Tender 989

Embed Size (px)

Citation preview

  • 8/11/2019 Tender 989

    1/32

    DNIT

    Providing LED Street Lighting from near GadoliKhurd Village(4.70Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon-Pataudi Road- Gurgaon.

    MUNICIPAL CORPORATION, GURGAONWebsite: www.mcg.gov.in

  • 8/11/2019 Tender 989

    2/32

    ISSUED TO: M/s -------------------------------------------

    --------------------------------------------

    TENDER FEE DETAILS: Cash vide receipt no Dated

    Amount DD No. Dated drawn onRs. 2500/-

    LAST DATE FOR SALE OF TENDER: --------------------------------

    LAST DATE FOR SUBMISSION OF TENDER: ---------------------------------

    OPENING OF TECHNICAL BID: ---------------------------------

  • 8/11/2019 Tender 989

    3/32

    MUNICIPAL CORPORATION, GURGAONPHONE: 0124-222011, 0124-2300185

    Website: www.mcg.gov.in

    Sealed & Separate Tenders are invited in the form of Technical and Financial Bid from

    reputed manufacturers of LED Lights (as per DNIT) for "Providing LED Street Lighting fromnear GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) atGurgaon- Pataudi Road- Gurgaon.ApproxAmt 93.58lacs

    The tender specifications with terms & conditions can be obtained from MCG office bydepositing cost of document & earnest money on-line or through DAC/demand draft/cash infavour of Commissioner, Municipal Corporation, Gurgaon up to 3.00 PM of --------------. The dulyfilled tender will be accepted up to 3.00 P.M on the tender opening date i.e--------------- andtechnical part will be opened at 4.00 PM on the same day in the office of MCG in the presenceof tenderers who wish to be present.

    The financial bid of only those bidders who qualify in technical bid shall be opened, for which asuitable date shall be communicated to the technically eligible bidders separately. The

    undersigned reserves the rights to reject any or all the tenders without assigning any reason.

    Executive Engineer -V

    Endst. No. EE-V/MCG/2012/ Dated:

    1. Commissioner, Municipal Corporation Gurgaon.2. Deputy Commissioner, Gurgaon.3. Chief Engineer, Municipal Corporation Gurgaon.

    4. Superintending Engineer, Municipal Corporation Gurgaon.5. Chief Account Officer, Municipal Corporation Gurgaon.6. R.A.O., Municipal Corporation Gurgaon.7. Notice Board, Municipal Corporation Gurgaon.

    Executive Engineer V

    Cost ofdocument

    EMD Last date ofreceiving

    Date of openingof Technical Bid

    Rs. 2500 (non-

    refundable)

    Rs.up to 3.00 PM

    at 4.00 PM in the

    office of MCG

  • 8/11/2019 Tender 989

    4/32

    MUNICIPAL CORPORATION, GURGAONPHONE: 0124-222011, 0124-2300185

    Website: www.mcg.gov.in

    Sealed & Separate Tenders are invited in the form of Technical and Financial Bid fromreputed manufacturers of LED Lights (as per DNIT) for"Providing LED Street Lighting fromnear GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at

    Gurgaon- Pataudi Road- Gurgaon.ApproxAmt 93.58lacs

    1. BACKGROUND INFORMATIONTo promote the efficient use of energy and its conservation, Govt. of India enacted the EnergyConservation Act 2001 and subsequently Bureau of Energy Efficiency was established in 2002.Accordingly MCG has approved a proposal to"Providing LED Street Lighting from nearGadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) atGurgaon- Pataudi Road- Gurgaon.ApproxAmt 93.58lacs

    2. SCOPE OF WORK"Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limitnear GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.ApproxAmt 93.58lacs

    3. ELIGIBLE BIDDERS

    !

    "

    #!

    $ %&&

    $ '!

    $ #

    % # ! ! ()* $ !

    ! +, -))./)0)/1 /2

    '3 # "$ !3 %3 '!3 3#4

    - ! -2 /55

    ' 6 $ $ 0 ))./) )/ 7 % '

    !! 7 3 '3# "$ !3 %3 '!3 3#4 %

    8 %

    4. SPECIFICATIONS OF THE SYSTEMS

    The specifications of the LED street lighting fixtures are enclosed at Annexure-I.

