Sunteți pe pagina 1din 70

TAMIL NADU GENERATION & DISTRIBUTION

CORPORATION LTD.

TENDER SPECIFICATION
FOR SUPPLY AND INSTALLATION OF
AGRICULTURAL PUMPSETS
UNDER RATE CONTRACT SYSTEM

SPECIFICATION No. R&D /06/2010-11


(DUE ON :29.01.2011)

OFFICE OF THE CHIEF ENGINEER,


INDUSTRIAL CO-ORDINATION, R&D/ TANGEDCO
2nd FLOOR, N.P.K.R.R. MAALIGAI
144, ANNA SALAI
CHENNAI-600 002
TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD
SPECIFICATION No. R&D /06/2010-11

1. For the supply of : Supply and Installation of BEE 4 Star & above
rated Energy Efficient Pumpsets for various
Capacities and Types
2. Quantity : 10,000 Nos. (Approx.)
3. Closing date for sale of
Specification : 17.00 Hrs. on 28.01.2011
4. Due date & time for receipt
of tenders : 14.00 Hrs. on 29.01.2011
5. Due date & time for
opening of tenders : 14.30 Hrs. on 29.01.2011

If the due date for receiving and opening the tenders happens to be a
declared holiday, then the tender will be received and opened on the next
working day, for which no prior intimation will be given.

6. Pre – Bid meeting : 18.01.2011

7. (i) Earnest Money Deposit : Rs.20 Lakhs (Rupees Twenty Lakhs).


For SSI/ NSIC units undertaking in lieu of
EMD for Rs.20 Lakhs.
8. Tender outer cover should
be addressed to : The Chief Engineer,
Industrial Co-Ordination, R&D,
Tamil Nadu Generation &
Distribution Corp Ltd,
2nd Floor/ Eastern Wing, NPKRR Maaligai
144, Anna Salai, Chennai -600 002

2
9. Method of submission of
Tender : Open Tender / Two Part System
10.Clarification to be sought : The Chief Engineer/IC, R&D,
for from 2nd Floor/ Eastern Wing, NPKRR Maaligai
144, Anna Salai, Chennai- 600 002,
11. Required number of
tender copies : Two
12. Place at which tenders : O/o Superintending Engineer/
will be opened R&D, Western Wing, 3rd Floor, Chennai -2.
13. Cost of Tender Specification : Rs. 10,000/-
Rs.100/- to be paid if the tender
Documents are required by post.
NOTE : 1
i) The Tender Documents are available in the TANGEDCO Ltd. website
(www.tneb.in) and Tamil Nadu Government website
(www.tenders.tn.gov.in) and the prospective bidders may get the
specification by down-loading from TANGEDCO Ltd (Website and Tamil
Nadu Government website free of cost).

NOTE: 2
A photo copy of the Tender Documents should be duly signed and stamped
on each page and all schedules duly filled-in shall be submitted by the
tenderer along with offer. Otherwise the offer will be liable for rejection.

The Schedule-G should be filled up and signed at the bottom of the each
page of the questionnaire – A & B.

3
SPECIFICATION NO.R&D /06/2010-11
Supply and Installation of BEE Four Star & above rated Energy Efficient
Pump Sets for various Capacities and Types

SECTION DESCRIPTION PAGE No.


SECTION-I : EARNEST MONEY DEPOSIT 5

SECTION-II : BID QUALIFICATION REQUIREMENTS 8

SECTION-III : REJECTION OF TENDERS 12

SECTION-IV : INSTRUCTIONS TO THE TENDERERS 13

SECTION-V : COMMERCIAL 25

SECTION-VI : TECHNICAL 45

SCHEDULE-A : SCHEDULE OF PRICES 47

SCHEDULE-B : SCHEDULE OF PUMPSETS AND DELIVERY PERIOD 50

SCHEDULE-C : STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER 53


EXECUTION DURING THE PAST THREE YEARS AS ON
THE DATE OF TENDER OPENING
SCHEDULE-D : DECLARATION FORM 54

SCHEDULE-E : PARTICULARS OF THE FACTORY 55

SCHEDULE-F : GUARANTEED TECHNICAL PARTICULARS 58

SCHEDULE-G : QUESTIONNAIRE - A 59

QUESTIONNAIRE – B 63

ANNEXURE-I : PUMPSETS QUANTITY DETAILS 65

ANNEXURE-II : UNDERTAKING IN LIEU OF E.M.D. 67

ANNEXURE-III: UNDERTAKING FOR PAYMENT OF DUES TO TANGEDCO 69

ANNEXURE-IV : UNDERTAKING TOWARDS JURISDICTION OF 70

LEGAL PROCEEDINGS.

4
SECTION – I
(SPECIFICATION NO.R&D / 06 /2010-11 )

EARNEST MONEY DEPOSIT


1) Tenderer should pay the specified amount towards Earnest Money
Deposit i.e.
Earnest Money Deposit : Rs.20Lakhs (Rupees Twenty Lakhs only)
2) The Earnest Money Deposit specified above should be in the form of A
DEMAND DRAFT / BANKER CHEQUE for the above amount from any of the
Nationalised / Scheduled / Foreign Banks with branches in India payable to
"TANGEDCO Collection Account”, TANGEDCO LTD., 144, Anna Salai,
Chennai-600 002. The above Demand Draft / Banker's Cheque should be
attached to the sealed inner cover and put in the Outer Envelope.
3) The Tenderers who are having valid Permanent EMD with TANGEDCO
/TNEB for an amount as mentioned below are exempted from payment of
Earnest Money Deposit and are eligible to participate in the tender.

PEMD For Tenders of value

Rs.10,00,000/- Up to Rs.10,00,00,000/-

Firms who have PEMD less than specified above are not eligible to
participate on the basis of the PEMD deposited by them even for lesser
quantity and value.

If the Tenderer desires to become a Permanent E.M.D. holder, he is


advised to deposit the required amount with the Board as Permanent
E.M.D. well in advance, obtain a certificate from the Financial
Controller/Purchase and enclose copy of the same along with the tender
offer as mentioned in Clause-2 above.

4) The EMD will not carry any interest.

5) The Earnest Money Deposit will be refunded to the unsuccessful tenderers

5
on application to the Chief Engineer/ Industrial Co - ordination, R&D after
intimation of the rejection/ non-acceptance of their tender is sent to them.

6) CHEQUE will not be accepted towards EMD and the tenders shall be
rejected if EMD is not paid in the prescribed manner.

7)(i) The Small Scale Industrial Units located within the State and Registered
with the Tamil Nadu Small Industries Development Corporation or the
National Small Industries Corporation or
(ii) Holding Permanent Registration Certificate from the District Industries
Centers of Directorate of Industries and Commerce in respect of those
items for which the Registration Certificate has been obtained,
(iii) Departments of the Government of Tamil Nadu and Undertakings and
Corporations owned by the Government of Tamil Nadu,
(iv)Labour Contract Co-operative Societies, Tiny Industries classified under
S.S.I. registered with the State of Tamil Nadu and registration Certificate
issued by the Department of Industries and Commerce/Govt. of Tamil
Nadu,
(v) Small Scale Industrial Units located outside the State and such of these
units registered with National Small Industries Corporation in respect of
the items manufactured by them are the only categories of Institutions/
Industries are exempted from the payment of Earnest Money Deposit .

8) Those tenderers who are exempted from payment of EMD shall furnish in
lieu of EMD an undertaking in a non-judicial Stamp paper of value not less
than Rs.80/- (Rupees Eighty only) in the form as per Annexure-II to the
effect to pay as penalty an amount equivalent to EMD or an amount equal
to the actual loss incurred whichever is less in the event of non-fulfillment
or non-observance of any of the conditions stipulated in the contract
consequent to such breach of contract. The State Government, Public
Sector Undertakings who are exempted from payment of EMD should also

6
pay as penalty an amount equivalent to the amount fixed as Security
Deposit in the event of non-fulfillment or nonobservance of any of the
conditions stipulated in the contract.

9) TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE


OPENED.
9.1) The tender will not be opened if the undertaking is not signed
/authenticated in all pages.
9.2) Signature of the witness should be affixed at the end of the undertaking
along with details of name and address.

10) Small Scale Industries registered within the State of Tamil Nadu shall
enclose duly attested Photostat copy of their Permanent Registration
Certificate issued by the District Industries Centre as SSI Unit or the
photocopy of valid registration certificate issued by NSIC for small scale
industrial unit for subject pumpsets specifying capacity for which they are
permitted to manufacture and the period of validity of the certificate as
proof of eligibility for exemption from payment of EMD in sealed outer
envelope as specified in Clause-2 above.

10.1) In the event of non availability of attested Photostat copy of their


Permanent Registration Certificate issued by the District Industries Centre
as SSI Unit or the photocopy of valid registration certificate issued by
NSIC for small scale industrial unit for subject pumpsets in the tender
offer, the offer will be summarily rejected.

11) Others viz. Central and other State Government Departments/


Undertakings and Corporations other than those in Tamil Nadu shall have
to pay Earnest Money Deposit and Security Deposit.

12) The following should be enclosed along with the tender offer inside the
outer cover:

7
i) Demand Draft / Banker's Cheque or the proof of exemption of EMD and
an undertaking in lieu of EMD or proof of Permanent EMD.

13) The Earnest Money Deposit made by the tenderer will be forfeited if:
a) he withdraws his tender or backs out after acceptance.
b) he withdraws his tender before the expiry of validity period stipulated in
the Specification or fails to remit the Security Deposit.
c) he violates any of the provisions of these regulations contained herein.
d) he revises any of the terms quoted during the validity period.
e) in the event of the documents furnished with the offer being found to be
bogus or the documents contain false particulars, the EMD paid by the
tenderers will be forfeited in addition to blacklisting them for future
tenders / contracts in TANGEDCO Ltd.

8
SECTION – II
(SPECIFICATION NO.R&D / 06 /2010-11)

BID QUALIFICATION REQUIREMENTS (BQR)

1. The bidder should be the Manufacturer or Authorised Dealer of the


manufacturers or ESCOs having Consortium with Manufacturer of BEE
Four (4) and above Star rated Energy Efficient Pumpsets.

