Professional Documents
Culture Documents
Executive Engineer/MM,
For CHIEF ENGINEER/MTPS-I.
4
After successful submission of the registration form, Vendors will receive a system
generated mail confirming their registration.
Contact persons
For queries related to registration and online bidding (MSTC):
To enable ALL active X controls and disable use pop up blocker under
Tools Internet Options custom level.
4. For detailed guidance about browser and Java configuration the bidders are
advised to go through the video guide available under View Video link and the
Vendor Guide at www.mstcecommerce.com/eprochome
5. Bidding Process:
The entire bidding process is divided into two stages (Stage-I and Stage-II) and
will be through e-tender.
6. Process of e-tender:
The e-tender shall have two parts - Techno-Commercial Bid (Part 1) and Price
Bid (Part 2).
The bidder must fill up both the Part 1 and Part 2 of e-tender and upload all
necessary documents before making final submission. During tender opening, the
Techno-Commercial bids (Part-1) will be opened electronically on specified date
and time as given in the tender document. The EMD and Techno-Commercial
bids will be evaluated and the bids which are found to be in accordance with the
tender requirement will be shortlisted as eligible bids and the respective bidder
shall be known as eligible bidders.
During the bid submission in e-tender, bidders are advised to use Attach
Documents link to upload documents in document library. Multiple documents
can be uploaded. Maximum size of single document for upload is 8 MB.
Once documents are uploaded in the library, vendors can attach documents
through Attach Document link by selecting the particular tender from the
dropdown list.
The bidder should note that only a file which is attached with the e-
tender shall be considered during evaluation of the Technical Bid. Files
which are not attached to the e-tender shall not be considered for
evaluation. The Bidder should also note that a Bid will be considered as
submitted if and only if the Bidder has made Final Submission. Only such
Bids will be opened for which Final Submission has been made. It is
further clarified that saving of Technical Bid and / or Price Bid without
Final Submission will be treated as non-submission of bid in e-tender.
Since the uploaded documents shall be downloaded for evaluation of bid, bidders
are advised to upload clear scanned copies (pdf format files only). One hard copy
of the electronically submitted bid documents excepting the price
schedule shall have to be submitted within 3 days after opening of the e-
tender.
6
The Bidders may note that the Technical Bid and the Price Bid submitted in e-tender
will be encrypted by the MSTCs own software before storage in the database. This
will be done to protect the sanctity and confidentiality of the Bids before the actual
opening of the same.
The Bidder has an option to edit Technical Bid and Price Bid as many times as it
wishes till the final submission.
For further assistance please follow instructions of vendor guide.
If after making Final Submission of e-tender and before the scheduled closing time
for Bid submission if a bidder wishes to make changes in its Bid, it can do so by
clicking the Delete Bid option. By doing so, the entire Bid submitted by the Bidder
will get deleted. A system generated email will be sent to the registered email id of
the bidder acknowledging the deletion. The bidder will be able to save and submit
its new Bid again. If a bidder deletes its Bid and does not submit its new Bid in the
same manner as stated above, its Bid will not come up for opening or further
processing.
If after final submission of Bid and before the scheduled closing time for Bid
submission of a bidder wishes to withdraw its bid, it can do so by clicking the
Withdraw Bid option. By withdrawing a bid, a Bidder will lose the opportunity to
re-submit its Bid against the same e-tender.
All notices and correspondence to the bidder(s) shall be sent by email only during
the process till finalization of tender. Hence the bidders are required to ensure that
their email address provided at the time of registration is valid and updated. Bidders
are also requested to ensure validity of their DSC (Digital Signature Certificate).
Bidders are advised to see the web site regularly to remain updated with latest
information to ensure that they do not miss out any corrigendum / addendum
uploaded against the said tender after downloading the tender document.
The responsibility of downloading the related corrigendum, if any,
will be that of the bidders.
E-tender cannot be accessed after the due date and time for bid submission.
8. Bidding in e-tender:
a) During bid submission process in e-tender, the bidder should allow to run a
application JAVA ENCRYPTION APPLET (process along with screenshot available
at vendor guide) by accepting the risk and clicking on run. This exercise has to
be done twice immediately before clicking on the Techno-Commercial bid. If this
application is not run then the bidder will not be able to save/submit his bid.
b) After filling the Techno-Commercial Bid, bidder should click save for recording
their Techno-Commercial bid. Once the same is done, the Price Bid link becomes
active and the same has to be filled up and then bidder should click on
save to record their price bid. Then once both the Techno-Commercial bid &
7
price bid have been saved, the bidder can click on the Final Submission button
to register their bid
c) In all cases, bidder should use their own ID and Password along with Digital
Signature at the time of submission of their bid.
d) During the entire e-tender process, the bidders will remain completely
anonymous to one another and also to everybody else.