  • 8/11/2019 Tender 989

    5/32

    (

    5. GUARANTEED TECHNICAL PARTICULARS (TO BE SUBMITTED BY THE BIDDER)Bidder shall submit the following guarantee technical particulars with the technical part of bid in

    the following table:

    S.

    No

    Parameters Guaranteed value

    1 Input Voltage

    2 Input Frequency

    3 LED Efficacy (lumens/watt)

    4 Total Harmonic Distortion (THD)

    5 Power Factor (PF)

    6 Life Expectancy

    7 Colour Temperature

    8 No. of LEDs used & rated wattage ofeach

    9 Working Humidity

    10 Working Temperature

    11 Average Lighting angle

    12 Ingress Protection

    13 Make of LED

    14 Total system power consumption(including LED & drive part) in watts

    15 Lamp starting time

    16 Colour rendering index (CRI)

    17 System power efficiency (%)

    18 LED Drive current

    19 Internal surge protection againstlighting or any other electrical surge

    20 Uniformity (ratio of minimum &average illumination)

    21 Lumens flux of fitting

  • 8/11/2019 Tender 989

    6/32

    9

    6. EARNEST MONEY DEPOSIT

    i. The tender shall be issued only to those agencies that will submit earnest money ofRs------------------ /- on-line or in the form of DAC/demand draft in favour ofCommissioner Municipal Corporation, Gurgaon

    ii. EMD of unsuccessful tender shall be returned after award of the contract /order orthree months whichever is earlier

    iii. No interest will be paid on the earnest money.

    7. PERFORMANCE SECURITY DEPOSIT

    The successful bidder shall bound to submit performance security deposit @ 10% of the ordervalue within 15 days from the day of placing the work order with the MCG in the form of DD orBank Guarantee valid for five years. The firm to cover the total period may extend the validity ofthe bank guarantee or the firm shall be required to submit the fresh bank guarantee of requisiteamount.

    8. WARRANTEE

    All equipment shall be warranted for a period of 5 years from the date of taking over theinstallation by the agency against unsatisfactory performance and/or breakdown due todefective workmanship of material. The equipment or components, or any part thereof,so found defective during warrantee period shall be forthwith repaired or replaced free ofcost, to the satisfaction of the MCG.

    10 years free replacement warranty on luminaries against rust, corrosion and paintpeeling off etc.

    Preventive/ Routine Maintenance: This shall be done by the agency at least once every sixmonth and shall include activities such as cleaning and checking the health of the systems,

    tightening of all electrical connections and any other activity that may be required for properfunctioning of the system as a whole.Breakdown/Corrective maintenance: whenever the user lodges a complaint, the bidder shallattend to the same within a reasonable period of time and in any case the breakdown shall becorrected within a period not exceeding two days from the date of complaint.

    10. PAYMENT TERMSThe Municipal Corporation, Gurgaon, shall release 50% of the payment against receipt of dulyapproved material. Balance 50% payment shall be released after complete installation,commissioning, testing and handing over

    11. VALIDITY OF BIDThe bids shall be valid for a period of 90 days from the date of opening of financial bid.

    12. WITHDRAWAL OF THE OFFEREarnest money shall be forfeited in case of withdrawal of an offer within the validity period asrequired in Notice Inviting Tender after opening of tender.

  • 8/11/2019 Tender 989

    7/32

    :

    13. ALTERATION:MCG reserves the right to waive off or to issue any amendments to the terms and provisions ofthe work order/Purchase order as the emergency demands. The department reserves the rightto delete any item. For details not covered in the specifications, relevant I.S / applicable Codeshall be followed.The design shall comply with all statutory requirements, safety codes, regulating bodies,

    whether or not explicitly specified in this document. Any observations noticed shall immediatelybe brought to the notice of the department at the time of submission of tender.

    14. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES

    These systems are to be supplied, installed & commissioned within --------months time from thedate of issue of work order.