2 a)The bidders and if the bidders are authorized dealers their principals
should possess the certification for Star rating duly obtained from the
Bureau of Energy Efficiency (BEE), Government of India.
b) In case of Authorised Dealer, they should furnish the copy of the
Agreement with their manufacturers as proof for the Authorised Dealer
and the manufacturers should possess the certification for Star rating duly
obtained from the Bureau of Energy Efficiency (BEE), Government of
India.
c) In case of ESCOs the Consortium partner shall possess the certification
for Star rating duly obtained from the Bureau of Energy Efficiency (BEE),
Government of India.

3. The bidder should have supplied not less than 1000 Nos. Star rated
pumpsets during the last three years.

4. a)The annual Turnover of the bidder for the supply of pump sets shall be
more than Rs.2 Crores (Rupees Two Crores only) during any one of the
last three (3) years (i.e., for 2007-08, 2008-09, 2009-2010). “The
bidder shall furnish Annual Turnover Certificate for the previous three
years certified by the Chartered Accountant or Annual audited Statement

9
of Accounts i.e. Profit and Loss Account and Balance Sheet, or the
attested copy of Income tax return filed by the bidders or, attested copy
of Sales tax Clearance certificate, or attested copy of enlistment certificate
issued by NSIC containing turnover details of the bidder for the respective
period in support of the Annual Turnover”.
b) In case of ESCOs they shall satisfy the above annual turn over criteria
either individually or along with their Consortium partner.

5a) The Bidders should possess valid ISI license for specification
IS:8034:2002, IS:9079 :2002, IS:14220 :1994 etc., for the
manufacturing of electrical pump sets. In case the validity of the ISI
license is expiring before the date of submission of bid, necessary
documentary proof for having applied for renewal of the ISI license must
be submitted.
b) In case of Authorised Dealer / ESCOs they should furnish the above
details obtained from the Pump manufacturer concerned with their
authorization.

6. NEW ENTRANTS : New entrants can also bid in the tender.


TANGEDCO has right to place order on New Entrant(s) upto 10% of
tendered quantity on each new entrant provided.
a) They are evaluated L1 Tenderer and have no previous experience of
supply for the items tendered.
b) A firm who has lesser quantity of supply experience and less financial
turn over criteria than prescribed in BQR may be considered under New
Entrant category.
c) They have infrastructure/manufacturing facilities based on the inspection
report of Third party inspection or TANGEDCO / Board Engineers.
d) They have satisfied all commercial, technical and BQR conditions except
financial turnover and previous supply experience.

10
e) The firm who have got order under new entrant category in TANGEDCO
shall be eligible for placement of order under regular category in
subsequent tenders, if they satisfy the conditions of satisfactory period of
service, if any, stipulated for the material even if the quantity supplied is
lesser than the minimum quantity stipulated in the tender document.

However, if the above firms do not satisfy the satisfactory period of


service, if any, specified in the tender document, they may be considered
under New Entrant category in subsequent tenders also.

The offers of Bidders not satisfying the above "Bid Qualification


Requirements" will be summarily rejected.

11
SECTION - III
(SPECIFICATION NO.R&D / 06 /2010-11 )
REJECTION OF TENDERS:

I. Tenders will be SUMMARILY rejected if :


a) The EMD requirements are not complied with,
b) The Bid Qualification Requirements are not satisfied.
c) If Questionnaire as per schedule-G is not duly filled and properly signed
by the tenderer at the bottom of each page of the questionnaire – A & B.
d) If the minimum quantity to be quoted is not complied with.

II. Tender is liable to be rejected, if:


a) the validity period quoted is less than that stipulated in the Specification.
b) not in conformity with TANGEDCO’s Commercial terms and Technical
Specifications(Section - V & VI).
c) not properly signed by the tenderer.
d) received from a tenderer who is directly or indirectly connected with
Government service or / TANGEDCO / Board / service or services of Local
Authority.
e) from any blacklisted Firm or Contractor.
f) received by Telex/Telegram/ FAX / E-Mail.
g) from a tenderer whose past performance/vendor rating is not satisfactory.
h) not containing all the required particulars as per Schedules-A, B, C, D, E
, F & G.
i) the offers are received from consortium of SSI Units like SIDCO, NSIC and
other Agents and Dealers.
j) received after due date & time.

12
SECTION - IV
(SPECIFICATION NO.R&D / 06 /2010-11 )
INSTRUCTION TO TENDERERS

Name of material : BEE Four (4) Star & above rated Energy
Efficient Pumpsets for various Capacity and Type
Quantity : 10,000 Nos.(Approx.) as per Annexure - I

(15 Days Commencement period and Three months there after)

1.0 GENERAL :
1.1 Sealed tenders in Two Part System (a) Technical Bid with Commercial
terms but without Price Bid and (b) Price Bid (both bids in duplicate) in
accordance with the attached Commercial terms and Technical
Specifications will be received for and on behalf of TANGEDCO herein
after referred as Board so as to reach on or before the due date
prescribed. All the tenders shall be prepared and submitted strictly in
accordance with the instructions set forth herein. A Xerox copy of the
Tender Documents should be duly signed and stamped on each
and every page and all schedules duly filled-in will be submitted
by the tenderer along with offer. Otherwise the offer will be
liable for rejection. This Tender will be processed as per the provision
in the Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu
Transparency in Tender Rules 2000.
1.2 THE TENDERERS WHO DO NOT FULLFILL THE "BID QUALIFICATION
REQUIREMENTS" AS PER SECTION-II NEED NOT PARTICIPATE IN THE
TENDER. OFFERS NOT SATISFYING THIS "BID QUALIFICATION
REQUIREMENTS" WILL NOT BE CONSIDERED AND WILL BE
SUMMARILY REJECTED.
2.0 SCOPE OF SUPPLY:
The Scope of Supply and Installation of the BEE Four(4) Star & above
rated Energy Efficient Pumpsets for various Capacities and Types
(described in Schedule-A) includes manufacture, inspection, testing,
packing, forwarding, and delivery of the pumpsets detailed herein, at our
stores anywhere in Tamil Nadu and Installation.

3.0 SUBMISSION OF TENDER OFFER:


The tenderer is expected to examine all instructions, Schedules and
Annexures detailed in the Specification and submit the Schedule of Prices
and other required particulars in the respective Schedules and Annexures
and drawings called for in this Specification, only as per the formats
prescribed herein.

4.O TWO PART OPEN TENDER RATE CONTRACT SYSTEM:

4.1 The tenders shall be in Two Parts as detailed below, each in a separate
sealed envelope marked,
" ENVELOPE-A " AND " ENVELOPE- B "

The First envelope, called Envelope-A shall contain :

(a) Unpriced Bid as per Schedules B, C, D , E, F & G .


(i.e., Commercial Bid with Technical Terms except Price)
(b) Any other information called for in the Specification other than Price.
(c) Bureau of Energy Efficiency (BEE), Government of India Certificate.
(d) Any other quality relevant certificates.
(e) Proofs required for BQR conditions as mentioned in Section II should be
enclosed in the ‘A’ cover of the tender. On opening the ‘A’ cover, if these
proofs are not available, the tender will be summarily rejected.

14
THIS ENVELOPE-A SHOULD NOT CONTAIN ANY PRICE BID.
Any offer containing price bid in Envelope - A will not be read and
summarily rejected.
4.2. "Envelope-B" shall contain the Price Bid only as per Schedule-A.
4.3. The tender in two parts shall be prepared in duplicate and put in a
separate sealed envelopes (Envelope-A & Envelope-B) as instructed
above.
4.4. Envelope - A, Envelope-B and the Earnest Money Deposit in the approved
form or proof of exemption from payment of EMD and Undertaking in
lieu of EMD and BEE Certificate issued by the Minister of Power,
Government of India shall be enclosed in an overall sealed envelope and
this shall addressed to the Chief Engineer/ Industrial Co-ordination, R&D,
TANGEDCO, 2nd Floor/ Eastern Wing, NPKRR Maaligai, 144, Anna Salai,
Chennai-2.

OUTER COVER SHALL CONSIST OF


1) EMD IN APPROVED FORM OR PROOF FOR EXEMPTION FROM PAYMENT
OF E.M.D.
2) ENVELOPE - A
3) ENVELOPE – B
4.5. Envelope-A and Envelope-B and the overall envelope should be
individually sealed, superscribed with the Specification number,
pumpsets offered and due date of submission and addressed to the
Chief Engineer/ Industrial Co-ordination, R&D,TANGEDCO, 2nd Floor/
Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai-2.
4.6. The Tender offers in complete shape shall be sent so as to reach the
Chief Engineer/IC, R&D, on or before 2.00 P.M. on the due date of
submission of offers.
4.7. The Tender documents shall be addressed to the " Chief Engineer/
Industrial Co-ordination, R&D,TANGEDCO, 2nd Floor/ Eastern Wing,
NPKRR Maaligai, 144, Anna Salai, Chennai-2.

15
4.8. Upon successful verification of the fulfillment of the requirement of
Earnest Money Deposit ,the Envelope-A containing Unpriced Bid i.e.,
Commercial Bid with Technical Terms except Price will be opened on the
same day in respect of eligible tenderers satisfying the EMD.
4.9. QUESTIONNAIRE FILLING:
A Questionnaire is appended as Schedule-G in this specification for Bid
Qualification Requirements, Commercial and Technical details. It is
obligatory on the part of the tenderer to furnish all details as per the
"Questionnaire" . In case, this is not filled up and enclosed with the
offer, the Bid will be liable for rejection.

4.10. OPENING OF PRICE BIDS:


Envelope-B containing Price Bid will not be opened at the time of
opening Envelope-A; but will be authenticated in the covers by the
officers authorised to open the Bids. Envelope-B so authenticated will be
kept under the safe custody of the empowered officer to open the
tender. Envelope-B Price Bid will be opened later, the date of which will
be intimated to the tenderer at a later date for the tenderers who have
fulfilled the 'Bid Qualification Requirements' and have accepted the
specified Commercial & Technical Terms of this Specification.

4.11. SUBMISSION OF TENDERS:


4.11.1.The Tender Offer consisting of Schedules - A to G should be filled up
and signed by the Tenderer or any person holding Power of Attorney
authorising him to sign on behalf of the Tenderer before submission of
the Tender. The date of signature should invariably be indicated.
4.11.2.The Tender shall contain the name, residence and place of business of
person or persons submitting the tender.
4.11.3.In the event of tender being submitted by other than a firm, it must be
signed by a partner (copy of partnership deed should be enclosed) and
in the event of the absence of any Partner, it shall be signed on his

16
behalf by a person holding a Power of Attorney authorising him to do
so, Certified copies of which shall be enclosed.
4.11.4.Tender submitted on behalf of companies registered under the Indian
Companies Act, shall be signed by person duly authorised to submit
the tender on behalf of the company and shall be accompanied by
certified true copies of the resolutions, extracts of the Articles of
Association, special or general Power of Attorney etc to show clearly
the title, authority and designation of persons signing the tender on
behalf of the company. This specification binds all rules & regulations
and amendments there of stipulated by the Indian companies Act.

