Sunteți pe pagina 1din 25

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD.

EHV (O&M) DIVISION, AKOLA

SRM T – 08
2019 – 20

RFx No. : 7000014669


Tender No. : EE/EHV/O&M/DN/AKL/T/2019-20/SRM/T-08

For Works of : Work of providing outsource services of Sr. Operator and Operator
(as and when required) at various Substations under EHV (O&M)
Division, Akola.

Tender Fee : Price Rs. 525.00 per copy (Non–Refundable) (5%GST INCLUDED)

Estimated Cost : Rs. 976600.00 (INCLUDING GST).

EMD : Rs. 9766.00 (i.e.1% of the estimated cost as above.)

Downloading & Submission of RFx RFx Available at

http://srmetender.mahatrasco.in

Opening of RFx
From: Dt. 11.12.2019 @00:00 Hrs
Technical RFx : Date 18.12.2019 11:00 Hrs.
Upto: Dt. 17.12.2019 @23:59 Hrs
(If possible).

Commercial RFx: Date 18.12.2019 12:00 Hrs.


(if possible)

Address:
Office of
The Executive Engineer
EHV (O&M), Division,
2nd floor, Vidyut Bhavan,
Ratanlal Plots, Akola - 444 005

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 1 OF 25


MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD.
EHV (O&M) DIVISION, AKOLA

INDEX

Page No.
Sr. No Particular
From To

1 Cover Page 1 1

2 Index 2 2

3 E-tender Notice 3 3

4 Instruction to Bidders 4 5

5 General Conditions of Contract 6 10

6 Conditions of Contract 11 17

7 Special Condition of the Contract 18 22

8 Schedule ‘A’ (Reference Estimate) 23 23

ANNEXURE ‘A’: Bidder information along with


9 24 254
proof for payment of Tender Fee & EMD.

10 Tender Form 25 25

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 2 OF 25


MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD.
EHV (O&M) DIVISION, AKOLA

SRM E-TENDER NOTICE


MSETCL invites online bids (e-Tender) from registered agencies on MSETCL’s SRM e-
Tendering website.

Sr.
Particulars Details
No.
1 RFx No. 7000014669
2 Tender No. EE/EHV/O&M/DN/AKL/T/2019-20/SRM/T-08
Work of providing outsource services of Sr. Operator and
3 Name of Work: Operator (as and when required) at various Substations under
EHV (O&M) Division, Akola
4 Cost of Tender Rs. Rs. 976600.00
5 EMD Amount Rs. Rs. 9766.00
Downloading & From Dt. 11.12.2019 @00:00 Hrs
6
Submission of RFx Upto Dt. 17.12.2019 @23:59 Hrs
Technical Bid :
Dt. 18.12.2019 @11:00 Hrs
(if possible)
7 Opening of RFx
Commercial Bid : Dt. 18.12.2019 @12:00 Hrs
(if possible)
8 RFx Available at https://srmetender.mahatransco.in
Contact person: The Addl. Executive Engineer (O)
Mob. No. 8554989529
EHV (O&M) Division, Akola
Email - ee1210@mahatransco.in

1. Relevant portions of the Tender which the tenderers have to fill would be available online on
aforesaid website.
2. EMD amount Rs. 9766.00 (Rs. Nine Thousand Seven Hundred Sixty Six rupees only)
(Refundable) & Tender Fees Rs. 525.00 (Rs. Five Hundred Twenty Five rupees only)
(5% GST INCLUDED) (nonrefundable) should be paid by the bidder online only.
Payment in cash / DD will not be accepted. The payment confirmation will be done by the
Corporate Office.
3. Tender documents can be downloaded only online from aforesaid website.
4. Eligible Supplier/ agencies should submit their bid well in advance instead of waiting till last
date. MSETCL will not be responsible for non-submission of Bid due to any website related
problems.
5. If the payment of tender fee and EMD by a bidder is not confirmed, then the bidder will be
straight-way disqualified and his bids will not be considered for further tendering process.

Note: All eligible & interested bidders are mandated to get enrolled on E-Tendering portal
(http://srmetender.mahatrasco.in).

Executive Engineer
EHV (O&M) Division, Akola

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 3 OF 25


4. INSTRUCTION TO BIDDERS

4.1 The detailed specification with general conditions of the tender and prescribed form will be
available on the company’s website http://srmetender.mahatrasco.in. All bidders are requested to
read all the terms and conditions and clauses very carefully.
4.2.1 EMD amount Rs. 9766.00 (Rs. Nine Thousand Seven Hundred Sixty Six rupees only)
(Refundable) and Tender Fees Rs. 525.00 (Rs. Five Hundred Twenty Five rupees only) (5%
GST INCLUDED) per tender non-refundable shall be paid on-line only. Payment in cash / DD
will not be accepted. The payment confirmation will be done by the Corporate Office. For
payment confirmation, copy of email by which the information of Tender No. / Amount paid /
Transaction id and the mode of payment (i.e. through credit card or net banking) send directly to
the following mail ids by the bidder shall be submitted along with the bid. EMD of the
unsuccessful bidders will be returned within 90 days after the successful bidder is decided.
srmadmin@mahatransco.in for Technical issues
etenderfisupport@mahatransco.in for Financial Issues
.
4.2.2 In no case exemption for payment of earnest money will be granted, except in case of SSI Units.
As such the bidder is requested not to make any request for exemption of SRM e-tender fee /
EMD. The SRM e-tender without online E.M.D. / tender fee payment will not be considered in
any case. If at the time of opening of technical bid, if it is found that the bidder has not paid the
EMD, the bidder will be declared disqualified and will not be considered for further evaluation.
The SRM e-tender fee and EMD payment shall be done on or before the due date/time of sale of
bid. Hence the bidder shall take correct note of all the date’s & time of the bidding processes.
4.2.3 SSI unit is not required to pay EMD amount as per prevailing Govt. Norms. However any such
agency/firm will have to submit SSI certificate along with qualifying/technical bid. "Firm/Bidder
has to pay EMD, irrespective of SRM system asks for the same or not in following cases:
a. If SSI/NSIC certificate do not indicate material/service required against present enquiry.
b. If Turnover or Manufacturing capacity exceeds the limit indicated in SSI / NSIC certificate
specified by the concerned Authority to avail the benefit of EMD exemption.
c. If required EMD is not paid by the Bidder, the Offer is liable for rejection."
d. Obtained certificate from practicing Cost Accountant/Charted Accountant stating that firm /
bidder fulfils the above criteria.
4.2.4 For any further queries regarding payment of EMD and Tender fees, communication with C.O,
Mumbai shall be done on above email ID’s. As per MSETCL’s present guidelines, if minimum
three bidders are not qualified (for first time) the complete tender is to be refloated. In such case
the bidders are requested to make communication with Division Office after expiry of opening
date of bids (as per SRM e-tender notice) for return of EMD. However the SRM e - tender fee is
non-refundable in any case. All bidders shall take note of above and participate in the bidding
process only if all terms and conditions are fully accepted. If the SRM e-tender is required to be
refloated, the bidder shall pay fresh EMD and SRM e-tender fees. The SRM e-tender reference
No. for refloated SRM e-tender will be different and advanced than the SRM e-tender floated
under same subject previously. It is the responsibility of the registered bidder to have
communication with this Office for confirmation of bid opening dates and apply for refund if
any. All bidders shall invariable mention their Email addresses while submitting the bid. The
SRM e-tender opening dates may vary due to administrative reasons. It is the responsibility of the
bidder to regularly check the SRM e-tender site for opening of the bids. The bids opening process
on SRM e – tender portal is a transparent process and all the bidders can view / witness the
documents of each other. Individual bidders will not be separately notified regarding any / each
opening dates. In case of any dispute the decision of the C.A. viz. the Executive Engineer EHV
(O&M) Division, Akola will be final and binding on the agency.
4.2.5 Earnest money deposited will be refunded online through SRM system after approval from the
Competent Authority. EMD will be credited to the Bank Account maintained by bidder in vendor
profile in SRM system. Bidders are requested to ensure that the bank details i.e. Account No.,
IFSC Code, Account holder Name, Bank Name, Bank Address are correctly maintained in SRM
system and update the same, if required.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 4 OF 25


