22
1 DELHI TRANSCO LIMITED TENDER FOR HIRING CONTRACTOR TO ATTEND BREAKDOWN/SHUTDOWN AT 220KV GRID SUB-STATION, MEHRAULI & V.KUNJ

DELHI TRANSCO LIMITEDdelhigovt.nic.in/upload/031-2008-00041.pdf4 DELHI TRANSCO LIMITED {A Govt. of NCT of Delhi Undertaking} 220KV S/S Bldg. Mehrauli. Ph. 011-26892360 SCHEDULE ’A’

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

1

DELHI TRANSCO LIMITED

TENDER FOR HIRING CONTRACTOR TO ATTEND BREAKDOWN/SHUTDOWN AT 220KV GRID SUB-STATION, MEHRAULI & V.KUNJ

2

DELHI TRANSCO LIMITED (A Govt. of NCT of Delhi Undertaking)

Notice inviting tender Sealed tenders are invited in two parts (i.e. technical bid & commercial bid) from the experienced and reputed firm for following works. S. No.

Tender No. Details of work Qty. Estimated cost

Cost of bid documents

EMD

1 T/Mgr(T) O&MII MLI/07-08/02

YEARLY CONTRACT TO ATTEND BREAKDOWN/SHUTDOWN AT 220KV GRID SUB-STATION, MEHRAULI & V.KUNJ

1 Job

800000/ 600.00 16000.00

Last date for sale of tender : 28.3.08 upto 5.00 p.m. } at the office of DGM O&M II, 220 KV S/S Bldg. Lodhi Road N.Delhi-2 and Mgr 220 KV O&M II 220 KV S/S Bldg. opposite Kishangarh village Vasant Kunj – 70 Last date for receiving tender : 31.3.08 upto 10.30 a.m. } at the office of DGM O&M II, Date of opening of tender : 31.3.08 upto 11.30 a.m. } at the office of DGM O&M II, The complete tender document also be available on the web site of DTL i.e. www.delhitransco.com & Delhi Govt. but charges of Rs. 600/ only be paid by DD/PO at the time of submission of bid documents in favour of DTL. Tender without earnest money in the form of DD/PO shall be rejected.

DGM O&M II Lodhi Road.

3

DELHI TRANSCO LIMITED

{A Govt. of NCT of Delhi Undertaking} 220KV S/S Bldg. Mehrauli. Ph. 011-26892360

(Two Part Tender) TENDER NO. T/Mgr(T) O&M II/2007-08/02 Date of opening :31.3.08 Cost of Tender* : Rs. 600/ Earnest Money : Rs. 16000/ NAME OF THE TENDERER Validity : 120 days from the date M/s ________________________________ of opening. ____________________________________ ____________________________________ * Add Rs.100/- if required by post. ____________________________________ FORMS OF TENDER CONTRACT, CONDITIONS OF CONTRACT AND SPECIFICATIONS For YEARLY CONTRACT TO ATTEND BREAKDOWN/SHUTDOWN

AT 220KV GRID SUB-STATION, MEHRAULI & V.KUNJ NOTES:- 1. The terms and conditions, Schedule ‘A’ and tech. Specifications booklet form part of the tender documents. 2 The tenderer must submit the tender in three separate envelopes, one containing Earnest Money, second containing techno commercial bid in duplicate

& 3rd containing price bid. All the two envelopes should be tagged and properly sealed with official seal of tenderer. Each envelope should be clearly named on its face.

3. Tenderer must also indicate the following particulars on the face of each offered envelopes, failing which the offer shall be ignored:- (A) Name & address of the tenderer.

(B) Tender No. ___________________For YEARLY CONTRACT TO ATTEND BREAKDOWN/SHUTDOWN AT 220KV GRID SUB-STATION, MEHRAULI & V.KUNJ __________________________________due on _______________________________________ .

(C) Validity of offer ________days. (In case validity is indicated less than ____ days OFFER ENVELOPE will not be opened.) (D) EMD particulars - DD No._______________________ for an amount Rs.________ dated ________valid for minimum 180 days from date of

opening. (E) Tender cost to be remitted by DD/Pay order in favour of Delhi Transco Limited, payable at Delhi/ New Delhi. (F) If downloaded from DTL/Delhi Govt website. It should be enclosed in earnest money envelope, duly mentioning the same on the face f

the envelope. NOTE: In case, all the three envelopes as at S.No.2 above are enclosed in another big envelope then on the face of envelope, it must be clearly

mentioned that it contains three separate envelopes besides all information as given in item No.3 above, failing which the offer shall be ignored.

4. Earnest Money is to be deposited in the form of DD/PO in favour of Delhi Transco Ltd. No other mode is acceptable. 5. Earnest money is to be deposited by all tenderers, whether registered with DGS&D/NSIC/DTL or Such bodies, The public Sector Undertaking/Central & State

Govt. Undertaking are only exempted from depositing E/M & their offer shall be opened without Earnest Money; however, they will have to enclose a certificate to this effect that: “They are Govt. Parties/Undertaking”.

6. FIRST THE EARNEST MONEY ENVELOPE will be opened and in case Earnest money is not found of required amount or not in acceptable mode, the tender envelopes containing techno commercial bid & price bid will not be opened at all.

7. In case, the EMD is not found in the required mode, as above, all the two envelopes with offer & EMD shall be returned only after the finalization of the tender. 8. Technical cum commercial bid shall be opened on 31.3.08 at 11:30AM & date of opening of price bid decided letter after technical scrutiny of Technical cum

commercial bid which shall be informed individually to the successfully bidders in the technical bids. 9. The EMD shall be refundable to all the tenderers after placing purchase order. 10. The tenderer is required to submit the tender document duly signed on each page with official seal in token of acceptance of NIT terms &

conditions, otherwise the offer is likely to be ignored.

