his own sources. Lockable space for storing the material may be provided on request.
However, safe custody of the material stored at site will be responsibility of the contractor.
15. CO-ORDINATION:
At the site of works, as various agencies will be working, it should be the aim of different agencies that on
their account the work of other agency /agencies is not delayed. Full cooperation and full coordination is
to be extended during progress of work and at the time of testing by all the agencies. The work shall be
carried out in such a way that it may not cause abnormal noise and hindrance to the officers of the DOP
engaged in erection as well as to normal routine of the work.

16. IEEMA Clause: This clause is not applicable for this work.

17. GUARANTEE AND DEFECTS LIABILITY:

(a) The guarantee shall be valid for twelve months after successful installation, testing and commissioning of
equipment and handing over to the Department. The contractor shall guarantee that all equipment shall be
free from any defect due to the defective material and/or bad workmanship and also the equipment shall
work satisfactorily with performance and efficiencies not less than the guaranteed values.

(b) Any part found defective during this period shall be replaced free of cost by the contractor. The service of
the
contractor’s personnel, if required during this period, shall be made available free of cost to the DOP.

(c) The contractor shall depute his representative within 12 hours of intimation of the defect/breakdown.

(d) In case the contractor fails to depute his representative and / or fails to cause remedial measure within 24
hours of intimation, the DOP will be free to have the repairs done from any agency and the cost will be
recovered from the contractor as decided by the DOP. However, based on the genuine reason for remedial
action given by contractor within 12 hours of intimation of breakdown/defects of the system, the additional
time period may be allowed by the Engineer-in-charge.

(e) Compensation for delay in removal of defects.

S. No. Grounds of compensation Quantum


1. Non-functioning of 0.1 % (point one percent) per day (24 hours) subject to
equipment maximum of 10% of the agreement amount for SITC
portion of the agreement.
Note:
1. This is without prejudice to DOP’s right to take action under clause 3 of CPWD-8.
2. The period after which compensation shall be applicable immediately after 24 hours of
reportingthe fault/breakdown of the system to the vendor.

****************
28
SECTION 3

SPECIAL CONDITIONS OF CONTRACT

29
SPECIALCONDITIONS OF CONTRACT
1. GENERAL
All special conditions shall be read in conjunction with conditions of contract and amendments
thereto. If there are provisions in these conditions which are at variance with provisions in other
documents, the provisions in these special conditions shall take precedence.

The work shall generally be carried out as per IE rules, IS and national building / electrical codes
/ fire manual /CPWD specifications and NIT conditions.

Tenders with any condition including that of conditional rebate shall be liable for rejection.

Clause 10CC clause is not applicable.

2. DRAWINGS TO BE SUBMITTED FOR APPROVAL


The contractor shall submit the following drawings for approval before the start of the work.

(a) General arrangement drawing incorporating all the components of the parcel sorting
system i.e. main conveyor, scanner, DWS system, intelligent sorter etc.
(b) Details of installation arrangement of the whole system.
(c) Control Panel:
(i) Schematic diagram
(ii) Control wiring diagram

3. INSPECTION AT CONTRACTOR’S PREMISES


(i) The DOP’s authorized representative shall have full powers to inspect drawings of any
portion of the work or examine the materials and workmanship of the equipment at the
contractor’s works or at any other place from where the material or equipment is obtained.
Acceptance of any material or equipment shall in no way relieve the contractor of his
responsibility for meeting the requirement of the specifications but shall have to be replaced
free of cost by the contractor in case the equipment of work is found defective or of inferior
quality.

(ii) The DOP reserves the right to send/depute its representative for inspection of
material/equipment and witness the test at manufacturer’s / supplier’s premises before
dispatch and firm should not demand any extra payment for this.

4. TEST CERTIFICATES
The firm shall submit following test certificates along with supply of the materials.
(i) Manufacturer’s test certificates for all major equipment.
(ii) Applicable Invoice of sorting system set at the time of supply.

5. PACKING, FORWARDING & STORAGE


Before dispatch to site, the equipment/ component/ materials shall be properly packed so as to
afford protection against transit damages and damages against storage in open areas either at
transporter’s premises or at store/ work site. Special care shall be taken in respect of sensitive
items. When storage in open area is inevitable proper water proof covering shall be provided to
protect damages on account of rain water etc. However, damaged items shall be replaced as per
the direction of Engineer-in-Charge.
6. COMPLETENESS OF TENDER
All the fittings, equipment, units, assemblies and accessories, hardware, foundation bolts terminal
lugs for electrical connections, cable glands, junction box and items which are useful and
necessary for efficient assembly in operation and installation shall be deemed to have been
included in the scope of work, the installation shall be complete in all details whether such details
30
have been mentioned in the specifications or not.

7. CARE OF BUILDING
Care should be taken in handling/stocking of material to avoid damage to the building. On
completion of the installation, firm shall remove all debris and leave the room and other areas
used by him in a clean state.

8. COMPLIANCE WITH REGULATIONS AND INDIAN STANDARS

All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular,
the equipment and installation will comply with the following:

I. Factories Act
II. Indian Electricity Rules
III. I.S. & BS Standards as applicable
IV. Workmen’s compensation Act
V. Statutory norms prescribed by local bodies like CEA, etc.

Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.

Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer.

9. REJECTION OF DEFECTIVE EQUIPMENT

i) If the completed sortation system installation or any portion thereof, before it is taken over, is
found defective or fails to full fill the intent of the specifications, the contractor shall on
receipt of a written notice from the Engineer-in-charge, forthwith make good the defective
equipment / installation.

ii) If the contractor fails to rectify the defects and / or make good the defective equipment /
installation within a stipulated time mentioned in the written notice or replace the equipment
at no extra cost, DOP may make good, reject and/or replace at the risk and expenses of the
contractor, the whole or any portion of the installation which is defective or fails to full fill
requirements of the contract.

10. COMPLETION OF WORK

On completion of work in all respect as per agreement, the work shall be considered as completed
only after successful Acceptance Testing by the Department as specified.

11. TAKING OVER OF INSTALLATION

i) The sortation system shall be taken over by DOP after successful completion of Acceptance
Testing.

