Sie sind auf Seite 1von 28

TAMIL NADU TRANSMISSION CORPORATION LIMITED

Conducting soil investigation for safe bearing capacity for alternate source
to 110KV Santhapettai SS by erecting SC line on DC tower of link line from
110 KV Thirunagar SS..

TENDER SPECIFICATION NO: E-Tender-02/2020-2021 of


EE/TLC/PRI

Due date & Time for opening of Tender :12.06.2020 @ 14-30 Hrs

OFFICE OF THE EXECUTIVE ENGINEER,


TRANSMISSION LINE CONSTRUCTION,
PERUNDURAI
TANTRANSCO

e-Tender Notice
Online e-bids are invited from eligible and interested firms for the work of “Conducting
soil investigation for safe bearing capacity for alternate source to 110KV Santhapettai SS by
erecting SC line on DC tower of link line from 110 KV Thirunagar SS.”
http://tntenders.gov.in/nicgep/app

1) Tender Specification No. E-Tender-02/EE/TLC/PRI/2019-2020


2) Name of work Conducting soil investigation for safe bearing
capacity for alternate source to 110KV Santhapettai
SS by erecting SC line on DC tower of link line
from 110 KV Thirunagar SS.
3) Nature of Tenders Works contract
4) Method of Tender E-Tender (Two Part) System
5) URL for online submission of e- https://tntenders .gov.in/nicgep/app
tender
6) Earnest Money Deposit Rs.600/- (Rupees Six hundred only)
Account No :1206201004840
Name of Bank : Canara Bank
IFSC Code :CNRB0001206
Mode of payment must be stipulated in Section II
of the Tender document
7) PEMD Rs.10,00,000/- Lakhs and above
8) Tender Document download 01.06.2020 at 09.00 Hrs
start time
9) E-Tender Submission start date 01.06.2020 at 09.00 Hrs
and time
10) E-Tender download end date and 12.06.2020 at 14.00 Hrs
time
11) Last date and time for 12.06.2020 at 14.00 Hrs
submission of proof of Payment of Section I of the tender document may be referred
EMD for further details
12) Date and time of opening of E- 12.06.2020 at 14.30 Hrs
Tender
13) Document to be uploaded by Techno Commercial Bid, Price Bid (BOQ) and
the Tenderer during submission of Technical and commercial documents and other
E-tender documents as mentioned in the tender condition
14) Place at which the tenders will O/o Executive Engineer,
be opened Transmission Line Construction,
Perundurai.
NOTE :

1. In the event of the specified date of opening of bids being declared


holiday, the bid shall be opened on the next working day at the same time and
venue.

2. Bid document can be downloaded free of cost and submitted online


through the website http://tntenders.gov.in/nicgep/app only by those contractors,
who are having valid Digital Signature Certificate and the bid document cannot
be purchased from the Office of the Superintending Engineer by remitting the
cash in the office of the Superintending Engineer and no pre request for issue of
bid document will be entertained in the Office of the Superintending Engineer.
3. The Contractors who had downloaded the Bid document from the
website shall submit the Bid document through NIC Website before the
scheduled time of submission. The electronic bidding systems would not allow
any late submission of bids. (No bid document is to be sealed and brought to the
office of the Superintending Engineer for placing in Tender Box)
4. The Tenderers shall ensure whether any Clarification/Amendment is
issued to the Specification, before submission of their Tender, by visiting the
respective Website.
Tender Specifications

Specification No.05/EE/TLC/PRI – 02/2020-2021

Approximate Class of Period of


Sl.
Name of the work Value of the the EMD contract
No
work Eligibility
Conducting soil investigation
for safe bearing capacity for
alternate source to 110KV
Class V
1 Santhapettai SS by erecting 60,000/-
and
Rs.600/- 30 Day
SC line on DC tower of link above
line from 110 KV Thirunagar
SS.

Date/Time for Opening of Tender:12/06/2020 -14:30 Hrs.

This Tender specification contains the following


1. BQR
2. Section I (Instruction to tenderers)
3. Section II (General, Technical and Commercial Conditions)
BID QUALIFICATION REQUIREMENTS (BQR)

The bidders shall become eligible to bid on satisfying the following“BID QUALIFICATION
REQUIREMENTS” and on uploading of the required documentary evidences along with the Tender bid
submission.

1. The bidders should be a registered contractor in the class V and above

2. Bidders should have executed for civil works of construction of building for a value not less
than the 40% of tender value in a single agreement or otherwise total value of tender in
multiple agreement within past ten years.

3. Bidders should furnish the experience/completion certificates as issued by an officer not less
than Executive Engineer intended in the name of the bidders or his company.

4. The tenderers who have executed works directly with TANTRANSCO/TANGEDCO/ANY OTHER
GOVERNMENT ORGANIZATION, only eligible to participate in the tender.

5. The experience of the tenderers for the work executed under Sub-Contract could not be
considered, and will be summarily rejected.

6. A Copy of Registration of Employment Provident fund(EPF) organization should be enclosed,


otherwise the tender will be summarily rejected.

7. A copy of GST Registration should be enclosed, otherwise the tender will be summarily
rejected.

8. A Copy of Registration of Employment State Insurance(ESI)should be enclosed, otherwise the


tender will be summarily rejected.

9. The tenderers should be prescribed the Earnest Money Deposit and satisfy the requirements
as per applicable clauses of the tender specification

10. Any offer not satisfying the above requirements will be summarily rejected.

11. The tenderers who are all exempted from payment of Earnest Money Deposit, should
Attach/upload without fail the duly attested scanned copies of certificate of having registered
as SSI/MSME with the Government of Tamil Nadu (or) proof for Government Departments
/Undertakings/Corporations owned by Government of Tamil Nadu, etc. or any other
acceptable supporting document conformed to the relevant Indian acts/rulesor government
notifications as the case may be. The tenderers should also furnish theaudited attested copy
of profit and loss account, balance sheet along with the proof forexemption from payment of
EMD in order to ensure SSI/MSME status of the firm basedon the investment held in plant and
machinery for extending exemption from paying EMD. In the case the investment in plant and
machinery as per financial statement ofAccounts exceeds Rs.5crores the same will be verified
with the General Manager, District Industries Centre concerned and EMD exemption will be
considered only onreceipt of confirmation from the GM/District Industries Centre. Copies may
be uploadedouter technical and commercial cover of e-tender, in such manner that proof of
exemption is visible immediately after opening of the electronic file. The fact that theyare
exempted from payment of E.M.D. indicating the category under which they are exempted
shall be highlighted before uploading the scanning the document

The Bidder shall furnish documentary evidence for all the above Bid qualifying requirements.
THE OFFERS OF BIDDERS NOT SATISFYING THE ABOVE “BID QUALIFICATION
REQUIREMENTS” WILL BE SUMMARILY REJECTED.
SECTION - I
INSTRUCTION TO BIDDERS

1. The tenders shall be published in two cover system in the e-procurement portal and the
relevant procedure to fill up must be followed as per the NIC “National Informatics Centre”
prevailing rules and regulations.

2. The Outer Cover (in electronic format) shall consist of the following:-
(a) Scanned copies of all BQR warranted documents (in .jpg, .pdf formats only or as
warranted by the web portal)

(b) Proof for payment of EMD through NEFT/RTGS only or else relevant documents for EMD
Exemptions.

(c) contractor registration certificate and its present valid renewal certificate

(d) scanned copies of PAN card, GSTIN no.(either provisional as per GST Act 2016 form REG
25) or permanent GSTIN no. as issued by Govt of India.

(e) IT return filed in the last assessment year

3. The Inner Cover (in electronic format) Shall Consist of the following:-
(a) BOQ only (in Excel Sheet format)

4. TANTRANSCO will not be responsible for any kind of data losses while uploading or
downloading or any experienced technical glitches which may or may not result in any sort of
data losses.

5. It should be understood that TANTRANSCO entails the tenders floated and entitle to the
tender responses received through the e-procurement portal. All other online and website
rights are reserved with NIC “National Informatics Centre” only.

6. Telex, Fax, email, Telegraphic offer will not be entertained. TANTRANSCO reserves the right
to reject any offer which is not received according to the instructions stipulated herein.