MANAGER (TECH.) O&MII (Regd. Office: Shakti Sadan, Kotla Road, New Delhi-110002).

4

DELHI TRANSCO LIMITED {A Govt. of NCT of Delhi Undertaking}

220KV S/S Bldg. Mehrauli. Ph. 011-26892360

SCHEDULE ’A’ IN DUPLICATE

Offer is to be dropped in the tender box available at DGM O&M II 220KV S/S Building,Lodhi Road , New Delhi on before31.3.08 up to 10:30A.M. and the same will be opened by the tender opening cell at 11:30 A.M. on the same day.

24.3.08 TENDER NO. T/Mgr(T)O&MII/2007-08/02 DUE ON:________________ Sr. no. Description of Work Qty.

Rate Amount

Transportation of following material required to attend the B/Down from various DTL stores/ sites to the places of B/Down by using contr- actor’s transport, T&P and manpower including loading/unloading at both ends:

a 66 KV Circuit breakers b 66 KV CT/PT/CVT/LA c 220 KV Circuit Breaker d 220 KV CT/PT/CVT/LA e Oil drum with oil f ACSR Zebra conductor drum

g 11 KV XLPE 1x1000 sq.mm. cable drum h 11 KV 7-panel board

i 11 KV 15-panel board

2nos 18nos 1no 18nos 200nos 1no 1no 1no 1no

Providing tempo 8-hour a day with 04 persons on hire basis for transportation of material required to complete the job

18day

Transportation of following with safe loading and unloading from one site to another site including escorting during transportation. (All T&P & man power to be arranged by contractor at his cost)

a. Oil filter machine 1000 GPH b. Tr.Oil tank having capacity by 3000 liters. c. Vacuum pump.

d. Tr. oil tank capacity 20K. liters

4trip 2trip 2trip 4trip

Minimum Charges to attend the B/Down & Emergency work at a particular site by providing skilled B/Down gang, not less than six persons (all T&P, & vehicle to be arranged by contractor at his cost) (Summary of jobs required to be done as per Annexure-II)

20days

Dismantling of following equipments including removing of connected jumpers/clamps/earth connection control wiring cables/glands. etc. (All T&P & man power to be arranged by contractor at his cost)

a 66 KV CT/PT/CVT b 66 KV Circuit Breaker

c 66 KV Isolator d 66 KV LA

e. 220 KV Circuit breaker f. 220 KV CT/PT/CVT g. 220 KV Isolator h. 220 KV LA

i. 11 KV,350 MVA,15 Panel board,wiring, commissioning j. 11KV, 350MVA single panel board,complete with wiring,commissioning k. One pole of 220KV Bkr,commissioning

6nos 2nos 2nos 4nos 2nos 4nos 2nos 18nos 1no 1no 1no

5

l. One pole of 66KV Bkr,commissioning

1no

Erection of the following equipment including proper alignment operational check, replacement of control cable and gland requiring of control cable and gland requiring of control wire, refixing of earth connection required jumpering of the equipment to complete the job: (All T&P & man power to be arranged by contractor at his cost)

a 66 KV CT/PT/CVT a. 66 KV Circuit Breaker b. 66 KV Isolator c. 66 KV LA

e. 220 KV Circuit breaker f. 220 KV CT/PT/CVT g. 220 KV Isolator h. 220 KV LA

i. 11 KV,350 MVA,15 Panel board,wiring, commissioning j. 11KV, 350MVA single panel board,complete with wiring,commissioning k. One pole of 220KV Bkr,commissioning

l. One pole of 66KV Bkr,commissioning

4nos 2nos 2nos 4nos 2nos 4nos 2nos 18nos 1no 1no 1no 1no

Replacement of main/top bus bar in 220/66 KV yards Including jumpering work. .(disc insulator PG clamps, spacers etc.wherever required)

400mtr

Laying out of control cable of size: a. In each S/Stn. trench.

b. In trenches including digging and refilling of Trench within S/Stn. premises.

100mtr 100mtr

Dismantling of 11 KV single core 1000 sq.mm. cables 100mtr Laying of 11 KV single core 1000 sq.mm.. cables 100mtr Providing of long web crane of suitable capacity for 8 hours.

a Mobile crane 5ton b Hydra crane 8ton

5nos 6nos

Providing of long web crane of suitable capacity required after 8 hrs. a Mobile crane 5ton

b Hydra crane 8ton

4nos 4nos

Providing gas cutter for various suitable jobs at 220 KV S/Stns including to and fro charges.

2days

Charges per day to attend fault in equipment/control Panel wiring of 220KV/66/11KV equipment, C&R panel, RTCC panel, CT ,CVT,PT etc. during B/Down & S/Down

30days

Total

Signature of the contractor with rubber stamp.

6

Schedule-B

SUMMARY OF LABOUR WORK TO BE DONE AT 220KV S/STN.

1. Replacement of PG clamps, connector, spacers, bushings, cap. Cells, reactors.

2. Overhauling of 220KV Bkr, 66KV Bkr, arresting oil leakage from CT/PT/CVT, of 220/66KV voltage.

3. Overhauling of 220KV & 66KV isolators, alignments, greasing etc.

4. Change of silica gel, alumina, replacement of fan (cooling) of Tr., oil pump, oil change of OLTC of 220/66/11KV & 66/11KV Pr. Tr.

5. Servicing of 11KV VCB type Bkr, checking of ON/OFF mechanism of Bkr of voltages upto 220KV.

6. Checking of timings of 220/66KV Bkr by timer. Meggar values recording of Pr.Tr. & other equipment. Oil sample collection of various equipment.