e) The e-tender floor shall remain open from the pre-announced date & time and
for as much duration as mentioned above.
f) All electronic bids submitted during the e-tender process shall be legally binding
on the bidder. Any bid will be considered as the valid bid offered by that bidder
and acceptance of the same by the Buyer will form a binding contract between
Buyer and the Bidder for execution of supply.
g) It is mandatory that all the bids are submitted with digital signature certificate
otherwise the same will not be accepted by the system.
h) TANGEDCO reserves the right to cancel or reject or accept or withdraw or extend
the tender in full or in part as the case may be without assigning any reason
thereof.
i) The server time shall be treated as final and binding. Bids recorded in the server
before the bid closing time will only be treated as valid bid. Bidders are,
therefore, advised to submit their bids well before the closing time of e-tender. If
any bid reaches the server after the bid closing time as per server time, the
same will not be recorded and no complaint in this regard shall be entertained.
j) Bidders are advised to exercise caution in quoting their bids in e-tender and
e-reverse auction as the case may be to avoid any mistake. Bids once submitted
cant be recalled.
k) Any order resulting from this bidding process shall be governed by the terms and
conditions mentioned in the NIT.
l) No deviation to the technical and commercial terms & conditions are allowed.
m) Bidders are not required to sign in each page of the tender
specification. Instead bidders are required to sign a declaration
document as specified in Schedule G of the specification.
:: TANGEDCO LIMITED ::
ANNEXURE-I
I. Please quote your lowest price for supply of the following materials as per the
specification furnished hereunder.
NOTE :-
Work Completion period : within 3 months from the date of receipt of order
Executive Engineer/MM,
For CHIEF ENGINEER/MTPS-I.
ANNEXURE-I(A)
Special conditions:
1) Submission of Report within 3 months from the date of receipt of PO.
2) Assistance in Tender process and Pre & post contract service at the time of work
execution for the recommended solution.
Work:
The work should be done carefully and without hindrance to other agencies/ Board
who are on the work in the area.
For any damage / misusing or theft to the Board equipment during work the
contractor will be solely responsible and the loss due to this should be borne by the
contractor.
If the contractor does not carry out the work to the entire satisfaction of the
Engineer in charge the contractor will be liable for termination without assigning any
reasons therefor.
The tenderer should inspect the site and take out a thorough assessment of the
nature of the work and satisfy him before tendering. Any representation at a later
date under any circumstances on any account will not be entertained.
The work should be carried out continuously and completed within a period as
directed by the Engineer in charge of work.
Any modification (or) alteration required in the existing arrangement should be at
contractors scope.
Based on the actual works undertaken, the bill will be claimed and paid.
The work should be carried out continuously and completed within a period as
directed by the Engineer in charge of work.
The company should visit and inspect the site before taken over the site. The firm
shall study the facilities available at site to make themselves fully conversant with the
job and site requirements etc.
All equipments, work force and tools & plants required for assessment for the above
work should be mobilized by the company well in advance before commencement of
work by the contractor at his own cost.
Transportation & Accommodation for Engineers / workmen engaged on this work
should be arranged by the company at their cost.
Water Audit/ Water survey shall be done with proper care to prevent damage to the
surrounding utilities and the Unit Generation.
The reports shall be prepared and submitted within the scheduled time. However the
exact date of tender processing for the recommended solution, erection & PG test of
recommended solution will be confirmed from MTPS-I subject to the approval from
HQ/TANGEDCO.
All Tools & Plants and consumables including special tools required for the above
work mentioned in the scope of work should be arranged by the company.
Approaches/ platform/ stair case/ scaffolding material and labour shall be under the
contractors scope.
Air, water and three phase power supply will be provided conveniently at one
location at free of cost and from there the company shall make their own
arrangement to extent power supply to all lighting, welding and others for works.
The work should be carried out by engaging well experienced/skilled labours.
All the workers engaged on this work should possess with ESI.
During the course of execution of work if any damage occur in the adjacent
equipments & others the same should be rectified by the company immediately at
their own cost.
All type of insurance for testing equipments should be arranged by the company at
their cost.
10
All the works shall be carried out to the entire satisfaction of the TNEB.
Labour :
The contractor has to arrange for the skilled workmen required for the work. The
skilled men should be present during works.
The contractor should engage sufficient quantity of skilled and unskilled labours in
THREE SHIFT up to completion of entire work.
Drawal and devolution of materials/ Scraps connected to the concerned work under
the contractors scope.
The contractor should have one supervisor at site during working hours.
Safety:
Safety precautions should be adopted strictly during the work.
The area should be cleaned after completion of work.
The contractor should adhere to all safety precautions and statutory provisions for the
workmen and necessary group insurance should be taken for them. The Board cannot be
held responsible for any accidents due to the carelessness of the worker. Mettur TPS will
not be responsible in any way either legal or financial to the same. The contractor will
have to pay compensation to his such cases. Insurance policy should be submitted to
Mettur TPS before starting the work.