Note: If the due date happens to be a holiday the tenders will be opened on the
immediate succeeding working day without any change in the timings indicated.

7. If the tenderer has any doubt about the meaning of any portion of this specification, he
should at once submit particulars thereof to the Executive Engineer / TLC/
PERUNDURAI in writing, in order that the doubts may be cleared until before 48 hours of
the opening of his tender or may call to the phone numbers if any duly published along with
the tenders for clarification regarding the tender strictly with the time period prescribed. The
clarifications issued regarding the doubts is final and TANTRANSCO reserves the right to alter
or defer the clarifications without any time.

8. Calls at any other timing other than specified for clarification will not be entertained strictly.

9. The tenders will be opened by the Executive Engineer / Transmission Line Construction /
Mettupalayamalong with the TANTRANSCO authorized tender opening officer on the due date
and time either or not in the presence of such of any tenderers who may desire to be present.
10. EARNEST MONEY DEPOSIT (E.M.D)

10.1 Intending tenderers should pay the prescribed E.M.D of Rs.600/- (Rupees six
hundred only) as specified earlier.

10.2 The Small Scale Industrial Firms located within the State which are registered with
Tamilnadu Small Industries Development Corporation (TANSIDCO) or any other state
small Industries Corporation (SIDCO) or National Small Industries Corporation (NSIC)
in their respective eligibility category as laid down in the relevant acts or holding
permanent registration certificate from the District Industrial Centres of Directorate of
Industries and Commerce or Micro, Small, Medium Enterprises (MSME) in the category
of their respective eligibility in respect of those items for which the relevant certificate
has been obtained are exempted from payment of E.M.D.

10.3 Undertaking owned by Government of Tamil Nadu are exempted from payment of
E.M.D. Undertaking owned by Central Government of India are not exempted from
payment of E.M.D.

10.4 Bidders who are having valid permanent EMD with TNEB/TANTRANSCO for an amount
as mentioned below are exempted from payment of Earnest Money Deposit and are
eligible to participate in the tender

Sl.No PEMD Amount Eligible value of tender to be participated


1. Rs.10,00,000/- Up to and not exceedingRs. 10,00,00,000/-
2. Rs. 20,00,000/- Up to and not exceeding Rs. 50,00,00,000/-
3. Rs. 50,00,000/- All tender values

The existing PEMD holders for Rs.5,00,000/- are not eligible for participating the
Tenderunless they pay the differential amount for their requirement of eligibility.

10.5 The Earnest Money Deposit may be paid through NEFT/RTGS only in favor of The
Superintending Engineer/GCC/ TANTRANSCO/ Coimbatore. Prospective
bidders willing to pay their EMD through Demand Draft/Banker’s Cheque must ensure
their payment instrument must reach this office (i.e. O/o. The Superintending
Engineer, General Construction Circle, D.no:- 182, Dr.Subburayan road,
Tatabad,Coimbatore – 641 012, Tamilnadu) 72 hoursbefore the due date and
time of opening of the tender along with the requisition letter addressed to the
Superintending Engineer/GCC/Coimbatore having clear details of EMD amount
purported for the specified tender.

10.6 Prospective bidders willing to pay EMD through online mode of NEFT/RTGS may
transfer their amount to the following current account numbers and ensure the
payment amount will reach 120 minutes before the due date and time of opening of
the e-tender.

Name of the Account :- The Superintending Engineer,


Holder GCC/Coimbatore
Current A/C.No :- 1206201004840
Name of the Bank :-Canara Bank, Gandhipuram Branch,
Coimbatore
IFSC Code :- CNRB0001206
10.7 However, the proof of payment of EMD (ie.copy of e- receipt duly reflecting the UTR
no.) must be uploaded in the technical and commercial cover (in electronic format) of
the e- tender without fail. Tenders without EMD payment proof will be summarily
rejected without any consideration.

10.8 Part of E.M.D. for part quantity will not be accepted

10.9 Cash will not be accepted.

10.10 Earnest Money Deposit will not carry any interest.

10.11 The tenderers who are all exempted from payment of Earnest Money Deposit should
furnish an undertaking on a non-judicial stamp paper of value not less than Rs.80/-
to pay an amount equivalent to Earnest Money Deposit in case of non-fulfillment of
the conditions stipulated in this Tender (specimen undertaking enclosed).
The tenders received without this undertaking will not be opened and will
be rejected summarily.

10.12 The tenderers who are all exempted from payment of Earnest Money Deposit, should
attach/upload without fail the duly attested scanned copies of certificate of having
registered as SSI/MSME with the Government of Tamil Nadu (or) proof for
Government Departments /Undertakings/Corporations owned by Government of Tamil
Nadu, etc. or any other acceptable supporting document conformed to the relevant
Indian acts/rulesor government notifications as the case may be. The tenderers should
also furnish theaudited attested copy of profit and loss account, balance sheet along
with the proof forexemption from payment of EMD in order to ensure SSI/MSME status
of the firm basedon the investment held in plant and machinery for extending
exemption from paying EMD. In the case the investment in plant and machinery as
per financial statement ofAccounts exceeds Rs. 5 crores the same will be verified with
the General Manager, District Industries Centre concerned and EMD exemption will be
considered only onreceipt of confirmation from the GM/District Industries Centre.
Copies may be uploadedouter technical and commercial cover of e-tender, in such
manner that proof of exemption is visible immediately after opening of the electronic
file. The fact that theyare exempted from payment of E.M.D. indicating the category
under which they are exempted shall be highlighted before uploading the scanning the
document.

10.13 Tenders without EMD exemption proof submitted without valid EMD payment or
irrelevant EMD exemption supporting document as specified or notified in the relevant
Indian Act/rules or government notification will not be admitted and may summarily
be rejected.
10.14 The successful tenderer on whose favor the work award is issued should on demand,
pay in addition to the EMD paid, Security deposit if any, called for by TANTRANSCO in
the prescribed manner. If the successful tenderer either fails to remit the security
deposit amount or withdraw or default out of the tender process, the E.M.D. remitted
by him/her/them will be forfeited.

10.15 The Earnest Money Deposit made by the tenderer will be forfeited if,
i.he withdraws his e-tender after acceptance.
ii. he withdraws his e-tender before the expiry of validity period of the e-tender.
iii. he violates any of the provisions of the terms and conditions of this e-tender
specification.
iv. He/She/Theyrevises any of the terms quoted during the validity period.
v. In the event of the documents furnished with the offer being found to be
bogus or thedocuments contain false particulars, the EMD paid by the
tenderers will be forfeited in addition to blacklisting them for future
tenders/contracts in TANTRANSCO.
10.16 The Earnest Money Deposit will be refunded to the successful tenderer, only after
completion of the contract in all respects to the satisfaction of TANTRANSCO. It will be
carried over as a part of Security Deposit if any due to be payable by the Tenderer.

10.17 In the case of unsuccessful tenderers, the E.M.D. will be refunded to them after
completion of the tender process (i.e after the notification of award letter to the
successful tenderer or the payment of security deposit by the successful tenderer
whichever is earlier and also TANTRANSCO reserves the right to fixation of time and
payment method based on the tender response)

11.0 The evaluation shall include all central duties and state duties such as customs duty,
Integrated Goods and Service Tax (IGST),CentralGoods and Service Tax(CGST),
State Goods and Service Tax (SGST) as detailed below:

11.1 In case of an imported item, the price has to be determined exclusive of the customs
duty and the custom duty must be mentioned separately in the BOQ excel sheet in the
relevant cells. However, the total nett amount of the price (inclusive of all taxes) will
be considered for ascertaining the successful tenderer. No itemwise evaluation will be
carried out in case of multiple items.

11.2 In evaluation of the price of articles which are subject to excise duty, the price has
to be determined inclusive of such excise duty as in vogue and GSTs as governed by
the Goods and Service Tax Act 2017.

11.3 The BOQ quoted tax rates may only be accorded from TANTRANSCO to the suppliers.
However, in case of TDS, the respective tariff tax rates as notified by the Government
of India/Government of Tamilnadu as the case may be will be deducted from the
supplier’s bills.

