Sie sind auf Seite 1von 36

1

T.N.E.B
TRICHY REGION
SPECIFICATION NO: CE/D/TRY/34/2009-10

TRANSPORTING OF PSC POLES 7.50 MTS. AND


8.00 MTS. FROM TIRUVERAMBUR PSC YARDS IN
T.E.D.C./TRICHY TO VARIOUS PLACES IN TRICHY
REGION.
2

TAML NADU ELECTRICITY BOARD


SPECIFICATION NO: CE/D/TRY/34/2009-10
Transporting of PSC Poles 7.50 mts and 8.00 mts
1. NAME OF WORK from Tiruverambur PSC Yards in T.E.D.C./Trichy to
various places in Trichy Region.—14840 nos

2. EMD AMOUNT Rs 17200/-

3. VALUE OF WORK Rs. 1713570/-


COST OF SPECIFICATION
4. Rs. 2,500
INSIDE TAMIL NADU
OUTSIDE TAMIL NADU
Rs. 2,763/-

EXTRA BY POST
Rs. 100/-

SPECIFICATION
5. AVAILABLE AT THE OFFICE OF THE SE/TEDC/METRO/TRICHY
OFFICE

18.12 .2009 at 2.30 P.M


DUE DATE FOR OPENING
6. or
OF THE TENDER
the next working day if it is happens to be a holiday

CLOSING DATE FOR 17.12 .2009 at 2.00 P.M


7. SALE or
OF SPECIFICATION the next working day if it is happens to be a holiday

Two Part Tender System


8. TYPE OF TENDER
PLACE OF TENDER
9. O/o CE/DISTN./TRICHY
OPENING
Registered in TNEB as Class –III and
above contractor. The tenderer should have
10. PRE-BID QUALIFICATION minimum of two Trucks registered in his own name.
The contractor should have one year experience in
similar type of works.
NOTE :- The tender documents are available in the Tamil Nadu Electricity Board web site
“www.tneb.in” and also in Govt. web site “www.tenders.tn.gov.in”
1. IF YOU DOWN LOAD THE TENDER DOCUMENTS, YOU NEED NOT REMIT THE
COST OF TENDER DOCUMENTS .
2. IF THE TENDER DOCUMENTS ARE DIRECTLY PURCHASED FROM
SE/METRO/TRICHY THE BIDDER SHALL REMIT THE COST OF TENDER
DOCUMENTS BY PRODUCING A SEPARATE DEMAND DRAFT,BANKERS CHEQUE .

Signature of Tenderer
3

SPECIFICATION NO: CE/D/TRY/34/2009-10

INDEX

SECTION - I - INSTRUCTION TO TENDERERS

SECTION – II - EARNEST MONEY DEPOSIT

SECTION- III - BID QUALIFICATION REQUIREMENT

SECTION IV - REJECTION OF TENDERS

SECTION V - GENERAL TERMS AND CONDITIONS

SECTION VI - EXECUTION AND OTHER CONDITIONS

FORMATS

SCHEDULE –A - Transporting of PSC Poles 7.50 mts from Tiruverambur PSC


Yards in T.E.D.C./Trichy. to various places in Trichy Region.

SCHEDULE –B - Transporting of PSC Poles 8.00 mts from Tiruverambur PSC


Yards in T.E.D.C./Trichy. to various places in Trichy Region.

SCHEDULE – C - INDEMNITY BOND

SCHEDULE – D - UNDERTAKING IN LIEU OF PAYMENT OF EMD

Signature of Tenderer
4

SPECIFICATION CE/D/TRY / 34 /2009-10

SECTION – I
INSTRUCTIONS TO TENDERERS

1.0 Sealed tenders in Two part System (a) Technical Bid with commercial terms
but without Price Bid and (b) Price Bid, will be received for and on behalf of
TAMIL NADU ELECTRICITY BOARD herein after referred as Board so as to
reach on or before the due date prescribed. All the tenders shall be prepared
and submitted strictly in accordance with the Instructions set forth herein.

1.1 THE TENDERERS WHO DO NOT FULFILL THE "BID QUALIFICATION


REQUIREMENTS" AS PER SECTION -III NEED NOT APPLY. OFFERS NOT
SATISFYING THIS "BID QUALIFICATION REQUIREMENTS"WILL NOT BE
CONSIDERED AND WILL BE SUMMARILY REJECTED.

1.2 This tender will be processed as per the provision in the Tamil Nadu
Transparency in Tender Act 1998 and Tamil Nadu Transparency in Tenders
Rules 2000.

2.0 SUBMISSION OF TENDER OFFER


TWO PART TENDER
2.1 The Tenders shall be in two parts as detailed below each in a separate sealed
Envelope marked," ENVELOPE A" and "ENVELOPE B". The first envelope
called "ENVELOPE A" shall contain:
a. Unpriced bid as per Schedules C, D
(i.e. Technical Bid with Commercial Terms except Price).

b. Proof for satisfying BQR.

c. Any other information called for in the specification


other than price.

THIS ENVELOPE "A" SHOULD NOT CONTAIN ANY PRICE BID

Signature of Tenderer
5

2.2. The second Envelope called "Envelope-B" shall contain the


PRICE BID only as per "Schedules –A and Schedule – B”.

2.3 The outer cover shall be sealed, addressed and delivered at the following
address only on designation.

The Chief Engineer/Distribution,


Trichy Region, P.O.Box No. 704,
Thennur,Trichy – 620 017.
so as to reach him not later than 14:00 Hrs. on due date.
2.4 The Tender in two parts shall be prepared as instructed above and
put in a separate sealed outer envelope.