It may be noted that:
1) In case bank details are not maintained by the Bidders in their SRM Vendor profile, EMD will
not be refunded online and MSETCL will not be responsible for the delay.
2) MSETCL will not be responsible for any financial implications in case incorrect bank details
are maintained by the bidders as it is the sole liability of the bidder to maintain correct bank
details to facilitate online refund of EMD."
4.3 Validity of bid shall be at least 180 days from the date of opening of tender.
4.4 All other terms and condition of supply / services prescribed by MSETCL from time to time will
be applicable to this tender also.
4.5 Eligible bidders should submit their bid well in advance instead of waiting till last date. MSETCL
will not be responsible for non-submission of bid due to any website related problems.
4.6 All the required documents for Technical Bid must be available with the bidder. Failure to
produce the required documents shall disqualify the bidder for the bid.
4.7 The bidder must fill the rates properly in offer bid (Schedule-A). Schedule "A' duly stamped and
signed by the agency must be submitted along with offer bid. Hypothetical logics & any ifs and
buts will not be taken into consideration while comparing the rates. Offered prices will be
considered maximum upto 2 decimal points, example 4.25 % above or below can be considered
while 4.258% will not be considered and such offers are liable for rejection. Additional
information, if any and which is necessary, for particular bid should be given below the rate
digitally signed by the bidder. Same should be submitted in the Commercial Bid. Conditional
offers are liable for rejection.
4.8 The bid shall be filled in by responsible and authorized person in all respect. The authorization of
the person signing the bid shall be submitted and those should be authorized by the person not
below the rank of the Director / Proprietor of the bidder.
4.9 Bid will not be treated valid unless digitally signed.
4.10 The bid will be governed by the general rule and directives of MSETCL for the bidders. The
bidders shall be deemed to have full knowledge of e-tendering, all required documents, site
conditions etc.
4.11 Right to reject or accept any or all bids without assigning any reasons thereof are reserved by the
undersigned. The undersigned also reserves the right to increase or decrease the amount of order
mentioned in the tender form.
4.12 In case of any dispute regarding any clause of the tender document the decision of the
undersigned will be final and binding on the bidders. The disputes, if any, under this tender shall
be subjected to the jurisdiction of the Akola Court only.
4.13 If more than one bidder quote the same rate, then in order to execute the work as early as
possible, the undersigned reserves the right to award one or more than one contract considering
the bidders’ previous experience, ability to do work, work already executed, etc and in such case
it will not be binding on the undersigned to issue order to more than one bidder. The estimated
cost is tentative and may change as per actual requirements from time to time.
4.14 Regarding any doubt about any term, clause, condition should be got cleared from Addl.
Executive Engineer (O), EHV (O&M) Division, Akola before submission of price bid during
official hours (10:00 hrs to 17:30 hrs). Any claim arising latter on will not be considered at all.
4.15 Jurisdiction of all disputes, legal proceeding regarding work done under the contract shall be
within the jurisdiction of Akola Court only.

Executive Engineer
EHV (O&M) Division, Akola
*****

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 5 OF 25


5. GENERAL CONDITIONS OF CONTRACT

5.1 DEFINITION OF TERMS: In this Contract (as hereinafter defined), the following terms and
expressions shall have the meaning hereby assigned to them except where the context otherwise
requires.

5.1.1 "Owner” means Maharashtra State Electricity Transmission Co. Ltd. (MSETCL) and shall
include the legal successors in title to the Owner, its legal representatives and any permitted
assigns of the Owner;

5.1.2 "Contractor” means the Bidder whose bid has been accepted by the Owner for the award of
contract and shall include such successful Bidder’s legal representatives, successors and
permitted assigns (authorized);

5.1.3 'Contract' shall mean the agreement to be entered into by the Owner with the successful bidder
and shall include all the documents defined under contract documents.

5.1.4 ‘RFx’ means the e-tender floated by MSETCL in the SRM portal on
https://srmetender.mahatransco.in/ website.

5.2 SUBMISSION OF BID:

5.2.1 e-Tender for the subject contract shall be submitted in two bid method on the MSETCL’s
SRM e-tendering website (http://srmetender.mahatrasco.in).

5.2.2 All the relevant document shown in Table No. 5.3.1 must be uploaded in the Technical Bid
option only.

5.2.3 The Price Bid must be submitted in SRM only.

5.3 TECHNICAL BID:

5.3.1 In the Technical Bid option, the bidder is required to upload the required documents in pdf
format only.

5.3.2 The bidders are requested to scan the documents and convert into pdf format. If document is not
submitted in pdf format, it will not be considered for further processing of the tender and no
further correspondences will be accepted in this regard and his commercial bid will not be
opened.

5.3.3 Scanned documents shall be clearly legible. Documents will not considered for further procedure
of the tender if it is not legible and no further correspondences will be accepted in this regard and
his commercial bid will not be opened.

5.3.4 Individual document should be submitted in an individual file and the file shall be named as
indicated in the table given below.

5.3.5 All the documents shall be uploaded in a single folder with digital signature of the bidder,
provided the size of a file does not increase beyond 5 MB.

5.3.6 The bidders are expected to submit an index of the documents submitted indicating the name of
the document and the file name in which it is submitted.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 6 OF 25


Table No. 5.3.1: Documents to be essentially submitted for qualification of Technical Bid:

Sr. No. Name of Document


1 Valid Shop & Establishment Registration Copy.
2 Valid Electrical Contractor's License.
3 Copy of PAN Card.
4 Income Tax Return for the Assessment Year 2017 – 18, 2018 – 19 & 2019 – 20.
5 Valid GST Registration Certificate.
6 Tender Form with signed & seal of the firm / company.
Valid PF Registration Copy and copies of Electronic Challan cum Return (ECR) of last
7
six months
Valid ESIC Registration Certificate along with remitted challan for last six months (if
8
applicable),
9 Valid Insurance of Labour under Workman Compensation Act
10 Valid labour license if applicable
11 Professional Tax Registration with Challan for PT paid for last six months
True copy of CA’s Certificate. (The bidder’s minimum average annual turnover for the
12 last 3 years (F.Y. 2016 – 17, 2017 – 18 & 2018 – 19) shall not be less than 60 % of the
estimated cost of Rs. 976600.00 i.e. required for Rs. 585960.00.
Net worth certificate @ 25% of tender amount for last F.Y. i.e. F.Y. 2017 – 18 i.e. for Rs.
13
244150.00
Valid Solvency Certificate of any Nationalized / Scheduled bank for the current year for
14 the amount of not less than 25% (Twenty Five percent) of the estimated amount of the
bid.
Satisfactory Work Completion Certificate of works as per clause No. 5.4.3 & 5.4.4 in last
Five Years [Certificate indicating the amount and Order Copies, in MSETCL or any
15
govt. organization issued by an officer not below the rank of Executive Engineer or
equivalent is required].
Annexure “A" – Bidder Information along with proof for payment of tender fee & EMD,
16 if EXEMPTED, then SSI / NSCI certificate along with certificate from practicing Cost
Accountant / Charted Accountant must have to be submitted.
a. In case of a registered partnership firm or Joint Venture, a letter by all partners
authorizing any one partner to deal with the company regarding the bid / contract as
17 per TQR 5.4.5 along with the copy of partnership deed.
b. In case of company, certificate of incorporation, article of association &
memorandum of association is required.