31
ii) Till the installation is complete and handed over to the Engineer-in- Charge, watch & ward of
the system shall be the responsibility of the supplier.

12. TRAINING OF DOP PERSONNEL

i. The lowest bidder shall provide training to sufficient number of personnel nominated by DoP
to enable them to have sufficient knowledge and skill to run the systems, maintain,
repair/replace faulty equipment and to change/ modify programs during installation,
guarantee and post guarantee.

ii. The training schedule, content, number of personnel to be trained for each type of training
such as supervisor (postal unit), technical staff (electrical) and operational staff (postal unit).

iii. The lowest bidder shall bear all the costs of training.

iv. If the training has not been provided to the satisfaction of the Engineer-in-charge, the same
shall be under taken by the department and the cost of the training shall be recovered from
the lowest bidder.

v. The lowest bidder shall also conduct officer’s sensitization program for general
understanding of the system as a part of training.

vi. All the above training shall be completed before the handing over of system to the postal unit.

13. TOOLS AND INSTRCUTIONS

(a) A set of tool kit shall be provided at the time of handover of the system which should be
helpful in carrying out the day to day preventive maintenance of the system by DOP staff.

(b) Two sets of operation-maintenance manual and troubleshooting manual for complete unit &
special instructions if any for care & maintenance of the whole assembled system shall be
provided at the time of acceptance testing of the systems. Instruction chart shall be
prominently displayed inside the parcel center.

(c) Any other service manuals in respect of component of the system as provided by the OEM
shall also be provided at the time acceptance testing.

14. COMPLETION DRAWINGS


Three sets of following drawings (laminated) shall be submitted by the contractor on completion
of the work,
a) System installation drawings giving complete details of the entire equipment (details of each
component) including foundation.
b) Electrical drawings showing cable size, equipment capacity, control components.
c) Control wiring diagrams and logical process flow diagram of suitable size (Auto CAD based)
shall be provided / displayed inside the panels and inside the parcel centre.
d) Schematic control drawing giving detailed sequence of operation and notes to explain the
operation of the control circuit.

15. The contractor shall provide the list of consumables for the whole system along with its lifecycle
i.e. the time for periodic replacement of that items.

32
16. BYE-LAWS, INDEMNITY AGAINST LIABILITIES

a) The contractor shall comply with all bye-laws and regulations of local and statutory
authorities having jurisdiction over the works and shall be responsible for payment of all fees
and other charges and giving/ receiving all necessary notices and keep the Engineer-in-charge
informed about the notices issued and received.

b) The contractor shall indemnify the DOP against all claims in respect of patent rights, design,
trade mark or name of other protected rights in respect of any plant, machine, work or
materials used for or in connection with the work or temporary works and from and against
all claims, demands, proceedings, costs, charges and expenses whatsoever in respect of or in
relation thereto. The contractor shall defend all actions arising from such claims and shall
himself pay all royalties.

c) License fees, damages, cost and charges of all and every sort that may be legally incurred in
respect thereof shall be borne by the contractor.

d) All liabilities/ penal recoveries on matters arising out of tax/ excise/ levies such as incorrect
deductions, discrepancies in the filing of returns, revised assessment by the concerned
authorities etc. shall be borne by the contractor.

e) It is contractor’s liability to follow all safety procedures in accordance with relevant I.S.
amended up to date during execution of work at site.

************

33
SECTION-4

TECHNICAL SPECIFICATIONS

34
TECHNICAL SPECIFICATIONS FOR PARCEL SORTING SYSTEM
INTRODUCTION:

Department of Posts is the oldest and major stake holder in the field of providing mail services to the
public and other government /private bodies in the country. In recent years country has seen a spectacular
increase in E-business and thus increases activity of mails in the form of parcels. To tap the e-business market
and to provide reliable and economical services to our urban/rural customers, the department is looking
forward to deploy modern equipment to enhance the efficiency of parcel /mail handling process and minimize
the human error involved in conventional process.

Parcel Booking and Sorting process is to be designed to cater up to 160 locations and accordingly bags
up to 160 locations are to be prepared for delivery. In feed parcel booking to the facility along with two level
parcel sorting to be planned as per below:-

i. In feed Parcel Booking:- In parcel booking, parcel is to be recognized as receipt to the facility and data is
to be captured about the parcels and to be saved to the System for future reference.
ii. Primary Sorting:- In primary sorting, the parcels shall be sorted for up to 8 zones ( among 160
locations ) and one bin shall be there for the rejected parcels.

iii. Secondary Sorting:- The parcels of these eight zones shall be further sorted for their respective
locations up to 160 numbers by using Put to Light (PTL) method.

Major Component of the Sorting system:

System shall consist of following major components,

(1) In Feed Parcel Booking:


After receipt of parcels at the facility, parcels need to be scanned manually to capture the data about the parcels.
This will update the status of location of parcels as receipt of parcels at the facility and store the data to the
Sorting System for reference at the time of Sorting.

(2) Conveyor system:

The conveyor system shall include consignment accumulation system, in-feed conveyor and sorting conveyor.
As the first step, parcels will be received/unloaded on the dock of the e-commerce handling center.
Sufficient amount of parcels shall be loaded on the consignment accumulation and this system intends to
push the parcels gradually on in-feed conveyor and the operators at the in-feed conveyor shall keep barcode
face of the parcel upside. The conveyor shall have following,

(a) Consignment Accumulation system: The parcels shall be stacked in bulk on the consignment accumulation
system and it should be so designed that it will gradually push the parcels on in-feed conveyor and it will
facilitate the operator to put/orient the parcels on the in-feed conveyor to achieve the ultimate throughput of 3000
pph. This system shall be designed for continuous loading of parcels for the throughput of 3000 pph.

(i) The minimum size of this system should be 2200 mm (width along the conveyor) X 1600 mm (length). This
system shall be provided with low speed conveyor suitable to load the parcels of four bags simultaneously and
the loading capacity of this conveyor should be 150 kg.

(ii) The location of this system should be at the beginning of conveyor system side of the in-feed conveyor.