Only 24V hand lamp should be used for internal works. Floor lights, if required have to
be arranged by the contractor.
Every portable electrical tool to be used should be with three pin plug and three wire
system only to avoid electrical shock during work. Proper earthing should be checked
both at supply and at tool and before commencement of the work.
The contractor shall provide all necessary personnel protective equipments to their
workers like safety helmets, hand gloves, safety belts, safety shoes, face mask etc.,
depending upon working condition & nature and should be worn by the contractor and
his workmen while at work.
Insurance:
All the workers should be insured against accident. The Board will not be responsible for
any compensation in the event of accident etc
Copies of work men compensation group insurance policy for entire period of work for
the men engaged on the work have to be furnished to MTPS.
All the workers engaged on this work should possess with ESI & EPF.
T&P:
The contractor has to arrange for all necessary tools and plant required for entire work.
The contractor has to arrange minimum required consumables for the works.
Necessary tools and sufficient quantities of consumables such as kerosene, gada cloth,
etc. should be kept at the work spot for immediate use.
PERFORMANCE GUARANTEE:
The performance guarantee should guarantee the following:
The recommended solution must reduce the specific water consumption to
maximum of 3.5 m3/MWh at MTPS-I.
After the implementation of recommended solution, the specific water
consumption shall be reduced to less than 3.5 m 3/MWh.
If the specific water consumption is above 3.5m 3/MWh, then the PBG will be
forfeited.
For further every 5% increase in the specific water consumption limit, 1% of
the total P.O value will be levied as Penalty in addition to the forfeitures of
PBG.
Sd//xxx08.08.17//
SUPERINTENDING ENGINEER/P&A/MTPS-I
11
ANNEXURE-I(B)
SCOPE OF WORK
MAJOR SCOPE OF THE WORK
1. Conduct Water Audit / Water balance survey for baseline assessments
Data collection on the basis of design/as built systems of various water
circuits.
Flow measurements for carrying out the water balance.
Inlet water quality parameters measurement.
Outlet waste water quality assessment to enable its possible
treatment/recycling.
Develop water balance and water conservation assessment.
Note: All Measuring instruments, Tools & Plants, Scaffolding and other Men and Material
required for assessment / Audit come under the scope of the consultant.
2. Assess the generic causes / Problem Identification for higher specific water
consumption in the system.
3. Recommendation of proven solution / option for economic usage of the water to
bring down the specific water Limit within maximum of 3.5 m 3/MWh by making
market survey for latest technologies available for Thermal Power Plants, feasibility
of incorporating, with the advantages and cost benefit analysis studies for efficient,
reliable, economical and performance.
4. Techno-economic comparison of various solutions / options considering life time cost,
Plant layout, effective utilization of the existing equipments, outages etc.
5. The recommended Solution shall include the following content:
a. Scope of engineering, design, supply, and construction work including
technical findings, considerations, and performance requirements.
b. Project schedule.
c. Quality control, commissioning, and testing requirements.
d. Equipment, spare parts, special tools, wear parts and consumables.
e. Technical specifications.
f. Documentation requirements.
g. Other information as needed to clearly and fully express the Scope of
work.
6. Bill of Quantity and EPC cost estimate for the recommended solution.
7. Engineering, Procurement and Construction Schedule.
8. Assist to prepare a detailed specification for Techno-Commercial bid.
9. Assist in Tender process & participate the pre bid meetings, technical bid opening,
and assist in preparing replies to the clarifications of the technical bids.
10. Assist in Evaluation of technical bids, post bid meeting/s, clarifications and preparing
revised technical specifications if required, and price bid submission and opening etc.
11. Review of Cost Benefit analysis based on actual quoted cost.
12. Pre & Post Contract service like erection supervision & PG test assessment.
REPORTS TO BE SUBMITTED: ( 6 COPIES EACH)
Water Audit / Water balance Survey Report
Report of tentative scope for different alternative based on feasibility study, market
survey etc along with cost estimation, including corresponding cost benefit analysis ,
including review report of cost benefit analysis.
Report of finalized scope after discussion with the client.
Draft proposal specifications for proven solutions to reduce specific water Limit within
maximum of 3.5 m3/MWh.
Sd//xxx08.08.17//
SUPERINTENDING ENGINEER/P&A/MTPS-I
12
SECTION I
EARNEST MONEY DEPOSIT
1) Tenderer should pay the specified amount towards Earnest Money Deposit as
follows : Earnest Money Deposit :- Rs.11,390/- (Rupees Eleven thousand
Three hundred and Ninety only)
2) The Earnest Money Deposit specified above should be in the form of NEFT/
RTGS as mentioned above in 5(a) of Foreword for the above amount. Scanned
copy of the E-receipt duly reflecting the UTR Number shall be uploaded.