5.4 QUALIFYING REQUIREMENTS:

5.4.1 The bidder must have valid certificate of registration with MSETCL for SRM e-Tendering.

5.4.2 The bidder should have valid Electrical Contractor’s License, valid Shop Act, PAN Card and
valid GST registration.

5.4.3 Satisfactory Work Completion Certificate issued by an officer not below the rank of Executive
Engineer for the similar type of work in MSETCL or any govt. power/organization sector having:
• Single order of amount of at least 80% amount of the estimated amount, OR
• Two orders of amount of at least 50% amount of the estimated amount, OR
• Three orders of amount of at least 40% amount of the estimated amount.

5.4.4 Satisfactory Work Completion Certificate for similar type of works in MSETCL or any
govt. power sector, govt. organization issued by an officer not below the rank of Executive
Engineer or equivalent is compulsory, non – submission of same will lead to disqualification
of bidder.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 7 OF 25


5.4.5 JV CLAUSE: In case of joint venture (Not more than 2 partners including lead partner).
5.4.5.1 The principal (lead) bidder who desires to bid against this specification may submit the offer
jointly with erection contractor/equipment manufacturer by entering into a legally valid
agreement subject to fulfilment of following requirements.

5.4.5.2 The number of partners in a joint venture should not be more than 2, including the lead partner.
5.4.5.3 One of the partners shall be authorized to be in charge (lead partner), and this authorization shall
be evidenced by submitting a power of attorney signed by legally authorized signatories of both
partners.
5.4.5.4 The bid, and in case of a successful bid, the Form of Contract Agreement shall be signed so as
to be legally binding on both partners.
5.4.5.5 The partner in charge shall be authorized to incur liabilities, raise invoice receive payments and
receive instructions for and or behalf of both partners of the joint venture and for the entire
execution of contract.
5.4.5.6 Both partners of the joint venture shall be jointly and severally liable for execution of the
contract in accordance with the Contract terms, and a relevant statement to this effect shall be
included in the authorization mentioned under (b) above as well as in the Bid Form and the Form
of Contract agreement (in case of a successful bid).
5.4.5.7 A copy of agreement entered into by the joint venture partners shall be submitted with the bid.
The joint venture agreement should indicate precisely the responsibility of both members of JV
in respect of planning, design, supply of materials and equipment, key personnel, work execution
and financing of the project. This should not be varied / modified subsequently without approval
of the Employer.
5.4.5.8 Both partners together shall meet all the qualifying criteria.
5.4.6 The bidder has essentially to submit the documents listed in the Table 5.3.1. Failure to produce
any of the required documents will disqualify the tender for opening of commercial bid.

5.5 COMMERCIAL BID:


5.5.1 Bidder has to quote the rates at appropriate locations provided. The Bidders shall quote the prices
inclusive of GST (as applicable) in the prescribed schedule. Bidders quoting a system of pricing
other than that will be rejected. The commercial bid will be opened online in respect of those
bidders who have submitted required documents/certificates in technical bid as required in
satisfactory manner & who are qualified. The bidder not fulfilling qualifying requirements will
not be consider for further evaluation and shall be disqualified. The bidder will be held
responsible during uploading the digitally signed tender documents on SRM e-tender website. If
any document is found corrupt / tampered while downloading the document i.e. Internet or
website problems, then MSETCL will not be responsible for rejection of bid. Thus proper care
should be taken while uploading the digitally signed document.
5.5.2 If any of the document/even a single page in the commercial bid wrongly / mistakenly uploaded
in Technical bid shall disqualify the bidder.

5.6 DOCUMENTS TO BE SUBMITTED:


5.6.1 The bidder has to submit the qualifying documents as prescribed in the Table 5.3.1.
5.6.2 The bidder shall also submit the documents of their capabilities like List of T&P and equipments
available with him related to the subject work
5.6.3 The bidder shall submit permission to handle the material / T&P to be used for the subject work,
if required by statutory provisions

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 8 OF 25


5.6.4 The bidder shall submit the authorization of his authorized person who will sign the bid and who
will deal with the Owner for the specified bid giving his designation and other details.
5.6.5 The bidder has to submit the details in the given Format 5.6.1 about himself, the payment of the
tender fees and the EMD, his authorized person, his capabilities, etc.

5.6.6 The bidder shall submit the list of his personnel those who are going to be engaged for the work
specified in the bid giving their designation and qualifications.
5.6.7 The bidder will submit an undertaking that he is not intending to sell his organization or merging
his organization with any other organization during the period of contract.
5.6.8 Apart from above, the undersign reserves the right to condone any condition or may request for
submission of any additional documents if required before opening of price bid.

5.6.9 Note: The original colored scan copy should be uploaded as bid documents in support of
financial qualifying criteria. The attested / notarized photo copies of the same will not be
entertained. The duly audited, verified and certified figures from chartered accountant will
be considered for annual turnover and networth. The provisional certificates (if any) will be
not be entertained.

5.7 BID OPENING:


5.7.1 Bidders not submitting the tender fee and the EMD shall not qualify for commercial bid opening.
5.7.2 If the documents submitted in the Technical Bid are found not complying with the requirement of
the tender documents, the bid will be considered as non-responsive and the commercial bid of the
corresponding bidder will not be opened for further evaluation.
5.7.3 The undersigned will open the Technical Bid and Commercial Bid of e-Tender on the dates and
time as mentioned in the Tender Notice (if possible.)
5.7.4 The undersigned will open the Technical bid in the presence of SRM e- Tender Committee
members & bidders on SRM e – Tendering site of Maharashtra State Electricity Transmission
Co. Ltd.
5.7.5 The undersigned will examine document in Technical bid, if found to be not complying with the
requirement of the bid documents, the bid will be considered as non-responsive and the Price bid
of the corresponding bid will not be opened for further evaluation.
5.7.6 If the bid is not substantially responsive, it will be rejected by the undersigned.

5.8 EVALUATION OF BID:

5.8.2 The bidder should quote the rates on per sample basis.
5.8.2 For evaluating of the tender, the total amount including GST (Schedule “A”) shall be considered.
5.8.3 The LoA will be placed on final total accepted price for the works.
5.8.4 The Ist lowest bidder has to submit the original documents as per table No. 5.3.1. The LoA will be
issued after verification of documents by Add. Executive Engineer in consultation with Dy.
Manager (F&A).
5.8.5 PRICE VARIATION SHALL NOT BE APPLICABLE FOR THIS CONTRACT.
5.9 RIGHT TO ACCEPT OR REJECT THE BID:
5.9.1 The undersigned reserves the right to accept or reject any or all bids and to cancel the bidding
process and reject all bids at any time prior to award of contract, without thereby incoming any

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 9 OF 25


liability to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders on the grounds for the action by the undersigned.
5.9.2 The undersigned does not bind himself to accept the lowest or any bid, neither will any reason be
assigned for the rejection or not acceptance.
5.9.3 The undersigned reserves the right to split up the order, if it is felt necessary in the interest of
MSETCL.
5.9.4 If the other Bidder accepts to work at lowest Rate received in offer, the company may allot the
work by splitting the work to such bidder. However the company reserves the rights to accept or
reject the offer. Looking into the urgency of work, capacity of lowest bidder, jurisdiction of work
sites etc., the decision of splitting the contract value at lowest rate may be discretion of the
authority and in the interest of MSETCL. In such cases the objection of lowest bidder will not be
considered.

5.9.5 If during execution of work / supply the bidder fails to execute the work satisfactorily or within
the specified time limit which suffers the MSETCL system, the undersigned reserves the right to
get the work done through another agencies of the bidding process/or outside agency preferably
at the same rates, terms and conditions of the order placed on L1and/or at the risk and cost of the
lowest agency.