4.12. Modifications/Clarifications to Tender Documents:


4.12.1.At any time after the issue of the tender documents and before the
opening of the tender, TANGEDCO may make any changes,
modifications or amendments to the tender documents and shall send
information of such change to all those who have purchased /supplied
with the tender documents.
4.12.2.In case any tenderer asks for a clarification to the tender documents
before 48 hours of opening of tenders, the CE/IC, R&D/ TANGEDCO/
Chennai-2 will clarify the same. The reply to clarifications sought for
will be communicated to all those who have purchased /supplied with
the tender documents without identifying the source of the query.
4.12.3.If any tenderer raises clarifications after the opening of the tender, the
reply issued by the Chief Engineer/ Industrial Co-ordination,
TANGEDCO(TNEB), Chennai-600 002 on the clarifications will be final
and binding on the Tender.
4.13. All tender offers shall be prepared by typing or printing in the formats
enclosed with this specification. One original and one duplicate of the
original proposal which are identical shall be submitted by each
tenderer.
4.14. All information in the tender offer shall be in ENGLISH only. It shall not
contain interlineations, erasures or over writings except as necessary

17
to correct errors made by the tenderer. Such erasures or other
changes in the tender documents shall be attested by the persons
signing the tender offer.

4.15 ALTERNATIVE TENDERS:


Bid should be submitted as per indent of the tender Documents, as
alternative offers are liable to be rejected.

4.16 QUOTATION OF RATES:


4.16.1.Rates should be quoted in both, figures and words. In case of
ambiguity between rates in figures and words, lower of the two will be
taken for tender evaluation.
4.16.2.Offers giving lump sum price, without giving their breakup as per
details required in the attached Price Schedule-A shall be rejected.

4.17 PRINTED TERMS AND CONDITIONS IN TENDERS:


Supplier's printed terms and conditions will not be considered as
forming part of the tender under any circumstances.

4.18 ALTERATIONS / CORRECTIONS IN TENDERS:


No alterations in the Tender Document will be permitted after it is
submitted.

4.19 INCOMPLETE TENDERS:


Tender, which is incomplete, obscure or irregular is liable for rejection.

4.20 AMBIGUITIES IN CONDITIONS OF TENDERS:


In the case of ambiguous or contradictory terms / conditions
mentioned in the bid, interpretation as may be advantageous to the
purchaser may be taken without any reference to the Tenderer.

4.21 DISQUALIFICATION OF TENDERS:


A tender which gets opened before the due date as a result of
improper indication or no indication having been given on the cover to
indicate that it is a tender, will be rejected. Tenderers will not be

18
permitted to change the substance of their tender on post
interpretation / improper understanding grounds .
4.22. The tender offer shall contain full information asked for in the
accompanying schedules and elsewhere in the specification.
4.23. The Tenderer has the option of sending the offer by Registered Post or
submitting the same in person so as to reach by the date and time
indicated.
4.24. In case of postal delivery, tenderers are advised to send them well in
advance so that they are delivered at the office of the Chief Engineer/
Industrial Co-ordination, TANGEDCO, 2ND Floor, Eastern Wing, NPKRR
Maaligai,144, Anna Salai,Chennai-2 before the set date and time.
4.25. The tenders delivered in person or courier shall be handed over to the
Executive Assistant to the Chief Engineer/ Industrial Co-ordination,
R&D, TANGEDCO, Chennai-2 before 14.00 Hrs on the due date.
4.26. The TANGEDCO will not be responsible for any postal or other transit
delay in receipt of the tender offer.
4.27. Telex / Fax /E-Mail or Telegraphic offers will not be entertained and will
be rejected.
4.28. Any offer received by the purchaser after the due date and time
specified for submission of the tender offer will be declared late,
rejected and returned unopened to the tenderer.
4.29. No tender offer shall be allowed to be modified subsequent to the dead
line for submission of the tender offers.
4.30. Tenderers shall bear all costs associated with the preparation and
delivery of its offers and the purchaser will in no case be responsible or
liable for these costs.
4.31. No offer shall be withdrawn by the Tenderer in the interval between
the deadline for submission and the expiry of the period of validity
specified / extended validity of the tender offer.
4.32. The Tenderers are advised to register themselves as suppliers of the
tendered item at the office of the Superintending Engineer / R&D, 3rd

19
Floor, Western Wing, NPKRR Maaligai, 144,Anna Salai, Chennai - 02,
before tendering.

4.33. The Tenderers are requested to furnish the exact location of their
factories with detailed postal address and pin code, telephone and Fax
Nos. etc in their tenders so as to arrange inspection by the board, if
considered necessary.

4.34. DESTINATIONS-WHERE PUMPSETS ARE REQUIRED:


The prices quoted should be on FOR Destination basis for delivery
anywhere in Tamil Nadu.

5.0 TENDER OPENING:

5.1. OPENING OF COMMERCIAL & TECHNICAL BIDS WITHOUT


PRICE (ENVELOPE-A) :
The tender offers except Price Bid will be opened at 14.30 Hrs on the
date notified , at the Office of the Superintending Engineer/ Research
and Development , 3rd Floor, Western Wing, NPKRR Maaligai, 144,
Anna Salai, Chennai-600 002, in the presence of tenderer's authorised
representatives who may wish to be present on the date of opening.
5.2. If the last date set for submission of tender offers and opening date
happens to be a holiday, the tenders will be received and opened on
the succeeding working day without any changes in the timings
indicated.
5.3 The duly authorized representatives of the Tenderers who are present
shall sign the tender opening register.

5.4 OPENING OF THE PRICE BIDS: (ENVELOPE-B)


The date and time of opening of Price Bids shall be later notified to the
Bidders who fulfill the BQR criteria and whose bids are found to be
commercially and technically acceptable.
5.5. The Tenderer's Name , prices, all discounts offered and such other
details as the TANGEDCO, at its discretion, may consider appropriate
will be announced and recorded at the time of tender opening.

20
6.0. INFORMATION REQUIRED AND CLARIFICATIONS:

6.1. In the process of examination, evaluation and comparison of tender


offers, the TANGEDCO may, at its discretion, ask the Tenderer for any
clarification of his offers. All responses to requests for clarifications
shall be in writing to the point only. No change in the price or
substance of the offer shall be permitted.

6.2. The TANGEDCO will examine the tender offers to determine whether
they are complete, whether any computational errors have been made,
whether required sureties have been furnished, whether the
documents have been properly signed and whether the offers are
generally in order.

6.3. The Tender offers shall be deemed to be under consideration


immediately after they are opened and until such time official
intimation of award/ rejection is made by the Tender Accepting
Authority to the tenderers. The Tenderers shall not make attempts to
establish unsolicited and unauthorized contact with the Tender Inviting
Authority, Tender Accepting Authority or Tender Scrutiny Committee
after the opening of the tender and prior to the notification of the
award and any attempt by any tenderers to bring to bear extraneous
pressures on the Tender Accepting Authority shall be sufficient reason
to disqualify the tenderer.
6.4. After acceptance of the tender by the Tender Accepting Authority, the
details will be arranged to be published in the Tender Bulletin of Tamil
Nadu Government.
6.5. Mere submission of any Tender offer connected with these documents
and Specification shall not constitute any agreement. The tenderer
shall have no cause of action or claim, against the TANGEDCO for
rejection of his offer, except as mentioned in Clause-11.0 of
Section-IV. The TANGEDCO shall always be at liberty to reject or
accept any offer or offers at its sole discretion and any such action will

21
not be called into question and the Tenderer shall have no claim in that
regard against the TANGEDCO .

7.0 EVALUATION AND COMPARISON OF THE TENDER OFFERS:

7.1. The tenders will be evaluated strictly as per the Tamil Nadu
Transparency in Tenders Act, 1998 and the Tamil Nadu Transparency
in Tender Rules, 2000.
7.2 The tender offers received will be examined to determine whether they
are in complete shape, all required Data have been furnished, properly
signed and generally in order and conforms to all the terms and
conditions of the Specification without any deviation.
7.3. For the purpose of evaluation of tender offers, the following factors will
be taken into account for arriving the evaluated price:
a) The quoted price will be corrected for arithmetical errors. In case of
discrepancy between the price quoted in words and figures, lower of
the two shall be considered.
b) The evaluated price will include Ex-works price, Excise Duty, freight &
insurance and will not include VAT for local SSI units and CST will be
included for other state units , if the bidders are from Tamil Nadu and
other state.
c) If all the bidders are from Tamil Nadu only, the evaluated price will
include Ex-works price, Excise Duty, freight & insurance and VAT.
d) If all the bidders are from other States, the evaluated price will include
Ex-works price, Excise Duty, freight & insurance and CST.
e) The amount and percentage of Central Sales Tax/VAT shall be
indicated in the offer.
f) Price preference: The evaluation and comparison shall include Fifteen
Percent Price Preference for Domestic Small Scale Industrial Units and
Ten Percent Price Preference for the Public Sector Undertakings of
Government of Tamil Nadu in respect of products and quantities
manufactured by them. The price preference will be given on the
evaluated price of the who have quoted the lowest tenderer.

22
8.0. VALIDITY:
8.1 The tender offer shall be kept valid for acceptance for period of 180
days from the date of opening of offers. The offers with lower validity
period are liable for rejection.
8.2. Further, the tenderer shall agree to extend the validity of the Bids
without altering the substance and prices of their Bid for further
periods, if any, required by the TANGEDCO.

9.0. RIGHTS OF THE TANGEDCO :


9.1. Not withstanding any thing contained in this Specification, the
TANGEDCO reserves the right to:
(a) Vary the quantity finally ordered to the extent of 25% indicated in the
Tender document.
(b) To split the Tender Quantity and place orders on one or more than one
firm to meet the delivery requirements.
(c) Recover losses, if any, sustained by TANGEDCO, from the supplier who
pleads his inability to supply and backs out of his obligation after award
of contract. The security deposit paid shall, be forfeited.
(d) To cancel the orders for not keeping up the delivery schedule.
9.2 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 Board the bidder is found
not qualified to satisfactorily perform the contract.