7. DC battery servicing/cleaning, water level check, Sp. Gr. Check & recording of voltage of cells & corrective measures.

8. DG set servicing, engine oil check, oil change for vacuum M/C, checking of main compressor.

9. Checking of earth resistance & recording value.

10. Replacement of leakage current detectors of 220/66KV Las.

11. Replacement of faulty components in 11/66/220KV, VCB/Sf6/ABCB, checking operation, testing trip/close, timings etc.

12. Clearing of control room panels, switch gear room panels.

13. Any other work to keep the 220KV S/S in good working conditions.

14. Replacement of any part of equipment installed within the concerned 220KV S/S.

15. Painting job of 220/66KV structure/equipment in the switch yard of 220KV S/S, switchgear & control panels etc.

7

DELHI TRANSCO LIMITED

ANNEXURE-I TENDER FORM/UNDERTAKING

MANAGER ( T)O&M II.

D.T.L.

Dear Sir,

I/We submit this sealed tender for attending B/D at Mehrauli/Vasant Kunj

___________________________________________________ _______________________________________________

I/We have thoroughly examined the terms and conditions given in the tender document and its annexures and agree to abide

by them. The rates at which I/We offer to make supplies have been stated in the Price Schedule. I/We confirm that no other charges

would be payable to me/us, except shown in price-schedule.

I/We agree to hold the offer valid for acceptance upto 120 days from the date of opening and shall be bound by

communication and acceptance letter dispatched on the last-day of validity of offer.

I/We further undertake that, this offer shall not be retraced or withdrawn by me/us after the opening of the tender.

A DD/PO for Rs………………………………valid upto 240 days is being enclosed herewith as Earnest Money. In the event

of my/our tender being accepted for the whole or any part quantity, I/We, agree to furnish the required security deposit.

The following pages have been added to form of this tender

i)

ii)

iii)

iv)

v) Yours faithfully,

(Signature of Tenderers) Status/State of Capacity on which the signatory is signing.

Place....................

Date......................

Name & Address of the witness as

1 .................................................................... 2 ....................................................................

....................................................................... .......................................................................

....................................................................... .......................................................................

Name and address of the tenderer................................................................................................................

..........................................................................................................................................................................

8

DELHI TRANSCO LIMITED

ANNEXURE-II The commercial terms and conditions of the tender as given in the following format:- 1. Prices (firm) : _________________________________ 2. Rates of Service Tax/VAT chargeable if any must be mentioned. : _________________________________ 3. Payment Terms : _________________________________

_________________________________

_________________________________

4. (i) Whether P.S.U.’s/Govt. Undertaking or Department. ( Yes/No.) : _________________________________ (ii) Earnest Money deposited (Yes/No) : _________________________________ 5. Validity offered. : _________________________________ 6. Agreed for liquidated damages clause (Yes/No) : _________________________________ 7. Agreed for security deposit (Yes/No) : _________________________________ 8. (i) Guarantee clause acceptable (Yes/No) : _________________________________ (ii) Performance Bank Guarantee Clause if applicable acceptable (Yes/No) : _________________________________ 9. Annual Report (balance sheet and profit & loss account) of last 3 years attached. : ___________________________________ 10. Copy of STRC/ITCC attached (Yes/No) : ___________________________________ 11. Copy of valid Elect. License attached Yes/No : ___________________________________ 12. Copy of PF deposited attached Yes/No : ___________________________________ 13. Rate of Education cess if any must be mentioned

and also to state whether it is over and above the base price or included in the cost. : __________________________________

SIGNATURE OF THE TENDERER WITH STAMP & DESIGNATION

9

Annexure -III SCHEDULE OF DEVIATIONS FROM SPECIFICATIONS

In this annexure bidder shall indicate clause wise deviations from specifications. _________________________________________________________________________________________ Sl.no. Clause No. Details of deviations Reasons/Justifications for Deviation _________________________________________________________________________________________ _________________________________________________________________________________________ SIGNATURE OF THE BIDDER PLACE DATE STAMP/SEAL

10

SECTION-I INSTRUCTION TO TENDERER

1.1 CONDITIONS OF CONTRACTS

The tender covers the work of attending B/D & S/D work upto 220KV level at 220KV S/S Mehrauli & V.Kunj for a period of 1 year as per schedule A & B

1.2 TENDER FORMS 1.2.1 Tender must be submitted in duplicate in the Tender form by filling up the schedule of price as per any

further Particulars, desired to be submitted should be given in a covering letter alongwith the tender, explaining briefly the salient points not otherwise covered in the tender specifications. If the tender documents required through post, the cost of tender along with postal charges must be included in Pay Order for the requirement of T/ document (i.e. tender cost + Rs. 100/- as postal charges)

“The tender document can also be downloaded from website of DTL i.e. http://www.delhitransco.com & www.delhigovt.nic.in however offer can only be considered if the prospective bidder deposits the tender cost.”

In case the tender document is downloaded from the website of DTL, a demand draft for Rs.600/- only drawn on any nationalized bank payable at New Delhi favoring DTL must be enclosed as the cost of tender document .

1.2.2. The tender fee shall be Non-refundable 1.3 LODGING OF TENDERS 1.3.1. The Tender should be addressed to concerned Dy.Gen.Manager (T) II 220KV S/S Lodhi Road O&MII. 1.3.2. The Tender must be distinctly marked on the envelope with the title of the tender e.g., Tender for

attending B/D & S/D work upto 220KV level at 220KV S/S Mehrauli & V.Kunj OF DTL, due on dt. …………. at ………...and should be lodged in duplicate to the office of DGM(T)O&M-II, S/Stn Building Lodhi Road, New Delhi-110002 well in time, so as to reach on or before due date and time of opening. The tender sent to any other office through Post /Courier shall be ignored.