5.10.1 The MSETCL circular No. regarding engaging outsource manpower (i. e Circular No. 142
Dtd. 03.01.2014, 12862 Dtd. 03.12.2016, 11874 Dtd. 08.11.2016 and 1624 Dtd. 13.02.2017
Circular No. Ø- egkikjs”k.k@ekla@dk-vkS-la-d-d-fo-@6333 fn- 26@08@2019, Circular No. Ø-
egkikjs”k.k@ekla@dk-vkS-la-d-d-fo-@6906 fn- 19@09@2019 and all other circular in force during
period of execution will be applicable to this contract and bound on the bidder.

5.10.2 As such, the estimated rates are calculated from minimum wages circular No. 142 Dtd.
03.01.2014, hence the offer below MSETCL estimated cost will not be consider in any case.
If any offer will be received below MSETCL estimated cost, then it will be straight way
disqualified without entertaining any objection thereafter.

5.11 AGREEMENT AND STAMP-DUTY:

The successful bidder has to execute an Agreement with MSETCL within 7 days after receipt of
order. The successful bidder shall submit an Agreement Bond on non-judicial stamp paper of Rs.
500 for Rs. 10 lakh and thereafter Rs. 100 for every Rs. 1 lakh or part thereof but limited to Rs. 5
lakh as per the Clause 63 of Mumbai Stamp Duty Act 1958. The expenses towards the stamp
paper and preparation of Agreement Bond will be on the part of the contractor.

5.12 INTERPRETATION:

If the Bidder has any doubt about the meaning of any portion of this Bid, he should at once seek
clarification from the Executive Engineer, EHV (O&M) Division, Akola in writing, in any case,
at least three days before the due date. Additions or alterations in Bid form / conditions etc. by
the Bid without the consent of Executive Engineer, EHV (O&M) Division, Akola are not
permissible. The Bidder should quote online rates wherever applicable for the works described in
schedule “A”. No item should be left blank.

5.13 The tender will be governed by the general rule and directives of M.S.E.T.C.L. for the contractor.

Executive Engineer
EHV (O&M) Division, Akola
****

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 10 OF 25


6. CONDITIONS OF CONTRACT

6.1 PRICES:
6.1.1 The rates should be quoted inclusive of all taxes as per GST taxation. The bidder should not
quote conditional rates related to quantity of work / supply, payment terms etc. The rates quoted
shall be valid till complete work order is executed and shall be firm for at least one year
whichever is later. The rates are accepted inclusive of all other taxes. The rates quoted should not
be less than those prescribed under minimum wages act of govt. of Maharashtra amended up to
date. The prevailing rates as per the said acts may be obtained from the Labour
Commissioner Office. MSETCL Circular No. MSETCL/HR/ 142 dtd. 03.01.2014 and
Special Allowance as per govt. circular applicable for Zone I and II (With & without ESIC)
the Category as per the letter received from the office of Assistant Labour Commissioner,
Akola will be applicable. The rates below minimum wages act will not be accepted.

6.1.2 The Variation in Special Allowance after every six month is payable to you after receipt of
requisite circular from Competent authority & for the period mentioned in the circular. You have
to submit difference bill accordingly. Also any variation in Minimum wage Structure is payable
to you after receipt of requisite circular from competent authority & for the period mentioned in
the circular. You have to submit bill accordingly.

6.1.2 The Contractor must have to pay the bonus to their employees as applicable by submitting
relevant document.

6.2 TAXES:

6.2.1 The Contractor shall be entirely responsible for GST (Other than mentioned in offer bid), stamp
duties, license fee and other such levies.

6.2.2 The rate to be quoted in Schedule ‘A’ shall be inclusive of GST.

6.2.3 Any taxes and / or duties, which are not indicated in the offer, shall be considered as NIL or
inclusive and no reimbursement will be allowed on such taxes and duties including any variation
thereof. However, if the Owner is required to pay any amount towards the above taxes and / or
duties, the same will be recovered from the Contractor.

6.2.4 The Owner reserves rights to recover any excess payments effected towards taxes / duties from
any other payable invoices / Contract Performance Security of the Contractor.

6.2.5 TDS UNDER GST: As per MSETCL Circular No. MSETCL/CO/F&A/176 dt. 25.09.2018 and
ADDENDUM circular no. MSETCL/CO/F&A/10464 dt. 01.10.2018:

6.5.2.1 As per section 51 of CGST Act-2017, MSETCL is liable to deduct the GST TDS from the
payment made or credited to the supplier ("Recipient").

6.5.2.2 GST TDS is to be deducted where the total value of such supply of the taxable goods or/and
services under a contract exceeds 2.5 Lakhs (excluding Central Tax, State Tax, Union Territory
Tax, integrated tax and cess indicated in the invoice). If individual supplies may be less than
2.5Lakhs, but if total value of supply under a contract is more than 2.5Lakh, TDS will be
deducted. Rate of TDS would be deducted @2% (CGST 1% + SGST 1% in case of Intra state &
2% IGST in case of Inter- state).

6.5.2.3 Non-deduction / short deduction / non - payment or short payment of TDS will attract interest at
the rate of 18% p.a. in addition of the TDS deducted. No TDS applicability under GST when the
location of the supplier and place of supply is different from location of registration of the
recipient.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 11 OF 25


6.5.2.4 The amount of tax shall be paid to government by the "Recipient" within 10 days after the end of
the month in which such deduction is made. The Recipient is also required to file return in form
GSTR-7 within 10 days from the end of the month. If supplier "Recipient" is unregistered than
mentioned supplier name rather than GSTIN in the return.

6.5.2.5 The supplier can take credit of this TDS amount as credit in his Electronic Cash Ledger and use
the same amount for payment of tax or any other liability.

6.5.2.6 The Recipient shall furnish a certificate in form GSTR-7A within 5 days of TDS amount
remittance to government. If Recipient fails to issue certificate after deducting the TDS, within 5
days of amount paid to government than Recipient has to pay a late fees of Rs. 100/- day from
the expiry of the 5th day until he furnish a certificate. The late fee would not exceed Rs. 5000.00

6.5.2.7 If TDS is deducted erroneously or excessive then Recipient can claim refund of the amount.
However, if the deducted amount is already credit to the electronic ledger of the supplier, same
shall not be refunded

6.3 STATUTORY VARIATION FOR TAXES AND DUTIES:

6.3.1 If any tax or duty is newly introduced by the Indian Central or State Govt. applicable for this
work with effect from the next day to record date and onwards and if the Contractor is required to
pay any amount towards this tax or duty then the Owner shall reimburse to the Contractor such
payments against documentary proof.

6.3.2 Any amount due to (±) variation in any statutory taxes and duties shall be reimbursed / recovered
by the Owner at actual on submission of documentary evidence for direct transaction between the
Owner and the Contractor. No claim for any increase towards the statutory variation shall be
entertained by the Owner during the extended period of the Contract, if any, provided the
extension of the Contract is required by causes attributable to the Contractor.

6.3.3 The claims against statutory variation, if payable, would be settled as reimbursement of payment
at actual. While submitting such claims, the Contractor shall include documentary evidence to
establish that the extra amount claimed by the Contractor due to statutory variation was in fact
paid by him solely on account of such statutory variation. This may vary from case to case
depending upon the nature of statutory variation.

6.4 VALIDITY OF ORDER:

The work order will be valid up to ONE YEAR from the date of issue of the work order or until
exhausting of the order amount, whichever is earlier.

6.5 TOTAL VALUE OF CONTRACT:

The total value of this contract including GST is limited to Rs. 976600.00 (Nine Lakhs Seventy
Six Thousand Six Hundred rupees only). (Inclusive of All Taxes).

6.6 WORKING PERIOD:

6.6.1 The Outsource Persons will be deployed for a shift of 8 hours.

6.6.2 They shall be given weekly off after working of six continuous days and another operator/Assist.
Operator/ Jr. Technicians shall be arranged in case regular operator goes on leave.