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

11.0 No alternate offer will be accepted.

12.0. BAR OF JURISDICTION:


12.1. Save as otherwise provided in the Tamil Nadu Transparency in Tenders

23
Act 1998, taken by any officer or authority under this Act shall be
called in question in any court, and no injunction shall be granted by
any court in respect of any action taken or to be taken by such officer
or authority in pursuance of any power conferred by or under this Act.

13.0 All the intending tenderers are requested to note that in the event of
the documents furnished with the offer being found to be bogus or the
documents contain false particulars, the EMD paid by such tenderers
will be forfeited in addition to blacklisting them for future
tenders/contracts in TNEB and also canceling the award of contracts
issued to them.
14.0. Copy of PAN No. of the FIRM/ Tendered should be enclosed with the
tender document in Envelop ‘A’.

24
SECTION – V
(SPECIFICATION NO.R&D / 06 /2010-11 )
COMMERCIAL

1.0 SCOPE:
The scope of supply and installation of the Four(4) Strar and above
rated Energy Efficient pump sets certified by BEE includes
manufacture, inspection, testing, packing, forwarding, insuring and
delivery of the pumpsets detailed herein, at TANGEDCO stores
anywhere in Tamil Nadu.

2.0. VALIDITY OF CONTRACT:


The Validity of the contract is Three and Half months from the date
of issue of Rate contract order.

3.0 PERIOD OF CONTRACT:


The period of the contract is Three and Half months i.e. 15 days
commencement period and Three months delivery period from the
date of award of contract.

4.0 PLACING OF ORDERS ON RATE CONTRACT BASIS:


4.1 It is not binding on the Board to accept the lowest or any tender. The
TANGEDCO 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 TANGEDCO reserves the right to vary the
quantity finally ordered to the extent of 25% either way of the
requirement indicated in the tender documents.
4.2 The award of order will be issued to the successful tenderer with all
TANGEDCO's terms and conditions, duly indicating the approved unit
rates and the approximate quantity allotted to them for a period of
Three months.

25
5.0 PRICE:
5.2 The prices quoted shall be kept firm throughout the contract period.
a) Unit All-inclusive price including Excise Duty, Packing & Forwarding,
Installation charges, Freight and Insurance for Delivery of the material
at TANGEDCO Stores anywhere in Tamil Nadu. A format for price is
given in Schedule-A.
b) VAT/CST. (Percentage and amount)
5.3 Unloading the pumpsets at destination Stores will be done by the
TANGEDCO at TANGEDCO‘s cost.
5.4 The tender offer should also contain the breakup details as below:
Unit Ex-works price per Pumpset, Excise Duty applicable on Ex-Works
Price and Cess on Excise duty per pumpset (Percentage & amount)
Freight and Insurance charges per pumpset. VAT/ CST on Ex-Works
Price plus Excise Duty (Percentage & amount) per pumpset &
Installation charges per Pumpset. The Freight & Insurance Charges
shall be applicable for delivery to any stores of TANGEDCO in Tamil
Nadu.
5.7. All tests specified shall be conducted at TENDERER'S COST.
5.8 The Tenderer should quote their rates taking into account the Excise
Duty relief available to them on account of duty paid for procurement
of raw pumpsets under CENVAT scheme and after taking into account
all discounts.. A certificate to this effect may be furnished along with
the offer.
If there is any downward trend in the prices of the pumpset on
account of belated supply the benefit shall be passed on to the
TANGEDCO. The Excise duty and Sales tax amount paid will not be
considered for the purpose of price variation.
5.9. The successful Tenderer shall pass on the benefit to TANGEDCO to the
effect that if lower prices are offered to anyone else including
TANGEDCO during the period of one year from the date of order.

26
6.0 CENTRAL SALES TAX /VAT
6.1. The Central Sales Tax / TNVAT will be paid extra as applicable. The
amount of Central Sales Tax / TNVAT and percentage payable shall be
indicated separately in the tender offer. Central Sales Tax / TNVAT is
not applicable to Freight and Insurance charges.
6.2. The TNEB has been registered as a dealer, under Central Sales Tax Act
1956 and under Registration Nos: 32929/81-82 dated 18.1.1982.
Appropriate Central Sales Tax/TNVAT in accordance with the provisions
of the relevant Act in force shall be included by the Tenderer in the
price quoted.
6.3. TNEB has applied for registering with TNVAT Act 2006 and the TIN will
be informed in due course. Any goods except Petrol, Diesel and
Cement sold to TNEB will attract TNGST @ 4% as per
G.O.Ms.No.31, Commercial Tax (B2) dt 27.2.2002.
In view of the note mentioned hereunder and as per Sl.No.305 of
Annexure of TNVAT Act 2006 the tenderers are requested to quoted
appropriately TNVAT @ 4% for the goods to be supplied to TANGEDCO
used in Generation, Transmission and Distribution of Electrical Energy
except Cement, Diesel and petrol.
6.4. Appropriate Sales Tax, if any found admissible, will be paid over and
above. The purchase price in accordance with the provisions of the
relevant Sales Tax Act in force.
6.5 Provided always, it is hereby agreed and declared that in case, where
the TANGEDCO has doubt whether Sales Tax is not at all payable for
the transaction in question, the Board reserves the right to with-hold
the payment of tax until the party produces an order of Court of
competent jurisdiction, declaring the liability of transaction to sales tax.
Concessional rate of Sales Tax if any shall be taken into account and
included in the price quoted giving proof thereof.
6.6. In case of delayed delivery, the Central Sales tax/TNVAT prevailing on
the date of dispatch or on the last day of the contractual delivery
period whichever is LESS will be admitted. For both the cases the

27
supplier shall furnish documentary evidence while submitting the bills
for payment.
6.7 The following certificates have to be furnished for admittance of claim
of Sales Tax.
i) Certified that the transaction in which the Central Sales Tax / TNVAT
has been claimed and has been/will be included in the return
submitted/to be submitted to the Central Sales Tax /TNVAT authorities
for assessment of the Central Sales Tax / TNVAT and the amount of
Central Sales Tax/TNVAT claimed from the purchaser has been/will be
paid to the Sales Tax Authorities.
ii) Certified that the goods on which the Central /TNVAT Sales Tax has
been charged have not been exempted under C.S.T. Act or TNVAT and
the rules made there under and the charges on account of Central
Sales Tax /TNVAT on these goods are correct, under provisions of
relevant Act or rules made there under.
iii) Certified that we shall indemnify the Board, in case it is found at a later
date that wrong / incorrect or excess payment has been recouped on
account of Central Sales Tax/TNVAT paid by us.
iv) Certified that we are registered as dealer under the Central Sales Tax
Act and our Registration No. is …….. and under TNVAT Act 2006 and
our Registration No. is………..
v) Certified that TNVAT credit availed by me has been taken into account
in the rates quoted.
7. EXCISE DUTY:
7.1. It is the responsibility of the tenderer to make sure about the correct
rates of duty leviable on the material at the time of tendering. If the
rate assumed by the tenderer are less than the current rates prevailing
at the time of tendering, the TANGEDCO will not be responsible for
the mistake.
7.2. Any increase in Excise Duty consequent to the suppliers coming into
different duty slab during the execution of the contract shall have to be
taken into account and the All-inclusive Price shall be quoted

28
accordingly by the tenderers. Any variation in Excise Duty due to
statutory variation within the contract delivery date shall be
considered.
7.3. In case of delayed delivery, the Excise Duty prevailed on the date of
actual delivery or the Excise Duty applicable on the date of contractual
date of delivery whichever is less shall be admitted.
7.4. Authentic Invoice containing the details viz. Central Excise, Registration
No., PLA etc. Date and time of removal of goods, debit entry in PLA/
RG 23 duly authenticated by authorised signatory shall be produced for
claim of ED for all items manufactured by the tender.

8. INSURANCE:
Contracting firms shall arrange insurance for the equipment/ pumpsets
being supplied by them, through any of the Nationalised Insurance
Companies. It will be the responsibility of the supplier to replace the
defective/damaged pumpsets and make good the shortages and other
losses in transit, free of cost, lodge and recover claim from insurance
Under-writers/Carriers.

9. PAYMENT:
9.1.(a) For the pumpsets delivered within the contractual delivery
period :
85% of the All-inclusive price (including CST/VAT) of the pumpset of
each consignment will be paid in Central Payment, Chennai-2, within a
reasonable time, from the date of receipt of pumpsets at stores in
good condition and after submission of bills against the bills passed by
the Superintending Engineer/Research and Development based on the
copy of the SRB sent by the respective consignee Circle / Stores. The
invoice in duplicate shall be sent to the office of the Superintending
Engineer/Research and Development, for passing the bills.

29
10% payment will be paid after successful installation of the Pumpset
and on receipt of the confirmation report received from the concerned
Superintending Engineer / EDC.
The balance 5% will be made only after successful completion of the
contract.

(b)For the pumpsets delivered beyond the contractual delivery


period:
85% of the All-inclusive price of the pumpsets including CST/VAT will
be paid on receipt of pumpsets in good condition at site after
deducting the appropriate amount of L.D of each consignment.
10% payment will be paid after successful installation of the Pumpset
after deducting the appropriate amount of L.D of each installation.
The balance 5% will be paid after completion of the execution of the
contract and on issuing orders on the closure of Purchase order.

9.2. Payment for the supplies will be made 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.
9.2.1.Payments will not be made for pumpsets damaged during transit. All
defective pumpsets shall be replaced by the supplier free of charge.
9.3. Option for retaining the balance 5% payment towards performance
Guarantee period is over or agree to furnish 5% irrevocable Bank
Guarantee to be kept valid till guarantee period is over towards
performance guarantee.
9.4. In cases of delay in supply, the pumpsets will be accepted subject to the
following conditions :
a) There should be no declining trend in prices.
b) Payment will be released as per the recent purchase order rates or
lowest rates obtained during the recent tenders opened subject to levy
of liquidated damages for belated supplies.
c) TANGEDCO reserves the right to accept.

30
9.5. The bills for payment will be passed only after the approval / acceptance
of the following:
a) Security Deposit.
b) CST/VAT Clearance Certificate
c) Test Certificate
d) Performance BG
9.6. The supplier should despatch only after getting despatch instruction. If
the supplier despatches the pumpsets without the prior approval of the
purchaser, then the purchaser shall not be responsible for any
demurrage or wharfage or both and only the supplier should bear any
expenditure arising out of such unapproved despatches.