(iii) The height of this system should be 600-1200 mm (at the point of loading the parcels on the accumulation
system) on farthest side from the conveyor and the height of this system at other side should match with the
height of the conveyor i.e. 900-1200 mm at the conveyor side.

35
(iv) The conveyor should be of variable speed and there should be provision to adjust the conveyor speed so that this
system can be utilized in both the modes of system operation (Automatic and manual mode).

(v) The conveyor structure of consignment accumulation system shall be of MS powder coated/Aluminum profile.
The guide rail of MS powder coated/ aluminum profile construction of 200 mm shall also be provided to
prevent the parcels from falling from this system while operation/loading.

(b) In-feed Conveyor:

Conveyor Type PVC Conveyor belt (High Friction type)


Thickness of belt Suitable for the specified loading capacity.
Loading capacity 15 Kg/mtr.
Conveyor Length 2 mtr. (Minimum)
Conveyor Width Suitable to carry the maximum product size specified in
this bid document at the requisite throughput
Conveyor Height 900 mm, Adjustable
Conveyor Structure Aluminium Profile/M.S. powder coated
Sensors Omron/ SICK
Drive Motor Make: SEW/ Bonfiglioli/Siemens, Suitable capacity as
per the loading capacity
Safety No Pinch Point between different segment of the
Conveyor and DWS Machine
Belt Speed Vendor to define the speed to match the throughput of
3000 parcels per hour and as per detailed technical
specifications (Variable through ac drive)
Movement Seamless and smooth Motorized movement in single
direction
Make of PVC belt Habasit /Derco/Forbo
(c) Sorting Conveyor:

Conveyor Type Plastic Modular Belt Conveyor


Movement Seamless and smooth Motorized movement in single
direction
Conveyor Length As per site requirement
Conveyor Width Suitable to carry the maximum product size specified in
this bid document at the requisite throughput
Conveyor Height 900 mm, Adjustable
Belt thickness Suitable as per loading capacity.
Loading capacity 15 Kg/Mtr.
Conveyor Structure Aluminium Profile/M.S. powder coated
Sensors Omron/ SICK
Drive Motor SEW/ Bonfiglioli / Seimens, Suitable capacity as per
loading capacity
Safety No Pinch Point between Conveyor and DWS Machine
Belt Speed Vendor to define the speed to match the throughput of
3000 parcels per hour and as per detailed technical
specifications.( variable through AC Drive)
Make of plastic modular Habasit/Derco/Forbo
belt
(3) DWS system:
This should capture the dimensions and weight of the parcels accurately for calculation of volumetric weight of
the parcel and it should be synchronized with the in-feed conveyor system and sorting conveyor. It should
also capture the barcode and image of the parcel under process. This system intends to generate accurate
36
records of volumetric weight and dead weight measurement. The volumetric weight and dead weight thus
captured should be seamlessly shared with our application software (speed net or business parcel net /
specified software as per Engineer – in - charge). The barcode reading should be done from the top and it
should be capable of reading the barcodes at any corner alignment of the product on the DWS conveyor
without using trays or any other additional material to capture the dimensions. The vendor is required to
design, supply, install, integrate and test the complete DWS system as per following technical specifications,

1 DWS Type Dynamic to suit the overall throughput of 3000


parcels per hour.
2 Functions of DWS Spacing, barcode scanning, weighing and
dimensioning.
3 Parcel length range Up to 600 mm
(Max.)
4 Parcel width range Up to 600 mm
(Max.)
5 Parcel height range Up to 600 mm
(Max.)
6 Parcel length range 100 mm.
(min.)
7 Parcel width range 100 mm.
(min.)
8 Parcel height range 10 mm.
(min.)
9 Minimum height of the 5 mm
parcel to be scanned
for
Barcode
10 Weight Range Sortation limit 15 Kg and weight capturing limit 20
Kg
11 Weighing accuracy ±20 gms
12 Dimensional ±10 mm
Accuracy
13 Barcode Scanner Capable of scanning 1D & 2D
14 Integrated Camera YES
15 Bar code format Code -39, code 128 & Mill size ≥ 8.85 or as
specified by the Department of Posts
16 DWS conveyor 900 mm (Adjustable in the range of 600 – 1200 mm)
Height
17 DWS system As per the design of vendor
Length
18 Depth of View 600 mm
19 Width of View 600 mm
The vendor has to design the DWS technology and length, height & width of the conveyors required for
barcode scanning, dynamic gaping conveyor, weighing conveyor etc. as per requirement of the system to
achieve the throughput of 3000 parcels per hour.
o Note:

 Vendor has to ensure the length of the DWS to suit the layout so that the total length of the Sorting System
(including CAS, infeed Conveyor, DWSS and Sorting Conveyor is approximately 100-130 ft.
 The structure of the conveyor and other supporting structure should be of Aluminium profile (Anodized)/MS
Powder coated following the 7 tank process for powder coating.

37
 DWS should be able to generate volumetric weight. Where volumetric weight is defined as L (cm) X B (cm) X
H (cm)/6000 Kg.

(4) Sorting system:

The pneumatic /motorised sorting arms of sleek design shall be provided by vendor for nine number of sorting
chutes (eight zone chutes + one rejection chute) to push the parcels in the respective chutes depending upon
the barcode data on the parcels. It should have following features,

 The sorting mechanism i.e. sorting arms shall be provided as a complete unit with necessary accessories
such as compressors, gear system, pressure tubes, motors etc. and nothing extra shall be paid on any
account. Speed of the arm should be decided by the vendor to match the overall sorting throughput of 3000
parcels per hour.
 Sorting arms should have pneumatic or motor controlled divert mechanisms.
 Sorting diverters/arms should create a positive and gentle push to parcels with suitable force for moving the
parcel from conveyor to the bin through chute without causing any damage to the parcel due to thrust of the
arm/diverter.
 The parcels shall be of cardboard/cartons, polythene packets, plastic packets, PP bags, pillow packs, quilt
packs etc. of e-commerce vendors like Amazon, snapdeal, naaptol, flipkart etc. or other parcels / articles
sent by the individuals.

It should have ability to sort a wide variety of load mixes, varying in size, weight and type to suit the
following sizes and weight of the parcels,

 Maximum size of parcel: 600 mm X 600 mm X 600 mm.