6.6.3 Any of the Outsource Persons shall not be given duty of more than eight hours in continuation.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 12 OF 25


6.7 SECURITY DEPOSIT:

6.7.1 05 % of the value of the order is to be paid as Security Deposit by cash at the Office of the
Executive Engineer, EHV O&M Division, Akola. The Security Deposit can also be paid by
Demand Draft / Fixed Deposit / Bank Guarantee in the name of Executive Engineer, EHV O&M
Division, Akola, within seven days from the date of receipt of this order. No interest will be paid
on this amount and this will be refunded after satisfactory execution of works / guarantee period,
whichever is later. Guarantee period will be 1 year from the date of expiry of the order. The
Bank Guarantee shall be on a Scheduled Bank / Nationalized Bank.

6.7.2 The Security Deposit will be returned to the Contractor without any interest after One Year of
successful completion of the Contract Period and after completion of Contractor's other
obligations under the Contract subject to NOC from the field offices.

6.8 WORKMAN’S INSURANCE:

6.8.1 The Contractor shall obtain the Insurance Policy as Contractors All Risk Insurance (CAR) or
Transit Cum Erection (TCE) Insurance or Erection All Risk (EAR) insurance for the entire
workman engaged by him for this works at MSETCL site. The policy should be drawn from
insurance company entrusted by Directors of Insurance, Government of Maharashtra i.e. M/s
United India Insurance Company Co. Ltd. on co-insurance cum servicing basis in the ratio of
40:60 (i.e. the Government Insurance Fund @ 40% and United India Insurance Company @ 60%
which will be valid for 2 Years from date of work order. Insurance to cover the accident risk of
contractor’s labors / workers be done by the contractor and copy of the insurance cover should be
submitted to this office.

6.8.2 In case of any accident / injury to contractor worker while carrying out the work at work site the
entire responsibility will be of contractor and he will have to pay compensation as per work
man’s compensation act 1963 as amended up to date and / or any other applicable in such cases.

6.8.3 The contractor shall undertake the insurance of all his employees/persons during the entire period
of contract or extended period for the same necessary.

6.9 LIBAILITIES & RESPONSIBILITIES OF THE CONTRACTOR:

6.9.1 Insurance of the personnel engaged for the work shall be the contractor’s responsibility.

6.9.2 The contractor’s employees will not be entitled for any facility as is being provided to MSETCL
staff. It is the sole responsibility of agency to observe and abide by the provisions of Labour Acts
such as workmen Compensation Act, Minimum wages Acts, Payment of wages Act, Gratuity
Act, P.F. Act, GST registration, etc., and other regulations framed by the Govt. from time to time.
MSETCL will not be responsible for any violation of the Act or Regulations by the agency.

6.9.3 For any loss to the company’s property during execution of work, the contractor will be liable to
pay the equivalent compensation as per the recommendation of undersigned.

6.10 Submission of Bills & release of PAYMENTS:

6.10.1 No any advance payment will be granted against the contract, 100% payment will be made as per
actual work carried out by the contractor, subject to the availability of funds.

6.10.2 The attendance sheet duly certified & stamped will be provided to the respective bidder on or
before 3rd of every month by Dy. Manager (HR) EHV O&M Division, Akola or his designated
representative for billing purpose.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 13 OF 25


6.10.3 Accordingly, the contractor should submit the month – wise RA Bill in triplicate to the Executive
Engineer EHV O&M Division, Akola on or before 5th of every month.

6.10.4 While submitting the bill for every month, Person wise detailed PF challan copy, Person wise
detailed ESIC challan copy, details of payment of wages to outsource person by NEFT / RTGS
only, Bank Statement / Bank account passbook zerox of outsource employee, monthly wages
sheet, wages slip of each outsource person should be submitted dully signed by the contractor
along with bill, otherwise bill will not be processed.

6.10.5 The insurance certificate shall be checked by Division committee for each employee and
also verify that the agency shall submitted the ESI code number employees certificate at
ESI Office.

6.10.6 The contractor should pay / deposit the amount of payment of outsource person / employees in
their bank accounts by RTGS / NEFT before 7th of each month and copy of the same should be
submitted along with the consecutive month bill.

6.10.7 After receipt of bill from the bidder, the Dy. Manager (HR) will scrutinize the said bills on the
basis of attendance sheet duly certified by Dy. Executive Engineer / Addl. Executive Engineer
and other documents. If found satisfactory, then Dy. Manager (HR) will forward the same to
Tech. Section and will send it to Account Section after doing SES in SAP in order to release the
payment to the bidder.

6.10.8 All efforts will be made to release the payment within reasonable period from the date of
submission of clear bill. However this period may vary due to unforeseen circumstances beyond
the control of this office & company will not pay any interest for delay thereof. The contractor
may please note this.

6.10.9 GST Registration No. and TIN No. shall be mentioned on the bill and the invoice should be
submitted as per GST regime.

6.11 PAYMENT AUTHORITY: The Executive Engineer, EHV O&M Division, Akola.

6.12 INCOME TAX:

In accordance with the provision Section 194 (c) of Finance Act 1972 deduction of Income Tax
at source at the rate of 2% (Two percent) or as per Act/rules in force of the gross amount payable
shall be made from your bills, such deductions shall not be made in the event, if you are able to
produce necessary exemption certificate from competent authority of Income Tax, Sales Tax,
Tax Department

6.13 TAX DEDUCTION AT SOURCE:

Applicable taxes and GST will be deducted at source at the prevailing rates from the bills.
Similarly any other tax deductible at source if applicable to this particular contract as per
statutory provisions (laid down by Central or State Government.) will also be deducted from the
bills at the prevailing rate.

6.14 EXCEEDING THE CONTRACT VALUE:

The contractor will have to watch and ensure that the total value of work/supply carried out by
him does not exceed the contract value. If the work/supply value of contract is likely to be
exceeded the same should be brought to the notice of the undersigned in writing. If the value of
the total work/supply exceeds the order value in that case the contractor is not permitted to
execute the work without prior permission from the undersigned.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 14 OF 25


6.15 TERMINATION:

If the contractor fails to execute the order, it will be treated as breach of contract and the contract
will be terminated. The EMD / security deposit shall be revoked in that case.

6.16 PENALTY:

6.16.1 If the work is not executed within stipulated period the penalty @ ½% per week on delayed
portion maximum to 10% of order amount shall be levied. If the work is not carried out in the
stipulated period, the work will be got done departmentally or through any other agency at your
risk and cost in addition to the penalty that shall be chargeable as mentioned above.

6.16.2 The Tenderer should ensure the quality of spares (Measuring equipment) & services.

6.16.3 No accommodation will be provided for staffs of the contractor.

6.17 SUSPENSION / HOLDING OF WORK:

If the work has to be suspended due to any reason i.e. stay order from court of law, legal held up
from any other Agency, shut down etc. the MSETCL shall not pay any compensation / damage to
the contractor towards item like idle labour, idle machinery, vehicles etc. In such cases the
contractor is not liable for claiming extra payment. He will be paid for the actual work executed
by him under the supervision and measured by concerned Dy. Executive Engineer.

6.18 CONTRACTOR’s DEFAULT:

In the case you fail to complete work/supply fully OR partially, the security deposit will be
revoked by MSETCL. In this case the balance work/supply will be got done from other agency
may be at higher rates and the difference in cost will be recovered from the contractor’s bills.

6.19 DEDUCTION:

Any amount on account of damages or charges or expenses or any other amounts which are or
become payable by the agency to the Company, under the same or any other contract shall be
deducted by the Company from any amount due or becoming due to the agency under the same
or any other contract and shall be adjusted against dues of the board without prejudice to the
Company’s right to recover the same by ordinary process of law. The Labour cess@1%will be
deducted on order amount.