2.5 Envelope-A , Envelope-B and the Earnest Money Deposit in approved form or
proof of exemption from payment of EMD shall be enclosed in an over all
envelope i.e.,
OUTER COVER SHALL CONSIST OF
i) EMD IN APPROVED FORM OR PROOF FOR EXEMPTION FROM PAYMENT
OF EMD & UNDERTAKING.

ii) Envelope A
iii) Envelope B
2.6 Envelope "A" and Envelope "B" and the overall envelope should be individually
sealed, superscribed on the outer cover as " SPECIFICATION No:-34/2009-
2010 for transportation of PSC Poles 7.50M long and 8.00M long from
Tiruverambur, PSC Yards in TE.D.C./TRICHY. to various places in Trichy
Region with the Specification number, due date of submission and addressed to
The Chief Engineer/Distribution, Trichy Region, P.O.Box No. 704,
Thennur,Trichy – 620 017. The Tenderer should also indicate his name and full
address on the cover.

Signature of Tenderer
6

2.7 The tender offers in complete shape in one envelope containing Envelope-A
and Envelope - B, as required in Clause 2.3 shall be sent so as to reach the
Chief Engineer/Distribution/ TRICHY Region, TRICHY on or before 14:00
Hrs. on the due date of submission of offers.

2.8 Envelope "A" of those bidders who satisfy the requirement of Earnest Money
Deposit will only be opened on the due date and time already mentioned. If
any of the Bidders indicate price in Envelope-A, the bid will not be read out
and will be rejected.

2.9 Envelope "B" will not be opened at the time of opening Envelope "A" but will be
authenticated in the covers by the officers authorised to open the bids.
Envelope "B" so authenticated will be kept under the safe custody of the
empowered officer, to open the tender. Envelope "B" Price Bid will be opened
later, the date of which will be intimated to the tenderer at a later date, after
technical evaluation of the tender is completed.

2.10 If the tenderer finds any ambiguity in any of the terms and conditions
stipulated in this Specification, he shall get it clarified from the Chief
Engineer/Distribution/Trichy Region, Trichy. If this is not done and
subsequent to the opening of the Tenders, it is found that the doubt, about
the meaning or ambiguity in the interpretation in any of terms and
conditions stipulated in this Specification are raised by the tenderer either in
this tender or by a separate letter, the interpretation or clarification issued by
the Chief Engineer/ Distribution /TRICHY Region, TRICHY on such of those
terms and conditions of the Specification as may be raised by the tenderer
shall be final and binding on the tenderer.

2.11 All tender offers shall be prepared by typing or printing in the formats
enclosed with the Specification.

Signature of Tenderer
7

2.12 All information in the tender offer shall be in ENGLISH only. It shall not
contain interlineations, erasures or over writings except as necessary to
correct errors made by the tenderer. Such erasures or other changes in the
tender document shall be attested by the person signing the tender offer.

2.13 The tender offer shall contain full information asked for, in the accompanying
Schedules and elsewhere in the Specification.

2.14 The tenderer has the option of sending the offer by Registered Post or
submitting the same in person so as to reach by the date and time indicated.
2.15 In case of postal delivery, tenderers are advised to send them well in advance
so that they are delivered at the Office of the Chief Engineer/Distribution /
TRICHY Region, TRICHY before the said date and time.
2.16 The tenders delivered in person / courier shall be handed over to
the “Executive Assistant to the Chief Engineer/ Distribution / TRICHY
Region, TRICHY” before 14:00 Hrs on the due date.
2.17 The Board will not be responsible for any postal or other transit delay in
receipt of the tender offer.

2.18 Telex/Fax or telegraphic offers will not be entertained and will be rejected.

2.19 Any offer received after the due date and time specified for submission of
tender offer will be declared late, rejected and returned unopened to the
tenderer.
2.20 No tender offer shall be allowed to be modified subsequent to the deadline
fixed for submission of tender offers.

Signature of Tenderer
8

2.21 No offer shall be withdrawn by the tenderer in the interval between the
deadlines for submission and the expiry of the period of validity
specified/extended validity of the tender offer.

3.0 TENDER OPENING:


3.1 The Tender offers will be opened, at 14:30 Hrs on the due date by the
Executive Engineer/CIVIL at the Office of the Chief
Engineer/Distribution/TRICHY Region, TRICHY, in the presence of tenderers
authorized representatives who may wish to be present on the date of
opening.

3.2 If the last date set for submission of tender offers and tender opening date
happens to be a holiday, the tenders will be received and opened on the
succeeding working day without any change in the timings indicated.

3.3 The duly authorised representatives of the tenderers, who are present shall
sign the tender opening register.

3.4 The Tenderer's names, prices, all discounts offered, and such other details as
the Board, at its discretion, may consider appropriate will be announced and
recorded at the time of opening.

4.0 INFORMATION REQUIRED AND CLARIFICATIONS


4.1 To assist in the examination, evaluation and comparison of tender offers, the
Board may, at its discretion, ask the tenderers for a Clarification of his offers.
All responses to requests for clarification shall be in writing to the point only.
No change in the price or substance of the offer shall be permitted.

4.2 The Board 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.

4.3 Prior to the detailed evaluation, the Board will determine the substantial
responsiveness of each offer to the Bidding Documents.

Signature of Tenderer
9

4.4 A substantially responsive offer is one which conforms to all the terms and
conditions of the Specification without any deviation.

4.5 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 Board to the tenderers. While the offers are under
consideration, tenderer, and/or their representatives or other
interested parties are advised to refrain from contacting by any means,
the Board and/or Board's employees/representatives on matters related
to the offers under consideration.

4.6 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 Board for rejection of his offer. The
Board 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 Board.