1.3.3. Through Courier/Post

The tender by post or through courier, should be sent to office of DGM(T)O&M-II, S/Stn Building Lodhi Road, New Delhi-110002 well in time, so as to reach on or before due date & time of opening. The tender sent to any other office through Post/Courier shall be ignored.

1.3.4. The envelope containing tender & E/M & tender fee (if downloaded from web site) must be sealed with

official seal of the tenderer and if sent by post, must be registered post with acknowledgement due. 1.3.5 The offer in duplicate shall be sealed properly and distinctly marked' on the face of as follow:- i Tender for work/services ii Name of the party with their postal address. iii Tender No iv Due date of opening

11

v Status of Earnest Money details with Demand Draft/pay order and amount in Rs vi Validity of offer in days. 120 days. vii Indicate if public Sector / Central Govt / State Govt. Undertaking. viii E/M envelope should be separate & properly tagged with offer envelope. 1.3.6 One tender should be included in one cover. Where more than one tender is included in the cover, all

tenders so enclosed in one cover, are liable to be ignored. 1.3.7 Descriptive matter must also be accompanied with the tender, Such matter received after opening of

tender may not be considered. 1.3.9 If any modification of the schedule is considered necessary, the tenderer should communicate the same

by means of separate letter, sent with tender. 1.3.10 The Tender is liable to be ignored, if in complete information / Superfluous called for the invitation to

tender is not given or if particulars asked for in the tender form not fully furnished. 1.3.11 All tenderers must indicate the capacity and the authority of the individual signing the tender It must be

declared whether the individual is legally competent to enter into 1he contract or not. 1.3.12 Irrespective of the date of posting, the tenders received after opening may be rejected. 1.3.13 Tele-graphic or incomplete offers may not be considered. 1.3.14 The offer must be submitted in duplicate failing which, it is likely to be rejected. 1.3.15 If the tenderer is an Ex-employee of DESU / DVB/ DTL the details of employment & date of leaving

DESU/DVB be mentioned in offer. 1.3.16 If the tenderer is related to any person who is employee in DTL, the full particulars of

concerned person & relationship should be mentioned in the offer. 1.4 OPENING OF TENDERS 1.4.1 The tenders shall be opened in the presence of the such of the representative of tendering firm as may

like to be present at 11.30 A.M. on the due date of opening in the office of DGM(T)O&M-II, S/Stn Building Lodhi Road, New Delhi-02.

1.4.2 Only one representative from each tendering-party shall be allowed to attend the tender opening The

purchaser may refuse any particular representative to attend the tender opening. 1.5 VALIDITY OF TENDERS 1.5.1 A tender shall remain open for acceptance for a period of 120 days from the date of opening of tenders

or till such time upto which extension of validity has been agreed. If a tender is notified during this 120 days or extended period that this tender has been accepted, he shall be bound by the terms of the agreement of his tender til1 such agreement is replaced by a contract as stated in clause 1.13 below, If a day upto which the offer is to be remain open has been declared to be closed/holiday for the DTL the offer shall remain open for acceptance till the next working day, The tender with shorter validity is liable to be ignored.

12

1.5.2 The tenders qualified by such value and indefinite terms and conditions as subject to immediate acceptance etc. Shall not be considered.

1.5.3 The tenders must distinctly indicate on the envelope the validity of their offer failing which it may not

be opened. Offers valid for less than 120 days may not be opened. 1.6 WITHDRAWAL OF TENDERS 1.6.1 The Tenderer may withdraw his tender, if he so desires and may resubmit the same with in the due date.

In case, the tenderer revises, withdraws or amends without the written consent of the purchaser, his tender after the date of opening, the earnest money deposited by the tenderer shall be forfeited in full or part there of, If the party is registered with the undertaking/company, their registration may be cancelled with forfeiture of security deposit in such event.

1.7 MODIFICATION OF TENDERS 1.7.1 Incomplete tenders amendments and additions to tender after the opening and late tenders shall be

ignored. 1.8 EARNEST MONEY 1.8.1 Bidders are required to deposit. the Earnest Money at the rates or amount as specified on the tender

documents in DD/Pay order /BC, No. Other mode i.e. cheque, FDR Bank Guarantee etc shall not be acceptable, irrespective of the fact that any firm is / are registered with: DTL/DGS/NSIC. No relaxation on this a/c is to be granted, except in the case of public sector Undertaking.

1.8.2 The tenderer shall have to submit a photo-copy of latest Income Tax Clearance Certificate and along

with offer, failing which their offer is likely to be ignored. 1.8.3 Govt Parties/ Undertakings are not required to furnish this earnest money subject to their enclosing a

certificate to this effect that:-

"They are Govt. Parties/undertaking" 1.8.4 The EMD-shall be refundable to un-successful tenderer after placing purchase order No interest shall be

payable on EMD. 1.8.5 In case successful tenders, Earnest "Money will be converted / appropriated towards security money

alongwith such amount which may become due under clause 1.15 below. 1.8.6 The EMD shall be refunded to un-successful tenderer after issuance of P.O. 1.8.7 Fresh earnest money should be deposited in each case. No request for adjustment of Earnest money

from any amount pending with the company/Undertaking shall be considered. The EMD of one tender case shall not be transferred / adjustable towards other tender However, on retender of the same case the EMD shall be adjustable.

1.9 COMPLETION PERIOD 1.9.1 Completion period is 1 year or till the PO amount exhausted which ever is earlier.

13

1.9.2 The contactor is require to attend B/D within one hour notice from the site incharge in case non compliance of this clause, the B/D work shall be got carried out at the risk & cost of contactor beside deduction of penalty.