6.20 BANKRUPT:

If the bidder shall become bankrupt or insolvent, or have a receiving order made against him, or
compound with his creditors, or being a company or corporation commence to the wound up, not
being a member's voluntary winding up for the purpose of amalgamation or reconstruction, or
carry on its business under a receiver for the benefit of its creditors or any of them, the Owner
shall be at liberty (a) to terminate the contract forthwith by notice in writing to the bidder or the
receiver or liquidator or to any person in whom the contract may become vested or (b) to give
such receiver, liquidator or other person the option of carrying out the contract subject to his
providing a guarantee for the due and faithful performance of the contract upto an amount to be
agreed

6.21 INDEMNIFICATION OF COMPANY:

The Contractor shall insure all his personnel, Tools and plants, etc. and shall also take a third
party liability cover to indemnity the Co. of all liabilities which may come up due to any act or
commission on the part of contractor and cause harm/ damage to other contractor /

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 15 OF 25


representatives of Co. or all or anybody rendering service to the Co. or is connected with Co.’s
work in any manner whatsoever.

6.22 LIABILITY OF ACCIDENTS / LOSS:

The contractor will be responsible for any accident to any of his personnel or loss to him during
the work or the transportation towards the works. The responsibility of the insurance towards the
same shall be with the contractor. The compensation to the contractor’s personnel will be the
responsibility of the contractor

6.23 CONDITION OF CONTRACT:

All the conditions enumerated in the Maharashtra State Electricity Transmission Co. Ltd. tender
and contract for works booklet, the general conditions and detailed specifications of the contract
stipulated in the tender shall apply for carrying out this work as far as be made applicable.
However where the conditions in the above mentioned booklet and tender specifications conflict
with the conditions stated in the work order, the later shall prevail.

6.24 CONTRACTOR'S EMPLOYEES:

6.24.1 The contractor will have to provide only such employees / staff who are skilled and experienced
for the work.

6.24.2 The contractor will have to arrange for their accommodations and transportation to his employees
while on work.

6.24.3 The contractor shall ensure that his staff uses the requisite safety equipment as applicable.

6.24.4 The employees should be duly insured against any such eventuality.

6.24.5 No child labour shall be employed.

6.24.6 Contractor should maintain record of labours and their wages working under their
control/jurisdiction for this work and P.F. as applicable may be deducted from their wages.

6.24.7 The contractor shall be responsible for the proper behavior of all the staff and others working
under him and should exercise proper control over them.

6.25 SAVE AND EXCEPT:

Amount due to account of damage or compensation for default or breach of contract by the
contractor in which case instead of deduction of the same amount shall be retained and the
Owner shall have the right on amount so retained or withheld.

6.26 JURISDICTION:

6.26.1 Jurisdiction of all disputes, legal proceeding regarding work done under the contract shall be
within the jurisdiction of Akola Court only.

6.26.2 All the working personnel should be life insured and copy of insurance certificate to be submitted
to respective Division Office. The site will not be handed over till such certificate is submitted.

6.27 GENERAL:

6.27.1 The bidder are also deemed to be fully aware of the company’s general conditions of contract for
work, supply of equipment / material and any ignorance of any of the condition will not exempt
you from liability to abide by the same.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 16 OF 25


6.27.2 Any clause required to be imposed by virtue of any act enforced by the government during the
contract will stand included in this schedule and same will be binding on the contractor and will
not amount to any change of conditions of the contract.

6.27.3 Notwithstanding anything stated here, the MSETCL’s General Terms & Conditions of Contract
shall be applicable to the contract.

6.27.4 It will be the responsibility of the Contractor to maintain various payment registers required
under various Contract Acts and produce the same for the undersigned and / or to the Govt.
Authorities for inspection on demand at any time.

6.28 OBSERVATIONS OF STATUTORY RULES:

All the statutory provisions of various acts and rules of the Central and State Government will be
applicable to this contract e.g. Minimum wages Act 1948, child Labour Act and Regulations
Employees Liability Act 1938, Workmen’s Compensation Act 1923, L.D. Act. 1947, Indian
Factories Acts 1948, Acts of Income Tax, GST Taxation, Works Contract Tax etc. or any other
Acts enforce and as amended from time to time. The contractor will comply with the provisions
of all the above acts, rules and regulations and will be solely responsible for the observance of
the provisions in the above acts/rules and regulations.

6.29 GENERAL DISCIPLINE:

The Contractor / Society of apprentices and his persons shall maintain good character and decent
behaviors with all concerned. They will not allow indulge in drinking liquor, entry of
unauthorized persons and unscrupulous elements in the sub-stations. Any person found behaving
in a manner contract to the above will be replaced forth with by the contractor/society of
apprentices.

6.30 RIGHT TO CANCEL THE CONTRACT:

Undersigned has reserved the right to cancel the order as whole or part without assigning any
reasons.

6.31 The undersigned reserves the right to recover the amount due to any loss / damage to
MSETCL's property through agency's outstanding bills either under this Zone or any other
MSETCL's zone in Maharashtra

Executive Engineer
EHV (O&M) Division, Akola

*****

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 17 OF 25


7. SPECIAL INSTRUCTIONS OF CONTRACT
These special conditions of contract, supplement the instructions to bidder and the General
Conditions of contract as applicable to woks contract document, where in provisions of these
special conditions are at variance with the General Conditions of contract.

7.1 SCOPE OF WORK:

7.1.1 Work of providing outsource services of Technical persons at various locations under EHV
(O&M) Division, Akola.
7.1.2 The Skilled Sr. Operators / Operator will be treated as “Skilled labour”.
7.1.3 The contractor should provide the Skilled Sr. Operators / Operator as per the schedule attached.
7.1.4 The provided Sr. Operators / Operator should check up character & antecedents name keep the
same with you and whenever asked for the same should be produced to this office.
7.1.5 The contractor shall be fully responsible for compliance of all statutory obligations under the
Factory Act 1948, Contract Labour (Regulation and Abolition) Act 1970, Maharashtra Labour
Contract Regulation & Abolition Act, 1971, Minimum Wages Act, Provident Fund Act and
ESIC Act / Workman Compensation Act 1926, Payment of Wages Act in respect of the Sr.
Operators / Operator deployed. The rules and regulation of the Contract Labour Act shall be
binding on the contractor.
7.1.6 The Company will not be responsible for violation of these statutory rules and regulations by the
contractor.
7.1.7 The company will not be responsible in any way, either legal or financial for the accident to the
Sr. Operators / Operator during the course of duties. No compensation for above for any reason
will be entertained by the company.
7.1.8 The Outsource Persons shall be Indian citizen having proper qualification (i.e. ITI. In Electrician
Trade) & training and shall have undergone police verification.
7.1.9 The Sr. Operators / Operator has no right to employment in the company. All correspondences
regarding this contract will be entertained with you only.
7.1.10 It shall be the sole responsibility of the contractor to observe all the relevant acts and regulations
along with amendments thereto framed by the Government from time to time. The Company
shall not be responsible for violation of any of the above stated regulations / Acts etc. by the
contractor.
7.1.11 The Sr. Operators / Operator should attend the duty in time. He should be co-operative with
officers & staff of M.S.E.T.C.L. & follow the instructions given by office time to time.
7.1.12 The Sr. Operators / Operator shall ware uniform & identity card provided by you.
7.1.13 This office reserve the right to terminate the contract at any time during the contract period by
giving one day notice in writing, if it is found that the contractor is not abide to cope up with the
work satisfactorily.
7.1.14 Applicability of General terms & conditions of contract not anything stated herein, the
company’s general conditions of contract shall be applicable to the contract as for as they are
applicable in respect of this contract.
7.1.15 The dispute (if any) against this contract will be subject to the jurisdiction of Akola Court only.
7.1.16 The skilled Sr. Operators / Operator shall be physically and mentally fit and should be without
any bad habits.
7.1.17 The kkilled Sr. Operators / Operator shall be above the age of 18 and preferably up to 45 years.
The contractor shall produce proof in this regard.
7.1.18 The skilled Sr. Operators / Operator shall not be convicted by a competent court or removed on
grounds of misconduct or moral turpitude while serving in any of the armed forces of the Union,
State Police Organizations, Central or State Governments or in any private security agency.
7.1.19 The contractor shall make his own arrangements for the staff for attending the duties in time.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 18 OF 25