12 After negotiation but before placing of order, if the TANTRANSCO decides that the price quoted
by the tenderer is exorbitant by the percentage as may be prescribed over the schedule of rates
or prevailing market rates, TANTRANSCO reserves the right to cancel the tender.

13 TANTRANSCO may also reject all the tenders for reasons such as changes in scope of
procurement, lack of adequate financial resources, court orders, accidents or other unforeseen
circumstances.

14 TANTRANSCO reserves the right to


14.1. Vary the quantity to the extent of 25% higher or lesser than that mentioned herein
14.2. To split tender quantity and place order on more than one firm.
14.3. To recover losses if any from the supplier/contractor who does not fulfill the terms
and conditions after award of the contract. The Security Deposit shall be forfeited.
14.4. Cancel the orders for not keeping up the delivery schedule.
14.5. TANTRANSCO reserves the right to request for any additional information and also
reserves the right to accept or reject the offer of any tenderer, if in the opinion of
theTANTRANSCO the tenderer is found not qualified to satisfactorily perform the
contract.

15 Rejection of Tenders :-
The tender is liable to be rejected if it is:
15.1 not in the prescribed form and two cover system not followed.
15.2 not accompanied by the requisite Earnest Money Deposit or proof of exemption.
15.3 not accompanied by an undertaking where Earnest Money Deposit is to be
exempted.
15.4 Incomplete and evasive.
15.5 not properly digitally signed by the tenderer.
15.6 with validity period less than that specified in the specification.
15.7 from any black listed firm or contractor.
15.8 received by e-mail, Telex or Telegram.
15.9 received after the expiry of the due date & time.
15.10 not in conformity with TANTRANSCO's Technical Specification
15.11 from a tenderer who is directly or indirectly connected with Government Service or
TANTRANSCO's Service or localauthority.
15.12 from a tenderer whose past performance or vendor rating is not satisfactory.
15.13 not clearly stated whether the company is potentially sick industrial company or a
sick industrial company in terms of Section 23 or Section- 15 of the Sick Industrial
Companies (Special provisions) Act, 1985. Failure to supply this information will
make the tender liable for rejection.
15.14 If the offer is made for the part of the material and not the whole of the material
overed under the specification.

16 Tamilnadu Transparency in tenders act 1998 and the Tamilnadu Transparency in Tender rules
2000 and subsequent amendments issued thereof are applicable to this tender.

17 Terms and conditions other than TANTRANSCO specified in the tender document if any either
uploaded or submitted by the bidders will not be considered strictly under any circumstances.

18 Bidders shall not make or indulge in attempts to establish unsolicited or with unauthorized
contact with malafide intention either to persuade or overpower or collude or persecute to
influence the tender inviting authority or any of the tender deliberating committee members.
Else the tender will be summarily rejected or TANTRANSCO reserves the right to prosecute as
per the existing Indian Criminal Procedural codes.

19 Important Note :

GST :The following rate of GST will be included with the basic bid value of the contract.
19.1 for Work contract and service contract.
i. For bidders inside Tamilnadu
a. SGST - 9 % of bid value
b. CGST - 9 % of bid value
ii. For bidders outsideTamilnadu
a. IGST - 9 % of bid value
b. CGST - 9 % of bid value
GST at the above rate will be recovered from every bill submitted by the contractor. The same
will be reimbursed on production of relevant documentary evidences by the contractor as per
GST norms.
SECTION - II
GENERAL, TECHNICAL AND COMMERCIAL CONDITIONS

20 The tender should be complete with all details of illustrative and descriptive literature and
drawing of the materials/equipments offered. Information regarding country of manufacture and
origin of materials used in manufacture of the articles should be furnished. The tender shall
furnish complete technical details as per the sketch.

21 The tenders not containing the complete details as above are liable for rejection wherever
necessary.

22 After opening of the bids, any doubts or clarification will be entertained through writing manner
addressed to the Superintending Engineer/GCC/Coimbatore with due respect to the time. It is
also understood that the TANTRANSCO reserves the right to clarify or defer or reject any doubts
as sought therein by the contractor with or without assigning any reasons.

23 VALIDITY OF TENDERS

23.1. Tenders should be valid for acceptance for a period of atleast120days from the date of
tender opening. Offers with lesser validity period will be summarily rejected.

23.2If the validity periodis not indicated in the tender then it will be construed that the tender
is valid for 120 days from the date of tender opening.

23.3. Further, the bidder 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
TANTRANSCO as and when TANTRANSCO finds material in making such decision as
prevailing from time to time due to unpredictable and uncontrollable situations.

24 It may be noted specifically that the tenders with variable price will be summarily rejected.

25 In case of any conflict of interest arises in interpretation of the general, technical and
commercial specifications/conditions, the conditions whichever holds betterment of the work and
whatever holds goods as of TANTRANSCO’s prosperity will be finalized. TANTRANSCO also
reserves the right to finalize all the conflict of interest of interpretation.

26 No offer shall be withdrawn after submission or before the expiry of the validity specified or
extended thereof for the tender.

27 In the process of examination, evaluation and comparison of tender offers, TANTRANSCO may at
its discretion ask the bidder for any clarification at any time before or after opening of the
tender.

28 The bidders whose tender offers has/have computational, arithmetic errors will be considered
with required or specified provided this condition applies as TANTRANSCO’s discretion of the
prevailing requirement. TANTRANSCO’s discretion in this regard hold final and also cannot be
claimed under any circumstances.

29 The Contractor/Contracting firm once awarded with the work is solely responsible for all types of
taxes, surcharges, penalties etc as levied by the authorized authorities of government and
TANTRANSCO will not extend or interfere in any of the issues as arised or mentioned in this
regard unless or otherwise according of certificates, depositions, testimonials as mandated by
the relevant Indian Act of that circumstances.

30 The bidders must comply to the provisions of the Goods and service tax Act 2016 and its
concurrent notification as and when issued by the Government of India. The bidders must also
have a valid Provisional GSTIN or permanent GSTIN issued by the authorized authority of
Government of India.

31 GSTIN either provisional or permanent with expired or suspended validity will not be entertained
at any circumstances

32 TANTRANSCO has migrated to GST regime on 15.06.2017 and availed Provisional issued to
TANTRANSCO is 33AADCT478431ZC.

The GST registration details of TANTRANSCO are given below

Sl.no TANTRANSCO Details DATA


1. Customer Name Tamilnadu Transmission Corporation Limited
2. Full Postal Address No. 144, 5B Block, Annasalai, Chennai – 600 002.
3. Type of Customer Company
4. GSTIN (Provisional Number) 33AADCT478431ZC

Office of the Superintending Engineer


5. Billing of the Customer 182, Dr.Subburayan road,
Tatabad, Coimbatore – 641 012.
6. Registration State Tamilnadu

33 Works Contract:- As per clause (119) of section 2 of CGST 2017 defines a work contract as a
contract for building, construction, fabrication, completion, erection, installation, fitting out,
improvement, modification, repair, maintenance, renovation,alteration or commissioning of any
immovable property wherein transfer or property in goods (Whether as goods or in some other
form) is involved in the execution of such contract.

Entry 6 of schedule II to the CGST considers work contract under section 2(119) as composite
supply of services @ 18% GST.

34 Composition scheme:- A registered tax payer, whose aggregate turnover does not exceed
Rupees seventy five lakh in the preceding financial year may opt for ‘Composition Shceme” by
which such person in paying GST of 1% for manufacturing, 2% for trading and 5% in case of
restaurant service by themselves on quarterly basis. When TANTRANSCO purchases Goods from
such person, there shall not be any tax component in their invoice.

35 It is noted importantly by the bidders/contractor that after the completion of works contract in all
respects an invoice/Bill for all the items of work by properly displaying all the split out details of
Goods and service tax may be shown clearly in the invoice/bill submitted as per the following
manners of issuing invoice as per the subsequent clause of this conditions vide sl.no:- 36

36 InVoice or bill:-
Tax invoice shall be raised for every taxable supply of goods and services duly consisting of
applicable GST rates i.e., IGST or CGST and SGST along with the following contents (Sample
invoice for supply of service and goods is enclosed). Even for the GST payment for Goods
and Services under Reverse Charge Mechanism, separate invoice has to be issued by
TANTRANSCOL and records to be maintained. For exempted supply of Goods and Services,
bill of supply is to be issued.