1.10 PRICE 1.10.1 The contractor must indicate specifically, if the prices/rates include other taxes, failing which it shall be

presumed that the prices include all such charges and no claim for the same will be entertained. 1.10.2 Prices/rates must be quoted in figures as well as in words. In case of any difference between these the

lower amount will be considered which will be binding upon tenderer. 1.10.3 The Prices/rates, unless stated otherwise shall be treated as firm and the" rates treated as per unit (as

stated in the schedule) 1.10.4 The prices, quoted must be firm and as per unit as stated in the schedule after

deducting cash discount, if any, preference will be given to the party quoting firm Prices. Whenever, it is not possible to quote firm prices definite prices variation formula with maxi mum percentages of ceiling and the basis indices of raw material/labour/fuel, must accompany the offer failing which the offer shall be loaded @ 20% for price variation

1.11 INCOME TAX CLEARANCE & SALE TAX REGISTRATION

CERTIFICATES. 1.11.1 The tenderer while submitting the tender must submit/a copy of Income tax clearance certificate from

the income tax & Works Contract Cell of Sale Tax Deptt. of the Area in which they are assessed, failing which the offer shall be ignored.

1.12 ACCEPTANCE OF TENDERS 1.12.1 The owner reserve the right to place the order on the successful tenders for quantity unto +25 percent of

the quantity tendered by them at the rates quoted and may also split up the order on the tenders, with in the scheduled delivery/completion period.

1.12.2 Printed terms and conditions of the tendered will not be considered as forming part of the tender. In

case of any terms and conditions of the contract applicable to the invitations to tenders are not acceptable to the tenderness. They should clearly specify deviation in their tenders. The owner may not consider the tender with such deviations. If nothing otherwise is mentioned it will be assumed that these conditions are acceptable to tender.

1.13 COMMUNICATION OF ACCEPTANCE 1.13.1 Acceptance of service rates by the owner will be communicated through telegram / phonogram Telex /

Fax / Regd. A/D. letter or acceptance letter (i.e. letter of intent) or formal purchase/work order. In case the acceptance is communicated by telegram or Regd. AD letter, the formal work order will be forwarded to the supplier as soon as possible but the instructions contained in the telegram or acceptance letter should be acted upon immediately. Posting of L.O.I. even on the last day of validity of offer shall be binding upon he contractor.

14

1.14 EXECUTION OF CONTRACT AGREEMENT 1.14.1 The successful tenderer shall have to execute an agreement on a non-judicial stamp paper within 7 days

of the receipt of the work order, failing which it shall be presumed that purchase/work order along with

the its terms & conditions is acceptable to him and shall be binding upon him.

1.14.2 The draft language for contract agreement shall be as per Annexure-I. 1.15 SECURITY DEPOSIT FOR DUE FULFILMENT OF CONTRACT

1.15.1 The successful tenderer shall have to deposit the security at @ 5% of the total Ex-works price for the

proper Performance of the contract within ten days of receipt of Purchase Order in the office of Mgr(T)

O&M II

The security amount is to be deposited in the form of B.G. drawn in favour of DELHI TRANSCO

LIMITED valid upto end of Guarantee period.

1.15.3 The security amount in whole or any part there of is liable for forfeiture in case of un-satisfactory

executive delay or bad supplies.

1.15.4. The security amount shall be refunded on the satisfactory completion of contract.

1.16 Change of Quantity

1.16.1 During the execution of contract, the owner reserve the right to increase or decrease the quantity of

item under the contract but without any change in unit price or other terms & conditions. However total cost of

work shall be limited to Rs. 800000/.

1.17 Electrical license

1.17.1 Tenderer must hold the valid electric license issued by electrical inspector. A copy should be attached with the Tender, Failing which the offer shall be ignored

15

SECTION II

CONDITIONS OF CONTRACT 2.1 In construing these general conditions and specification the following words shall have the' meaning

here in assigned to them unless there is something in the subject or the context in consistent with such constructions.

i ‘Owner’ shall mean CMD,DTL and shall include its legal personal representative / successors and

assignees. ii The ‘contractor' shall mean the tenderer whose tender shall be accepted by the purchaser and shall

include legal Personal representatives, successors and assignees. iii The ‘sub-Contractor' shall mean the person named in the contract for any part of the work or any person

to whom the part of the contract has been sublet with the consent in writing of the purchaser/owner. iv The ‘Contract' shall mean to include General conditions, specifications, schedule, drawing of tender

covering the letters and schedule or process as agreed between the parties. v `Month’ shall mean calendar Month. vi `Writing' shall include any manuscript, type written or printed statement under or over signature or seal

as the case may be. vii `Person' shall include firms, company, Corporation and Municipalities. viii Word imparting the singular only shall also include the plural and vice-versa where the context so

required. ix `Site' shall mean the 220 KV S/S Mehrauli & V.Kunj under O&M II of DTL. As indicated annexure D.

x `Specifications' shall mean the specifications as annexed here to and such other drawing and details as

may be agreed to mutually. 2.2 SCOPE OF CONTRACT 2.2.1 After the tender is accepted all order of instructions to the tenderer shall be given by the owner. 2.2.2. The contractor shall be deemed to have carefully examined the specification and also to have satisfied

himself as the nature and character of the work to be executed and their necessities of the site conditions and other relevant material and details. Any information, thus had or otherwise obtained from the purchaser/owner shall not in any way relieve him to service in terms of his contract.

16

2.3 SUB-LETTING OF CONTRACT 2.3.1 The contractor shall not unreasonably with held, assign or sublet his contract or any substantial part

there of, without the written consent of purchaser/owner. Such sub-letting shall not in any way be interpreted as releasing the contract from his liability & obligations under the contract.