The EMD amount has to be received in TNEB/TANGEDCO account through
e payment, 2 hours before closing time of tender). EMD amount
received beyond tender closing time will be summarily rejected.
3) The Tenderers who are having valid Permanent EMD with TNEB/TANGEDCO for
an amount as mentioned below are exempted from payment of Earnest Money
Deposit and are eligible to participate in the tender.
The existing PEMD holder for Rs.10,00,000/- are eligible to participate in the
tender only for the value of tenders not exceeding Rs.10 Crores. The existing
PEMD holder for Rs.5,00,000/- are not eligible for participating in the tender
unless they pay the differential amount for the new PEMD slab.
5) The SSI Units located within the State and registered with the Tamil Nadu
Small Industries Development Corporation or holding Permanent Registration
Certificate from the District Industries Centres of Directorate of Industries and
Commerce in respect of those items for which the Registration Certificate has
been obtained are exempted from payment of EMD, but shall furnish an
undertaking on a non-judicial stamp paper of value Rs.80.00 to pay as penalty
an amount equivalent to EMD or an amount equal to the actual loss incurred,
whichever is less, in the event of non-fulfillment or non-observance of any of
the conditions stipulated in the contract, consequent on such breach of
contract.
13
18) Small Scale Industries registered with the Tamil Nadu small Industries
Development Corporation or with National Small Industries Corporation or
holding Enterpreneur Memorandum Part-II or acknowledgement for
14
19) The tenderers shall upload the audited attested copy of Profit and Loss
account/Balance Sheet along with the proof for exemption from payment of
EMD in order to ensure the SSI status of the firm based on the investment held
in Plant and Machinery for extending exemption from paying EMD.
In case the investment held by them in Plant and Machinery as per their
financial statement of Accounts exceeds Rs.5Crores, the General Manager,
District Industries Centre concerned will be requested to verify the SSI status
of the firm. Till receipt of confirmation from General Manager/District Industries
Centre concerned, the exemption from paying EMD for SSI Units shall not be
extended.
21) The Earnest Money Deposit/Permanent EMD made by Tenderer will be forfeited
after e-tender opening if:
(a) he withdraws his tender or backs out after acceptance.
(b) he withdraws his tender before the expiry of validity period stipulated in
the Specification or fails to remit the Security Deposit.
(c) he violates any of the provisions of these regulations contained herein.
(d) he revises any of the terms quoted during the validity period.
(e) in the event of documents furnished with the offer being found to be
bogus or the documents contain false particulars, the EMD paid by the
tenderers will be forfeited in addition to blacklisting them for future
tenders/contracts in TANGEDCO.
Sd//xx08.08.2017xx//
CHIEF ENGINEER/MTPS-I.
15
SECTION II
The Bidders shall become eligible to bid on satisfying the following Bid
Qualification Requirements and uploading of the required documentary
evidences.
1) The bidder should have conducted water audit / water balance survey and provided
technical consultancy services for at least one unit of 210 MW or higher capacity in
any Thermal Power Station of State or central public sector, for a value of not less
than Rs. 2.85 Lakhs in a single Order within the last ten years. Copies of
Documentary evidences in support of the above requirements should be enclosed
along with the offer.
2) The intending bidder, as a pre-requisite, must submit the copy of End user certificate
for the satisfactory performance of the above works along with the offer. For the
works carried out in TNEB/TANGEDCO, the End user certificate shall be obtained by
the concerned Tender inviting authority.
3) Offers from the tenderers having done the above works on sub-contract basis are not
eligible to participate in the tender. Also Joint Ventures / Consortium are not eligible
to participate in the Tender.
4) The bidder should have an Annual Turnover of not less than Rs. 2.85 Lakhs in all the
previous three financial years and copies of Annual Financial statement / Balance
sheet / Income tax Statement duly certified by the chartered
Accountant for the year concerned should be enclosed. The bidders may also
enclose any one of the following documents as a proof of turnover.
i)Attested copy of the income tax return filed by the bidder.
ii)Attested copy of Sales tax clearance certificate.
iii)Attested copy of enlistment certificate issued by NSIC containing turn over
details of the bidder for the respective period.
.The proof for the above BQR should be enclosed along with the offer, otherwise, the offer will
be summarily rejected.
Executive Engineer/MM,
For CHIEF ENGINEER/MTPS-I.
16
SECTION III
INSTRUCTION TO TENDERERS
1.2) The quantity indicated in schedule of requirement is approximate. The quantity finally
ordered may vary to the extent of 25 % either way of the approximate quantity indicated in
the Schedule of requirement.
Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency in
Tender Rules 2000 and subsequent amendments thereof are applicable to this
Tender.