9.7 FOR DELAY IN PAYMENTS, TANGEDCO WILL NOT PAY ANY INTEREST
ON ANY ACCOUNT.

10.0. SECURITY DEPOSIT:


10.1. The Successful tenderer will have to furnish 5% of order value (All-
inclusive price) as Security Deposit (including Earnest Money Deposit
remitted) in the form of DD / Banker's Cheque / irrevocable Bank
Guarantee.
Note :
i) The Security Deposit shall be in the form of Demand Draft / Banker's
cheque only for the value of P.O. up to Rs.10 lakhs.
ii) The Security Deposit shall be in the form of Irrevocable Bank
Guarantee in case P.O. value exceeds Rs.10 lakhs.
10.2. The successful tenderer will have to furnish the Security Deposit within
15 days from the date of receipt of award of contract. The security
deposit will not carry any interest. The TANGEDCO also reserves the
right to accept the belated payment of security deposit 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. The
same will be recovered from supplier's first bill.

31
10.3. Failure to comply with the terms regarding Security Deposit set out in
the contract order within the stipulated time by the successful tenderer
will entail in the cancellation of the contract without any further
reference to the supplier.
10.4. The Security Deposit will be refunded to the supplier only if the contract
is completed to the satisfaction of the purchaser. If the purchaser
incurs any loss or damages on account of breach of any of the clauses
or any other amount arising out of the contract becomes payable by
the supplier to the purchaser, then the purchaser will in addition to
such other dues that he shall have under law, appropriate the whole or
part of the security deposit and such amount that is appropriated will
not be refunded to the supplier.
10.5. The Security Deposit will be released on completion of contract period.
10.6 When there is delay in Completion of Contract, the Bank guarantee
towards SD shall be got extended suitably.
11.0. DELIVERY:
11.1. The delivery period of the contract is Three (3) months and Half (1/2)
months.
Commencement period: 15 days
Delivery Period:

Quantity / Month Total


Sl.No Details
in Nos. in Nos.

1 First Two Months 3500 * 7,000

2 Third(Last) Month 3000 * 3000

* Inclusive of different capacities & Types and Installation of Pumpsets

The delivery of pumpsets shall be made within 3 and half months (15
days commencement period and 3 months delivery of equal quantity)
and the installation are to be taken up simultaneously on monthly basis
from the date of receipt of the order.

32
11.2. The TANGEDCO reserves the right to alter the delivery date on the
lesser side to suit its needs, as and when a necessity arises, during the
pendency of the contract.
11.3 If supplies and installations to be rendered against the contract are
made by the supplier beyond the period of delivery stipulated in the
contract and they are accepted by the TANGEDCO, such acceptance is
without prejudice to TANGEDCO’s right to levy liquidated damages for
the delay in supply & Installation as per the liquidated damages clause.
The TANGEDCO will also be at liberty to cancel the order, if the supply
and installation are not completed within the stipulated delivery period
not withstanding its rights to claim liquidated damages for the belated
supplies & Installation and quantity outstanding to be supplied as on
the date of cancellation.
All suppliers should be strictly as per schedule. Any advance supply will
be accepted by TANGEDCO only based on the requirement.
If the company fails to supply the pumpsets the quantity will be
allotted to other companies who have promptly supplied the pumpsets
within delivery schedule.
11.4. The supply shall be effected in such a way that the pumpsets reach the
destination stores within the stipulated delivery period.
11.5. To ensure sustained supply with out any interruption, TANGEDCO
reserves the right to place orders among more than one tenderer.
11.6. The TANGEDCO will be at liberty to cancel the contract if the supply is
not made as per the delivery schedule specified in the indent, not
withstanding its right to claim liquidated damages for the belated
supplies and the quantity outstanding to be supplied as on the date of
cancellation. The defaulting contractors will be liable to pay to the
TANGEDCO in addition to the liquidated damages for delay, the actual
difference in price whenever the TANGEDCO orders the delayed
quantity to be supplied / executed by other agencies at higher rate.

33
11.7 The actual date of receipt of each pumpset will be reckoned as the
date of delivery and date of installation for the purpose of calculation
of liquidated damages in respect of that pumpset.
11.8. The delivery period will not normally be extended. Hence all efforts
shall be taken to deliver the pumpsets within the contractual delivery
period.
12.0. DESPATCH:
12.1. The pumpsets specified herein shall be despatched freight prepaid to
the consignees, on approval of Test Certificate with despatch
instruction from the Superintending Engineer/Research &
Development, Chennai-2.
12.2. The original gate pass invoice for having paid excise duty, shall be
produced along with the bill to be furnished to Superintending
Engineer/ Research and Development, Chennai-2 after verification by
the Stores Staff of the consignee circle, if necessary.
12.3. Advice of despatches as and when made shall be communicated
immediately to the Superintending Engineer/ Research and
Development, 3rd Floor, Western Wing, 144, Electricity Avenue, Anna
Salai, Chennai-2 and to the Circle Superintending Engineers concerned.

13.0. INSPECTION:
13.1. The authorised representatives of the purchaser shall have access to
the supplier's works at any time during working hours, for the purpose
of inspecting the manufacture of the pumpsets and for testing the
selected samples from the pumpsets covered by the specification. The
suppliers shall provide necessary facilities for such inspection.
13.2. Tenderers are requested to furnish in their tenders the exact location
of their factory with detailed address to enable inspection by
TANGEDCO if considered necessary.
13.3. Not less than 15 days advance intimation shall be given about the
quantity of pumpsets that will be ready for inspection by the
TANGEDCO’S officers /Third Party Agency authorized by the

34
TANGEDCO. The arrangement for inspection shall be made by
suppliers in such a way that the delivery schedule is kept up. The
pumpsets shall not be despatched without instruction from
TANGEDCO.

14.0. LIQUIDATED DAMAGES:


14.1 The delivery as specified should be guarantee by the supplier under
the Liquidated Damages Clauses given below:
L.D is not applicable for the commencement period of 15 days.
If the supplier fails to deliver the pumpsets and installation of
pumpsets 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 Pumpsets and un installed pumpsets respectively for
each completed week of delay or part thereof. The total liquidated
damages shall not exceed ten percent (10%) of the All inclusive price
of the pumpsets so delayed. The actual date of delivery of pumpsets 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.

14.2. The defaulting suppliers will be made liable to pay to the TANGEDCO in
addition to liquidated damages for delay, the actual difference in price,
wherever TANGEDCO orders the delayed quantity to be supplied/
executed by other agencies at a higher rate. This is without prejudice
to other rights under the terms of contract.
14.3. If supplies to be rendered against the rate contract are made by the
supplier beyond the period of delivery stipulated in the indent and if
they are accepted by the TANGEDCO , such acceptance is without
prejudice to the TANGEDCO’s rights to levy liquidated damages for the
delay in supply.

35
14.4. The TANGEDCO 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.
14.5. The suppliers are liable to pay the amount of loss sustained by the
TANGEDCO in the event of non-execution of orders, if any placed on
them either in full or part to the satisfaction of the TANGEDCO under
the terms and conditions of contract and in the event of placing orders
for such quantities on some others at a higher price.
14.6. Tenderers not giving clear and specific acceptance to the above
clauses are liable for rejection.
14.7. 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.
14.8. The defaulting contractors will be liable to pay to the TANGEDCO in
addition to Liquidated Damages for delay, the actual difference in price
wherever TANGEDCO orders the delayed quantity to be repaired
executed by other agencies at a higher cost.

15.0. FORCE MAJEURE:


15.1. 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 licencing control on production
or distribution restrictions.

36
(d) Accident and disruptions such as fire, explosion, increase in power cut
with respect to date of tender opening, break down of essential
machinery or equipments etc.
(e) Strikes, 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 within 15 days from the occurrence of such delay
notifies. 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.

15.2. 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 TANGEDCO
may at its option terminate the contract by a notice in writing.
15.3. 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.

16.0. GUARANTEE:
16.1. The entire pumpsets should be guaranteed for satisfactory operation
and workmanship for a period of 24 months from the date of receipt of

37
last consignment of pumpsets in good condition at stores or 18 months
from date of installation whichever is later.
16.2. Any defects noticed during this period shall be rectified free of cost to
the TANGEDCO within a weeks time from the date of intimation of
failure. Irrespective of number of failures and repairs the suppliers are
responsible for free replacement of the defective pumpsets till the
same serves a continuous period of 18 months from the date of
installation after the last repairs.
16.3. The incidental expenses transport and freight charges for the
replacement of defective pumpsets within the guarantee period; may
also be borne by the supplier till such time it serves a continuous
period of 24 months as said above.
16.4. The tenderers shall guarantee among other things, the following.
i) Quality and strength of pumpsets used.
ii) Safe electrical and mechanical stresses on all parts of the pumpsets
under all specified conditions.
iii)Performance figures given by the tenderers in the Schedule of
Guaranteed technical particulars.

17.0. DESPATCH INSTRUCTIONS :


17.1. The details of allotment to consignee and destination stores will be
furnished at the time of issue of Despatch Instructions.

18.0. TEST CERTIFICATE:


18.1 The test certificates in triplicate for the pumpsets furnishing the results
of the tests as per latest issue of ISS & Certification obtained for 4 Star
and above rated pumpsets shall be forwarded and got approved before
the pumpsets are despatched. In addition to the tests called for in the
specification, the purchaser reserves the right of conducting such tests
as he desires carried out at his own cost to satisfy himself that the
pumpsets conform to the requirements of this specification. The
pumpsets may be rejected if the test results are not satisfactory.

38
19.0. LOSS OR DAMAGE:
19.1External damages or shortages that are prima facie the results of rough
handling in transit or due to defective packing will be intimated within
a fortnight of the receipt of the pumpsets. Internal defects, damages
or shortages of any integral parts which cannot ordinarily be detected
on a superficial visual examination caused by bad handling in transit or
defective packing would be indicated after inspection on receipt of the
pumpsets at stores. In either case, the damaged or defective pumpsets
should be replaced free of cost to the TANGEDCO within weeks time
from the date of intimation of failure.