2.4 POWER TO VARY OR OMIT WORK 2.4.1 No alteration, amendments, omissions, additions, suspensions or variations of the work under the contract as shown by the contract specifications shall be made by the contractor except when directed in writing by the purchaser/owner. 2.5 CONTRACT PRICE 2.5.1 The supplier/contractor shall give details in annexure i.e. schedule of prices, provided for and quote

prices in accordance with clause 1.10 of the conditions of contract. 2.5.2 The contract prices shall be payable in the legal currency of the country. 2.6 EXTENSION TIME FOR COMPLETION AGAINST FORCE MAJEURES CONDITIONS:- 2.6.1 Should progress in supplies/works be delayed due to causes beyond the reasonable control of the

'Contractor and whether such delay or impediment occur before or after the time for work/service, a reasonable extension of the time shall be granted by arrangement between the parties, provided that the delays and its causes have been notified by the contractor at the time of occurrence of the cause of delay & satisfactory proof is furnished in time and accepted by the Engineer-Incharge of the work.

2.7 PENALTY-CLAUSE 2.7.1 If the contractor fails to respond within 1 hour notice from the site incharge the for carrying out the

work within the time fixed as per clause 1.9 or extension thereof if any, granted under Clause 2.7 as above, a penalty of 1% per week for the period of delay subject to maximum of 10% of total value of the contract would be levied on the contractor. It may clearly be noted that penalty as per above percentage will be levied in full for the total contract value and not for the balance portion of the work since delayed completion of the work affects the availability/reliability of entire system. The amount of penalty can be recovered from any other contract for any amount due to the contractor from DTL.

2.8 RISK & COST 2.8.1 The work shall be completed satisfactorily and within the period specified in the order, failing which the owner reserves the right to get the work done from other sources at the sole risk and cost of the suppler/contractor and the differential cost will be recovered from the contractor. 2.8.2 If on checking, testing and using, the work/service proves to be defective or fails to fulfil the guarantee

performance of the contract as specified by himself, the contractor shall have to make good the defects at his costs. If the contractor fails to do so the DTL may arrange supplies/works at the cost of the contractor.

17

2.8.3 Where services/works are not done according to specifications and it is decided to retain the inferior services/works at the discretion of the DTL, supplier will be entitled to receive the payment at rates by the DTL with due regard to the quality of the services supplied and not at the rates mentioned in the order.

2.8.4 In case there is no improvement in the proper execution of the order as per terms and conditions of the

contract the DTL reserves the right to cancel the order after serving 15 days written notice to contractor and no claim for damages will be entertained.

2.9 DEDUCTION FROM CONTRACT COSTS (RECOVERIES) 2.9.1 All costs, damages or expenses, which the owner may have paid or which under the contract, the

contractor is liable, are to be deducted and recovered by the owner from money due or becoming due to the contractor from the owner by action of law or otherwise from the contractor.

2.9.2. In the event of recovery of the necessary extent becoming impossible, owing to in-sufficient security

money and otherwise held amounts, the balance due to the purchaser/owner & may be recovered in any way the DTL may deem fit.

2.10 TERMS OF PAYMENT 2.10.1 The payment shall be made within one month on the receipt of the bills from the contractor after

completion of 1/5th work awarded. Payment shall be sanctioned after verification by Manager concerned of DTL and shall be made as per rules of the Company. If on any account or unforeseen reasons, the DTL is unable to give clearance to the contractor for doing the work, no penalty on DTL on account of loss to the contractor will be entertained. In case the work done by the contractor is not according to specifications, the work so executed will not be measured and no payment shall be made till the same is done according to specifications.

2.10.2 Bill shall be submitted to Manager (Technical) 220KV S/S O&M II22KV S/S Bldg. Opposite Kishan

Garh VillageVasant Kunj New Delhi in duplicate with supporting documents. 2.10.3 The payment to all suppliers/vendors, refunds of various nature & other payments which the

DTL/organization, routinely make, shall be made through Electronic Payment Mechanism at all centres where such facilities are available in the bank. The supplier is required to furnish the details of Current Bank Account No., Name of the Bank. & Branch Code.

2.11 DISCOUNT 2.11.1 If the contractor offers any discount for payment of bills shall be at least 1 % but not less than Rs. 25/-

as a minimum failing which our standard terms of payment as per clause 2.11 will apply. . 2.12 GUARANTEE & PENALTIES

a) The Contractor shall guarantee that the workmanship are the best of their respective kinds for the service intended and that all items will be free from all defects in workmanship.

b) Guarantee, as required, shall be furnished by the Contractor upon forms approved by the Engineer-in-charge and shall be signed by both Contractor and the sub-Contractor whose work is involved.

c) These specifications assume proper degree of skill upon the part of all Contractors and workmen employed. The Contractor shall consult with the Engineer, whenever, in his judgment, variations in the work of construction or in the quality of materials would beneficial or necessary to fulfil the

18

guarantees called for. Such variations may be made by the Contractor only when authorized by the Engineer in writing.

d) The Contractor shall provide a guarantee to remedy any defects at his own cost in his work due to faulty workmanship , which shall appear within the time specified. The Contractor shall remedy such defects within a reasonable period of time.

e) Penalty for non-fulfillment of any guarantees shall be as provided in penalty clause-2.14 below. 2.12.1 The period of general guarantee all the work done will be six months starting from the date of

completion of the work order. However, should any defect arises in any item of work within this time, the required period of guarantee shall be starting from the formal re-acceptance date by the Engineer-In charge following the remedying of the defect by the Contractor.