5.0 EVALUATION AND COMPARISION OF TENDER OFFERS:

5.1 The tender offers received and accepted will be examined to determine whether
they are in complete shape, all data required have been furnished, the tender
offer is properly, signed and the offers are generally in order and the tender
offer conforms to all the terms and conditions of the specification without
any deviation.

5.2 The quoted price shall be corrected for arithmetical errors. In case of
discrepancy between the prices quoted in words and in figures, lower of the
two shall be considered.

Signature of Tenderer
10

6.0 VALIDITY:
6.1 The tender offers shall be kept valid for acceptance for a period of 90 Days from
the date of opening of offers. Offers with lower validity period are liable for
rejection.

6.2 Further, the tenderer shall agree to extend the validity of the bids without
altering the substance, and prices of their bids for further periods, if any,
required by the Board.

7.0 RIGHTS OF THE BOARD:

7.1 Not withstanding anything contained in this specification, the Board reserves
the right to:

a) accept the lowest or any other tender.


b) reject any or all the tenders or cancel without assigning any reasons
thereof.

c) to award contracts to one or more contractors for the items covered


by this specification.

d) revise the quantities and delivery schedule if necessary during the


pendency of the contract.

f) order additional quantity at the same prices and conditions during


the pendency of the contract.

g) relax or waive or amend any of the conditions stipulated in the tender


Specification wherever deemed necessary in the best interest of the
Board.

Signature of Tenderer
11

SECTION - II
EARNEST MONEY DEPOSIT

1. Tenderer should pay the specified amount towards Earnest Money Deposit, as
follows:
Earnest Money Deposit: Rs 17200/-(Rupees Seventeen thousand
and two hundred Only)

The Tenderer who are having permanent EMD with


SE/TEDC/Metro/TRICHY for an amount mentioned below are
eligible to participate in the tender.

PEMD For Tenders of value


Rs. 5 lakhs Upto Rs. 10 Crores(TEN CRORES)
Rs. 10 lakhs without any monetary limit

2. The Earnest Money specified above should be a DEMAND DRAFT/BANKER'S


CHEQUE for the above amount, from any of the Nationalised / Scheduled
/Foreign Banks with branches in India payable to the
SE/TEDC/Metro/TRICHY. Cheque will not be accepted towards Earnest
Money Deposit and the tender shall be rejected if EMD is not paid in the
prescribed manner.

3. Firms who have a valid (not forfeited or a request for refund had been made as
on the date of tender opening) Permanent Earnest Money Deposit(PEMD)of
Rs.5,00,000(Rupees five lakhs only) with the SE/TEDC/Metro/TRICHY of
Tamil Nadu Electricity Board are exempted from payment of Earnest Money
Deposit. The permanent EMD holders of TNEB Head quarters are not
exempted to pay the EMD.

4. The Earnest Money will not carry interest.

Signature of Tenderer
12

5. The EMD of the unsuccessful tenderers, except permanent EMD will be


refunded on their application for refund after intimation is sent to them
conveying the rejection of their offer. In respect of the successful tenderer,
the EMD remitted by him will be carried-over as part of the Security Deposit
payable by the tenderer. In respect of permanent EMD holders, the
permanent EMD will not form part of the Security Deposit payable by the
tenderer and he will have to remit the Security Deposit in full.

6. The Small Scale Industrial units located within the State and Registered with
the Tamil Nadu Small Industries Development Corporation or the National
Small Industries Corporation (NSIC) or Holding Permanent Registration
certificate from the District Industries centers of Directorate of Industries
and Commerce in respect of those items for which the Registration Certificate
has been obtained, Departments of the Government of Tamil Nadu and
Undertakings and corporations owned by the Government of Tamil Nadu,
Labour contract Co-operative Societies, Tiny Industries classified under SSI
registered with the state of Tamil Nadu and Registration Certificate issued by
Department of Industries and Commerce/Government of Tamil Nadu, Small
Scale Industrial units located outside the State and such of those units
registered with National Small Industries Corporation in Respect of the
items manufactured by them are the only categories of
institutions/industries exempted from the payment of Earnest Money
Deposit.

7. Those Tenderers who are exempted from payment of E.M.D. shall furnish in lieu
of EMD an undertaking in a non judicial stamp paper of value not less than
Rs 80.00 (Rupees Eighty only) to the effect 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 to such breach of contract.

Signature of Tenderer
13
The State Government, Public Sector undertaking who are exempted
from payment of EMD should also pay as penalty an amount equivalent to
the amount fixed as E.M.D. in the event of non-fulfillment or non observance
of any of the conditions stipulated in the contract. TENDERS RECEIVED
WITHOUT THIS UNDERTAKING WILL NOT BE OPENED. Small Scale
Industries shall enclose duly attested Photostat copy of their Registration
Certificate showing the subject materials specifying capacity which they are
permitted to manufacture and the period of validity of the certificate as proof
of eligibility for exemption from payment of EMD in a sealed outer envelope
as specified in section IV/clause 4.0
9. Others viz Central, other State Government Departments, Undertakings,
Corporations other than Tamilnadu shall have to pay Earnest Money Deposit
and Security Deposit.

10. If on opening the outer cover ,it is found that the Demand Draft/ Bankers
Cheque/ Undertaking and proof of exemption of EMD has not been attached
to the inner Tender cover, then their Tender offer will be summarily rejected
without opening.
11. The Earnest Money Deposit made by the Tenderer will be forfeited if:-

a. He withdraws his tender or backs out after acceptance.


b. He withdraws his tender before the expiry of validity of the offer, the period
specified 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 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 in addition to blacklisting them for
future tenders/contracts in Tamil Nadu Electricity Board.

Signature of Tenderer
14

SECTION – III

BID QUALIFICATION REQUIREMENT

The tenders received without the following documents ( attested copies)


will not be considered and will be rejected totally.