    15. INSPECTION OF MATERIAL

    (i) Inspection of the sample submitted with offer.Inspection of the sample submitted with the offer by the bidder shall be carried out by theperson/s nominated by the MCG by installing the fixture on pole (preferably at site) to prove the

    suitability of the fitting matching with the requirement in regards to fitting with pole, lux level andquality of illumination. The bidder in coordination with Municipal Corporation, Gurgaon shallmake all necessary arrangements for above inspection

    (ii) Inspection of the material to be supplied against work order.The firms should carry out the complete job along with sample proto type fittings in fiveconsecutive poles (for demonstration) for LED street light fixtures to prove the suitability of thefittings matching with the requirement in regards to lux level & quality of illumination and provideprofessional, objective & impartial advice and at all times hold the clients interests paramount.Commissioner MCG or team constituted by his/ her shall also carry out the inspection of theinstallations at site at the time of said demonstration to ensure that quality & quantity of theproject is as per the work order. Firm shall request to the MCG in written for the above saidinspection. Material shall only be erected after the approval of the MCG or team constituted by

    her/ him. The supplier shall provide without any extra charge, all materials, tools, testingequipment, labour and assistance of every kind that the inspecting officer may considernecessary for any test or examination that he may require to be made on the supplier premises.MCG can also get the systems tested from any Govt. approved test centre/ laboratory and theexpenses shall be borne by the supplier. Rejected material (if any) will have to replace by thesupplier at its cost within a week time. In case the material offered for inspection fails to meetthe specifications stipulated in NIT /Order /Contract and the samples are rejected by theInspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% ofthe order value. In case the material offered for inspection fails during the 2nd inspection also,the Indenting Department will have the right to increase the penalty to 0.25% of the order value.In case, the material offered fails during the 3rd and final inspection also, the firm will be liablefor penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, andno further opportunity for inspection will be provided to the supplier firm. In case of LED street

    lighting fixtures, the firm will emboss or engrave the words MCG so as to minimize anypossible malpractices.

    17. TEST CERTIFICATES AND INSTRUCTION BOOK ETC.

    The supplier shall furnish to the department the following documents along with theconsignment.

  • 8/11/2019 Tender 989

    8/32

    ;

    i. Four Copies of Printed Pamphlets/Catalogues: for each item of equipment it includes all thespecification

    ii. Drawing of all the equipments

    iii. Any other relevant information to be incorporated at the time of placing the purchase orderfour copies.

    iv. The supplier shall furnish the required certificates along with consignment of material.

    v. In-house Test Certificate of all the materials.

    vi. The bidder will carry out necessary testing for the uniformity of lighting levels achieved oncompletion of the work and submit final lighting levels to the Indenting Department & theConsignee.

    18. INSURANCE:

    Comprehension insurance cover for men, machinery and all parts shall be arranged by the firmfor entire period of Contract/during the maintenance period. The firm shall make his ownarrangement to receive and store the material at site. The settlement of claims with the

    insurance company, railway authorities etc. for any loss/damage occurring during transit andstorage at works site shall entirely be the responsibility of the firm.

    19. INSTRUCTIONS TO THE BIDDERS

    a) Incomplete /conditional bids are liable to be straightway rejected.b) No request for extension of the above mentioned due date shall be entertained.c) Bids shall be accepted only from the said firms who had purchased a copy of this tender onsubmission of Rs. 1000/- as non-refundable tender fee.d) Any deviations to the Clauses in the tender specifications must be clearly and separatelyindicated otherwise it shall be presumed that the offer is in line with the requirements of tender.e) The firm will have to produce invoice/gate pass of the manufacturer for major items ofmaterial to be installed against supply & erection of work for genuineness of the material.

    f) The firm will be responsible to achieve the desired lux level and uniformity and all the testingequipment shall be arranged by the firm at its own cost to check the same in the presence ofthe authorized representative of Commissioner, MCGMCG.

    20. SUBMISSION OF TENDERi) Sealed tender should be submitted in two parts i.e. Part-I (technical and commercial) in theAnnexure-II and Part-II (price part) in the Annexure-III. The firm should submit their offers in twoseparate sealed envelopes, marked on one envelop as Part-I Technical and Commercial Partand on other envelope as Part-II: Price Part. These envelopes should again be sealed in acovering envelope along with forwarding letter, super scribed on top with"Providing LEDStreet Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsruVillage( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.ApproxAmt 93.58lacs.

    Tender should be submitted by 3.00PM of -------------.

    ii) Offer should be addressed to Commissioner MCG by designation not by name.

    iii) MCG shall resume no responsibility for misplacement or pre-mature opening of any part oftender, in case of above instructions or not complied by the tenderers.

    iv) Any offer received after the deadline for submission of offers shall be rejected and returnedunopened to the tenderers.