 Minimum size of parcel: 100 mm X 100 mm X 5 mm.
 Maximum weight of parcel: 15 Kg.
 Minimum weight of parcel : 20 gms.

Note: For mail items whose weight is less than 20 gms, it should not be rejected but system should
provide default weight with a flag and if the parcel weight is more than 15 kg, the system should
immediately stop the conveyor and raise an audio-visual alarm

(5) A. Sorting/rejection Chutes and bins:

 Chutes should be fitted with sensor for overflow detection and accordingly system should raise an audio
visual alarm for the jam at chute level and immediately stop the conveyor at the occurrence of such
situation.
 Each of the 8 sorting chutes shall be provided with internal connectivity and port for installation of one
printer and one handheld scanner at each chute for preparation of manifest for 20 locations in each zone.
Internal connectivity and port for installation of one barcode printer shall be provided with rejection chute
for printing of damaged barcode sticker. Printers and barcode scanners shall be supplied by the Department
of Posts to the selected vendor, however its configuration and integration with the main system shall be
carried out by the vendor.
 Sorting chutes should be of Stainless steel (of 304 grade) having 2 mm thickness with a suitable slope from
conveyor to the bin to support the gentle fall of the parcels into the bin to avoid any damage to the parcels.
The side railing of Stainless steel (of 304 grade) having 2 mm thickness shall also be provided with the
chutes.
 The width of the chute should be 1200 mm along the conveyor and length of the chute should be at least
600mm and so designed that it should match the size of the bins.
 The chutes should be so strengthened and supported that movement of movable bins may not damage the
chutes.
 Bins should be of movable type and it should be of robust design so that it may bear the load of parcels and
can be moved easily with fully loaded parcels. There should be a mechanism to apply/release the brakes on
the wheels of the bins.
38
 Bins should be of steel construction and loaded with spring at the bottom so that the vertical fall of the
parcel is not more than 200 mm and the depth of the bin should increase as the parcels are progressively
loaded. The internal walls of the bins should be provided with suitable cushioning such that it may not give
mechanical abrasion to the parcels.
 Design of the bins shall be such that it should be equipped with a mechanism that will support the fall of
parcel from the chute in such a way that it may not get damaged.
 The design of the chute & bin shall be finalized in consultation with Engineer-in-Charge.
 The size of the bins should be 1200 mm (width along the conveyor) X 600 mm X 600 mm (height). The
height of the bins shall be designed to match the level of chutes.
 Number of bins to be provided are (8+1) X 2 for each arm including rejection arm (in total 18 bins including
standby bins). For the non-sorted parcels, additional 2 bins are to be provided of the size 1200 mm X 600
mm X 900 mm (height).
 Software should be capable of identifying reasons of rejection such as Data Mismatch, Invalid Barcode,
Logic Mismatch, Duplicate Barcode, Damaged Barcode etc.

B. Secondary Sorting Bag Holders:

 Bag holders stands meant for holding the bags for collection of the parcels through the secondary sorting
should be fitted with Put to Light (PTL) sensor(s) to facilitate the operator to place the parcel in the
designated bag as per the data scanned after primary sorting.
 Detection of “bag full” shall be carried out by the system and raise an audio visual alarm for closure of the
bag and issuance of bag closure statement..
 Each of the 8 sorting chutes shall be provided with 20 numbers of Bag Holders. Bag holders shall be made
of Square Pipe of 35mm x 35mm Stainless steel (of 304 grade) having 2 mm thickness.
 Bag holders shall be provided in one tier or two tier system (with / without slope). It shall be capable to hold
the bags provided by the Department of Post and dimensions of the bag holder shall be such that it can
sustain the maximum possible volume of parcels in the bags provided by DOP. Height and other dimensions
of bag holders shall be such that it is ergonomically comfortable for the operator to drop the parcels in the
bags placed at the bag holders.
 The design of bag holders should be such that it may not damage the parcels while dropping of the parcels
by the operator in the bags places at the bag holders at any stage of sorting of parcels.
 The design and layout of the bag holders shall be finalized in consultation with Engineer-in-Charge.

(6) Sorting logic and mode of operations:

Functionality required for primary sorting:-

The software system at the backend shall fully control the operation of the sortation system. As
soon as the parcels are fed from the in-feed conveyor the system should sense the parcels and
accordingly DWS shall dynamically position the parcels for dynamic weighing and prevent the
system from congestion. It will also read the barcode data from the barcode sticker at the parcels
and do the dimensioning and weighing. Based on the scanned barcode data, the system will send
the control signal to the nine arms pusher (one for rejected parcels and eight zones of sorting) to
sort the parcel in their chute 20. In this way all the parcels shall be primarily sorted into eight
zones (a group of around 20 locations) and one rejected parcels’ bin.

Functionality required for secondary sorting:

 Department plans to position around 20 numbers of Bags at every Chute.


 One Bag will correspond to one location or a cluster of locations.
 The Sorter will be required to Primary Sort parcels for these 20(adjustable) numbers of Bags into
the respective chute.
 Each secondary station has several sub-sorting shelves/ based on location. Each shelf is identified
by a Put to Light (PTL) module and has a dispatch carry bag associated with it.
39
 Each PTL is configured to a particular location for sub sorting hence a PTL glows when a packet
of that destination is scanned at corresponding chute / bin.
 Packets are fed into the bag at the respective PTL one by one and thereafter acknowledgement
alarm is pressed.

 Handheld scanner is used to scan the barcodes of the packets in the chutes, and put in bag placed
below the glowing PTL.
 Each secondary sort station has a PTL placed near chute to display secondary sort process
information.
 System should be able to identify that Bag is full, the DoP Staff will initiate a "Bag Close" process
and generate a Bag label to be pasted on the bag.
 The Bag label should contain the Unique Bag ID which should contain the list of all shipments
contained in the bag.

There shall be two following Mode of Operation to utilize the system for sorting,

(a) Automatic Mode of Operation: In this mode of operation the system should be capable of doing automatic
sorting based on the barcode data on the parcel and booking data of clients. Barcode reader shall scan the
barcode data and give a control signal to the sorting arms to sort the parcels into its zone and collected at the
bins meant for primary sorting.
After this primary sorting, parcels shall be scanned through barcode reader manually for the secondary
sorting and as per the signal raised by the Put to Light method, parcels shall be dropped in the bags provided
at the bag holders manually.