1. The contractor should have minimum of one year experience in


transporting ofRCC/PSCpoles/concreteBlocks/slabsin TNEB/any
central /state government/public utility.

2. The tenderer should have not less than of `two 8 wheeler


wagon/Trucks/Trailer registered in his own name in TAMILNADU
with up to date valid permit, fitness certificate and valid Road Tax,
R.C.Book, Insurance etc.,for transportation of poles
.
3 The vechicle used for transportation may be in good condition and the
length of the body of the vechicle is not less than 22 feet
excluding the door portion for 7.5m/8.0m poles .The cantilever
portion should be well supported in such a way to avoid any damages
to pole during transport.

4. The tenderers should be registered in TNEB as ClassIII and above.


The attested Copy of registration should be enclosed along with
tender.

5. The Sales Tax clearance certificate duly attested by the gazetted


officer shall be produced along with the tenders .

6. The Income Tax Permanent Account Number Card (PAN Card)


duly attested by the gazetted officer shall be produced along
with the tenders.

Signature of Tenderer
15
SECTION –IV

REJECTION OF TENDERS

THE TENDER IS LIABLE TO BE REJECTED IF :-

1. Tenders received after the due-date and time will be summarily rejected.

2. Tenders with part Earnest Money Deposit and Telegraphic/Fax


quotations will summarily be rejected.

3. The tenderers shall furnish particulars required under Clause 1 to 2 in


Section II . The schedule and specification duly signed and filled up should
be in the inner cover, failing which the tender is liable for rejection.

4. Reference with Photostat/Xerox copies should be furnished with regard


to particulars of orders placed on the tenderers by other Electricity Boards,
Government Undertakings, etc. in support of the Tenderer's credentials.

5. Not in the prescribed form, as detailed in the instructions to the tenderers.

6. Not properly signed by the tenderer. The tender and all the items in
schedules should be filled up without fail.

The tenders schedule 'A' and schedule 'B' should be duly


signed by the tenderer.

7. From an approved tenderer whose permanent EMD is not


adequate for this tender.

8. From a tenderer directly or indirectly connected with


Government service or Board's Service or Service of Local
Authority.

9. His past performance or vendor rating is not satisfactory

10. Not accompanied by the required Earnest Money Deposit or Proof of


exemption.

11. From any blacklisted firm or contractor.

Signature of Tenderer
16
SECTION V

GENERAL TERMS AND CONDITIONS


1. SCOPE:

Transporting of 7.50 mts. and 8.00 mts PSC poles from Tiruverambur PSC yards in
TEDC/ Trichy, to various places in TRICHY region as detailed in Schedule-A & B
of this specification.

2. LOCATION:
The Poles are for the use in Tamilnadu Electricity Board . The poles are to be
transported within places mentioned with in Trichy Region.

3. COMPLETENESS OF TENDER:

Tenders not containing the complete details as above are liable for rejection.

4. SOUNDNESS OF THE COMPANY:

The tenderer should furnish whether his company is financially sound or


potentially sick industrial company or a sick industrial company in terms of
section 23 or section 15 of the sick industrial companies (Special Provision)
Act, 1985. Failure to furnish the information will make the tender liable for
rejection.

5. PAST PERFORMANCE:
The intending tenderers shall furnish the details of various contracts
executed by them for the past one years as on date of tender. If the details
furnished by the tenderers are in incomplete shape and or incorrect, the
same will be taken note of while dealing with the tenderer in future. Tenders
furnished by the tenderers without those accompanying details of their past
performance are liable for rejection.

Signature of Tenderer
17
6. PRICES:

The price quoted shall be FIRM as given in schedule-A and B inclusive of


loading, unloading and freight up to any destination in Trichy Region and all
charges towards forwarding, etc., to be quoted clearly.

The price should be kept FIRM during the pendency of the contract. It
should be noted that the Board will not pay any increase in unit price due to
increase either in the cost of fuel or labour charges, etc. The tenderers shall
note this and quote accordingly. Tenders not adhering to these instructions
are liable to be rejected.

It may be noted specifically that the tenders with variable price will not be

considered.

Split-up details of the Unit rate per pole per KM shall be furnished as below
in the schedule.

I. Distance from 0 Km upto 20Kms which inclusive of Transport upto 20


Kms including loading, unloading and stacking
charges,lead,lift,etc.,per pole
(Flat rate)
II. Distance from 0 Km upto 50 Kms including transport
loading,unloading and stacking etc., per pole/per km .

III. Distance above 50 Kms upto 100 Kms (only transport per pole/per
km.)

IV. Distance above 100 Kms upto 150 Kms (only transport per pole/per
km.)

V. Distance above 150 Kms upto 200 Kms (only transport per pole/per
Km)

Tenders without split-up details as above in the schedule are liable to be


rejected.

Signature of Tenderer
18

7. SERVICE TAX:

The service tax extra as applicable for this work. The Service Tax on 25%
value of contract is applicable for this work. The Service Tax will be
recovered in each contractor’s bill and remitted to Service Tax cell. The
recovery details will be furnished to the contractor. The contractor has to
include this and quote accordingly.

8. ACCEPTANCE:

It is not binding on the tender calling authority to accept the lowest or any
tender. The tender calling authority reserves the right (i) to place orders for
individual item with different tenderers (ii) to revise the quantities at the time
of placing order (iii) to order for transport of more poles during the pendency
of the order at the accepted rates (iv) to split the quantity on more than one
tenderers and (v) to reject any or all the tenders without assigning any
reason there for.