In TANTRANSCO case, receipt under LT and HT package for sale of power is already in
practice, which is adequate and will continue as such under GST. The charge in invoice
pattern is required for sale of fly ash, sale of scrap, Training fees, Testing fees, Rent, and
other taxable services.
(a) Name, address and GSTIN of the supplier (TANTRANSCO)
(b) TANTRANSCO’S Invoice Number with date – the number may have to be serially numbered
from July 2017 consecutively till end of financial year. Invoice may have prefix of short code
of circle like TTPS/NCTPS/MEDC/CHSEDC/MDUEDC etc., For example, TTPS 0001.
For every financial year, this Invoice number may be started afresh. (Development of
separate package for GST purpose is also being explored)
(c) Name, address and GSTIN, if registered, of the recipient;
(d) Name and address of the recipient and the address of delivery, along with the name of State
and its code, if such recipient is un-registered and where the value of taxable supply is fifty
thousand rupees or more
(e) HSN code of goods or Accounting code of services
(f) Description of goods or service
(g) Quantity
(h) Total value of supply of goods or services or both
(i) Rate of tax (Central GST and State GST, Integrated GST, and cess if any)
(j) Amount of tax charged in respect of taxable goods or service (Central GST and State GST,
Integrated GST, and cess if any)
(k) Place of supply along with the name of State, in case of a supply in the course of inter-State
trade or commerce
(l) Address of delivery where the same is different from the place of supply
(m)Signature of authorized person

37 Manner of issuing invoice:-


(1) The invoice shall be prepared in triplicate, in case of supply of goods, in the following
manner:-
a. The original copy being marked as ORIGINAL FOR RECIPIENT
b. The duplicate copy being marked as DUPLICATE FOR TRANSPORTER
and
c. The triplicate copy being marked as TRIPLICATE FOR SUPPLIER
(2) The invoice shall be prepared in duplicate, in case of supply of services, in the following
manner:-
a. The original copy being marked as ORIGINAL FOR RECIPIENT and
b. The duplicate copy being marked as DUPLICATE FOR SUPPLIER

At the same time, the number of additional copies that may be required for admitting claims
by TANTRANSCO, such copies may be obtained from contractors/suppliers. Similarly,
TANTRANSCO may also issue additional copies as required by consumer/beneficiaries .

38 TIME LIMIT FOR ISSUE OF INVOICE FOR SUPPLY OF GOODS:

The invoice is required to be raised at the time of making supply of goods.


For example, invoice is to be issued within 30 days from the supply of services.
Every registered person receiving an advance in respect of goods and service would be
required to issue a “receipt voucher”. If advance is received before actual supply of
goods/service, the corresponding GST become payable and forms part of the liability for the
month in which the advance is received. The details of such advance need to be captured in
the outward supply GSTR1, the month in which advance is received. In the month of actual
invoice raised, the details of advances along with earlier generated transactions id needs to
be mentioned in such GSTR1 for the said month
39 Thus, a separate tracking of the advances with the generated transaction id needs to be
maintained to ensure correct and complete details are captured in the return, based on which
thecredit would be allowable to TANTRANSCO. This is important to ensure that tax is not paid
twice on one supply i.e. at time receipt of advance as well as at time issue of invoice.

40 RIGHTS OF THE BOARD:

40.1 Not withstanding anything contained in this Specification, the TANTRANSCO reserves
the rights :

40.2 to split the Tendered Quantity and place orders on one or more than one firm as per
the Tamil Nadu Transparency in Tender Rules 2000 since the tendered material is so
vital in nature and the failure in supply would affect the public interest.

40.3 to recover losses , if any, sustained by TANTRANSCO, from the tenderer who
pleads his inability to complete backs out his obligation after award the contract. The
Security Deposit paid shall be forfeited.
40.4 to cancel the orders for not keeping up the within schedule period.
40.5 to accept the lowest eligible tender.
40.6 to reject any or all the tenders or cancel without assigning any reasons therefore.
40.7 to relax or waive or amend any of the conditions stipulated in the tender Specification
wherever deemed necessary in the best interest of the TANTRANSCO.

40.8 The purchaser reserves the right to request for any additional information and also
reserves the right to reject or accept the proposal of any tenderer, if in the opinion of the
purchaser, the qualification data is incomplete or in the opinion of the TANTRANSCO the
bidder is found not qualified to satisfactorily perform the contract.

40.9 The offers of the Tenderers with Deviations in Commercial terms and Technical Terms of
the Tender Document are liable for rejection.

40.10 No alternate offer will be accepted.


COMMERCIAL Conditions

41 PERIOD OF CONTRACT:

The period of contract is -1- month from the date of handing over of site.
The site shall be taken over within 15 days from the receipt of letter of award by contacting
the respective Executive Engineer related to the work, and also to enter into K2 agreement
by remitting the necessary Additional security deposit / furnishing irrevocable bank
guarantee.

42 PLACING OF ORDERS ON RATE CONTRACT BASIS:

42.1 It is not binding on the Board to accept the lowest or any tender. TANTRANSCO reserves the
right to split and place orders for the items with different tenderers and for revising the
quantities at the time of placing the orders. The TANTRANSCO reserves the right to vary the
quantity finally ordered to the extent of 25% either way of the requirement indicated in the
tender documents.

42.2 The award of contract will be issued to the successful tenderer with all TANTRANSCO's terms
and conditions, duly indicating the approved unit rates and the approximate quantity allotted
to them for a period of 1 month for completing the work

42.3 SPECIFICATIONS DRAWINGS AND SCHEDULE OF QUANTITIES:

The tenderer shall closely follow the Board’s Specification with Addendum. The Tamil Nadu
Building Practice the standard Preliminary Specification contained therein and the Indian
Standard Specification. I.S 456, I.S. 457 and IS. 1200 and all other specification and latest
amendments relating to the works while tendering his rates, He shall also carefully study the
drawing and additional specification and all the documents which form part of the agreement
to be entered into by the accepted tenderer. The TNBP, the Indian Standard Specification
and other documents connected with the contract such as specifications, plans can be seen
during, working hours on office day in the following offices:-
1. The Executive Engineer,
Transmission Line Construction,
PERUNDURAI

42.4 Discrepancy in plans, specification, schedule or the schedule of the quantities or error or
omission in any of them, reference must be made to the Executive Engineer for clarification
and the contractor will be held responsible for any errors that may occur in the execution of
the work through neglect of this precaution.

43. TECHNICAL SPECIFICATION:


43.1 Materials and workmanship.
The Tenderer’s attention is directed to the requirements for materials under the clause of
Materials and workmanship in the Board’s specification. Preliminary specification and Indian
Standard Specification.
Materials confirming to the Board’s specification Tamil Nadu Building Practice and Indian
Standard Specification shall be used on the work.
43.2 Samples of materials:
Samples of materials as called for in the standard specification or as required by the
Superintending Engineer or Executive Engineer or Assistant Executive Engineer incharge of
the works shall be submitted to the Executive Engineer for approval before the supply to the
site of work is began.
43.3 Specification as per relevant IS code.
43.4 Samples of (Fittings and Clamps and connectors):
Samples of materials as called for in the standard specification or in this tender notice or as
required by the Superintending Engineer or Executive Engineer or Assistant Executive
Engineer incharge of the works shall be submitted to the Executive Engineer / Substation
Erection for approval before the supply to the site and erection work is to be began.
43.5 Progress of work:
43.6 Reports:
The contractors should submit the daily report of the work showing the details of labour out-
turn etc., to the Assistant Executive Engineer / Transmission Line Construction marking a
copy to the Assistant Engineer/ Junior Engineer concerned.

43.7 Extension of Time:


Extension of time for completing the work will be granted only in the deserving
cases and if due to condition beyond the control of the contractors. Request
for extension of time should be addressed in writing to the Superintending
Engineer through the Executive Engineer / Assistant Executive Engineer and
Junior Engineer / Civil /Electrical. concerned for their remarks and
recommendation well in advance i.e., before the date fixed for completion of work.