(b) Manual Mode of Operation: In this mode of operation, for the primary sorting, the system should be
capable of running at a speed suitable for manual sorting in which DWS & automatic barcode scanning shall
work but sorting arms will not work and in place of sorter arms, the operators standing near the arms shall
push the parcel in its respective zones manually. However, the rejection arm shall work in the manual mode
so that rejected parcels due to bar coding mismatch can be identified. The other activity such as volumetric
weighing and dead weight assessment shall be done to estimate the postal charges on the parcels.
The mode of operation for the secondary sorting shall be same as was being carried out in the automatic
sorting.

40
OTHER TECHNICAL SPECIFICATIONS:-

(1) An integrated Conveyor Belt System & DWS system will be an important constituent of this Parcel Processing
Centre. Conveyor belt system will be utilized for loading and unloading of parcels and convey the parcels for
booking and sorting etc. at Parcel Booking Centre, Baria House, Jaipur.

(a) The Conveyor belt system should be capable of simplifying the operational process of the E-commerce Parcels
and other parcels / articles at Parcel Booking Centre, Baria House, Jaipur.

(b) The system should be easy to operate and the staff/operators should be able to operate the equipment without any
hassles.

(c) There should be provision of processing of Parcels up to the maximum speed of 3000 parcel per hour.

(d) Synchronization of the Speed of all the Conveyors has to be worked out by the Vendor to achieve maximum
throughput of 3000 PPH.

(e) The average noise level should be less than 80 dB at the bins end and at the starting point of feed lines.

(f) The Layout provided in the Tender are tentative and final Layout will be decided in consultation with the
selected vendor.

(g) The operating temperature for the system shall be from 10ºC to 50ºC approximately to ensure suitability of
Jaipur weather condition.

(h) Wherever required (as decided by Engineer-in-charge) the side guards shall be provided with 200 mm height and
of MS powder coated (with 7 tank process ) / Aluminium profile construction.

(i) Hardware and Software should be easily configurable and scalable. It should be capable to add further modules
along with more arms later. Software architecture should support plugging-in extra hardware and integration of
sub-components for expansion. System should be able to support accessories viz. Printers / Scanners etc. for
expansion.

1. Alarm System:

(a) Suitable audio visual alarm system should be available to ensure proper protection to man, machine and parcels.

(b) Whenever any system is started, an audio visual warning (alarm) should be issued for a short duration before the
machine starts running.

(c) The System should always be monitored by Control Panel Console system to check any abnormal condition. If
abnormality is found during the operation, the entire/partial operation should be automatically stopped to avoid
aggravation and corresponding audio visual alarm should be triggered.

(d) The indication should be automatically switched off when the cause of the alarm is removed. It should be
possible to acknowledge (and not disabled) the alarm after it has been noted.

(e) At least the following major audio visual alarms should be provided, to facilitate the machine operation and
checking and to protect the machine from being damaged or causing any injury or damaging the e-Commerce
Parcels.
41
• Power condition alarm
• Branch-wise/Chute wise Jam alarm
• Any other alarm as per industry standard.

2. Operation and Control System:

a. All the operations should be centralised and should be controlled from the control panel.

b. An industry grade server shall be provided with necessary software and database management system and other
applications necessary for operation of the system as specified in the tender document.

c. Control panel should be at suitable location for easy access to control the whole system, preferably near the
chutes or as per the instruction of Engineer-in-charge. The parcel sorting system shall be based on PLC/ PCB.

d. All the control circuitry and controllers such PLCs/PCB/VFDs and other control switch gears shall be housed in
the control panel. But the operation of the system shall be from System Console.

e. There should be an emergency switch, which will stop all the Conveyors & DWS system in case of any
emergency. Location of these switches will be finalised after consultation with Engineer-in-charge.

f. The operator should be able to control the operations of whole/individual systems through a menu driven
selection program. Selection of the sorting plan, operation mode, setting the machine into maintenance mode etc.
should be carried out by selecting the respective menu.

g. There should be provision for requisite adjustment, calibration of various settings, self-test of various electronic
sections to detect the fault in electronic system, etc. from the console.

h. If any Sensor or any equipment is not working as per standards, error message should be displayed.

i. System shall be capable of running 24X7.

4. Watch Panel: The watch panel should display the messages related to whole sortation system.

a. Under normal operations, the watch panel should display information such as operation mode, sorting plan
number, reading rate, Batch operation screen, Mail counters viz. total fed, sorted, rejected etc. or any other
information as per industry standards.

b. In alarm conditions, the watch panel should automatically switch over to alarm screen. Detailed information
about the alarm occurred should be displayed.

c. In case of the system under maintenance, the watch panel should display the maintenance indicator.

d. Any other information required to be displayed as per industry standard.

5. System Console: The system console shall be of touch screen TFT and comprise of an industry standard server
computer of latest specifications to store all statistics of the e-Commerce Parcels data, start-up and diagnostic
programs to down load programs to machines for their operations. All the messages such as faults and jams, action
taken by operators and maintenance staff should be recorded with date and time. This console may also act as a
maintenance console..

a. The System should be provided with proper software security inbuilt so that any unauthorised access may be
avoided to the system.