20.0. REPLACEMENT OF DEFECTIVE / DAMAGED PUMPSETS:

20.1 Notwithstanding anything contained in Liquidated Damages clause of


this rate contract, where the whole or part of the pumpsets supplied by
the supplier are found to be defective or damaged or are not in
conformity with the rate contract, such defects or damages in
pumpsets supplied shall be rectified either at the point of destination or
at the supplier's works at the cost of the supplier against proper
security and acknowledgement. In the alternative, the defective or
damaged pumpsets shall be replaced free of cost within a weeks time
on receipt of the intimation from the purchaser of such defects or
damages. If the defects or damages are not rectified or replaced within
this period, the contractor shall pay the liquidated damages at the rate
of 1/2% (half percent) value (all-inclusive price) of such pumpset for
each completed week of delay subject to maximum of 10% (Ten
percent) for the delay from the date of receipt of intimation of the
defects or damages.
Note:
The Replacement clause does not hold good for rejection of pumpsets
due to non conformation with relevant Indian Standards (IS) and
certified by the BEE. The delivery of pumpsets after rejection shall
abide the delivery schedule stipulated in the Rate contract order.

39
20.2 In the event of supplies being received damaged or short at the
destination stores, the cost of such pumpsets will be paid only
proportionate to the value of the pumpsets received in good condition
unless the damaged goods or short supplies are made good free of
cost to the TANGEDCO by the supplier.
20.3 If during the period of supply, it is found that goods already supplied
are defective in pumpsets or workmanship or do not conform to the
rate contract or are unsuitable for the purpose for which they are
purchased then it will be open to the purchaser either to reject the
goods and repudiate the entire contract and claim such loss that the
purchaser may suffer on that account or require the contractor to
replace the defective goods free of cost (bare the rejection due to non
conformity to relevant Indian Standards (IS) and certified by the BEE.
20.4 Similarly, if during the guarantee period stipulated under guarantee
clause subsequent to the date of receipt of the goods, any of the
goods be found defective in pumpsets or workmanship, or do not
conform to the rate contract or are unsuitable will be open to the
purchaser either to repudiate the entire contract and claim damages or
accept such part of the goods that are satisfactory and required the
contractor to replace the balance or pay compensation to the extent of
the loss sustained by the purchaser on that account.
20.5 Not withstanding any other remedies available , the purchaser shall be
entitled to dispose of the defective /damaged pumpsets in ‘as is where
is condition’ without further notice, if the contractor/supplier fails to
rectify the defect and /or replace the damaged pumpsets and /or fails
to remove the defective /damaged pupmsets within such period as
may be notified by the purchaser through notice and the sale proceeds
of such disposal shall be appropriated towards the dues to the
TANGEDCO such as Liquidated Damages, ground rent, etc as may be
determined by the purchaser.

40
21.0. RESPONSIBILITY:
21.1 The Tenderer is responsible for delivery of the pumpsets at the
destination station in good condition. The tenderer shall include and
provide for securely protecting and packing the pumpsets as per
relevant packing standards to avoid damages or loss in transit. All risks
connected with the supply of these pumpsets should be borne by the
supplier.

22.0. FAILURE TO EXECUTE THE CONTRACT:


22.1 Contractors failing to execute the order placed on them to the
satisfaction of the TANGEDCO under the terms and conditions set forth
therein, will be liable to make good the loss sustained by the
TANGEDCO, consequent to the placing of fresh orders elsewhere at
higher rate, i.e. the difference between the price accepted in the
contract already entered into and the price at which fresh orders have
been placed.
This is without prejudice to the imposition of penalty under the
Liquidated Damages clause.

23.0. NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part
thereof without the prior approval of the Purchaser.

24.0. EFFECTING OF RECOVERIES:


24.1 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 TANGEDCO from this
Contract as well as from other contracts.

25.0. RECOVERIES OF DUES:


The TANGEDCO is empowered:
a) To recover any dues against this contract in any bills/ Security Deposit
/ Earnest Money Deposit due to the contractor either in this contract or
any other contract with TANGEDCO.

41
b) To recover any dues against any other contracts of the contractor with
TANGEDCO, with the available amount due to the contractor against
this contract.

26.0 RAW MATERIALS:


It is the responsibility of the tenderer to make his own arrangement to
purchase (buy) the necessary raw materials as per relevant IS required
for the manufacture of the pumpsets.

27.0. PAN No. :


Copy of PAN No. details of the FIRM/Tenderers should be enclosed.

28.0. CST/VAT CLEARANCE CERTIFICATE:


28.1 The tenderer should enclose with the tender, a copy of certificate of
CST/VAT Clearance for the previous year from the appropriate
CST/VAT Authorities.

NOTE: The successful tenderer should submit the latest copies of


VATCC after receiving the order.

29.0 ARBITRATION ACT NOT TO APPLY:


The TANGEDCO 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.

30.0. PAST PERFORMANCE:


30.1 The intending tenderers shall furnish the documentary evidence with
details of Purchase Orders executed during the last three years in the
Performa enclosed in the Tender Specification as per Schedule-C along
with end user certificate for satisfactory execution of the contract and
performance of the Conductors supplied.

42
The quantity allotment to the tenderer is based on the past
performance.
30.2 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.

31.0. 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-IV in a non judicial stamp
paper of Rs.80/- agreeing to the above condition.

32.0 PERFORMANCE GUARANTEE:


The successful Tenderer should furnish a performance guarantee in the
form of Bank Guarantee for 5% of the total accepted value of the
contract \ multiple Bank Guarantee for each month/quarter of the
supply shall be valid for a period of 12 months and an undertaking in a
non-judicial stamp paper for a value of Rs.80/ for the balance period of
24 months from the anticipated date of receipt of last consignment of
goods\ pumpsets at site in good condition. In case of delay in supply,

43
the Performance Guarantee should be extended suitably. The
performance bank guarantee and undertaking should be furnished
after every month/quarter of supply.
The Performance Guarantee will be released on expiry of guarantee
period after ensuring that defects/damages during the guarantee
period are rectified / replaced.
In the event of decreasing trend of prices the BG shall be given for the
quantity supplied at Rate Contract rate /pumpset.

44
SECTION –VI
(SPECIFICATION NO.R&D / 06 / 2010 -11 )
TECHNICAL
BEE FOUR (4) AND ABOVE STAR RATED ENERGY EFFICIENT
PUMPSETS OF VARIOUS CAPACITY AND TYPE

1.0 REQUIREMENTS:
a) Supply and Installation shall be of Four (4) Star and above rated
Energy Efficient Pumpsets certified by the Bureau of Energy
Efficiency (BEE) suitable for Open Well (Submersible/Mono block)
and Bore Well (Submersible) as per relevant Indian Standards
with up to date amendments.
b) The bidder shall comply with relevant IS viz., IS: 8034 / 2002,
IS:9079/2002,IS:14220/1994 etc. with upto date amendments
and also with the guidelines of the Bureau of Energy Efficiency
(BEE), GoI for the certification of Star rating.
c) The Four (4) Star and above rated Energy Efficient Pumpsets
shall be of S1 duty (Continuous Duty).

2.0 VOLTAGE LIMIT :


The pumpset shall be able to work in the voltage range between
+6% & -15% without affecting performance of the Pumpset in
addition to the normal voltage of Three Phase, 50C/s, 415
Voltage, A.C supply.

3.0 PURPOSE :
For use in Agricultural services of Open well, Bore well etc.

4.0 TEST CERTIFICATE :


Type, Routine & Acceptance test and other special test as per relevant
IS with up to date amendments shall be conducted and test results shall
be furnished to the Chief Engineer / Superintending Engineer concerned
for approval before dispatch. The Supplier shall also furnish the
certification of the BEE for the Star rating of the pumpsets.

45
5.0 GUARANTEED PARTICULARS :
The tenderers shall furnish the guaranteed particulars in
Schedule ‘F’ along with the offer, without which their quotations
are liable to be rejected.

6.0 GENERAL :
a) The Motors shall be provided with suitable size 3.0(Three)
Meters length PVC copper cable flexible insulated and PVC
sheathed four core flat type of ISI Mark and supplied by ISO
company. The size of conductor should be so selected that
voltage drop at Motor terminal does not exceed 4% of the
rated voltage. The name plate of the pumpset shall be as
recommended by the BEE.

46
SCHEDULE - A : SCHEDULE OF PRICE
(SPECIFICATION NO.R&D / 06 /2010-11 )
(To be filled in by the Tenderer)
The pumpsets mentioned below under description column shall be certified by the BEE for Four(4) and above star rating.
Price at H.S.E
S. Excise All Inclusive
Description Rated HP Qty. Ex- Cess CST/ VAT
No. Duty Price
Works charges

1 Submersible Pumpset – Open Well type 3.0


2 Submersible Pumpset – Open Well type 5.0
3 Submersible Pumpset – Open Well type 7.5
4 Submersible Pumpset – Open Well type 10
5 Submersible Pumpset – Open Well type 12.5
6 Submersible Pumpset – Open Well type 15.0
7 Submersible Pumpset – Open Well type 17.5
8 Submersible Pumpset – Open Well type 20.0
9 Submersible Pumpset – Open Well type 25.0
10 Submersible Pumpset - Bore Well type 3.0
11 Submersible Pumpset – Bore Well type 5.0
12 Submersible Pumpset – Bore Well type 7.5
Price H.S.E All
S. Rated Excise
Description Qty. at Ex- Cess CST/ VAT Inclusive
No. HP Duty
Works charges Price
13 Submersible Pumpset – Bore Well type 10
14 Submersible Pumpset – Bore Well type 12.5
15 Submersible Pumpset – Bore Well type 15.0
16 Submersible Pumpset – Bore Well type 17.5
17 Submersible Pumpset – Bore Well type 20.0
18 Submersible Pumpset – Bore Well type 25.0
19 Mono Block Pumpset – Open Well type 3.0
20 Mono Block Pumpset – Open Well type 5.0
21 Mono Block Pumpset – Open Well type 7.5
22 Mono Block Pumpset – Open Well type 10
23 Mono Block Pumpset – Open Well type 12.5
24 Mono Block Pumpset – Open Well type 15.0
25 Mono Block Pumpset – Open Well type 17.5
26 Mono Block Pumpset – Open Well type 20.0
27 Mono Block Pumpset – Open Well type 25.0

48
COMPANY SEAL: SIGNATURE :
DESIGNATION:
COMPANY :
DATE :

NOTE:
1. Rates quoted shall be both in words and figures.
2. The break up of Exworks price, E.D. % amount, freight & Insurance,
VAT etc. shall also be furnished.