7.1.20 The staff of the contractor shall attend the duties in shifts regularly prescribed by the MSETCL.
7.1.21 The contractor shall provide Identity cards and badge to the Sr. Operators / Operator which they
shall carry while on duty.
7.1.22 The Sr. Operators / Operator, while on duty, should not be under go intoxication or consumption
of narcotic drugs.
7.1.23 The contractor will exercise surprise checks on the Sr. Operators / Operator for confirming they
are attending the duties regularly, punctually and promptly.
7.1.24 The contractor shall pay to the Sr. Operators / Operator the special allowance as applicable on
declaration by the government.
7.1.25 The contractor shall be responsible for payment and maintenance of record of P.F. of the Sr.
Operators / Operator they are engaging & shall submit the P.F. registration no. & E.S.I.C.
Account no. of individual Operators/Assistant Operator.
7.1.26 The Skilled Sr. Operators / Operator of the contractor will not be bound by Service Regulations
of MSETCL as such they will not be entitled for payment, quarters, holidays and other facilities
from MSETCL.
7.1.27 Minimum required qualification for Sr. Operators / Operator is ITI (Electrician Trade) are as
below.
Sr.
Particulars Required Qualification
No.
a. The Operator must be having diploma in ITI with two year
experiences in a row of functioning operations,
maintenance of EHV S/Stn equipments.
Sr. Operator/ b. The Operator must be authorized by Electrical Inspector.
01
Operator c. Between 21 & 40 years of age.
d. In good physical & mental health, devoid of bad habits like
drinking liquor / alcohol etc.
e. Polite & well behaved.

7.2 HOUSING AND ACCOMMODATIONS:

Contractor will make his own arrangement for the housing of his staff and labours.

7.3 SUITABILITY OF TECHNICAL AND SKILLED PERSONNEL:


7.3.1 The bidder shall keep one full time experienced technical responsible person at site, he shall be
fully authorized to receive and comply with such instructions as are given by the Engineer-in-
charge. The name of such person with his qualification and experience shall also be immediately
reported to the Engineer-in-charge.

7.3.2 The bidder must provide for necessary skilled and unskilled workmen for each class of work and
the Engineer-in-charge have the right to satisfy himself about the suitability or otherwise of such
workmen. The Engineer-in-charge shall have the right to demand the removal of any Technical
personnel, skilled or unskilled worker who in his opinion are considered to cause bad
workmanship in the execution of the work or to cause indiscipline.

7.4 DAMAGE OF WORK:


The works whether fully completed or incomplete, all the materials, machinery plants, tools
temporary building, and other things connected there which shall remain at the risk and in the
sole charge of the contractor until the completed work has been handed over to the Engineer-in-
charge and till completion certificate has been obtained from the Engineer-in-charge. Until such
handing over of the completed work, the contractor shall at his own cost take all precautions

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 19 OF 25


reasonably necessary to keep all the aforesaid works and other things connected therewith, free
from any loss or damage and in the event of the same or any part thereof being lost or damaged,
he shall forthwith reinstate and make good such loss or damage, at his own cost.
7.5 MSETCL DECISION FINAL:
If any question or differences in r/o any conditions arise between the contractor and Engineer-in-
charge the decision of Executive Engineer will be final and binding on both parties.
7.6 OUTBREAK OF WAR:
7.6.1 During the period of the contract if there is an outbreak of war, (whether declared or not) which
whether financially or otherwise materially affects the execution of the work, the contractor shall
unless and until the contract is terminated under the provisions in this clause, continue to use his
best endeavor to complete the execution of the works provided always that the owner shall be
entitled, at any time after such outbreak of war, to terminate the contract by giving notice in
writing to the contractor and upon such notice being given, this contract shall (save as to the
rights of the parties under this clause and to the operation of clauses entitled settlement of
Dispute-Arbitration) hereof be terminated but without prejudice to the rights of either parties in
respect of any antecedent breach thereof, dice to the rights of either parties in respect of any
antecedent breach thereof.

7.6.2 If the contract is to be terminated under the provisions of the above clause, the contractor shall
with all reasonable diligence, remove from the site all the contractor's equipment and shall give
similar facilities to his sub-contractors to do so.

7.6.3 If the contract is to terminated as aforesaid, the contractor shall be paid by the owner (in so far as
such amounts or items shall not have already been covered by on account payment made to the
contractor) for all work executed and accepted by the Engineer prior to the date of termination at
the rates and prices provided in the contract.

7.6.4 In the event of any dispute in regard to the price of the works and portion of the payment to be
made to the contractor, the decision of the Engineer in charge shall be final.

7.6.5 The contractor will be further required to transfer the title and provide the owner the following
detailed works and as directed by the owner.
a) Any completed works.
b) Such partially completed works including drawings, information and contract rights as the
contractor has specifically performed, produced or acquired for the performance of the
contract.
7.7 FORCE MEASURE:
7.7.1 The following causes that substantially affect the performance of the contract shall only be
considered as force measure condition
a. Natural phenomenon including floods, droughts, earthquakes and epidemics.
b. Acts of any government, domestic or foreign including war, declared or undeclared,
priorities, quarantines, embargoes.
c. Non availability of Outages required to be provided by MSETCL. Provided the party affected
by the "force Measure" shall within fifteen (15) days from the occurrence of such a case,
notify the other party in writing of such cause with sufficient documentary proof.
7.7.2 Notwithstanding any provision under 13A the owner shall not be in any way be liable for
nonperformance either in whole or in part of any contract or for any delay in performance thereof
in consequence of any contract or for any delay in performance thereof in consequence of strikes,
shortages combination of labour or workman or lockout, breakdown or accident to machinery or
accidents of what so ever nature, failure on the part of the railways to supply, sufficient wagons
to carry essential raw materials etc. and furnished produces from the stores etc. These causes

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 20 OF 25


shall not be treated as "Force measure" but subject to the provision and stipulation made in clause
of liquidated damages of late delivery.

7.7.3 The Contractor or the owner shall not be liable for delays in performing their respective
obligations resulting from any force measure causes as defined above, the date of completion will
be extended for the reasonable time by mutual agreement.

7.7.4 In case of damage or destruction of any property or equipments belonging to the contractor due
to force measure causes, the MSETCL shall not be liable for same.

7.7.5 The MSETCL shall have the right to inform the contractor not to slip any part of the equipment
due to weather or any other reasonable cause and in all such cases, the contractor shall withhold
shipment of such parts without any extra charge for storage for a reasonable time.

7.8 CONTRACTOR LIABLE FOR ALL DAMAGE:


Compensation for all damage done intentionally or unintentionally by contractors laborers,
whether in or beyond the limit of MSETCL property shall be estimated by the Engineer-in-
charge or such other officer as he may appoint and the estimates of the Engineer-in-charge,
subject to the decision of the Chief Engineer on appeal, shall be final and the contractor shall be
bound to pay the amount of the assessed compensation on demand, failing which the same will
be recovered from the contractor as damages or deducted by the Engineer-in-charge from any
sums that may be due to or become due from the MSETCL to the contractor under this contractor
or otherwise. The contractor shall bear the expenses of defending any action or other legal
proceedings that may be brought by any person for injury sustained by him owing to neglect or
precaution to prevent the spread of fire and he shall also pay any damage to cost that may be
awarded by the court in consequence.
7.9 RECESSION OF CONTRACT AND FORFEITING OF DEPOSIT:
The contract shall not be assigned or sublet without written approval of the Engineer-in-charge,
And, if the contractor assign or sublet his contract or attempts, so to do or become insolvent or
commence any proceeding to be adjudicated an insolvent or make any compensation with his
creditors or attempts so to do, the Engineer-in-charge, may by notice in writing rescind the
contract. Also, if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or
otherwise shall either directly or indirectly be given promised or offered by the contractor or any
of his servants or agents, to any person in the employee of the MSETCL in any way relating to
his office or employment or if any such officer or person shall become in any way directly or
indirectly interested in the contract, the Engineer-in-charge may by notice in writing rescind the
contract. In the event of contract being rescinded the Security Deposit of the contract or shall
thereupon stand forfeited and be absolutely at the disposal of the MSETCL and the same
consequences shall ensure as if the contract had been rescinded under clause 4 hereof and in
addition the contractor shall not be entitled to recover or be paid for any works thereof actually
performed under the contract.