6. Functional Requirements of the DWS System:

42
a. To capture the volume (length, breadth & height), and actual weight of parcels, for which high capacity DWS
(Volumetric Measurement Solution) is required. The Vendor is required to design, supply, install, integrate, test
and commission the complete DWS system as per technical specifications given in the tender document.

b. This system should generate accurate records of volume & actual weight measurement. The volume& actual
weight thus captured should be seamlessly shared with our Application software (Speed net or Business Parcel
Net / specified software by Engineer –in-charge.

c. Software, for integrating the DWS solution with the existing / proposed software of the Department will be
provided by bidder.

d. DWS System is proposed to work as follows: - The DWS system should integrate with existing
software of Department of Posts and should have scalability in terms of integration with new DOP
software being developed under IT project at a later stage. The system should have remote monitoring
facility. The vendor has to provide the software upgrades whenever required during guarantee period as
well as Comprehensive Maintenance Contract period. The licenses of all the software should remain
valid and available to DOP till the life time of the system.

e. Barcode reading should be done from the top and should be capable of reading code 39, code 128 barcodes or
any other barcode specified by DOP.

f. DWS accuracy should be as under:

 Weight accuracy ±20 grams


 Dimensions accuracy ± 10 mm
 Barcode Read rate accuracy 98 %

7. Data Exchange between DWS & DOP: System supplied by the Vendor should have software capabilities,

(i) To capture volumes, actual weight, volumetric weight and time stamp w.r.t. all types of shapes and should be
able to transfer this data to existing Speed Net Application software / specified software by Engineer-in-charge
on real time basis as well as at specified intervals as per specified protocols.

(ii) DoP will provide Pin codes and the corresponding barcodes from the Excel data sheets in a separate table to the
DWS client for the purpose of Chute-wise preliminary level sorting as well as for secondary sorting. DWS client
will pick up these details and match with the volumetric data captured by it and flush the entire data in separate
table. The same data will be appended in the Speed net databases internally by Speed Net applicable
software/specified software by Engineer-in-charge.

(iii) The Vendor’s system should capture the data stated above and retain it for at least one month in a local
Computer system supplied by vendor. It should be able to generate reports with capability to export the reports
in CSV, PDF and/or Excel format.(report on rejected parcels, no of parcels actually scanned etc. or any other
required data as requisitioned by the Engineer-in-charge). Data retention period may be increased by the DOP,
vendor should be able to make suitable arrangement viz. providing of extra memory etc. as per the directions of
Engineer-in-charge.

8. Data Security:

a. For prevention of data theft, the Vendor's computer will not have any connection to any of the external system.
b. Vendor's computer may be allowed to be connected online only in case of support activity. System should have
data import/export facility via USB and local network.
c. The system should have the provision to record the sensitive operational data for troubleshooting etc. at least for
seven days or for the required period and the same should be downloaded and saved for system/process
improvements & auditing purpose
d. Any other feature as per industry standard.
e. Whenever the remote monitoring facility is used, the system should allow to those users who were already
registered with the system, but it should raise the alarm on console of such remote access and suitable entries

43
must be made in audit record of the system. It must not allow remote connections to unregistered/non-approved
users.
f. The software system must have capability to record audit logs that shall be accessed only by an officer
designated by DoP. The audit records shall be used for system auditing and for system improvement.

9. Access and Monitoring from Centralised Control Room / Location:-

There should be provision of accessing & controlling the messages displayed on the Watch Panels,
system console, DWS, operations and Control system & Alarm system etc. from the centralized
Control room.

Similarly, the performance status of all the sensors, control panels, PLC / PCBs, Drives, DWS system
equipments, etc. should be available on the screen in the control room. PCBs, When all the
equipment’s, sensors, PLCs/ PCBs, Drives, DWS system etc. are in proper working condition, green
light indicators should be on and when any of the above equipments require maintenance/repairs,
yellow light indicators should be on. And when any equipment is not in working condition, red light
indicators should be on along with log sheet. The Bidder will make provision for accessing, controlling
and monitoring of all the operational equipments, Sensors, Drives, PLCs/ PCBs, Control Panels DWS
system etc. from the Control room.

***************

44
SECTION - 5

TESTING OF PARCEL SORTING SYSTEM

45
TESTING OF PARCEL SORTING SYSTEM

The following tests shall be conducted at the site jointly by the firm’s representative and Engineer-in-
charge and a signed report of the same shall be prepared and shall be handed over to the postal authority at the
time of handing over of the system to postal unit.

1. Sorting accuracy test: The system should be tested for the sorting accuracy of the system for,
(a) The parcels of maximum and minimum sizes as mentioned in the system specification.
(b) System should be tested with at least 50 test parcels with test barcodes for sorting accuracy.
(c) The testing procedure shall be got approved from Engineer-in-charge before testing.

2. Volume / Dimensioning accuracy test: The system shall be tested for,


(a) The system shall be capable of taking dimension with any random orientation of packets /parcels with
claimed accuracy. Sufficient (minimum 25 packets) number of parcels should be processed to test the
system for dimensional accuracy.
(b) This test should be performed for the speeds suitable for running the system in manual mode and
automatic sorting made as specified.
(c) The system should generate the comparison sheet to compare the volumetric weight and death weight of
the parcels and identify the entries for the parcels for that DOP has to raise the billing amount to the
customer.

3. Weighing accuracy and weighing consistency test: Suitable number of tested parcels shall be passed through
the system to test the weighing accuracy and weighing consistency of the system.

4. Throughput test: The system shall be tested for,


(a) The maximum throughput of the system shall be checked for maximum size of parcels
i.e.600mmx600mmx600mm (50% of the designated throughput) and with average size of parcels
i.e.300mmx300mmx300mm (50% of the designated throughput) .
(b) Pass the suitable number of parcels through the system to ascertain the throughput of the system.

5. Data transfer/consistency test: This test shall be performed for proper transfer of data from DWSS to DOPs
server and vice versa and further several reports as per requirement of DOP is being generated in proper format.

6. Noise level test: The average noise level should be less than 80 dB at the bins end and at the starting point of
feed lines.

7. Continuous running test: System shall be tested for continuous running of the system for at least 24 hours of
continuous running of the system and any part of the system should not be get overheated.

The system shall be run for seven days after the above testing with the actual parcels and all the parameters
shall be verified. Acceptance test for the system shall end when the system has consistently met the standards
of performance as specified after the above period.

***********************

46
SECTION – 6

SPECIFICATIONS FOR COMPREHENSIVE MAINTENANCE


CONTRACT

47
ADDITIONAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE PORTION AGREEMENT

1. CURRENCY OF CONTRACT

(a) The currency of contract shall be 36 months (03 years) which shall come in force after one year of initial
acceptance testing i.e. guarantee period.

(b) The Department reserves the right to terminate the contract by giving show cause notice of one-month
duration at any time during the currency of the contract.