49
SCHEDULE - B
SCHEDULE OF PUMPSETS AND DELIVERY PERIOD
(SPECIFICATION NO.R&D / 06 /2010-11)
(To be filled in by the Tenderer)
The pumpsets mentioned below under description column shall be certified by the BEE for Four(4) and above star rating.
Quantity Total Qty.
Offered Offered and
and Installed for
Rated
S.No. Description Installed the entire Remarks
HP
per period of
Month Contract in
in Nos. Nos.
1 Submersible Pumpset – Open Well type 3.0
2 Submersible Pumpset – Open Well type 5.0
3 Submersible Pumpset – Open Well type 7.5
4 Submersible Pumpset – Open Well type 10
5 Submersible Pumpset – Open Well type 12.5
6 Submersible Pumpset – Open Well type 15.0
7 Submersible Pumpset – Open Well type 17.5
8 Submersible Pumpset – Open Well type 20.0

50
Quantity Total Qty.
Offered Offered and
and Installed for
S.No. Description Rated HP Installed the entire Remarks
per period of
Month Contract in
in Nos. Nos.
9 Submersible Pumpset – Open Well type 25.0
10 Submersible Pumpset – Bore Well type 3.0
11 Submersible Pumpset – Bore Well type 5.0
12 Submersible Pumpset – Bore Well type 7.5
13 Submersible Pumpset – Bore Well type 10
14 Submersible Pumpset – Bore Well type 12.5
15 Submersible Pumpset – Bore Well type 15.0
16 Submersible Pumpset – Bore Well type 17.5
17 Submersible Pumpset – Bore Well type 20.0
18 Submersible Pumpset – Bore Well type 25.0
19 Mono Block Pumpset – Open Well type 3.0
20 Mono Block Pumpset – Open Well type 5.0
21 Mono Block Pumpset – Open Well type 7.5

51
22 Mono Block Pumpset – Open Well type 10
23 Mono Block Pumpset – Open Well type 12.5
24 Mono Block Pumpset – Open Well type 15.0
25 Mono Block Pumpset – Open Well type 17.5
26 Mono Block Pumpset – Open Well type 20.0
27 Mono Block Pumpset – Open Well type 25.0

COMPANY SEAL: SIGNATURE :


DESIGNATION:
COMPANY :
DATE :

NOTE:
1. Rates quoted shall be both in words and figures.
2. The break up of Exworks price, E.D. % amount, freight & Insurance,
VAT etc. shall also be furnished.

52
SCHEDULE – C
(SPECIFICATION NO.R&D / 06 /2010-11 )

STATEMENT OF SUPPLY ORDERS EXECUTED / UNDER


EXECUTION FOR AGRICULTURAL BEE 4 STAR AND ABOVE RATED
ENERGY EFFICIENT PUMPSETS DURING THE LAST THREE YEARS

P.O.No. /
Name & Date and
Type of Date of Amount in
Sl.No. Address of the Qty.
Pumpsets Completion Rs. **
Organisation Supplied in
Nos.

COMPANY SEAL:

SIGNATURE:
DESIGNATION:
DATE:

NOTE: Copies of orders received shall be enclosed.


** Split up details such as Exworks price, E.D., VAT/CST., F&I and FOR (D)
per pumpset. may be enclosed separately.
SCHEDULE - D
(SPECIFICATION NO.R&D / 06 /2010-11)
DECLARATION FORM
TO
The Chief Engineer/ Industrial Co-ordination, R&D,
Tamil Nadu Generation & Distribution Corporation Ltd,
2nd Floor, Eastern Wing,
NPKRR Maaligai, Electricity Avenue,
144, Anna Salai,
Chennai - 600 002.
Dear Sir / Madam,
Having examined the above specification together with the accompanying
schedules etc.,
1. We hereby offer to manufacture, Supply and Installation of the BEE 4 Star
and above rated Pumpsets covered in this specification at the rates
entered in the attached schedule of prices.
2. We hereby guarantee the particulars entered in the schedules attached to
the specification.
3. In accordance with the Performance Guarantee Clause-33, Section-V, of
the specification, we agree to furnish security in the form of Bank
Guarantee to the extent of 5% of the total value of the contract till the
expiry of the Guarantee period.

4. Our company is not a potentially Sick Industrial Company or a Sick


Industrial Company in terms of Section-23 of Section-15 of the Sick
Industrial Companies (Special Provisions) Act, 1985.

Yours faithfully,
PLACE :
DATE : (DESIGNATION)
COMPANY SEAL

54
SCHEDULE – E
(SPECIFICATION NO.R&D / 06 /2010-11 )

PARTICULARS OF THE FACTORY

1. a) Name of the Factory/Firm / Dealer :


b) The date of commencement :
of production.
2. Address of the Factory / Firm :
3. Address of the registered office :
4. Whether proprietary Private Limited :
or Public Limited.
5. Whether registered with Director of :
Industries as a SSI Unit.
6. SSI Permanent registration No. and :
Date with true/ Photostat copy of
Certificate
7. Name of the directors / owners :
partners (Memorandum and
Articles of Association copy of
partnership Deed copy to be
enclosed.
8. Total investment, excluding Loan :
Capital.
9. Loan Capital :
10. Necessary certificate to be enclosed :
from the Financial Institution for
the Loan Capital.
11.Product/Products Manufactured :
and/or assembled traded.
12.Areas of the Land occupied by the :
factory.

55
13.Built up area of the Factory :
14.Number of shifts in the Factory. :
15. Factory Licence No. (Enclose :
one copy)
16.a) Whether the products manu- :
factured carry ISI mark approved
by BEE.
b) Whether the firm has obtained :
ISO certificate(if so give details)
17. Details of machines installed :
with their capacities (enclose a list)
19. Details of Testing Equipment :
20. Qualified personal working in
A) a) Managerial :
b) Production/Works/Staff :
c) Quality Control staff :
d) Sales :
B) Other personnel working in
the factory and their experience.
i) Skilled :
ii) Semi-skilled :
iii) Un-skilled and :
C) Others :
21.Is testing record maintained and if :
so, since when.
22.Methods adopted for Quality :
Control
23.Methods adopted in charge of :
quality control independent of
production manager.
24. Distinguishing marks of method :
employed to identify their products.

56
25. Source of supply of raw pumpsets. :
26. a) Production capacity per :
annum (in quantity as well
as value)
b) Maximum production per :
annum (in quantity as well
as value) achieved so far.
27. a)Orders executed (list of :
Important orders showing the
quantity value to be attached)
in the last 3 years.
b) Total turnover for last 5 :
years individually (Please attach
a copy of latest balance sheet)
c) If existence of the company :
is 3 years only of necessary
technical collaboration/ Arrangement
should be forwarded.
28. Estimate of stock of raw pumpsets :
held and the estimated production
on single shift basis from the stock
so available.
29. Details of Electric Power :
supply available.

PLACE :
DATE: SIGNATURE OF THE TENDERER
COMPANY SEAL

*******

57
SCHEDULE- F

GUARANTEED PARTICULARS

The tenderers shall furnish the following guaranteed particulars along with
the offer without which their quotations are liable to be rejected.

a) Name of the manufacturer


b) b) Trade Mark/Brand Name
c) Voltage Grade
d) Reference to IS.
e) Maximum DC resistance of motor at 20 degree Celsius.
f) Type of insulation.
g) Diameter of discharge pipe.
h) Approximate weight of pumpset.
i) Continuous current carrying capacity in ground.
j) Maximum permissible motor conductor temperature
k) Any other relevant particulars :

SIGNATURE OF THE TENDERER

DATE:
COMPANY SEAL

58
SCHEDULE-G
QUESTIONNAIRE-A
(TO BE KEPT IN THE ENVELOPE-A "COMMERCIAL AND TECHNICAL BID)
BID QUALIFICATION REQUIREMENT & COMMERCIAL CONDITIONS

INSTRUCTIONS:
(a) Strike off, whichever is not applicable.
(b) Separate sheets should be used, wherever necessary.

Sl.No. Particulars Bidder’s Response


1. Name & Address of the Firm/Company
a) Registered Office :
b) Factory works Address :
c) Fax No. :
d) Telegraphic Address :
2. Name, Designation & Address of the :
person signing the tender.
3. a) Whether the company is Small Scale
Industrial unit in Tamil Nadu. : YES/NO

b) If so, write registration No. :


c) If SSI Unit registered with DIC/Tamil
Nadu or NSIC period of validity to be mentioned :
4. Confirm whether Tenderer is a manufacturer of
Agricultural Pumpsets : YES/NO
5. Whether the copies of purchase orders executed
during the last three years.
Details required as per Schedule-C are also
enclosed. : YES/NO
6. Annual Turnover for the year specified for
manufacture of Agricultural Pumpsets :
2007-2008
2008-2009
2009-2010
7. Whether the Certificate from the Auditor or the : YES / NO

59
Statement of Accounts for the last three years
which should contain only the Annual Turnover of
pupmsets enclosed as required in Clause IV under
Section-II of this specification.
8. Whether relevant ISI Certificate to the pumpsets are : YES/NO
enclosed.
9. VALIDITY
Whether your offer is valid for a period of 180 days
from the date of opening of Commercial/Technical
Bids (Envelope-A)
(Offers with validity period of less than 180 days
are liable to be rejected). : YES/NO

10. PRICE:
a)Whether the following breakups for the quoted : YES / NO
Unit price (All inclusive price excluding CST/VAT)
have been mentioned in Schedule-A of this
Specification
Unit Ex-works price : YES / NO
Excise Duty applicable on Ex-works Price : YES / NO
(Percentage and amount) & Freight and Insurance
charges.
Whether CST/VAT (Percentage and Amount)
applicable has been mentioned separately. : YES / NO
Whether you are agreeable for charging ED only on
Ex-works Price or not. : YES / NO
Whether you are agreeable for charging ST only on
Ex-works Price plus Excise Duty. : YES / NO

b) Confirm that any additional amount of ED due


to upward revision on account of increase in
Turnover during the contractual period shall be
borne by you : YES/NO
c) Confirm that price quoted is after accounting
for CENVAT credit. : YES/NO

60
d) Whether you are agreeable, in case of delayed
delivery, the ED/ST prevailed on the date of actual
delivery or the ED/ST applicable on this date of
contractual date of delivery which ever is less shall
only be payable. : YES/NO
e) Confirm that Freight and Insurance Charges
quoted are applicable for delivery to any of the
TANGEDCO stores in Tamil Nadu. : YES/NO

NOTE: If no breakup details for the quoted price is


given, the offer will be liable for rejection.
f) PAN No. Whether copy of PAN No. details
enclosed with the offer. : YES/NO
11. STCC: Whether CST/VAT Clearance Certificate
enclosed with the offer, Mention the year for which
the above is enclosed : YES/NO
12.Whether you are agreeable for the following
clauses specified under Section-V of the
Specification.
a) Payment Terms (Clause-10) : YES/NO
b) Security Deposit (Clause- 11) : YES/NO
c) Delivery (Clause- 12) : YES/NO
d) Liquidated Damages (Clause- 15) : YES/NO
e) Guarantee (Clause- 17) : YES/NO
f) Jurisdiction (Clause- 32) : YES/NO
g) Performance Guarantee (Clause- 33) : YES/NO
13. Quantity offered : YES/NO

Date: SIGNATURE OF THE TENDERER


Place: NAME
STATUS IN THE COMPANY
(Affix seal of the company)

61
UNDERTAKING

I , Sole proprietor/ Partner /AUTHORISED


signatory of M/s. give undertaking
that details given in the above QUESTIONNAIRE-A are correct to the best of my
knowledge and I agree to abide by all your Tender/ and Rate contract order terms
and conditions.