2.3) In the event of tender being submitted by other than a firm, it must be signed by a
partner (copy of partnership deed should be enclosed) and in the event of the
absence of any Partner, it shall be signed on his behalf by a person holding a Power
of Attorney authorising him to do so, Certified copies of which shall be enclosed.
2.4) Tender submitted on behalf of companies registered under the Indian Companies
Act, shall be signed by person duly authorised to submit the tender on behalf of the
company and shall be accompanied by certified true copies of the resolutions,
extracts of the Articles of Association, special or general Power of Attorney etc to
show clearly the title, authority and designation of persons signing the tender on
behalf of the company.
3.1) At any time after the commencement of e-Tender and before the closing of the event,
TANGEDCO may make any changes, modifications or amendments to the tender
documents and same will be intimated to the concerned Vendors through
corrigendum which can be downloaded from the Vendor login .
3.2) In case any tenderer asks for a clarification to the tender documents before 48 hours
of opening of tenders, the Superintending Engineer / P&A / MTPS-I will clarify the
same.
3.3) If any tenderer raises clarifications after the opening of the tender, the clarified reply
issued by the Superintending Engineer / P&A / MTPS-I on the clarifications will be
final and binding on the Tender.
17
3.4) All tender offers shall be prepared by typing or printing in the formats enclosed with
this specification.
3.5) All information in the tender offer shall be in ENGLISH only. It shall not contain
interlineations, erasures or overwritings except as necessary to correct errors made
by the tenderer. Such erasures or other changes in the tender documents shall be
attested by the persons signing the tender offer.
The Tender offers except price Bid will be opened electronically at 14.30 Hrs. on the
date notified at the Office of the Executive Engineer/MM/MTPS I / Mettur Dam,
through http:// www.mstcecommerce.com/ auctionhome/mstc. in the presence of
tenderers authorized representative who may wish to be present on the date of
opening.
4.2) OPENING OF THE PRICE BIDS: (PART - II)
Price bids (Part-2) of those bidders who fulfill the BQR criteria and whose bids are
found to be commercially and technically acceptable in e-tender will be opened
electronically by the nominated members at the notified time and date/ on same date.
4.3) If the due date of the tender opening is declared as a holiday, the tender will be
opened on the next working day at 14.30 hours
5.2) The TANGEDCO will examine the tender offers to determine whether they are
complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed and
whether the offers are generally in order.
5.3) The Tender offers shall be deemed to be under consideration immediately after they
are opened and until such time official intimation of award / rejection is made by the
5.4) Tender
The Accepting Authority to the tenderers.
The Tenderers shall not make attempts to establish unsolicited and
unauthorized contact with the Tender Inviting Authority, Tender Accepting
Authority or Tender Scrutiny Committee after the opening of the tender and
prior to the notification of the award and any attempt by any tenderers to bring
to bear extraneous pressures on the Tender Accepting Authority shall be
sufficient reason to disqualify the tenderer.
5.5) After acceptance of the tender by the Tender Accepting Authority, the details will be
arranged to be published in the Tender Bulletin of Tamil Nadu Government.
5.6) Mere submission of any Tender offer connected with these documents and
Specification shall not constitute any agreement. The tenderer shall have no cause of
action or claim, against the TANGEDCO for rejection of his offer, except as
mentioned in Clause-4.19 of Section-IV. The TANGEDCO shall always be at liberty
to reject or accept any offer or offers at its sole discretion and any such action will not
be called into question and the Tenderer shall have no claim in that regard against
the TANGEDCO.
18
7.0) PRICE :
(i) The bidder should quote as per scope of work at FIRM price in Indian Rupees only
as per schedule A.
(ii) The prices quoted shall be firm on F.O.R. Destination giving breakup thereof for
basic price,GST, P&F, Freight, Insurance etc.
(iii) The rates quoted should be furnished both in figures and as well as in words.
(iv) The Freight and Insurance charges, Packing & Forwarding charges should be shown
separately. Packing & forwarding, Freight and Insurance charges will be paid only at
actuals on production of voucher and not on percentage basis.
(v) The GST should be clearly furnished with(GST and SGST or IGST) % in the price.
Mentioning % with input tax credit.
(vi) Offers giving lumpsum price, without giving their breakup as per details required in
the attached Price Schedule-A shall be liable for rejection.
8.1) In the case of ambiguous or contradictory terms / conditions mentioned in the bid,
interpretation as may be advantageous to the purchaser may be taken without any
reference to the Tenderer.
8.2) The tender offer shall contain full information asked for in the accompanying schedules
and
19
8.3) Tenderers shall bear all costs associated with the participation in the E Tender and
the
purchaser will in no case be responsible or liable for these costs.
8.4) No offer shall be withdrawn by the Tenderer in the interval between the deadline
for submission and the expiry of the period of validity specified / extended validity
of the tender offer.