2.13 : CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS,

NOTICED WITHIN THE PRESCRIBED GUARANTEE PERIOD AFTER THE CERTIFICATE

If the Contractor or his working people or servants shall break, deface, injure or destroy any part of building in which they may be working or any building, road, road-curve fence, enclosure, water pipe cables, drains, electric or telephone post or wires, trees, grass or grass land or cultivated ground continuous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress from any cause whatever or if any defect or other faults appear in the work within the guarantee period as in clause-2.13 after the certificate of completion which shall have been given by the Engineer-in-Charge as aforesaid for the losses arising out of defective or improper workmanship, the Contractor shall upon a receipt of notice in writing on behalf of DTL, make the same good at his own expense, or the Engineer-in-Charge may cause the same to be made good by other workmen and deduct the expenses from any sum that may then, or at any time thereafter become due to the Contractor or from his security deposit for the performance bond or proceeds of sale thereof or of a sufficient portion thereof. The security deposit of the Contractor shall not be refunded before the expiry of the period of guarantee specified in clause-2.13. If the period of guarantee of any individual item(s) of work is extended in terms of clause-2.13 following the remedying of the defect in that item (s) of work, the Engineer-in-Charge shall retain 10% of value of such individual item (s) worked out of the security deposit for not less than six months starting from the normal re-acceptance date by the Engineer.

2.14 REGULATION OF LOCAL AUTHORITIES 2.14:1 The tenderer shall throughout the continuance of the contract and in respect of all matter arising in the

performance thereof, comply, with all notices and obtain consent for way leaves approvals as shall be applicable to the work.

2.15 ARBITRATION 2.15.1 In case of dispute, question or controversy the settlement of which is not specifically provided between

the DTL/Board and the Supplier/ Contractor relating to this order contract or any clause contained or the construction or the portion of the same or the right or duties or liabilities of either party, the matter in dispute shall be referred to the arbitration of Chairman cum Managing Director, DTL or his nominees. His/Their decision shall be final and binding on both the parties. The provision of Indian Arbitration act, 1940 as amended from time to time shall apply to such arbitration proceedings. Arbitration proceedings shall be held at Delhi and only Delhi courts will have Jurisdiction in the matter. It will not be open to the contractor/supplier to object to the appointment of CMD, DTL or his nominee as arbitrator on the grounds that he is an officer of the Board or has dealt with the matter in question in the course of his duties or has expressed his views on all or any matter in dispute.

Services under this order / contract shall continue not withstanding the existence of any such dispute / question/controversy during the arbitration proceedings and the payment due or payable by the

19

Company /Board to the contractor shall be withheld on account of such proceedings unless such payments are the direct subject of such arbitration proceedings.

2.16 CONSTRUCTION OF CONTRACT 2.16.1 The contract shall in all respects be construed and operate in conformity with the view of the Indian

Union and all payment there under shall be made on Indian Rupee unless otherwise provided in the matter/ contract.

2.16.2 The charges in respect of getting and executing of the contract documents shall be borne by the

contractor. The contractor shall be furnished with a stamped counterpart of the agreement. 2.17 DEATH, BANKRUPTCY 2.17.1 If the contractor dies or commits any act or Bankruptcy or being a corporation commences to wind up

except for reconstruction purpose or carryon its business under a Receiver, the Executors, Successors or other representatives under the law of the state shall forthwith give notice thereof in writing to the DTL, for one month during which he shall take all reasonable steps to prevent stoppage of service and have option of carrying out the contract, subject to his or their providing such guarantee as may be required by the DTL by not exceeding the value of the service for the time being remainded/ unexecuted. In the event of stoppage of the service, the period of the option under this clause shall be 14 days only, provided that above option to the contract not being exercised, by the contractor and owner/DTL by notice in writing may exercise the same power, which the supplier could exercise and shall have the same right which under the last proceeding clauses if the work had been taken out of the contractor's hand under this clause.

2.18 LIABILITY FOR ACCIDENT & DAMAGES 2.18.1 The contractor shall be responsible for the loss/damages or depreciation to the work/services up to

completion of work at site. The owner in accordance with the contract shall issue report of damages or loss within 14 days of the application for the same.

2.19 BLACK LISTING

In case tenderer amends/modifies /revise /withdraws the costs of the offer without the consent of DTL,

after the tender opening and during the period of validity of their offer (i.e. 120 days) the E/M in full or

part deposited by them shall be liable to be forfeited or their offer 1iable to be rejected. They shall also

be debarred from participating in future tenders for the period ranging from 1 to 5 years and shall be

placed under Black list.

20

2.20 QUALIFYING REQUIREMENTS:

2.20.1 Average annual financial turn over of the tenderer during the last three years, ending 31 March of the previous financial year, should be at least 30% of the estimated cost.

2.20.2 Experience of having successfully completed similar works during last 7years ending last day of month previous to the one in which applications should be either of the following:- a. Three similar completed works costing not less than the amount equal to 40% of the estimated cost.

OR b. Two similar completed works costing not less than the amount equal to 50% of the estimated cost.

OR c. One similar completed works costing not less than the amount equal to 80% of the estimated cost. d. Similar works means the work of erection, testing & commissioning/attending of B/D or maintenance of 220KV & above equipment.

2.20.3 The tenderer should have necessary infrastructures to carry out entire job and should possess all tools, tackles, and trained manpower for execution of scanning works.

2.20.4 Notwithstanding anything above the DTL reserves the right to assess the bidder's capability and capacity to perform the work and to relax the qualifying requirement should the circumstances warrant such relaxation in the overall interest of the DTL.

2.20.5 The tenderer should give in support of his experience , date of order, date of commencement and completion of work and the name of owner and detailed scope of services rendered to the owner and status of projects in hand including scheduled and completion dates.

2.20.6 The tenderer will quote for all items of our price schedule enclosed and its Annexures. Offers for part of items will be treated incomplete and is liable to be rejected.

2.20.7 The DTL reserves the right to reject any offer without assigning any reason and to award the work to any one tenderer / tenderers.