9. VALIDITY:

Tenders should be valid for acceptance for a period of at-least 90 days from
the date of opening. If the validity period is not indicated in the tender then it
will be taken that the tender is valid for 90 days from the date of opening
and subsequent extension thereof. OFFERS WITH LESSER VALIDITY THAN
REQUIRED IN THE SPECIFICATION WILL BE REJECTED.

Signature of Tenderer
19
10. RESPONSIBILITY :

The tenderer shall be responsible for safe delivery of the materials at the
destination station in good condition and it should be ensured that the
materials are not subjected to damage during transit and handling. The
tenderer should include and provide for securely protecting the materials so
as to avoid damages or loss in transit.

11. PERIOD OF CONTRACT :

(a) The contract will be in force normally for a period of one year from the
date specified in the intimation of acceptance of the agreement by the Chief
Engineer Concerned (or) till the expiry of the face value of the agreement
whichever is earlier.

(b) The contract is not transferable.

(c) Board reserves the right for placing Extension of contract at the same rate
as accepted with the same terms and conditions stipulated in the Contract.
When ever need arises. However the extension of contract will be placed not
more than two months from the date of completion of the Contract.

12. FORCE MAJEURE :

If at any time during the continuance of this contract, the performance in


whole or in part in any obligation under this contract shall be prevented or
delayed by reasons of any war, hostility, acts of public enemy acts of Civil
commotion, strikes, lockouts, sabotages, Fires, Floods, Explosions,
Epidemics, quarantine restrictions or other acts of God (herein after referred
to as eventualities) then provided notice of the happening of any such
eventuality is given by the tenderer to the board within 15 days from the
date of occurrence thereof, neither party shall be reasons of such

Signature of Tenderer
20
eventuality, be entitled to terminate this contract, nor shall have any
claim for damages against the other in respect of such non-performance or
delay in performance and deliveries under this contract shall be resumed as
soon as practicable after such eventuality has come to an end or ceased to
exist. Provided that if the performance, in whole or part by the tenderer or
any obligation under this contract is prevented or delayed by reasons of any
eventuality for a period exceeding 60 days, the Board may at its option
terminate this contract by Notice in writing.
13. LIQUIDATED DAMAGES / PENALTY :
The actual date of delivery at destination Place shall be reckoned for the
purpose of deciding "Liquidated Damages" for delay in transport.
Belated supply :

If the contractor failed to transport the poles as per the delivery request
made by the concerned Superintending Engineers (ie) For the poles
transported beyond the stipulated period, the Superintending Engineer’s
Concerned, shall recover from the contractor as liquidated damages for the
delayed transport of the poles at the rate of half a percent (0.5%) of value
of Work done belatedly for each completed week of delay. The total liquidated
Damages shall not exceed Ten percent (10%) of the value of Work done so
delayed.
14. SECURITY DEPOSIT :
14.1 The successful tenderer will have to pay a security deposit of 5% of the
value of the contract by cash or DD/Banker’s cheque from any of the
nationalized /scheduled bank in favour “TNEB COLLECTION ACCOUNT”. If
the successful tenderer have paid the EMD along with offer previously he
has to remit the balance amount equivalent to 5% of the contract value
inclusive of EMD already paid.

Signature of Tenderer
21
14.2 The S.D. shall be in the form of DD/Banker’s cheque/irrevocable
Bank guarantee in case of contract value exceeds Rs.10 Lakhs. In case of
irrevocable Bank guarantee, it should be a single Bank Guarantee to 5% of
the order value.

14.3 The successful tenderer will have to furnish the security deposit
within 15 days from the date of receipt of award of contract. The Security
deposit will not carry any interest. The Board also reserves the right to
accept the belated payment of Security Deposit by levying penal interest at
the rate of 22% per annum from the date of expiry of 15 days time limit till
the date of actual payment of Security Deposits.

14.4 Failure to comply with the terms regarding Security Deposit 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
vendor.
14.5 The Security Deposit will be refunded to the Transporter only if
the contract is completed to the satisfaction of the TNEB. If the purchaser
incurs any loss or damage on account of breach of any of the clauses or any
other amount arising out of the contract become payable by the Transporter
to the TNEB, then the Transporter will in addition to such other dues that he
shall under law, appropriate the whole or part of the security deposit and
such amount that is appropriate will not refunded to the contractor.
14.6 The SD together with EMD will be released on completion of
contract period.
14.7 If the successful bidder fails to remit the Security Deposit,
then the EMD remitted by him will be forfeited by TNEB and his bid will be
held void.

Signature of Tenderer
22

14.8 Security Deposit of 5% of the value of the P.O/Contract subject to


maximum of Rs.1000 will be collected for the following Government
undertaking/Corporations/Companies who intend for the above tender if
any. 1.M/s. Steel Authority of India Ltd.
2.M/s.Rashtria Ispat Nigam Ltd.
3.Tamil Nadu Small Industries Corporation Ltd.
4.Tamil Nadu Medical Services Corporation Ltd.
5.Tamil Nadu Small Industries Development
Corporation Ltd.
6.Tamil Nadu News Print and Paper Ltd.
7.Tamil Nadu Cements Corporation Ltd.
8.Hindustan Photo Films Mfg.Co. Ltd.