7.10 DECISION OF EXECUTIVE ENGINEER TO BE FINAL:


Except where otherwise specified in the contract and subject to the powers delegated to him by
the Company under the Company rule then in force, the decision of the Executive Engineer shall
be final conclusive and binding on both parties to the contract upon all questions relating to the
meaning of the specifications, designs, drawings and instructions herein before mentioned and as
to the quality of workmanship or material used on the work, as to any other question claim, right,
matter or thing whatsoever, in any way arising out of or relating to the contract designs, drawing,
specifications, estimates, instructions, orders or these conditions of otherwise concerning the
works or the execution or failure to execute the same whether arising during the progress of the
or after the completion or abandonment thereof.

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 21 OF 25


7.11 SUBLETTING OF CONTRACT:
The Contractor shall not sublet the Contract or any part thereof or any benefit or interest therein
or there under without the prior written consent of the owner. The Contractor shall not sublet any
part of the works without prior written consent of the Engineer / Owner. Such consent, if given,
shall not relieve the Contractor from any liability or obligation under the Contract and he shall be
responsible for the acts, defaults and neglects of any subcontractor, his agents, servants or
workman as fully as if those were the acts, defaults and neglects of the Contractor, his agents,
servants or workmen.

7.12 COMPENSATION FOR WORKMEN’S COMPENSATION ACT:


The contractor shall be responsible for and shall pay any compensation to his workmen payable
under the Workmen's Compensation Act 1923, herein after called the said Act for injuries caused
to the workmen. If such compensation is paid by the MSETCL, as principal employer under Sub-
section of section 12 of the said act on behalf of the contractor of the said act it shall be
recoverable by the MSETCL from the contractor under Sub-section (2) of the said section. Such
compensation shall be recovered in the manner or as per MSETCL Rules.
7.13 ACCEPTANCE OF CONDITIONS ON TENDERING FOR WORK:
Submission of tender or acceptance of work order shall be treated as acceptance of these
conditions of the tender by contractor.

Executive Engineer
EHV (O&M) Division, Akola

*****

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 22 OF 25


MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD.
EHV (O&M) DIVISION, AKOLA
Work of providing outsource services of Sr. Operator and Operator (as and when
required) at various Substations under EHV (O&M) Division, Akola

RFx No: 7000014669

SCHELDULE “A” (For reference only)


No. of No of Rate per Day
Sr. Service person to Quantity including all
Particulars
No. No. be required taxes
provided (Days) (in rupees)
Sr. Operator (With ESCI) (Skilled)
1 50003886 2 240 Rs. 765.01
(Zone – I)
Operator (With ESCI) (Skilled)
2 50003886 3 360 Rs. 765.01
(Zone – I)
Operator (Without ESCI) (Skilled)
3 50014847 5 600 Rs. 742.09
(Zone – II)

Rs. 976600.00 (Nine Lakhs Seventy Six Thousand Six Hundred rupees)
(Inclusive of all taxes and allowances)

Note (1): The quantities may vary as per the site conditions.
Note (2): The above rates are inclusive of 18% GST.
Note (3): The rate of Special Allowance considered in the estimated rates is for period of Jan –
2020 to June – 2020. Hence, difference in Special Allowance rates for further every six
month is applicable and payable to you.
Note (4): As such, the estimated rates are calculated from minimum wages circular No. 142 Dtd.
03.01.2014, hence the offer below MSETCL estimated cost will not be consider in any
case. If any offer will be received below MSETCL estimated cost, then it will be straight
way disqualified without entertaining any objection thereafter.
Note (5): The MSETCL circular No. regarding engaging outsource manpower (i. e Circular No.
142 Dtd. 03.01.2014, 12862 Dtd. 03.12.2016, 11874 Dtd. 08.11.2016 and 1624 Dtd.
13.02.2017 Circular No. Ø- egkikjs”k.k@ekla@dk-vkS-la-d-d-fo-@6333 fn- 26@08@2019, Circular
No. Ø- egkikjs”k.k@ekla@dk-vkS-la-d-d-fo-@6906 fn- 19@09@2019 and all other circular in force
during period of execution will be applicable to this contract and bound on the bidder
Note (6):
1. The bidder shall quote the rates in SRM only.
2. The bidder should quote the rates per unit in rupees, including of APPLICABLE GST
for the items as per Schedule "A".
3. Evaluation of the bid shall be done on the basis of grand total inclusive of GST.

DATE:

PLACE:
Sign & seal of Bidder:
Name of the bidder:
Name of the signatory:
Designation of the signatory

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 23 OF 25


MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD.
EHV (O&M) DIVISION, AKOLA

Annexure “A”

Information of the bidder to be submitted along-with the bid:


RFx No.: 7000014669 (SRM/2019-20/T-08)

Actual Details to be filled by the


Sr. No. Particulars
bidder
1 Name of Division to which the bid is submitted

2 Tender No.
3 Name of the bidder
4. Address of the Registered office of the bidder
5 Contact number of the bidder
6 Email id of the bidder
7 Fax no. of the bidder
Name of Bidder's Bank (Scheduled /
8
Nationalized)
9 Branch and city of the bank
10 Bidder’s Bank Account No.
11 IFSC Code of the bank
12 Amount paid for Tender fees
13 Nature of Taxes and amount in Rs.
14 Total amount paid towards Tender fees, Rs.
15 Date of payment / fund transfer
16 Transaction Id
17 Amount to paid for EMD, Rs.
18 Date of payment / fund transfer
19 Transaction Id
Name of the authorized person representing the
20
bidder in dealing with the tender
21 Contact number of the authorized person
22 Email id of the authorized person
(* ALL FIELDS ARE MANDOATORY, PROPERLY FILLED ANNEXURE – A MUST
BE SUBMITTED IN TECHNICAL BID).

Date:
Sign & Seal of Bidder

Name of the bidder :


Name of the signatory :
Designation of the signatory:

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 24 OF 25


TENDER FORM

To,
The Executive Engineer,
EHV (O&M) Division, MSETCL,
2nd Floor, Vidyut Bhavan,
Ratanlal Plots, Akola – 444 005

Sub: Acceptance to terms and conditions of Tender and offer of rates.

Ref: Your tender specification No.


EE/EHV/O&M/DN/AKL/T/2019-20/SRM/ T – 08 RFx No.: 7000014669

Dear Sir,

Having examined the above specifications together with accompanying Schedules, the
General Conditions of the Contract and conditions applicable to MSETCL’s Supply / Works
contract therein referred to, I / we hereby offer to carry out the supply/ works described in the
different sections of the said specifications and Schedule at the rate entered in the attached
contract Schedule prices.

I / We, hereby guarantee the performance of our work in full conformity to your
specifications and instructions, the particulars entered in the Schedules attached to the
specifications and in accordance with the conditions of the contract applicable for the
Company’s works contract.

Thanking you,

Yours Sincerely,

(Signature of the Bidder)

Name of the Bidder ____________________

Address & Contact No. of the Bidder ___________________

RFX NO.: 7000014669 (2019-20/SRM/T-08) PAGE 25 OF 25

S-ar putea să vă placă și