2.20.8 The tender should have following T & P 1. Welding set 2. Drilling machine 3. Gas cutter 4. Chain pulley block 5. Hydraulic/Hand crimping machine 6. Rope & pulley 7. HT meggar 8. Temporary lighting arrangement 9. Soldering iron 10. Torque wrench 11. Portable generating set including supply of diesel/petrol

2.20.9 The performance of the contractor shall be reviewed quarterly by the company for the work done by the

contractor during this period. If the performance of the contractor found satisfactory, the validity of this contract shall hold good automatically. If the performance of contractor not found to be satisfactory, this contract shall be terminated & communicated to the concerned engineer in charge and finance department.

21

DELHI TRANSCO LIMITED

ADDITIONAL INSTRUCTIONS FOR TENDERS

Sealed tenders in and in separate envelope complete in all respects will be received by DGM (T) O&M-II upto 31.3.08 at 10.30hrs.

1 The tenders should be valid for period of 120 days from the date of opening, failing which the tenders

will be summarily rejected. 2 Tenderers are requested to submit the cost schedule and the appendices dully filled in as required and

should strictly followed the instructions notes supplementary there to facilitate the DTL to prepare comparative statement. Failure to do so may prevent the tender from

3 In case of ambiguous or contradictory terms/conditions mentioned in the tender, interpretations as may

be advantageous to the DTL, will be taken without any reference to the tender. 4 If the quoted prices are variable, clear price variation formula together with price index of raw

materials/or labour ceiling limit of price variation must be given. An arbitrary price increase may, at the discretion of the purchaser, be assumed, where no ceiling is given by the tender for comparison purposes.

5 The DTL shall not be bound to accept the lowest or any tender and reserves to himself the right of

accepting the whole or any portion, if any, tender as he may think fit without assigning any reason for non-acceptance or selection. .

6 The DTL resumes the right to revise or amend the specification and other conditions prior to the date notified for opening of the tenders. Such revisions and amendments, if any, will be communicated for all tenders as amendment or addenda.

7 Any action of the part of the tenderers to revise the cost/costs and/or to change the structure of cost

/costs at his own instance after the opening of the tender may result in rejection of the tender and/or debarring the tendered for participating in purchases of the DTL for a period which may be upto 5 years.

8 The cost of tender documents will not be refunded in any circumstances whatsoever. 9 Tender of these tenderers who have not purchased these tender specifications will not be accepted. 10 It may be noted that no extension in the’ due date’ of tender shall be granted. 11 Tender documents appended hereto should be filled in completely by the tenderers and submitted

alongwith tender otherwise their bid is liable to rejected.

12 The tenders should furnish the details of their experience and statement of past/current services to this tender in the following form. Photostat copies of order and performance reports of these items from various State Electricity Boards/other Govt. Departments also be given with Part-I of the Tender.

13 Price quoted should be net. Discount etc., are to be quoted separately. 14

22

ANNEXURE III Special Terms & Conditions:

1. The Contractor is required to take all the safety measures for his staff during the execution of work.

DTL shall not be responsible for any injury to the staff of the contractor. The contractor before starting the work shall obtain clearance from site in charge and safety zone shall be created .The work shall be carried out strictly in presence of site in charge.

2. DTL reserve the right of dividing the work. Order can be splitted on more than one Contractor.

3. In case of transportation, contractor shall strictly observe the rules & regulations as laid down by Traffic

Police/State Transport Deptt. Any damage to DTL property/material during the course of transportation, if any, shall be recovered from the contractor’s bill

4. Contractor shall be required to strictly adhere to the safety regulations & Electricity regulations/Act.

5 The contractor shall indemnify and be harmless to the owner or to the Manager or the agents or

employees from and against all labour and all claims, insurance payments suits, actions recoveries and judgments of every nature and description brought or recovered against him or the owner by person of any act or commission of the said contract, his agents or employees in the execution of the work or the guiding of it.

6 The contractor shall also indemnify the owner against payments under the workmen’ compensation act which the owner may suffer, sustain or be any way subjected to by reasons of injuries to the contractors or the owners employees or the other persons or damage to the property or any person or Company arising out of or resulting from the performance of the work of the contract. Workmen’s compensation policy shall contain a waiver of the insurers right. Under the workmen’s compensation law to recover from the owner the compensation and other expense paid for an injury to or death of any employee of the contractor while performing the work covered by contractor.

7 the contractor shall take out pay all costs and maintain through out the period of his contract, public liability and property damage liability insurance with the following COVERAGE

i) Public liability limits for bodily injury or death not less than Rs. 1,00,000/- for one (1) persons and Rs.2,00,000/- for each accident.

ii) Property liability limit for each accident not less than Rs.1,00,000/-

8 The owner shall have the right at any time to require public liability insurance and property damage liability insurance greater than those specified in sub-section (i) and (ii) above, in any such event, the additional premium payable solely as the result of such increase in insurance shall be added to the contract sum.

9 In additions, the contractor is fully responsible for all equipments and material for damage or loss from any cause, whatever until his complete work is formally accepted by the owner. This clause governs notwithstanding for part payment which may be advanced to the contractor from time to time for work in place as such, it is recommended (but not a mandatory) that the contractor obtains insurance for his work upto the time the work is formally accepted by the owner.

10 The contractor must submit all the policies for insurance to the Manager for approval prior to executing such insurance and starting his work on the site.

11 The contractor must submit to the Manager the certificate in duplicate for the contractors (Indian) insurance covering such type of insurance, the contractor is required to prove and each certificate shall state that no policy will be cancelled before the Manager has been given thirty (30) calendar days notice of the contractors intention to cancel such policy.

12 Contractor shall name the owner in each policy in addition to self as the insured, selection of the insurance co. shall be the owners approval