15. DESPATCH INSTRUCTIONS :


The details of allotment and destination station will be furnished by the
Superintending Engineer’s Concerned.
16. SALES TAX CLEARANCE CERTIFICATE :
The firms situated in Tamil Nadu should furnish the latest Sales Tax
Clearance Certificate along with the tenders. The Tenders are liable for
rejection if the Sales Tax clearance Certificate is not furnished along with the
tenders. The copy of sales tax clearance certificate should be attested by the
gazetted officer
17. JURISDICTION FOR LEGAL PROCEEDINGS :
No suit or any proceedings in regard to any matter arising in any respect
under this contract shall be instituted in any court say Madurai bench of
High Court of Madras or District court at Trichy or Sub-court at Trichy or at
the District Munsif court at Trichy. It is agreed that no other Court shall
have jurisdiction to entertain any suit or proceedings even though part of the
cause of action might arise within their jurisdiction. In case, any part of
cause of action arises within the jurisdiction of any of the courts in
Tamilnadu and not in the Court in Trichy city then it is agreed

Signature of Tenderer
23
to between parties that such suits or proceedings shall be instituted in a
Court within Tamilnadu and no other Court outside Tamilnadu shall have
jurisdiction even though any part of the cause of action might arise within
the jurisdiction of such courts.

The successful tenderer should produce an undertaking towards


jurisdiction of legal proceedings in a non-judicial stamp paper of Rs.80/-
agreeing to the clause towards jurisdiction for legal proceedings.

18. DUES TO BOARD:

The Board has the right to recover any dues from the contractor and the
liquidated damages from the retention amount/balance amount besides
security deposit.

Amount due from the Contractor to Board for default in any other purchase
order/ Contract will be adjusted from the pending payments and security
deposit etc., against the Contract to be issued under this specification.

19. GENERAL:
The Board shall have the right to relax or waive any of the conditions
stipulated in this specification wherever deemed necessary.

Signature of Tenderer
24
SECTIONVI

EXECUTION AND OTHER CONDITIONS

1.1.Transporting of PSC poles allotted from TIRUVERAMBUR pole casting


yard in TEDC/Trichy to various places in TrichyRegion must be commenced
within 3 days and should be completed within two weeks from the date of
receipt of intimation to the contractor either over phone (or) by written
intimation from Concerned Superintending Engineer’s.

1.2. The normal allotment will be twice in a month. The frequency may
vary. The quantity of poles and destinations will be informed by the
Concerned Superintending Engineer’s.

1.3.The Registration No. of the Truck to be engaged for transportation of


Poles should be furnished to the Stores Office at the time of taken over the
Job. The poles should be transported only by using trailer .

1.4.For the delay in the transport of materials, suitable penalty will be


imposed by the Superintending Engineer as per L.D Clause 13 of Section V
by not exceeding 10% of the bill if such poles which are transported
belatedly.

1.5. The transport of materials should be carried out without any


inconvenience to the Boards interests.

1.6. Register for the transport of PSC poles to be maintained bythe


concerned JuniorEngineer/Assistant Engineers, Store custodian/Central
Stores with details of the poles, running Kms. etc., should be assigned
and Executive Engineer will check and counter sign.

Signature of Tenderer
25
1.7.The tenderer should quote his rate per pole/per KM including
loading, transporting, unloading and stacking at Sub-stores/work spot/
receiving end for the schedule item 1 (a),1(b) & 2 (a), 2(b) and the other
items only for transport per pole per km.
1.8.The poles once loaded in the truck should not be unloaded and stored
any where or transferred to other trucks except in case of Major break
down.
1.9.All transaction viz. loading, unloading handling etc., either at the Stores
or PSC yard will be allowed only during the working hours or as may
subsequently be revised to suit department convenience.
The contractor should see that all the works connected with the transport
and handling are completed within the working hours.
1.10.The tenderer should produce a proof of delivery of the materials to
consignee within 24 hours of the despatch. Further poles will be issued only
after receipt of the acknowledgement for the previous delivery of the poles.

2.0. DAMAGES :
2.1.The contractor is responsible for the safety of the materials handled by
him. Any loss incurred to the Board by way of damage (or) shortages of the
materials which are handled by the contractor should be made good by him,
failing which recovery for the damage (or) shortages will be worked out as per
the price either the book value (or) market rates whichever is higher and will
be recovered from his bills (or) security deposit.

2.2. Any damage to the buildings (or) properties owned by (or) attached to
this Board (or) any other persons (or) public body in the course of handling
shall be made good by the contractor.

Signature of Tenderer
26
3.0.ACTS:

The contractor is responsible for all acts done by him (or) his servants (or)
representatives.

4.0.ACCIDENT:

In case of accident to any staff of the Board (or) his own staff arising out of
and in the course of handling of materials the contractor should bear the
necessary compensation that may be awarded to the persons involved in the
accident besides arranging immediate medical aid.
In the case, if the contractor fails to pay compensation within the
reasonable time, the Board may settle the claim and arrange to recover the
same from the contractor's bills. Necessary insurance has to be effected by
the contractors.
5.0 INSURANCE
It is incumbent on the part of the contractor to see it shall be his sole
responsibility to protect the public and his employees against any accident
from any cause and he shall indemnify Tamil Nadu Electricity Board against
any claim for damages for injury to person or property resulting from any
accident and also where the provisions of workmen's compensation act apply
take steps to properly insure against any claim there under by way of
accident risk, insurance demand for all purposes of relief.
The contractor should satisfy the field Stores Officer/Central Stores,
that on "ACCIDENT RISK INSURANCE POLICY" is taken before take over of
the site for taking up the work and also to satisfy the field Stores Officers,
that the policy/policies is are kept inforce till the contract is completed and
the works are taken over by the Board in the issue of completion certificate.