43.8 QUALITY OF WORK:

43.9 It must be specially noted that this work must be done in the best workman ship
manner.
43.10 TERMINATION OF CONTRACT FOR BAD QUALITY OF WORK:
If the contractor is found not exercising adequate care to ensure standard quality
workmanship, he will be warned in writing by the Executive Engineer.
If he does not improve in spite of written warning, his contract will be terminated and the
Earnest Money Deposit will be forfeited.

GENERAL CONDITIONS
44. The Madras detailed standard specification will be followed wherever applicable and
for all this particulars not specifically covered by this specification All the latest
deviations as approved by the chairman. Chief Engineer and other officers of the Tamil Nadu
Electricity Board as on date shall be given effect to whether the same are specifically stated
here not. Attention of the tenderer is incited to Public Works Department G.O.Ms.No.2395
dt.13.09.1945 according to which the contractor engaged on Government or public work must
offer employment to Ex-servicemen as for a s possible at local rates . The number of Ex-
servicemen to whom he can so offer employment should be mentioned in the tender and he
should also under take in the agreement to offer such employment to such number, suitable
clauses will be inserted in the agreement to this effect.

45. MANUAL WORKERS GENERAL WELFARE FUND:-


Tenders are requested to note that 1% towards the contribution to the manual
labour welfare Fund will be deducted from the running bills of works and the recoveries
remitted to the Tamil Nadu construction Works Board/Madras – 18 at periodical intervals.
The Above percentage of deduction is on the Gross amount of the bill. This cost should be
included in the Tendered value and any omission/failure on this account will not be
entertained.

46. SECURITY DEPOSIT AND AGREEMENT:


(i).when a Tender is to be accepted, the tenderer whose tender is under consideration shall
attend the Circle Office on the date fixed by written intimation to him. He shall forth with
upon intimation being given to him by the Superintending Engineer of acceptance of his
tender make a security deposit for a value of 5% of the accepted contract amount including
E.M.D. as will be intimated to him at the time of award of the work only by Cash or Demand
Draft or Bankers Cheque. If the value of work exceeds Rs.10 lakhs. Irrevocable Bank
Guarantees duly pledged in favour of Superintending Engineer/General Construction
Circle/Coimbatore may also be accepted. The receipt obtained for the cash payment from the
Assistant Accounts Officer/GCC/CBE. may be handed over to D.B./C.O/G.C.C.

(ii) .On furnishing the security Deposit by the Successful Tenderer, and on the further
intimation by the Superintending Engineer/General construction Circle/Coimbatore the
successful Tenderer should enter into necessary agreement in the prescribed form. The
stamp duty payable for this agreement and Supplemental slip is of the value of Rs.80/-
(Rupees eighty Only) which be done by the successful Tenderer

(iii). Accident Risk Insurance Policy:


The contractor should satisfy the field Superintending Engineer/Chief Engineer/Special
Officers that an accident Risk Insurance Policy is taken before taking over the work. And also
satisfy the field officers that policy/policies is/are kept in force, till the work is completed and
works are taken over by the Board on the issue of completion certificate.
(iv). Guarantee clause:

The work carried out by the contractor shall be guaranteed for safe and satisfactory
performance for a period of SIXTY months from the date of completion and handing over to
the Board for building works and 6 months for works other than building works.The
contractor shall maintain the structure at his expenses to the satisfaction of the Engineer
during this period even though the various works may be put into performance.

(V). Refund of EMD and Retention Amount:


Contractor is eligible for refund of EMD, ASD & Retention amount under the following
conditions. The amounts will be released after a satisfactory completion of interim guarantee
period of
a. 6 (six) months for other than building work.
b. 12 months for building works, on production of indemnity for the balance period of 48
months.

(VI). Penalty/Liquidated damages for delay works:


” If the contractor fails in the due performance of this contract within the time fixed
by the contract of any extension there of and the Board shall have suffered any loss from the
delay occasioned by such failure, the contractor is liable at the discretion of the Engineer, to
liquidated damages/Penalty up to ½ % of the contract price per week reckoned on the
contract value of such portion only of the works as can not in consequence of the delay be
used commercially and efficiently during each month between the appointed or extended
times as the case may be and the actual time of acceptance or taking over of the work, and
such penalty shall be in full satisfaction of the contractors liabilities for delay but shall not any
case exceed 10% of the contract value of such portion of the work. IN addition to this
provision regarding levy of penalty for slow progress of work and delay for not keeping up the
interim and final completion periods specified for various milestone activities as stipulated in
the general conditions of contract in Tamil Nadu building practice for works would apply.
However in respect of contracts where supplies effected in part or of works executed
in part could not be beneficially used by the Board (due to such incomplete
supplies/execution) liquidated damages shall be worked out on the basis of entire contract
price for completed work only and not on delay portion.
The contract is liable to the Board in addition to liquidated damages for delay, the
actual difference in price wherever Board orders, the delayed quantity to be
supplied/executive by other agencies at Higher rates.
47. SPECIAL TENDER CONDITION:
47.1 Tenderers should quote their rates item wise against each item and each page should
be duty signed No. other entry condition or offer should be made in the contract form
and if such entries are noticed the tender will be summarily rejected.
47.2 Dewatering:
Unless separately provided for in the schedule of quantities, dewatering is deemed to
have been included in the unit rates quoted for excavation and concreting.
47.3 If the Tender quoted value is 15% less than the estimate value, the Tenderer should
pay 50% of the difference in amount between the estimate sanction value and Tender
value as Additional Security Deposit which will not bear any interest in addition to EMD
5% for issuing acceptance of work award letter. This amount will be returned to the
contractor on satisfactory completion of works in all respects.

48. EMPLOYMENT OF PROFESSIONALLY QUALIFIED PERSONNEL


The tenderers who are themselves not professionally qualified shall undertake to employ
qualified technical men at their cost to look after the work. The tenderer should state in clear terms
whether they are professional qualified or whether they undertaken to employ technical man required
by the Board Specified in schedule – below for the works, in case the selected tenderer is
professionally qualified or has undertaken to employ technical man under him he should see that
one of the technically qualified man is always at site of the work during working hours personally
checking all items of work and payng extra attention to such work as may demand special attention
ex:- reinforced concrete works etc.,
S Value of contract Minimum qualification prescribed for the
Sl No technical staff to be employed.

1 Above Rs.1 Lakh and One Diploma Holder in Electrical/civil


upto Rs.3 Lakhs Engineering OR a retired Supervisor (/Civil)from Govt,
Service or Autonomous Body like the Tamil Nadu
Housing Board etc.,
2 Above rs.3 Lakhs and One B.E. (Civil)or an Equivalent Degree Holder
upto Rs.10 Lakhs in Civil Engineering with one year experience OR a
retired Civil Engineer from Govt. Service or
Autonomous Body not below the rank of Assistant
Executive Engineer.
3 Above Rs.10 Lakhs One B.E . (Civil)or an Equivalent Degree
and upto Rs.50 Lakhs Holders in Civil Engineering with 3 years experience
OR a retired Supervisor (Civil)from Govt, Service or
Autonomous Body like the Tamil Nadu Housing Board
etc., not below the rank of Assistant Executive
Engineer. Plus one Diploma Holder in Civil
Engineering or retired Supervisor / Civil from Govt.
Service or Autonomous Body like the Tamil Nadu
Housing Board etc.,
4 Above Rs.50 Lakhs One B.E . (Civil)or an Equivalent Degree
Holders in Civil Engineering with 3 years experience
plus 3 Diploma Holders in Civil Engineering.

NOTE:-(i) An amount of Rs.6,000/- per month per person for Graduate Engineers and
Rs.4,000/- per months per person for diploma holders will be recovered as penalty for Non-
Employment of technical personnel specified above.
49. PAYMENT:
Payment for the supplies will be made in Central Payment, O/o SE/
GCC/TANTRANSCO/Coimbatore by cheque on any one of the Nationalised Banks/ Scheduled
Banks approved by Reserve Bank of India in Tamil Nadu. The Bank charges involved in
making the payment will be to the account of the Tenderer.