  • 8/11/2019 Tender 989

    9/32

    .

    v) All the pages of tender documents, technical specifications, bids, supporting documents etc.shall be duly signed by the authorized signatory and company seal should be affixed or eachpage. Any part of the tender that is not specifically signed by the authorized signatory and notaffixed with company seal shall not be considered for the purpose of evaluation.

    vi) The offers should be signed and sealed by the tenderers or his authorized representative.The names and designation of all persons signing shall be typed or printed below the signature.

    vii) Failure of furnish all information and documentary evidence as stipulated in the tenderdocument or submission of an offer i.e. not substantially responsive to the tender document inall respects shall be summarily rejected.

    21. DOCUMENTS TO BE ENCLOSED WITH THE OFFER

    Part-I & Part-II of the tender should comprise the following documents:

    i) Technical & commercial: Part-I

    The technical & commercial Part: Part-I of tender shall be offered and furnished complete in allrespect in Annexure-V along with following documents:a) Forwarding letter in Proforma-I

    b) Minimum eligibility condition-qualification in Proforma-IIc) Certified copies of up to date Income Tax Clearance Certificated) Earnest Money Deposit (EMD).e) Balance sheets & copy of work orders.g) Guaranteed technical parameters.

    ii) Price part: Part-II

    a) The price of all components & LED street light fixture in full and complete set including allparts inclusive of design, supply, installation, testing, commissioning, packaging, transportation,FOR, all taxes &levies, octroi, VAT etc. with five years warranty should be quoted in Annexure-VI (price part).

    b) Price shall remain firm and fixed. Price variation clause is not acceptable.

    c) Any conditional discounts on the prices offered will not be entertained/considered.

    22. OPENING AND EVALUATION OFFERS

    i) Part-I: Commercial & Technical part will be opened on -----------------at 4.00 PM in theoffice of MCG in the presence of tenderers of their authorized representative whochose to attend the meeting.

    ii) MCG, if required, may at its discretion obtain clarifications on offer by requestingsuch clarifications from any or all the tenderers. Such requests for clarification andthe response shall be in writing.

    iii) The Part-II: Price part of only those tenderers, whose offer the technically and

    commercially acceptable after evaluation of the technical and commercial part will beopened and evaluating. Date & time for the price part of bid which shall be opened inthe office of MCG in the presence of tenderers / their authorized representative whochose to attend the meeting will be intimated separately.

    iv) MCG if required may at its discretion extend the schedule date of opening ofCommercial & Technical Part / Price Part of tender.

  • 8/11/2019 Tender 989

    10/32

    )

    23. OTHER TERMS AND CONDITIONS

    i. The offer shall be submitted on original tender form issued by this office; conditional tendershall not be accepted.

    ii. The rates quoted should be FOR inclusive of all taxes, Supply, installation, testing,commissioning, octroi, VAT with five years warranty

    iii. In the event of bid being submitted for a firm, each member thereof must sign it separately,or in the event of the absence of any partner, it must be signed on his behalf by a personholding a Power of Attorney authorizing him to do so. In case of a company, the quotationshould be executed in the manner laid down in the said Companies Article of Association. Thesignature on the quotation should be deemed to be authorized signatures.

    iv. All columns of the technical and financial bid shall be duly filled in; the rates shall not beoverwritten and be both in figures and words.

    v. The tenderers must sign all corrections.

    vi. MCG reserves the right to distribute the order/place the order on more than one supplier/firm.

    vii. The tenders shall be opened in the presence of the bidders who wish to be present at thetime of opening of technical as well as financial bid.

    viii. The offer shall be accompanied with a set of complete technical literature along withoperation and maintenance manual in English and Hindi.

    ix. The offer shall be accompanied by the sample of each LED street light fixture. Theoffer received without sample is liable to be rejected.

    x. Material shall be strictly as per DNIT specifications. If there is any left out specification, thesame shall be considered as per the applicable BIS/ international specification if any.

    xi. All disputes relating to this work shall be subject to the jurisdiction of Gurgaon and

    Commissioner, MCG shall be the sole arbitrator.

    xii. The quantity of supply mentioned in the DNIT is tentative which can be increased ordecreased.

    xiii. Commissioner, MCG will have the right of rejecting all or any of the quotation withoutassigning reason thereof.