Signature of Tenderer
27

Recoveries will be made from contractor's bill for and liability for the
accidents and refund of the same considered latter after their claims fully
settled by the insurance authority.
6.0. SUBMISSION OF BILLS:

The Bills for transport of PSC poles shall be submitted to the Concerned
Stores Officer/Central Stores supported by one acknowledgement in
duplicate of the transport note in the standard form, monthly .The face
value of the contract should not be exceeded for any reason.
7.0 RETENTION AMOUNT:
5% of the amount will be recovered from each bill based on the value of work
done. The amount so recovered will be released only after completion of work
based on the terms and conditions of the agreement.
8.0.PENALTY :

8.1.Delay in commencement of progress or neglect of work or suspension of


work by contractor will be in forfeiture of EMD,SD & withheld amount. If
the contractor fails in the due performance of the contract within the
agreement period if the Board shall suffer any loss from delay assessed by
such failure the contractor is liable at the discretion of the Superintending
Engineer to a penalty up to 1/2% of the contract value of such part of work,
consequently on the delay be assessed commercially and efficiently during
each month between the appointed or extended time as the case may be and
such penalty shall be in full satisfaction of the contractor's liability for delay
but shall not in any case exceed 10% on the contract value of such portion of
the work in respect of contracts where works executed in part could not be
beneficially used by the Board due to such incomplete execution LD/penalty
will be worked out on the basics of entire contract amount only and not the
value of delayed portion.

Signature of Tenderer
28
8.2.All the conditions of K2 Agreement with suitable penalty
clause will also be applicable to this contract.

8.3.If PSC pole casting works are delayed due to non-lifting of PSC poles by
the transport contractor after giving proper intimation and sufficient time
L.D. involved for delayed portion PSC pole casting work will be recovered
from the transport contractor in addition to the penalty given (8.0) above.

8.4. The defaulting contractors should be made liable to pay to the board in
addition to LD for delay, the actual difference in price, whatever board orders
the delayed work/executed by the other agencies at a higher price.
9.0. PENDANCY AND SATISFACTORY OF THE CONTRACT:

The contract will be in force from the date of acceptance of the agreement.
Request for upward revision of rates etc., will not be entertained under any
circumstances.
10.0. TAXES AND INSURANCE OF VEHICLES:

The contractor should arrange to insure his trucks under comprehensive


insurance, so that the interest of the Board is safeguarded in case of
accident or loss, seignorage, tollgate charges and any other charges, taxes,
license fees etc., are payable by the contractor only.
11.0. ACKNOWLEDGEMENT AND SAFETY OF MATERIALS :

11.1 For the materials handed over to contractors, transport note will be
prepared which will be signed by the contractor or his authorised agent in
token of having received the material correctly and in good condition.

Signature of Tenderer
29
Three copies of transport Notes will be given to him. The contractor is
responsible for the safe transport of PSC poles during transit and handing
over them correctly and in good condition to the consignee. Any loss
incurred to the Board by way of damages or shortages of the materials
should be worked out either at book value or market rate whichever is higher
plus centage charges will be recovered from his bills.
11.2. The contractor should take clear acknowledgement of the consignee to
whom the materials are delivered in the duplicate copy of transport note in
token of having handed over the materials correctly and in good condition
and produce the same along with the bills to be submitted by him for
transport charges in support of claim. He should produce the proof of the
delivery of materials to the consignee within 24 hours of transport. The other
two copies may be handed over to the consignee.
12.0. GENERAL:
12.1. The tenderer should be prepared for the transport of poles of any
numbers (i.e) loads for even less than carrying capacity by the vehicles and
should not claim for the full carrying capacity of the vehicle and payment
will be made for the actual No. of poles transported.
12.2. The tenderer should be prepared for unloading any number of poles at
various destinations as directed by the Executive Engineer/Stores
Oficer/Deputy Store Officer of Sub-store.

12.3. The tenderer should transport the poles for any destination given by
the Concerned Superintending Engineer’s. If the tenderer fails to transport
and the same will be transported by the department lorry or any other
agencies then the difference in cost between the amount due as per the
contract and the actual expenditure incurred for the work will be recovered
from the contractor bill. Stores officer should give certificate on this account
that the entire poles alloted are transported by the contractor.

Signature of Tenderer
30
12.4. To suit the departmental urgency of work and convenience, the
Board reserves the right to contract the entire work or part thereof at any
time either directly by Board or through agencies. The contractor cannot
have any objection to the same and he shall not claim any transport charges
of reimbursement of imaginary losses and on account of such assigned trips.
12.5. In cases of all disputes it is agreed that the decision of the
Superintending Engineer’s concerned is final.

13.0. TERMINATION OF CONTRACT FOR BAD QUALITY OF WORKS.

If the contractor is found not exercising adequate care to ensure standard


quality of workmanship he will be warned in writing by the Superintending
Engineer’s concerned If he does not improve inspite of written warnings, his
contract will be forefeited and payment will not be made for works which are
found defective in workmanship or quality.

14.0.The contractor should be equipped with sufficient no. of tractor/trailers


and other conveyance and accessories of their own required for
transporting. Bonafide proof for the possession of their own vehicles should
be attached along with the agreement besides particulars regarding the no.
and details of vehicles available. Telephone no. should also be furnished.
15.0.The contractor should inform the names of the persons with their
signatures duly attested by him authorised to receive telephone calls,
sign the T-notes and attend the stores to ascertain the information from
stores.
16.0. If the contractor fails or unable to produce necessary transport
facilities within a reasonable time after receipt of intimation in writing or

Signature of Tenderer
31
over telephone, the department may engage other agency for
transport and the difference of cost between the amount due under
accepted contract rate and the actual extra expenditure incurred will be
recovered from the contractor.

17.0.To suit the departmental urgency of work and convenience, the


department reserves the right to take out the whole lot or any portion of the
of materials and transport them either departmentally or through other
agencies and the contractor cannot have any objections to the same and he
shall have no claim of transport charges whatsoever of articles so conveyed
and handled.

18.0.In case of any accident or breakdown of the contractor vehicles, the


contractor should make immediate alternate arrangements for transporting
and materials without any extra expenditure to the board and loss of time.
In case of accident if any of the board's materials are damaged or lost, the
cost of the materials will also be recovered from the contractor without
waiting in for the insurance claim.