Payments will not be made for materials and works are damaged during execution. All
defective works shall be attended by the contractor free of charge.
For the works completed within the contractual delivery period:
95% of the All-inclusive price (including Goods and service Tax) of the works of each
consignment will be paid within a reasonable time after completion of work and submission
of bills with required documents after deducting recoveries, if any.
For the works beyond the contractual period if accepted by the tenderer.
95% of the all-inclusive price (including Goods andService Tax) of the works after
deducting the appropriate amount of LD of each consignment will be paid within a reasonable
time after receipt of materials and submission of bills with required documents after deducting
recoveries, if any.
For the delayed payments, if any, TANTRANSCO will not pay any interest on any
account.
50.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
The Successful tenderer will have to furnish 5% of order value (All-inclusive price) of each
and every indent issued during the Rate Contract period as Security Deposit cum Performance
Guarantee (including Earnest Money Deposit remitted) in the form of DD / Banker's Cheque /
irrevocable Bank Guarantee as specified in General condition under the clause Security
deposit &.

The successful tenderer will have to furnish the Security Deposit cum Performance Guarantee
within 15 days from the date of receipt of award of Rate Contract Order. The security deposit
Cum Performance Guarantee will not carry any interest. The TANTRANSCO also reserves the
right to accept the belated payment of security deposit Cum Performance Guarantee by
levying penal interest at the rate of 22% p.a. from the date of expiry of 15 days time limit till
the date of actual payment of Security Deposit cum Performance Guarantee. The same will be
recovered from supplier’s first bill.

Failure to comply with the terms regarding Security Deposit Cum Performance Guarantee 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 Contractor.The Security
Deposit Cum Performance Guarantee 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 tenderer 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 tenderer 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.

51.0 LIQUIDATED DAMAGES for supply and rate contracts:


The delivery as specified should be guaranteed by the supplier under the Liquidated Damages
Clauses given below:

If the supplier fails to deliver the materials within the time specified in the indent or any
extension thereof, the purchaser shall recover from the supplier as liquidated damages, a sum
of half a percent (0.5%) of the All-inclusive price of the undelivered Materials for each
completed week of delay. The total liquidated damages shall not exceed ten percent (10%) of
the All-inclusive price of the materials so delayed. The actual date of delivery of materials with
all its accessories at destination stores will be reckoned as date of delivery for this purpose.
Liquidated damages will also be recovered for the quantity not supplied as is done for the
belated supply. It is the responsibility of the suppliers to arrange for inspection, despatch etc.
in time to keep up the delivery schedule.
If supplies to be rendered against the Rate Contract Order are made by the supplier beyond
the period of delivery stipulated in the indent and if they are accepted by the TANTRANSCO,
such acceptance is without prejudice to the TANTRANSCO's rights to levy liquidated damages
for the delay in supply.

The TANTRANSCO will also be at liberty to cancel the order if the supply is not made as per
the delivery schedule specified in the indent, notwithstanding its rights to claim liquidated
damages for the belated supplies and quantity outstanding to be supplied as on the date of
cancellation.

The suppliers are liable to pay the amount of loss sustained by the TANTRANSCO in the event
of non-execution of orders, if any placed on them either in full or part to the satisfaction of
the TANTRANSCO under the terms and conditions of contract and in the event of placing
orders for such quantities on some others at a higher price.Tenderers not giving clear and
specific acceptance to the above clauses are liable for rejection.

If there is any downward trend in prices on account of belated supplies, the tenderers have to
accept the same with the levy of liquidated damages, for belated supplies.

The defaulting contractors will be liable to pay to the TANTRANSCO in addition to Liquidated
Damages for delay, the actual difference in price wherever TANTRANSCO orders the delayed
quantity to be supplied by other agencies at a higher cost.
52.0 FORCE MAJEURE:

The supplier shall not be liable for delay in performing his obligations resulting directly or from
any force majeure conditions herein defined as:

(a) Any cause which is beyond the reasonable control of the supplier or purchaser as the case
may be
(b) Natural phenomena, such as floods, drought, earthquakes and epidemics.

(c) Act of any Govt. Authority, domestic or foreign, such as wars declared or undeclared
quarantines, embargoes licensing control on production or distribution restrictions.

(d) Accident and disruptions such as fire, explosion, inrespect to date of tender opening, break
down of essential machinery or equipments etc.

(e) Mass Civil Strikes by public, slow down, and lockouts.

(f) Failure or delay in the supplier's source of supply due to force majeure causes enumerated at
'b' to 'e' above shall be considered, provided the supplier produces documentary evidence to
show that there were no other alternative source of supply available to him or if available the
lead time required was likely to be longer than the duration of the force majeure at the
normal source of supply. All the provisions of this clause shall apply whether the disruption
cause is total or partial in its effect upon the ability of the supplier to perform.

NOTE: The cause of force majeure condition will be taken into consideration only if the supplier
notifies within 15 days from the occurrence of such eventualities. The purchaser shall verify
the facts and grant such extension as the facts justify. For extension due to force majeure
conditions, the supplier shall submit his representation with documentary evidence for
scrutiny by the purchaser and decision of the purchaser shall be binding on the firm.

Provided that if the performance in whole or part by the supplier on any obligation under this
contract is prevented or delayed by reasons of any eventuality for a period exceeding 60
days, the TANTRANSCO may at its option terminate the contract by a notice in writing. The
Power cut shall not be considered under force majeure condition. The period of extension
shall be decided only by the authority who placed the order, after verifying the evidence for
the cause of delay.
53.0 FAILURE TO EXECUTE THE CONTRACT:
Contractors failing to execute the order placed on them to the satisfaction of the
TANTRANSCO under the terms and conditions setforth therein, will be liable to make good the
loss sustained by the TANTRANSCO, 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.

54.0 NON-ASSIGNMENT:
The bidder shall not assign or transfer the contract or any part thereof without the prior
approval of the Purchaser.
55.0 EFFECTING OF RECOVERIES:
Any loss, arising due to non-fulfillment of this contract or any other contract, will be recovered
from the Security Deposit held and / or any other amount due to the supplier from the
TANTRANSCO/TANTRANSCO from this Contract as well as from other contracts.
56.0 RECOVERIES OF DUES:
The Board is empowered
56.1 to recover any dues against this contract in any bills/Security Deposit/ Earnest Money
Deposit/Permanent Earnest Money Deposit due to the contractor either in this contract or
any other contract with TNEB/ TANTRANSCO/TANTRANSCO.
56.2 To recover any dues against any other contracts of the contractor with TNEB/
TANTRANSCO/TANTRANSCO, with the available amount due to the contractor against this
contract.

57.0 RAW MATERIALS:


It is the responsibility of the tenderer to make his own arrangement to procure the necessary
raw materials required for the manufacture

58.0 INCOME TAX PERMANENT ACCOUNT NUMBER AND TIN NUMBER:


The tenderers should furnish the permanent Account number issued by Income tax
Department with the Tender.

The tenderer shall furnish the TIN Number of the firm along with the proof in the tender.

59.0 ARBITRATION ACT NOT TO APPLY:


The TANTRANSCO will not accept any arbitration in case of disputes arising in any respect
under this contract. Any dispute arising out of this contract
shall not be subject to arbitration under the provisions of Arbitration and Conciliation
Act 1996 in the event of any dispute between the parties.

60.0 PAST PERFORMANCE:


The intending tenderers shall furnish the documentary evidence with details of Rate Contract
Orders executed during the last five years in the proforma enclosed in the Tender
Specification as per Schedule-C.