(c) The Department reserves the right to extend the contract for a maximum period of twelve months at the same
rates & conditions without consent of the firm.

2. SCOPE OF WORK

The maintenance of automated parcel sorting system as included in the schedule of work is to be
carried out on comprehensive basis. No material / consumables / spares will be supplied by DOP. The
firm has to adhere to maintenance schedule attached with this document.

(a) The firm has to repair/replace defective parts/spares at no extra cost.

(b) The contractor shall depute his service representative within 12 hours of notification of breakdown calls by
the department. In case the contractor fails to depute his representative and / or fails to cause remedial
measure within 24 hours of intimation, the DOP will be free to have the repairs done from any agency and the
cost will be recovered from the contractor as decided by the DOP. However, based on the genuine reason for
remedial action given by contractor within 12 hours of intimation of breakdown/defects of the system, the
additional time period may be allowed by the Engineer-in-charge.

(c) All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the agency fails
to rectify any fault within 24 hours of reporting of breakdown, the department reserves the right to carry out
the work at the risk and cost of the agency. In case the fault is of emergency nature, which may affect the
normal functioning of the services, and the firm fails to take immediate necessary action, the work shall be
carried out at the risk and cost of the firm without giving any notice. The decision of the Engineer-in-charge
shall be final and binding.

(d) The Comprehensive Maintenance Contract (CMC) period shall start immediately after the expiry of guarantee
period of one year & will be treated as taken over for comprehensive contract from the next calendar date.
The units being in guarantee period, there will not be any kind of defect list etc. during handing over.

(e) After the completion of maintenance contract, the Agency will hand over the installation in a healthy and free
from defects condition.

3. COMPENSATION FOR DEFAULTS

(a) Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall be the
responsibility of firm and shall be replaced/rectified by the firm without any extra cost.

(b) Any accident or damage on the part of firm’s staff will be the responsibility of agency and the Department
will not entertain any claim, compensation, penalty etc. on this account or on account of non-observance of
any other requirement of law relevant to his work.

(c) Compensation for delay in removal of defects.

S. No. Grounds of compensation Quantum


1. Non-functioning of 0.1 % (point one percent) per day (24 hours)
equipment subject to maximum of 10% of the agreement
amount for Comprehensive Maintenance Contract
48
portion of agreement for one year on pro-rata basis.
Note:

1. This is without prejudice to DoP’s right to take action under clause 3 of CPWD-8.
2. The period after which compensation shall be applicable immediately after 24 hours of reporting the
fault/breakdown of the system to the vendor. Applicable electronic means as per IT Act 2003/ written
notices shall be eligible for adequate means of communication.
3. The above compensation amount shall be in addition to the amount to be recovered for non-operation of the
system during breakdown period.

4. TERMS AND CONDITIONS OF COMPREHENSIVE MAINTENANCE CONTRACT

A. PART-I:
1. The Contract is for comprehensive, maintenance of sorting system during the period of contract.

2. The scope of the work is for maintenance contract and this includes preventive &break down
maintenance works throughout the period of contract including replacement of all defective
components during the period of contract as per the guidelines of DoP.

3. In case of the major parts/items viz. motors, barcode scanner (wherever applicable) etc.
replacement, the same shall be purchased from the manufacturers/authorized dealers and necessary
documentary proof of purchase shall be submitted to DoP.

4. Monitoring and recording of important operational parameters on continuous basis.

5. The auto operation of system and maintenance should ensure that system is operable in both the
mode of operations as required in main document.

5. SCOPE OF WORK DOES NOT INCLUDE THE FOLLOWING

1. Any addition or alternation in the system.


2. Replacements of incoming power supply cables.

B. PART-II -MAINTENANCE SCHEDULE TO BE FOLLOWED

Monthly
The technical representative of firm will make monthly visit to the parcel centre once every month
and shall check the following points apart from inspecting the whole parcel sorting system for satisfactory
performance, take a log of the parameters for the whole system.

1. Keeping in mind that auto operation of this critical system is to be carried out on round the clock basis,
inspect the complete system for any shortcoming/anticipatory faults which may come in the way of
proper operation.
2. Clearly understand what is to be done in case of an emergency. This should be done in consultation
with Engineer-in – Charge.
3. Check all the switches and meters for proper operation.
4. Check operation of all the safety devices.
5. Check Amp. Meter, Voltmeter etc. for proper functioning.
6. Check all the electrical connections for proper tightness.
7. Check and take corrective action for any abnormal noise.
8. Check for abnormal heating of any component.
9. Check for abnormal vibration.
10. Check Fan belt tension.
11. Voltage- checking.
49
12. Check Balanced Power supply (3 phase), Fuses, Indicating lamp, Indicating instruments.

QUARTERLY:-
1. Checking compressor for vibrations or Cracks (if pneumatic arms are used for sorting).
2. Servicing of AC panel & Control Panel for any loose connections and tightening thereof.
3. Checking operating pressure of the compressors.
4. Checking wear and tear of belts.
5. Checking bearing and alignment of the belt drive.
6. Checking of all the emergency control devices and alarms.
7. Bearing of the moving part should be checked and may be properly lubricated if required.
(Note:- A scheduled breakdown of total four hours in a quarter shall be made available to vendor for the
preventive maintenance of complete system)
PART-III -MATERIALS
All spares and other consumable items required for maintaining the sorting system are included within
the scope of this contract and shall be supplied by the firm free of cost. Whenever any component of the
system becomes faulty, the same is to be replaced with new one. Replacement of faulty component shall be
obtained from the original manufacturer/authorized dealer and firm has to submit the invoice for the same from
OEM/authorised dealer. The faulty component shall be the property of the contractor in lieu of supplying new
component of same make and model.

In case any conveyor motor gets burnt the same is to be replaced by the firm with the new motor of
similar approved make, for which nothing extra shall be payable on this account.

C.ADDITIONAL TERMS AND CONDITION:

1. Technical inspection for preventive maintenance should be done with experienced technical supervisor to
avoid break down. The breakdown of parcel sorting system and their accessories will be judged as poor
performance of the contractor and the contract may be terminated, if explanation is unsatisfactory.