Signature of Tenderer
32
SCHEDULE –A

NAME OF WORK:
TRANSPORTING OF PSC POLES 7.50MTS.
FROM TIRUVERAMBUR PSC YARDS IN TEDC/TRICHY TO VARIOUS PLACES
IN TRICHY REGION.

SPECIFICATION NO.CE/D/TRY/SPECN.NO. /34/2009-2010.

SL.NO Description of work Unit of RATE BOTH


calculation IN FIG AND
WORDS
Transportation of 7.50M long PSC
poles from Tiruverambur, PSC
yards inTEDC/Trichy to various
places in Trichy Region.

1(a) Distance from 0-20 Kms 200 NOS per


including loading, unloading and pole
stacking charges etc., complete.
(flat rate)

1(b) Distance from 0 to 50 Kms 3140 per pole


including loading,unloading and per km
stacking charges
NOS

1(c) Distance above 50 Km upto 9500 per pole


100Km ( only transport) NOS per km

The Service Tax at the rate declared by the Govt./ Board will be recovered in every bill and
remitted to Service Tax cell.
NOTE:1. For item 1(a) & 1(b) the rate including loading, unloading, transporting
and stacking charges.
2. For item 1(c) ,1(d) & (e) the rate only for transporting of pole per km.
3. If the distance exceeds 50 Km ,the amount to be arrived first as per
item 1(b) for the first 50 kms and the balance distance to be arrived
as per other items and adding together for total km transported.

Signature of Tenderer
33
SCHEDULE – B

NAME OF WORK: TRANSPORTING OF 8.00MTS. FROM TIRUVERAMBUR


PSC YARDS IN TEDC/TRICHY TO VARIOUS PLACES IN TRICHY REGION.

SPECIFICATION NO.CE/D/TRY/SPECN.NO./ 34 /2009-2010.

SL.NO Description of work Unit of RATE BOTH


calculation IN FIG AND
WORDS
Transportation of 8.00 M long
PSC poles fromTiruverambur,
PSC yards in TEDC/Trichy to
various places in Trichy
Region.
2(a) Distance from 0-20 Kms 400 NOS per
including loading, unloading pole
and stacking charges
etc.,complete.
(flat rate)

2(b) Distance from 0 to 50 Kms 600 NOS per pole


including loading,unloading per km
and stacking charges

2(c) Distance above 50 Km upto 1000 NOS per pole


100Km ( only transport) per km

The Service Tax at the rate declared by the Govt./ Board will be recovered in every bill and
remitted to Service Tax cell.
NOTE:1. For item 2(a) & 2 (b) the rate including loading,unloading,transporting and
stacking charges.
2. For item 2(c) ,2(d) & 2(e) the rate only for transporting of pole per km.
3. If the distance exceeds 50 Km ,the amount to be arrived first as per
item 2(b) for the first 50 kms and the balance distance to be arrived
as per other items and adding together for total km transported.

Signature of Tenderer
34
SCHEDULE – C

INDEMNITY BOND

I, residing at do hereby indemnity


Chief Engineer/TNEB/Trichy Region/Trichy against any damages,injury to
persons/equipments or property resulting from any accident and agreed to
apply provisions of workman compensation act and to take steps to property
insure against to any claims thereunder.

Further I/We have read the terms and conditions of the


specification No.CE/D/TRY/SPECN.NO./34/2009-2010 and declare that
I/We have agreed to abide by the same.

SIGNATURE OF CONTRACTOR
35

SCHEDULE - D

UNDERTAKING IN LIEU OF PAYMENT OF EMD

THIS UNDERTAKING executed at......................

On this the. .. .. ................ day of two thousand and

By ..........................

A company registered under companies Act, 1956, having its registered office at

............................herein after called the "Tenderer" TO AND IN FAVOUR OF THE

Tamil Nadu Electricity Board, a body corporate constituted under the Electricity (Supply)

Act, 1948, having its office at N.P.K.R.R. Maaligai, Electricity Avenue, 800 Anna Salai,

Chennai-600 002, represented by .....................(Herein after called the Board)

WHEREAS the contract is for the Transport of PSC poles

etc..............................in terms of the Tender Specification No....... dated .............

AND WHEREAS in accordance with Clause.............

of the above said tender specification the tenderer has to furnish E.M.D. of

Rs...........(Rupees ......................

AND WHEREAS the tenderer has requested the Board to accept an

undertaking in lieu of payment in cash of the Earnest Money Deposit.

AND WHEREAS the Board has accepted the requested 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 cash for

Non-fulfillment of the conditions stipulated in the Tender Specification or the conditions

stipulated in the contract by the tenderer.


36

IN CONSIDERATION OF THE Board having agreed to accept an undertaking

from the tenderer in lieu of payment of Earnest Money Deposit in cash the tenderer

undertake to pay the sum of Rs...........(Rupees ................................. only) immediately

when a demand is raised by the Board against the tenderer without any demur in the event

of the following:-

(i) If he withdraws his tender or backs out after acceptance of the tender or fails to
remit the security Deposit.
(ii) If he revises any of the terms quoted during the validity period.
(iii) If he violates any of the conditions of the Tender Specification No........dated.........

NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING

is such that if the tender 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 to revoke this guarantee till the contract is completed under

the terms of contract.

The expressions, tenderer and the board herein before used shall include their respective

Successors and assigns in office.

IN WITNESS WHEREOF THIRU..........................

for and on behalf of the tenderer has signed this undertaking on the day, the month and

year first above written.

in the presence of Witnesses:

1.

2.

SIGNATURE

Das könnte Ihnen auch gefallen