The details furnished by the tenderers shall be in complete shape and if it is found that any
information is found omitted, suppressed, incomplete or incorrect, the same will be taken
note of while dealing with the tenders in future

61.0 LEGAL STATUS OF THE FIRM:


The tenderers shall furnish necessary documents evidencing their legal status of the firm
along with their offer.
62.0 JURISDICTION FOR LEGAL PROCEEDINGS (AFTER AWARD OF CONTRACT)
No suit or any proceedings in regard to any matter arising in respect of this contract shall be
instituted in any court, save in the High Court, Madras, City Civil Court at Chennai or at the
Court of small causes at Chennai. 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 the cause of action might arise within the jurisdiction of
any other Courts in Tamil Nadu and rest within the jurisdiction of courts outside the Tamil
Nadu, then it is agreed to between the parties that such suits or proceedings shall be
instituted in a Court within the State of Tamil Nadu and no other court outside the State of
Tamil Nadu shall have jurisdiction even though any part of the cause of action might arise
within the jurisdiction of such courts. The successful Tenderer shall furnish an undertaking as
per Annexure-II in a non judicial stamp paper of Rs.80/-agreeing to the above condition.
Performance Guarantee will be released on expiry of guarantee period after ensuring that
defects/damages during the guarantee period are rectified/replaced.

63.0 QUANTITY ALLOCATION :

At the time of issuing indent for supply of materials, TANTRANSCO reserves the right
to allocate the quantity after ensuring the manufacturing capacity, ability of supply, quantity
offered and past performance.

64.0 CONTRACTORS OBLIGATIONS


64.1. ACCIDENTS:
It is incumbent on the part of the Contractor to see that it shall be his sole
responsibility to protect the public and his employee against any accident from any causes
and he shall indemnify the Tamil Nadu Electricity Board against any claim for damages for
injury to person or property resulting from any such accident and shall also where the
provisions of workmen’s compensation Act applies, take steps to properly insure against any
claims there under by way of accident risk, insurance demand for all purposes of relief, failing
the same or other wise the contractor alone will be responsible to meet the compensation
awarded under the said Act.
64.2 COMPLIANCE WITH LAWS ETC.:

The Contractor should take care and ensure that Laws and Rules are not violated in
doing the work either by himself or his labour
Royalty and seignorage charges wherever payable shall be paid by the contractor.
64.3 EMPLOYMENT OF EX-SERVICEMEN:

Attention of the tenderer is invited to P.W.D.G.O.no.2395 M.S. and dated 13.9.45


according to which the piece workers engaged on Board’s works must offer employment to
ex-servicemen as far as possible at local rates.
The number of Ex-servicemen to whom he can so offer employment should be
mentioned in the tender and he should also undertake in the agreement to offer such
employment to such members.

64.4 EXCESS PAYMENT.

The contractor shall give an undertaking to the Tamil nadu Electricity Board to the
effect any excess payment made by the Board to the contractor being detected them on later
be refunded by the contractor.
64.5 MEASUREMENT OF WORK
It is to be expressly understood that the measured work is to be taken not with
standing any customs or practice to the contrary according to the actual quantities when in
place and finished according the drawing or as may be ordered from time by the
Superintending Engineer and as per relevant clauses of Indian Standard Specification
I.S.1200 and the cost calculated by measurement or weight at the respective process without
any additional charges for any / necessary contingent works connected herewith. The rates
quoted should be for works in site and complete in every respect.
Measurement will be by tape or levels as decided by the Engineer.

64.6 CONTRACTOR’ s RATE


Lead Particulars (Quarry) Every tenderers is expected to study the specification, layout
and drawing and the sites of the proposed works and quarry before quoting his rates. Each
tenderer should satisfy himself before quoting the quality and availability materials according
to specification and also leads involved
The schedule of quantities and rates are firm. Whenever the contractor exceeds the
quantities by about 5% it is responsibility of the contractor to intimate to the field Executive
Engineer in writing that he has exceeded the quantities and he should get written approval of
the Executive Engineer for proceeding with the work.
65.0Rate for the provision or health and sanitary arrangements for works.
The contractors special attention is invited to general condition of contract and
appendices vide section IX of the Tamil Nadu Building practice and he requested to
provide at his own expenses the following amenities to the satisfaction of the
Executive Engineer.

65.1 FIRST AID:-


At the work site there shall be maintained in readily accessible place, first aid appliance and
medicine including and adequate supply of sterilized dressing sterilized cotton – wool. The
appliance shall be kept in good order. They shall be placed under the charges of responsible
person who shall be readily, available during working ours.
65.2. DRINKING WATER:
a) Water of good quality for drinking purpose shall be provided for the workers on a
scale of not less than five liters per head per day.
b) Where drinking water is obtained from an intermittent Public water supply each
work site shall be provided with a storage tank where such drinking water shall be stored.
c) Every water supply storage shall be at a distance of not less than 12 metresfrom
any latrine drain or other source of pollutions. Where water has to be drawn from an existing
well which such proximity of any latrine drain or other source of pollution the well shall be
properly chlorinated before water is drawn from it for drinking
All such wells shall be entirely closed in and be provided with a trap which shall be dust
and water proof.
d)A reliable pump shall be fitted to each well the trap shall be kept locked and opened
only for inspection of being which shall be done atleast once a month
65.3. WASHING AND BATHING PLACES:
Adequate washing and bathing place shall be provided separately for men and women
such places shall be kept clean and well drained. Bathing or washing should not be allowed in or
near any drinking water well.
65.4. LATRINES AND URINALS:
There shall be provided within the precints of every work site, latrines and urinals an
accessible place and accommodated separately. Each of them shall be on the following scale or
on the scale so directed by the Executive Engineer in any particulars case.
where the number of persons employed exceed 50 but doesnot exceeds 100
for every additional 100
If woman are employed separate latrines and urinals screened from those of men, shall
be provided on the same scale.Except in work sites provided with water flushed latrines
connected with a water borne sewage systems, all latrines shall be provided with receptacles on
dry earth systems shall be cleaned atleast four time daily and atleats twice during working
hours and kept in a strictly condition. The receptacles shall be tarred inside and out sideatleast
once a year. The excrete from the latrines shall be disposed off at the contractor’s expenses in
out way pits approved by the local public health authority. The contractor’s shall also employ
adequate number of scavenger’s and conservancy staff to keep the latrines and urinals in a
clean condition.

65.5. SHELTERS DURING REST:-


At the work site there shall be provided free of cost to suitable sheds, one for meals and
the other forest for the use of workers.

65.6. CRÈCHES:-
At every work site at which 50 or more women are ordinarily employed there shall be provided two
huts of suitable size for the use of children under the age of 6 years belonging to such women.
One huts shall be used for infant game on play and other as their bed rooms. The hut shall not be
constructed on standard lower than the following.
a. Thatched roofs
b. Mud floors and walls
c. Planks spread over the mud floor and covered with mattering. The use of the huts shall be
restricted to children their attendants and mother of the children.

65.7 CANTEENS:-
Cooked food canteen on a moderate scale shall be provided for the benefits of workers if it is
considered expedient.
65.8. SHED FOR WORKERS:-
The contractors would provide at his own expenses sheds for housing the workers. The
sheds shall be on a standard not less than the cheap shelter type to live which the workers in a
locality are accustomed. A floor area of about 1.8m x 1.8m for a person shall be provided. The
sheds are to to be in rows with 1.5m clear space, between roofs if conditions permit. The work’s
camp shall be laid out units of 400 persons, such unit to have clear space of 12 m on each side.
NOTE;-In case when alternative facilities exist regard to the amenities mentioned in rule
1 to 8 of the relevant rules should be scored out with duly attestation at the time of taking the
agreement.
65.9 Terms and Conditions for supply of cement and steel

i. Cement:
The contractor has to make his own arrangements for the procurement of cement
of required specifications for the works subject to the followings:-

a) The Contractor shall procure cement of 43 grade Ordinary Portland Cement confirming to IS
8112/1989 required for the works only from reputed Cement factories(main producer or their
authorizes agents, manufacturing Cement to DIS Standard) acceptable to the Engineer-in-charge.
The Contractor shall be required to furnish to the Engineer-in-charge bills of payment and cost
certificate issued to the manufacturers of their authorized Agents to authenticate procurement of
quality cement from the approved cement factory.