2. If any major break down occurs, it shall be attended by the firm within 24 hours to be reckoned from the
reporting time, and failure to this effect may be treated as breach of contract. In case of any anticipating
trouble detected during routine inspection by the service engineer in the system, the firm will intimate the
fault on the same day to the Engineer in charge and should set right the fault within 24 hours.

3. The joint report by the representative of the firm as well as the Junior Engineer in charge countersigned by
AE (E) shall be furnished to the Executive Engineer on monthly basis, regarding the health and soundness
of the whole system.

4. At the time of conclusion of contract, the plant shall be handed over to the Department, in sound and
healthy condition.

5. The firm shall maintain the log sheet of checklist and all jobs i.e. repair & inspection done and the system
as a whole maintained in operative condition for desired result. The log sheet of checklist will be separate
for every inspection /service and shall be submitted to Engineer in charge.

6. Chronological history of all repairs to be maintained by the contractor for further analysis.

D. INSPECTION / SERVICING OF SORTING SYSTEM

50
 The firm will maintain the system in proper manner to ensure prolonged life, less wear and tear and
minimum interruptions. The firm has to carry out necessary maintenance work as pointed out by
departmental officer from time to time during their inspection.
 The firm’s technical representative shall provide at least one visit per month for complete checking of
healthiness of the sorting system and submit their visit report to Engineer-in-charge.
 The schedule of preventive maintenance service covered under this contract shall be done in accordance
with part III of this section.

****************

51
List of approved makes / product diary

1 3 Phase Induction Motor : Make- SEW/Bonfiglioli/Siemens

2 Sensors : Omron/SICK/Leuze

3 3 Phase to 1 Phase : Servostar/S/S


Convertor
4 Industrial Server / PC : Pro-Face/Advantech/Lenovo

5 Load cells for Weighing :


Conveyor : HBM/Mettler-Toledo/Leno/ADI
6 PLC : Siemens/Allen Bradley/Omron/ABB

7 VFD : Siemens/Delta/Danfoss/Allen Bradley


8 Pneumatic Kit for : SMC/CKD/Festo
Sorting Arms
9 Control Panel : ABB/Schneider/Havell’s/BCH

10 MCCB : Siemens / L&T / GE Power Controls / control and


switchgear / Crompton/
11 Automatic Bar code : Sick/S/S
Scanner
12 Manual Bar code :: Motorola/Honey bell
Scanner :
13 Interol /S/S
Roller
14 Power supply : OMRON
15 CT : AE / IMP / Marshal/ Pactil/ Kappa / L&T/ Ashmor /
Indcoil / Waco / Meco
16 Ammeter/Voltmeter : AE / IMP/ Universal l/ Reshabh / Kaycee / Meco /
Enercom

17 Selector Switch : L&T/ Kaycee/ AE/IMP/ Thakoor/ Reco/ Vaishno/


Selzer/
Rasscontrol
18 INDICATING LAMP : Viashno / Siemens/ L&T / AE /IMP /Rass Control/
Teknic/ Crompton / Kaycee

19 CAPACITOR : Khatau Junkar / Crompton/L&T /Universal Electric/


Usha
/Asian/AE/IMP
20 Cables :
(a) Up to 1.1 KV grade ISI mark.
(b) Above 1.1 KV grade ISI mark.

21 Copper multi strained : Havell’s/RR/S/S


cable (FRLS )

52
Schedule Of Quantity

Name of Work :- S.I.T.C. of DWS system for Parcel Booking Center/ Parcel Hub at Bariya House
Campus, Jaipur (Rajasthan).

S.
No Description of Items Qty Rate Unit Amount
SUB HEAD-I (PROJECT PART)
1 Supply, installation, testing and commissioning of
parcel sorting system having primary sorting and
secondary sorting throughput of 3000 parcels per
hour upto 160 locations with following features.
· The system shall include in feed conveyor
dynamic DWS, sorting conveyor and sorting arms.

· Dynamic DWS and 1D/2D barcode reader


upgradable to 2D in future.
· Primary sorting with pneumatic sorting arms.

· Secondary sorting with Put to Light


arrangement along with framework for holding of
bags.

· Sortation limits 15 Kg and Weight capturing


limit 20 Kg.
· Weighing accuracy ±20 gms and dimensional
accuracy ±10 mm.
· The system shall also include necessary hard
ware and software to control/monitor the
process and indicate various sorting parameters
to improve the sorting process and monitor the
load. It should be capable of retrieving data from
remote server and use the scanned data & server
data for sorting.

· Minimum parcel size to handle – 100X100X10


mm.

· Maximum size of parcel to handle -


600X600X600 mm.

· The system shall be provided with suitable


control system (microprocessor / server
computer based computers) to automatically
execute the following operations:

(a) Self-scanning /self-test for any fault.

(b) Audio / visual alarm for any fault or


emergency situation.
1 Job 17180291 Job 17180291
· The system shall be complete in itself and easy
to operate.

· The System shall be capable of handling


exceptions and rejections as per industry
standards.

Note: The work shall be carried out as per the


detailed specifications mentioned in the bid
document

SUB HEAD-II (COMPREHENSIVE MAINTENANCE PART)


1 Comprehensive maintenance of complete
automated parcel shorting system as
commissioned vide SUB HEAD-I (Project Part) of
this schedule of work. Comprehensive
maintenance work is to be carried out after one
year of warranty as per detailed specifications
mentioned in the bid document. 3 Years 1565534 Years 4696602

Total cost of Project i/c CMC for three years (Part I +


Part II)
21876893

Note: Comprehensive maintenance contract shall be drawn along with main agreement but it shall be
executed after the expiry of one year warranty period after commissioning of the system.

Executive Engineer(E)
Postal Electrical Division
Jaipur

Note: - (a) This schedule of work is for reference while quoting price in the Bill of Quantity (BOQ).
B. The bidders are advised to not to quote price or give any indication of quoted price here in the schedule of
work. The price quoted here shall not be entertained and such bids shall be summarily rejected.
C. Quoted Percentage above/below in the BOQ shall be applicable on all the items mentioned in the schedule of
work.
D. Prices are inclusive of all taxes/levies etc. including GST.

You might also like