Date: SIGNATURE OF THE TENDERER


Place: NAME
STATUS IN THE COMPANY
(Affix seal of the company)

NOTE: THE AUTHORISED SIGNATORY SHOULD ENCLOSE THE AUTHORISATION LETTER


FROM BOARD OF DIRECTORS.

62
SCHEDULE-G
QUESTIONNAIRE -B
(TO BE KEPT IN THE ENVELOPE-A "COMMERCIAL AND TECHNICAL BID)

TECHNICAL TERMS

INSTRUCTIONS:
(a) Strike off, whichever is not applicable.
(b) Separate sheets should be used, wherever necessary.

Sl. Particulars Bidder’s Response


No.
1. Whether pumpsets offered in exactly as per
Technical Specification (Section-VI and
Schedule-F) : YES / NO
(Tender offers with Deviation in Technical
Terms are liable to be rejected)
2. If not, given details of technical deviation. : YES / NO
3. Whether all testing facilities for conducting
Tests on PUMPSETS as per relevant ISS are
availed with your factory or not. : YES / NO

Date: SIGNATURE OF THE TENDERER


Place: NAME
STATUS IN THE COMPANY
(Affix seal of the company)

63
UNDERTAKING

I , Sole proprietor / Partner / AUTHORISED SIGNATORY of


M/s………………give undertaking that details given in the above
QUESTIONNAIRE-B are correct to the best of my knowledge and I agree to
abide by all your Tender/Order terms and conditions.

Date: SIGNATURE OF THE TENDERER


Place: NAME
STATUS IN THE COMPANY
(Affix seal of the company)

NOTE: THE AUTHORISED SIGNATORY SHOULD ENCLOSE THE


AUTHORISATION LETTER FROM BOARD OF DIRECTORS

64
ANNEXURE - I
BEE FOUR (4) AND ABOVE STAR RATED ENERGY EFFICIENT PUMP
SETS QUANTITY DETAILS

QTY.
S.No. DESCRIPTION HP
in Nos.
1 Submersible Pumpset – Open Well type 3.0 561
2 Submersible Pumpset – Open Well type 5.0 1196
3 Submersible Pumpset – Open Well type 7.5 323
4 Submersible Pumpset – Open Well type 10 51
5 Submersible Pumpset – Open Well type 12.5 1
6 Submersible Pumpset – Open Well type 15.0 8
7 Submersible Pumpset – Open Well type 17.5 1
8 Submersible Pumpset – Open Well type 20.0 0
9 Submersible Pumpset – Open Well type 25.0 0
10 Submersible Pumpset – Bore Well type 3.0 263
11 Submersible Pumpset – Bore Well type 5.0 713
12 Submersible Pumpset – Bore Well type 7.5 331
13 Submersible Pumpset – Bore Well type 10 191
14 Submersible Pumpset – Bore Well type 12.5 26
15 Submersible Pumpset – Bore Well type 15.0 80
16 Submersible Pumpset – Bore Well type 17.5 0
17 Submersible Pumpset – Bore Well type 20.0 16
18 Submersible Pumpset – Bore Well type 25.0 1
19 Mono Block Pumpset – Open Well type 3.0 2095
20 Mono Block Pumpset – Open Well type 5.0 3417
21 Mono Block Pumpset – Open Well type 7.5 571
22 Mono Block Pumpset – Open Well type 10 126
23 Mono Block Pumpset – Open Well type 12.5 12
24 Mono Block Pumpset – Open Well type 15.0 12

65
QTY.
S.No. DESCRIPTION HP
in Nos.
25 Mono Block Pumpset – Open Well type 17.5 2
26 Mono Block Pumpset – Open Well type 20.0 3
27 Mono Block Pumpset – Open Well type 25.0 0
TOTAL 10000

66
ANNEXURE - II
UNDERTAKING IN LIEU OF PAYMENT OF E.M.D
(To be signed in all pages)

THIS UNDERTAKING executed at.......................on this the


...........................day of ................... two thousand and .................
by....................... a company registered under companies Act, 1956, herein
after called the "Tenderer" to AND IN FAVOUR OF THE Tamil Nadu
GENERATION & DISTRIBUTION CORPORATION Ltd/ TNEB, a body corporate
constituted under the Electricity (Supply) Act 1948 having its office at NPKRR
Maaligai, Electricity Avenue, 144, Anna Salai, Chennai - 600 002 represented
by
(hereinafter called the Board)
WHEREAS the contract is for the supply of ............................
in terms of the Tender Specification No.
AND WHEREAS in accordance with clause ................. of the above
said tender specification, the tenderer has to furnish E.M.D of Rs. ...............
(Rupees .....................only).
AND WHEREAS the tenderer has requested the Board to accept an
undertaking in lieu of payment in cash of the E.M.D
AND WHEREAS the Board has accepted the request of the
tenderer subject to his executing an undertaking to pay to the Board not
exceeding Rs...........(Rupees.................only) representing the Earnest Money
Deposit together with costs in cash of non-fulfillment of the conditions
stipulated in the Tender specification of the conditions stipulated in the
contract by the tenderer.
IN CONSIDERATION OF THE Board having agreed to accept an
undertaking from the tenderer in lieu of payment of Earnest Money Deposit in
cash, the tenderer undertakes to pay the sum of Rs...........
(Rupees.........................only), immediately when a demand is raised by the
Board against the tenderer without any demur in the event of the following:
i) if he withdraws his tender or backs out after acceptance of the

67
tender or fails to remit the security deposit.
ii) if he revises any of the terms quoted during the validity period.
iii) if he violates any of the conditions of the Tender specification.

NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING IS


SUCH that if the tenderer shall duly and faithfully observe and perform the
terms and conditions specified in terms of above, then the above written
undertaking shall be void, otherwise the same shall remain in full force.
The tenderer undertakes not to revoke this guarantee till the
contract is completed under the terms of contract.
The expressions, `tenderer' and the `Board' hereinafter before used
shall include their respective successors and assign in office.
IN WITNESS WHEREOF Thiru ....................................... for and
on
behalf of the tenderer has signed this undertaking on the day, the month and
year first above written.
In the presence of
SIGNATURE
Witnesses:
1.
2.

68
ANNEXURE - III
UNDERTAKING FOR PAYMENT OF DUES TO TANGEDCO

THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS


................................... BY Messers....................................... hereinafter
called
the "TENDERER" (Which expression where the context so admits mean and
include their agents, Representatives, Successors-in-office and Assigns).
TO AND IN FAVOUR OF THE TAMILNADU GENERATION &
DISTRIBUTION CORPORATION LTD / TNEB a body corporate constituted
under the Electricity (Supply) Act, 1948, (Central Act LIV of 1948), having its
office at 2nd Floor, NPKRR Maaligai, 144, Anna Salai, Electricity Avenue,
Chennai-600 002, hereinafter called the "BOARD" (Which expression shall
where the context so admits mean and include its successors-in-office and
assigns).
WHEREAS the Board has called for an undertaking from the Tenderer
empowering the Board to recover the dues if any.
NOW THIS UNDERTAKING WITNESSETH that the TANGEDCO LTD is
empowered to recover any dues against this contract in any bills/security
deposit/E.M.D. due to the Tenderer either in this contract or any other
contracts with the Board. Further, the Tenderer hereby authorizes the Board
to recover any dues against any other contract of the Tenderer with the
Board with the available amount due to the Tenderer against this contract.
IN WITNESS WHEREOF Thiru............................. acting for and on behalf of
the Tenderer has signed this deed on the day, month and year.

SIGNATURE OF THE TENDERER

69
ANNEXURE - IV
UNDERTAKING FOR LEGAL PROCEEDINGS
JURISDICTION
THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS
....................................... BY Messers................................ herein after
called
the "TENDERER" (Which expression where the context so admits mean and
include their agents, Representatives, Successors-in-office and Assigns).
TO AND IN FAVOUR OF THE TAMIL NADU GENERATION & DISTRIBUTION
CORPORATION Ltd / TNEB, a body corporate constituted under the Electricity
(Supply) Act, 1948, (Central Act LIV of 1948), having its office at 2nd Floor,
NPKRR Maaligai, 144, Anna salai, Electricity Avenue, Chennai- 600 002,
hereinafter called the "BOARD" (Which expression shall where the context so
admits mean and include its successors-in-office and assigns).
WHEREAS the TANGEDCO has called for acceptance of jurisdiction of legal
proceedings.
NOW THIS UNDERTAKING WITNESSES that no suit are any proceedings in
regard in any matter arising in any respect under this contract shall be
instituted in any court, save in appropriate Civil court of Chennai are the Court
of small causes Chennai. It is agreed that no other court shall have the
jurisdiction to entertain any suit or proceedings, even though, part of the
cause of action might arise within their jurisdiction. In case, any part of cause
of action arises within the jurisdiction of any of the courts in Tamil Nadu and
not in the courts in Chennai City, then it is agreed between parties that such
suits or proceedings shall be instituted in court within Tamil Nadu and no
other court outside Tamil Nadu shall have jurisdiction, even though any part
of the cause of action might arise within the jurisdiction of such court.

IN WITNESS WHEREOF Thiru.......................... acting for and on behalf of


the Tenderer has signed this deed on the day, month and year herein before
first mentioned.

SIGNATURE OF THE TENDERER

70

S-ar putea să vă placă și