    xiv. The bidder shall acquaint with the work and working conditions at site and locality. No claimshall be entertained on this issue after the offer has been submitted.

    xv. Any accessories/item which may not have been mentioned ion the specification but arerequired for satisfactory commissioning the work shall be deemed to be included in the contract

    and shall be provided by the bidder without extra charges later on.

    xvi. Replacement of street light fixtures shall be done under the supervision of authorizedrepresentative of the Municipal Corporation, Gurgaon on one to one basis. The old material tobe collected by the Municipal Corporation, Gurgaon may be destroyed/ auctioned by followingdue Government procedure or may be disposed of as per the instructions of the State PollutionControl Board.

  • 8/11/2019 Tender 989

    11/32

    xvii. The agency shall also carry out Maintenance of poles, cables, LED light fixtures & paneletc as and where required to perform the work for five years. Therefore bidders are advised toquote their competitive rates as per the specifications at annexure-I in the price part of bids.

    xviii. EMD is liable to be forfeited in case of evidence of cartel formation by the bidder(s).Further, in case where cartel formation amongst the manufacturers-suppliers is apparent,complaint shall be filed with the Competition Commission of India and /or other appropriateforum.

    Read and accepted.I/ We hereby quote to supply the goods and materials specified in the under written schedule inthe manner in which and within the time specified as set forth in the conditions of contract at therates given in the financial bid.The conditions will be binding upon me / us in the event of acceptance of my /our tender.I / we herewith enclose Earnest Money deposit of Rs. -----------/- (--------------------------)/ andshould I / We fail to execute the work order released by MCG in case our bid is accepted, I / Wehereby agree that the above sum of earnest money/ security deposit shall be forfeited by theCommissioner, MCG.

    (Signature of the authorized signatory)

    Name:

    Designation:

    Company seal:

  • 8/11/2019 Tender 989

    12/32

    ANNEXURE-I

    Technical Specifications of 120W LED Light fixtures

    S. No Parameters Value1 Input Voltage 100-270 V AC 50 Hz

    2 LED Lamp Efficiency(lumens/watt) 110 (lumens/watt)

    3 Uniformity Ratio of minimum and average illumination should beminimum 50% ,Ratio of minimum and maximum shouldbe minimum 33%

    4 Usage hours 10- 12 hrs per day

    5 Power Factor > 0.95

    6 Life expectancy Above 50,000 hours with 70% Lumens

    7 Rated Wattage 120 W +/- 10%

    8 Lumens Flux 11220 lumens

    9 Colour Temperature 5500- 7000K

    10 LED High Power LED 1 2 Watt

    11 Working Humidity 10% to 90% RH

    12 Working Temperature 0 to 60 degree Celsius

    13 Ingress Protection IP 66

    14 Colour RenderingIndex (CRI)

    Ra > 75

    15 Total harmonic distortion(THD)

    < 15 % maximum

    16 Average lighting/ beamAngle

    LM 79 ,Photometric Report of Luminaire to besubmitted.

    17 Make of LED lamp NICHIA (Japan)OSRAM (Germany)PHILIPSCREE (USA)Bridelux (USA)

    18 Luminary casing High pressure Die cast Aluminium Alloy housing &

    toughened glass19 Pole entry Should be suitable for mounting of 30 to 56 mm

    diameter of 9 M high Octagonal poles with lockingbolts/ should provide with complete bracket with lockingbolt.

    20 System Components All printed circuit board must be MCPCB

    21 Control circuit Compatible to LED

  • 8/11/2019 Tender 989

    13/32

    22 Lamp Starting Time Should not be more than 10 seconds

    23 Energy Consumption of thesystem

    Not more than 1.18 times

    24 Thermal Management of LED Good thermal management system should be providedand LED must be mounting on Heat sink conductivealuminium with suitable large area surface by means offins to dissipate the heat to ambient air

    25 Electrical connector Lead wire of required length for connection

    26 System Power efficiency More than 85%

    27 Protection Electrical Insulation Class-1

    28 LED Drive current 500 mA ( firm may give LED drive current of theirproduct)

    29 Internal surge Protectionagainst lighting or any otherelectrical surge

    Up to 2 KV

    30 Design Documents The fixtures are to be installed on the roadfromGadoliKhurdVillage to GhariHarsru VillageMCG limitdual carriageway with 7.5 m wide road. Thefixtures to be mounted on the Octagonal poles of 9mheight with 1.5 m bracket . The firm shall supplycomplete design data to achieve an average lux level of20-25 lux with a uniformity of not less than 50%