b) The contractor shall procure in standard packing of 50Kg. per bag bearing Manufacturers
name and ISI marking from the authorized manufacturers. The Contractor shall make necessary
arrangement at his own cost to the Satisfaction of Engineer-in-charge for actual weighment of
random sample from the available stock and shall conform with the specification laid down by the
Indian Standards Institution as the case may be. Cement shall be got tested for all the tests at his
cost including through destructive and non- destructive test materials etc., as directed by the
Engineer-in-charge in advance before the use of cement bags. In case test results indicated that the
cement arranged by the Contractor does not conform to the relevant Code, the same shall stand
rejected and shall be removed from the site by the Contractor at his own cost within 3 day’s time of
written order from the Engineer-in-charge to do so.

c) The employer will furnish air entraining agents and admixtures required to the contractor free
of cost at the employer stores. The use of such admixtures and agents shall be made as per the
instructions of the Engineer-in-charge. The cost of cartage/storage, handling, batching mixing shall
be borne by the contractor and shall be included by him to Unit rate tendered for concrete.

d) The cement shall be brought at site as decided by the Engineer-in-charge for works.

e) The cement Go down of suitable capacity as decided by the Engineer-in-charge to store shall
be constructed by the contractor at site of work, for which no extra payment shall be made. The
contractor shall facilitate inspection of the cement. Go down by the Engineer-in-charge at any time

f) The contractor shall further at all times satisfy the Engineer-in-charge on demand by
production of record and test book or by submission of returns and other proofs as directed that the
cement is being used as tested and approved by the Engineer-in-charge for the purpose and the
contractor shall at all times, keeps his records up to; date and enable the Engineer-in-charge to
apply such checks is he may desire.

g) Cement which has been unduly long in storage with the contractor or alternatively has
deteriorated due to inadequate storage and this become unfit for use on the works will be rejected
by the Department and no claim will be entertained. The contractor shall forthwith remove from the
work area any cement the Engineer-in-charge may disallow for use of work and replace it by cement
complying with the relevant Indian Standards.
ii). Steel Materials:
The Contractor shall procure Steel MS/RTS Rods confirming to ISS 2062 Grade A for
MS Rods and ISS 1786/FE 415 Grade for RTS Rods for the works only from the reputed steel
factories (Main producer or their authorized agents,). The quality control measures to be adopted
for cement in T.N.E.B. is applicable for steel materials also as per relevant Indian Standards.
iii). OTHER MATERIALS;
3(i) Contractor will have to make his own arrangements for binding wire or in the alternative
can do tack welding without any extra claim.
3(ii) All materials not specifically mentioned with rate for issue in the tender notice but which
are drawn from departmental stores by the Contractor in the course of the work for use in the works,
will be charged at the book value plus 10 percentage or the market value plus 10 percentage
whichever is higher plus the actual cost of packing and dispatch of materials.
For the works involving consumptions of less than 5.0 Tonnes ( ie. 100 bags) of
cement (or) 0.5 Tonnes (ie. 500kg) of steel, to procure and use cement and steel
materials confirming to relevant Indian Standards and to produce the copy of ISI
certificate and Test Certificate issued by the manufactures instead of detailed testing
procedures insisted.
65.10FACILITIES:
(i) Contractor’s Sheds : The Contractor will be permitted to erect free of ground rent
temporary sheds in camp area but subject to his observance of local rules.
(ii) SANITATION: Sanitation for the labour colony will be done by the Board free to the extent
available.
(iii) ELECTRIC SUPPLY: Electric supply to the contractors stall, office etc., will be given at the
usual Boards, tariff existing rates to the extent feasible.
(iv) WATER SUPPLY: The Contractor should make his own arrangements for Water during
construction and the rates quoted should be inclusive of water.

66.00: COMPLIANCE OF EPF and MP Act 1952


a) The Contractor who desires to take up the work contract to comply with all the EPF and
MP Act 1952.

b) The contractor should have taken seperate EPF main code number

c) The Contractor shall be responsible for payment of EPF contribution both employer’s and
employee’s contribution as per the provisions of the EPF Act inrespect of the actual
workers engaged for the specified works.

d) The Contractor shall be submit necessary returns to EPF organization within the stipulated
time as required under the said EPF and MP Act.

e) The Contractor shall produce proof of payment of contribution – both Employer’s and
Employee’s contribution made to EPF organization in order to claim the bills for respective
works.

f) The Contractor shall be fully liable to meet and fulfill all the relevant /statutory provisions
of the EPF Act in respect of the execution of the tendererd works.

g) If, the contractor fails to fulfill any of the statutory provisions of the EPF & MP Act and
consequently it happens that TANTRANSCO Ltd has to meet such requirements of the said
Act or statutory provisions in the capacity of principle Employer, TANTRANSCO shall make
good such requirements out of the money due to payable to said contractor and further
the performance of the said contractor in this regard will be noted for all future contract of
TANTRANSCO.

h) The work bill will be claimed only after ensuring the remittance of the both Employer’s
and Employee’s PF contributions by the Contractors.
Lead particulars
Slno Name of material Source Km Remarks
1 Cement ------
2 Steel ------
3 Bricks ------
4 Sand ------
5 Broken stone ------
6 Wood ------

Period of completion – 1 month.

67.00: COMPLIANCE OF ESI Act 1948

67.10 The contractors should Comply with the ESI Act 1948 and and extend the
ESI benefits to the labours under their control.

67.11 The contractors should have taken separate main ESI code number.

67.12 The contractor shall be responsible for the payment of necessary ESI
contributions – Both employers and Employee’s contributions as per the
provisions of the ESI Act in respect of the actual workers engaged for the
specified works
67.13 The contractor shall submit necessary return to the ESI Organisation
within the stipulated time as required under the said ESI Act.

67.14 The contractor shall produce the proof of payment of contributions – Both
employers and Employee’s contributions made to ESI Organization in
order to claim the Bills for the respective work.

67.15 The contractor shall be fully liable to meet and fulfill all the relevant
provisions of the ESI Act in respect of the execution of the Tendered
work. In case the contractor fails to fulfill any of the statutory provisions
of the ESI Act and consequently it happens that TANGEDCO &
TANTRANSCO has to meet such requirements of the said Act or Statutory
provisions in the capacity of principal Employers, TANGEDCO &
TANTRANSCO shall make good such requirements out of money due and
payable to the said contractor and further the performance of the said
contractor in this regard will be noted for all future contracts of
TANGEDCO & TANTRANSCO.

67.16 The contractor who claims exemption under the ESI Act shall produce the
exemption order obtained from the Government / ESI Organisation and
for those areas that are not covered under the purview of the ESI Act,
necessary evidences should be submitted by the contractor to ensure that
the revenue village where the work is being carried out has not been
covered under the implemented area of ESI Act. In such cases, where the
revenue village in which work is being carried out has not been covered
under the implemented area of ESI Act, the contractor should ensure the
medical benefits for the contract workers engaged by the contractors for
the works and to take relevant group insurance policies.
ANNEXURE – 1
From :

To:
The Executive Engineer
Transmission Line Construction,
TANTRANSCO,
110 KV SS Campus,
Sirumugai Road,
Mettupalayam. – 641 301.

Madam,
Sub: Acceptance of terms & conditions of tender – Regarding
Ref: Tender Specification No. 02/ 2020 – 21 of EE / TLC / PRI
****
I/We have downloaded / obtained the tender document (s) for the above mentioned tender /
work from the web site namely, http://tntenders.gov.in/nicgep/app
I / we hereby certify that I/We have read the entire terms and conditions of the tender
documents including conditions, instructions, annexures, schedules, etc which form part of the
contract agreement and I / We shall abide hereby the terms and conditions / clauses contained
therein
The corrigendum(s) issued from time to time by your department / organization too has also
been taken into consideration while submitting this acceptance letter.
I/We hereby unconditionally accept the tender conditions of the above mentioned tender
document(s), corrigendum(s), in its totality / entirety.
In case any provision of this tender are found violated, then your department / organization
shall without prejudice to any other right or remedy be at liberty to reject this tender / bid including
the forfeiture of the full said Earnest Money Deposit absolutely.
Yours faithfully,

Signature Not Verified


Digitally signed by S D SENTHIL KUMAR
Date: 2020.06.02 17:47:48 IST
Location: Tamil Nadu-TN

Das könnte Ihnen auch gefallen