8.5) DEVIATIONS: Offers which conform to the Technical & Commercial specifications
without deviations will be preferred. However the deviations, if any shall be indicated in
the schedules B & C only. Any other deviations mentioned elsewhere other than the
schedules B & C of deviations will be ignored and it will be construed that the offer is
as per specification.
8.6) The offers of the Tenderers with Deviations in Commercial terms and Technical
Terms of the Tender Document are liable for rejection.
8.8) Board reserves the right not to accept the lowest or any tender.
9.0) DELIVERY:
9.1) i) PLACE OF DELIVERY: The Stores Controller / M.T.P.S.-I / Mettur Dam 6.
ii) The delivery period shall be as mentioned under Annexure - I of this specification.
iii) The offer from ready stock is preferable.
9.2) TANGEDCO reserves the right to cancel the quantities not supplied as per delivery
schedule.
9.3) TANGEDCO also reserves the right to cancel the order if the delivery
schedule is not kept up, without any further notice to the supplier.
9.4) To ensure sustained supply without any interruption, TANGEDCO reserves the right to
place orders among more than one tenderer.
9.5) The TANGEDCO will be at liberty to cancel the orderif the supply is not made as per
the delivery schedule specified in the order, not withstanding its right to claim
liquidated damages for the belated supplies and the quantity outstanding to be
supplied as on the date of cancellation. The defaulting contractors will be liable to
pay to the TANGEDCO in addition to the liquidated damages for delay, the actual
difference in price whenever the TANGEDCO orders the delayed quantity to be
supplied / executed by other agencies at higher rate.
9.6) The actual date of receipt of each material with all accessories will be reckoned as the
date of receipt at MTPS Stores-I / Mettur Dam for the purpose of calculation of
liquidated damages in respect of that material.
9.7) The delivery period will not normally be extended. Hence all efforts shall be taken to
deliver the materials within the contractual delivery period.
10.0) PAYMENT:
Payment for work against this order shall be made as follows: -
i) For the work done within delivery period:
100% of all inclusive price on completion of work in good condition at site
including price variation bills (in case P.O. is placed on price variation basis) within a
reasonable time will be paid against submission of bills with required documents after
deducting recoveries, if any.
ii) For the work done beyond delivery period.
100% of all inclusive price on completion of work in good condition at site
including price variation bills (in case P.O. is placed on price variation basis) within a
20
reasonable time will be paid against submission of bills with required documents after
deducting LD and other recoveries, if any.
iii) For the delayed payments, if any, Board will not pay any interest on any
account.
iv) No advance payment/payment thro Bank or against proforma invoice will be
made.
Note :- Payment for the work will be made by cheque on any one of the commercial
Bank or their branches in Tamil Nadu as may be decided by the TANGEDCO from time to
time. Exchange commission for issue of Draft will be to the account of the supplier.
11.0) SECURITY DEPOSIT / SECURITY DEPOSIT cum PBG : As per Annexure 1(A)
1) The successful tenderer will have to pay a Security Deposit of 5% of the value of
the contract in the form of DD or Bankers Cheque payable at Mettur Dam and
drawn in favour of SE/P&A/MTPS-I.
2) The combined Security Deposit cum Performance Bank Guarantee shall be in the
form of Demand Draft / Bankers Cheque / Irrevocable Bank Guarantee only in case
P.O. value exceeds Rs.10 lakhs.
3) The contract will become effective only if the S.D/ S.D cum PBG is paid.
The S.D. / S.D cum PBG shall be paid within 15 days from the date of receipt of the
P.O.The Board reserves the right to cancel the P.O. on failure to furnish the S.D. /
S.D cum PBG within the prescribed time limit with the forfeiture of E.M.D paid .
4) The Board also reserves the right to accept the belated payment of S.D. / S.D cum
PBG with levy of interest @ 22%.
6) Failure to comply with the terms regarding S.D/ S.D cum PBG set out in the contract
order within the stipulated time by the successful tenderer will entail in the cancellation
of the contract without any further reference to the supplier.
7) The S.D/ S.D cum PBG will be refunded to the supplier after the expiry of the
guarantee period ensuring that defects/ damages during the guarantee period are
rectified /replaced. If the purchaser incurs any loss or damages on account of breach
of any of the clauses or any other amount arising out of the contract becomes payable
by the supplier to the purchaser, then the purchaser will in addition to such other dues
that he shall have under law, appropriate the whole or part of the security deposit and
such amount that is appropriated will not be refunded to the supplier.
8) When there is delay in supply, the Bank guarantee towards combined Security
Deposit cum Performance Guarantee shall be got extended suitably.