    31 Standard 1 The luminary should confirm to IEC6v598/IS10322 LM80 Report of LED2. LM 79 Photo Metric Report of Luminaire3. Driver should confirm to EMC Standard IEC 61547,610-3-24. safety Standard IEC 61347-2-13

    32 Driver Efficiency More than 80%

    33 Lumens per Watt of System More than 80 Lumens per watt

    34 Maintenance factor 0.8

  • 8/11/2019 Tender 989

    14/32

    ! "#

    $# # ! ( !!

    ! ! !

    %# 5 ! $ 8!

    $

    7 !

    $

    '# # ! !$ 1 6''% 3 6'% !!!

    7 ! ? $

    ! 6& $ !

    @4

    (# # ! ! '@' $ !

    !$ ! 5 ((

    9

    )# % ! 0 !!! >

    *# 5 !$0 1 7!

    $ !$ !

    ?A !$

    =$0 $ ! !$ !

    !0 0 8 3

    +# 8 !$ ! !

    ,# $ 3 ! $

    0 0 3! $ !

    $-#7 ! $ ! - 2

    ! !$ A

    7 > !$ ' ! !

    /!

    $$#$ # ! $ ! B#4C ?A, ! 5 !

    ! ! ! !$

    $%# ()89 "5 > ! !$

    !

  • 8/11/2019 Tender 989

    15/32

    (

    $ # ! !$ $ 7! 3

    !$ $

    # ! / ! $

    !$ $(#! !/ ! !!! !$

    # !

    $)# # ! $ !!! 0 "#6 0 D

    & ! D

    $*#5 ! 3 ! 8

    $+# 7 ! 0 !! 1

    $ ! 1

    ! ! 9 5# / ( ' ()

    $,## ! 5#()E()E9 -A#2 .)

    ( FF - 2

    %-#D ! > ) ! ( ! 6#

    ! ! $ ! )) ! !

    ! 0 D 8 6#

    > ()E()E9 -A#2 .) (

    FF - )2

    7! ! F

    5 6''% )) !9 G !

    ? 6''% )! 9 G !

    ' .( ! !

  • 8/11/2019 Tender 989

    16/32

    9

    /0102 12 34 522 4 22 6 !4

    10 #

    7 522 4 22 6 !4 10 #

    &$ ! 0 ! $ $

    4 10

    ' #$ $ H% #' 8 ! 4

    10 $ "@# $

    !$ 0 6'" ! $ !

    7

    H

    $8 /2 19

    2 ! ?A ?DD ! !I ! - !!2 $

    !

    ! !

    2 D 5 4 "@#

    ! 6 4

    10

    2 !

    -2

  • 8/11/2019 Tender 989

    17/32

    :

    6

    C

    2 # ! ! $

    2 3"! @!F $ "! $ ! $ ! 1 $> 1

    2 JF "! @! $ > 1 J &2 6 "F 6 ! $ $ ! !

    $ 0 D 5 4 3 6 3 #

    2 5 ! 3 ! > $

    2 $ ! ! ! 8! >

    ! #6# $ "@# $ $ !

    2 ' $ ! $ !$ #'

    2 $ 0 !

    -62 #'' #$ H #'

    ! ()))

    ! !

    2 5 70 8 > H #'0 ! !

    !2

    72 H #' # !$

    4 3 4 3 3 4

    5 @

    2 H #' # !! H %

    !! # $ 3 $ 4 @

    2

    2 D $ ! ! !

    8 $

    2 @' $

    > $

    $2 5 "@# "#6 0 (

    $ D5D? "@#

    2 $ !

    82 $ ! $

    %# : ;5 9//6 249 >7 122> /0102

  • 8/11/2019 Tender 989

    20/32

    )

    2 H #' ! ! 0

    $ !

    2 H #' $ 8 ! $ !

    2 H #' ! ())) I

    2 H #' ! $ #=%?@

    2 ! $ $

    8 ! 9) ! ! 7 $ ! $ !!

    ! ! 6'" 7 8

    2 #' ! 5 "@#

    '# ? @