9) No tenderer is exempted from payment of combined Security Deposit cum
Performance Guarantee.
a) If the contractor fails to delivery the materials within the time specified in the Contract or
any extension thereof, the purchaser shall recover from the contractor as Liquidated
Damages a sum of half percent (0.5 percent) of the contract price of the delayed /
undelivered materials for each completed week of delay. The total Liquidated Damages
shall not exceed Ten percent (10 percent) of the contract price of the materials so
delayed / undelivered. The date of receipt of materials at Stores will be reckoned as date
of delivery for this purpose.
b) Liquidated damageswill also be recovered for the quantity not supplied as is
done for the belated supply.
c) If supplies to be rendered against this Purchase Order are made by the supplier
beyond the period of delivery stipulated in the Purchase Order and they are
accepted by the Board such acceptance is without prejudice to the Boards
rights to levy liquidated damages for the delay in supply.
21
d) In respect of contracts where supply effected in part or works executed in part, could not
be beneficially used by the TANGEDCO (due to such incomplete supply / execution),
liquidated damages should be worked out on the basis of entire contract price only
and not on the value of delayed portion.
14.0) IT PAN Details : The Xerox copy of PAN Card issued by the IT department shall be
enclosed along with the quotation.
15.0) VALIDITY :
15.1) The tender offer shall be kept valid for acceptance for period of 180 days from the
date of opening of offers. The offers with lower validity period are liable for
rejection.
15.2) Further, the tenderer shall agree to extend the validity of the Bids without altering the
substance and prices of their Bid for further periods, if any, required by the
TANGEDCO.
19.0) GUARANTEE :
The materials supplied shall be guaranteed for a period of 18 months from the date
of receipt at site in good condition or 12 months from the date of commissioning whichever
is later subject to an overall guarantee period of 24 months from the date of supply for
satisfactory operation and good workmanship under normal and proper conditions of service
& maintenance. Any defect noticed during this period should be rectified by the supplier free
of charge to the TANGEDCO.
20.0) EVALUATION:
The evaluation shall include GST applicable as a part of the price, as detailed below and
Packing & Forwarding and Freight & Insurance charges.
1. In a tender where the tenderers are both from the State of Tamilnadu as well as from
outside the State of Tamilnadu, the evaluation will be done based on the GST.
(i) Notwithstanding anything contained in the above liquidated damages clause, when
the whole or part of the materials supplied by the supplier are found to be
defective/damaged or are not in conformity with the specification or sample, such defects or
damages in the materials supplied shall be rectified within two months from the date of
intimation of defects/damages either at the point of destination or at the suppliers works,
at the cost of supplier, against proper security and acknowledgement. In the alternative, the
defective or damaged materials shall be replaced at free of cost within two months from the
date of receipt of the intimation from the purchaser. If the Defects or Damages are not
rectified or replaced within this period, the supplier shall pay a sum towards liquidated
23
damages as per liquidated damages clause given above, for the delay in rectification /
replacement of the defects or damages.
(ii) If even after such rectification or replacement of the damaged or defective part, if the
equipment/materials ordered is not giving the satisfactory performance as per the contract,
then it will be open to the purchaser either to reject the goods or repudiate the entire contract
and claim such loss sustained by the Board.
(iii) Notwithstanding any other remedies available, the Purchaser shall be entitled to
dispose of the defective/damaged materials in as is where is condition without further
notice, if the contractor/supplier fails to rectify the defect and/or replace the damaged
materials and/or fails to remove the defective/damaged materials within such period as may
be notified by the Purchaser through notice and the sale proceeds of such disposal shall be
appropriated towards the dues to the Board such as Liquidated Damages, ground rent, etc.
as may be determined by the Purchaser.
c) To recover the difference in cost of the item, between the price offered by the failed
tenderer and the Prospective new tenderer becoming lowest bidder in a fresh P.O
issued for the same item subsequently.
28.0) RESPONSIBILITY:
The Tenderer is responsible for delivery of the materials at the destination station in
good condition. The tenderer shall include and provide for securely protecting and
packing the materials as per relevant packing standards to avoid damages or loss in
transit. All risks connected with the supply of these materials should be borne by the
supplier.
29.0) FAILURE TO EXECUTE THE CONTRACT:
Contractors failing to execute the order placed on them to the satisfaction of the
TANGEDCO under the terms and conditions setforth therein, will be liable to make
good the loss sustained by the TANGEDCO, consequent to the placing of fresh
orders elsewhere at higher rate, i.e. the difference between the price accepted in the
contract already entered into and the price at which fresh orders have been placed.
This is without prejudice to the imposition of penalty under the Liquidated Damages
clause.
30.0) NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without
the prior approval of the Purchaser.
34.0) APPEAL:
35.0) CAUTION:
1. Specific concurrence or otherwise to all the terms noted herein should be furnished in
the tender. Failure to do so will be taken as concurrence to the terms.
2. In the event of the documents furnished with the offer being found to be bogus or the
documents contain false particulars, the EMD paid by the tenderers will be forfeited or 1% of
the P.O. value will be levied as penalty in addition to blacklisting them for future tenders /
contracts in Tamilnadu Electricity Board.
3. The Guidelines issued in Tamil Nadu Transparency in Tenders Act 1998 and Tamil
Nadu Transparency in Tender Rules 2000 will be followed.
38.0) GENERAL: All rules and provisions as per GST Act is applicable.
Sd//xxx08.08.17//
Superintending Engineer / P&A / MTPS - I
26
PART II
SCHEDULE A
PRICE BID
Sl. Description of material Qty. Ex-works GST @% Packing and Freight Transit Other Total
No. price/no Forwarding charges charges Insurance statutory FOR site
per no per no per no levied if price
any per includin
no g GST
per no
NOTE: Taxes and Duties will not be paid for Packing and Forwarding, freight, insurance charges, therefore, ex works price
should not be inclusive of above charges.
SIGNATURE :
NAME :
DESIGNATION :
SEAL :
27
PART I
SCHEDULE B
All technical deviations from the specification shall be filled in by the tenderer,
clause wise, in the schedule.
The tenderer hereby certifies that the above mentioned are the only deviations from
the technical specification and the tender conforms to the specification in all other
aspects.
COMPANY SEAL
SIGNATURE :
NAME :
DESIGNATION :
DATE :
28
PART I
SCHEDULE C
All deviations from the commercial terms shall be filled in by the tenderer, clause
wise, in this schedule.
The tenderer hereby certifies that the above mentioned are the only deviations from
the commercial terms and the tender conforms to the specification in all other
aspects.
COMPANY SEAL
SIGNATURE :
NAME :
DESIGNATION :
DATE :
29
PART I
SCHEDULE D
COMPANY SEAL
SIGNATURE :
NAME :
DESIGNATION :
DATE :
30
PART I
SCHEDULE E
Hereinafter called the TENDERER (Which expression where the context so admits
mean and include their agents, representatives, Successors in office and
Assigns)
TO AND IN FAVOUR OF
WHEREAS the TANGEDCO has called for an undertaking from the Tenderer
empowering the Board to recover the dues if any.
NAME :
DESIGNATION :
DATE :
COMPANY SEAL :
31
PART I
SCHEDULE F
By Messers.
Hereinafter called the TENDERER (Which expression where the context so admits
mean and include their agents, Representatives, Successors in office and
Assigns).
TO AND IN FAVOUR OF
NAME :
DESIGNATION :
DATE :
COMPANY SEAL :
32
PART I
SCHEDULE G
DECLARATION
TO
Dear Sir,
Yours faithfully,
PLACE : SIGNATURE :
DATE : DESIGNATION :
ANNEXURE II
CERTIFICATE
To
(Name and address of the selling Dealer)
.
..
TNGST NO.
(Rupees only).
Place :
Date :
(SIGNATURE)
Name :
Status :
Seal of Office :
34
ANNEXURE III
AND WHEREAS the TANGEDCO has accepted the request of the Tenderer subject to
his executing an undertaking to pay to the Board not exceeding Rs. /-
(Rupees only) representing the Earnest Money Deposit
together with costs in case of non fulfillment of the conditions stipulated in the
Tender specification or the conditions stipulated kin the contract by the Tenderer.
NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING IS such that if the
Tenderer shall duly and faithfully observe and perform the terms and conditions
specified in terms of the above, then the above written undertaking shall be void.
Otherwise the same shall remain in full force.
The Tenderer undertakes not be revoke this guarantee till the contract is completed
under the terms of contract.
35
The expression, Tenderer and The TANGEDCO herein before used shall include
their respective successors and assign in office.
ANNEXURE IV
DECLARATION FORM
To be signed with company seal on letter head and uploaded in the
technical Bid
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head) Date:
To,
----------------------------------
Yours Faithfully,
ANNEXURE - V
NOTE: For Registration of Service Tax : Annual Turnover is more than Rs. 9 lakhs
in previous year. Payment of Service Tax: Exemption turnover limit for payment of
Service Tax is not exceeding Rs.10 lakhs during the financial year.
I / We (Name) . . . . . . . . . . .. . .
............................................................
. . . . . . . (Address) have not attained the turnover limit (Now Rs.9 lakhs) during
the threshold exemption limit (Now Rs.10 lakhs) during financial year.
UNDERTAKING
I / We (Name) . . . . . . . . . . .. . .
............................................................
. . . . . . . (Address) hereby undertake that service tax commitment on account of
crossing threshold exemption limit will be discharged to Service Tax Authorities
concerned by me / us and the TANGEDCO Ltd need not pay Service Tax
commitment if any arise on account of crossing the limit after awarding the
contract. I / We also undertake that TANGEDCO Ltd will not be responsible for any
Service Tax evasion by me / us in respect of this transaction.