Tendernotice_2 (2)
Tendernotice_2 (2)
Tendernotice_2 (2)
1.1 The interested bidder can download the bidding document from the website
https://www.pudutenders.gov.in.
1.2 The tender forms will be electronically issued to Bidders only on receipt of Rs.590/- (Rupees Five
hundred and ninety only) (inclusive of GST @ 18 %) and the Bid Security/ EMD for Rs.31,000/-
(Rupees Thirty one thousand only) Online through the Web portal, in favour of the Junior
Accounts Officer / Revenue-I, Office of the Executive Engineer – Urban O&M, Electricity
Department, Puducherry, either through Internet Banking or NEFT / RTGS.
1.3 Exemption for tender document downloading fee / Bid Security (EMD) is allowed to SSI Units
permanently registered with Directorate of Industries, Government of Puducherry and firm
possessing NSIC/ MSME for the item quoted. The bidder should furnish an Undertaking / Bid
Securing Declaration in lieu of Bid Security / EMD in Stamp Paper of value not less than Rs. 100/-
(As per the Annexure-I). The scanned copy of the Bid Securing Declaration should be uploaded with
the bid document and the same should reach the address of the Superintending Engineer-O&M/PR
before the date and time of opening the bid. The bid securing declaration is normally to remain valid
for a period of 45 days beyond the Final Bid Validity period.
1.4 Other than the above, tenders received without tender document downloading charges / Bid
Security (EMD) shall be summarily rejected.
1.5 All the required information for the bid must be filled and submitted online.
1.6 e-tenders should be addressed to the Superintending Engineer - O&M-PR, Electricity
Department, Puducherry – 605 001.
1.7 The Financial bid of the e-tender should be as per the BOQ form and the rates should be
quoted online only. Otherwise the tender will be rejected.
1.8 The e-tender shall be digitally signed at the time of uploading, by the bidder or a person or persons
duly authorized to bind the bidder to the Contract. The authorization shall be indicated by a scanned
copy of written Power-of attorney accompanying the e-Bid. All the pages/ documents of the e-Bid
that are to be uploaded shall be digitally signed by the person authorized to sign the e-Bid.
2.0 SCOPE OF e-TENDER
2.1 “Supply and laying of LT UG Cable size of 3½ x 95Sq.mm and its allied works at Lazar Koil Street -
1st Lane to 5th Lane Old Quarters, Dubrayapet in Town South O&M Jurisdiction, Puducherry” ,
along with supply of required materials” as per departments specification and norms.
2.2 The estimated cost of the work is Rs. 12.43 lakhs.
2.3 The time allowed for completion of all the work will be 60 days from the fifteenth day after the date
of written orders to commence work. The period includes the monsoons.
2.4 The tenderer will be able to download the Notice Inviting Tender and other related documents from
the website viz. https://www.pudutenders.gov.in. The bidders can upload the bid document online by
verifying the works mentioned in the tender from the website after obtaining the valid e-Token and
Digital Signature Certificate (DSC).
Tender specification No. Dated:
Tender for “Supply and laying of LT UG Cable of size 3½x95Sq. and its allied works at Lazar Koil
Street -1st Lane to 5th Lane Old Quarters, Dubrayapet in Town South O&M Jurisdiction,
Puducherry” , along with supply of required materials”.
Name and address of the bidder: …………………………………………………
To
The Superintending Engineer – O&M/PR,
Electricity Department,
No. 137, Nethaji Subhash Chandra Bose Salai,
Puducherry – 605 001
3.0 BID QUALIFICATION REQUIREMENT
The bidders who fulfill the “Bid Qualification Requirements" are eligible to participate in the tender
process subject to submission of the following documentary evidences along with the tender.
(a) The Bidder shall either possess or engage a person possessing contractor ‘B’ Grade
license issued by the Licensing Board of the Union Territory of Puducherry or HT Grade
License issued by other State Electrical Inspectorates of Tamil Nadu, Kerala and Andhra
Pradesh or any other power utilities in India
(b) The Contractors of other States possessing HT Grade License (Grade B: for the
works upto but not exceeding 33,000 Volts) who have been awarded Electrical Works shall
have to pay onetime payment of Rs. 2500/- to the Licencing Board of Puducherry before the
commencement of works in the Union Territory of Puducherry.
(c) The bidder should have under taken similar type of works in Electricity Department,
Puducherry or any other power utilities in India.
3.1 The bidders who do not fulfill the "Bid Qualification Requirements" as prescribed above need not
apply. Offers not satisfying the "Bid Qualification Requirement" and document proof not
uploaded while submitting bid will not be considered and will be summarily rejected.
3.2 The bidder should carry out the works in conformity with IEE/IS/BS wiring regulations for electrical
equipments and the installation shall also comply with requirements to Indian Electricity Rules, 1956
as amended upto date and any revision thereof during the currency of the contract, the CEA
(Technical Standards for construction of Electrical plants and Electrical lines) Regulations 2010 and
CEA (Measures relating to Safety and Electricity Supply Code) Regulation 2010 amended up to date.
Unless or otherwise specified elsewhere in this specification, the installation shall generally follow
the Indian Standard Code of Practice in force and the products covered under this tender shall
conform to the latest revisions and amendments of standards issued by the Bureau of Indian
Standards (BIS) and International Electro-technical commission (IEC). In case of imported materials,
standards of the country of origin shall be applicable if these standards are equivalent or stringent
than the applicable Indian Standards.
3.3 In case of any contradiction between various referred standards / specification / data sheet and
statutory regulations the following order of priority shall govern
a) Statutory regulations
b) Job specification
c) Specification referred in the e-tender
d) Codes and standards
3.4 Not with standing anything stated, herein, the Electricity Department, Puducherry reserves the right to
assess the capacity and capability of the bidder to execute the work, should the circumstances warrant
such assessment in the overall interest of the Electricity Department, Puducherry.
3.5 The offer of the bidder who do not satisfy the “Bid Qualification Requirement” and who have not
uploaded the documents as required shall be summarily rejected.
3.6 The scanned copy of the BQR documents, Bid Security Declaration and Other tender documents
should be uploaded in the e-portal. The hard copies of the same in original should be signed by the
authorized signatory only and should be submitted in a sealed envelope in the office of
Superintending Engineer - O&M-PR, Electricity Department, Puducherry before the opening of the
tender.
3.7 Individuals who are serving in Government / Government undertakings / Local bodies or associated
with the Government / Government undertakings / Local bodies are not eligible to participate in the
tender either as an individual or as part of an association of individuals or on behalf of a firm or
company.
10.6 The bidder should furnish a General Power of attorney together with a copy of resolution of Board of
Directors (in case of Company) when the tender is signed by a person other than
proprietor/parties/M.D/Director as the case may be. The original affidavit should be submitted in a
sealed envelope in the office of Superintending Engineer - O&M-PR, Electricity Department,
Puducherry by the stipulated date and time mentioned above. Any delay on this account, by
whatsoever reason, shall not be entertained. The scanned copy should also be uploaded along with
the e-Bid. All the e-Bid documents should be signed by the authorized signatory only.
10.7 The bidder shall ensure before despatch that the bid envelope contains all the information as called
for in the schedule formats as specified in this specification.
10.8 The bidder is expected to examine all instructions, forms, terms and specifications in the e-Bid
document. Failure to furnish all information required as per the e-Bid document or submission of e-
Bid not responsive to the e-Bid document in every respect will be at the bidder‟s risk and may result
in rejection of the said e-Bid.
10.9 The e-tender offer complete in all respects shall be uploaded in the e-tender portal and the envelope
containing the demand drafts shall be delivered either in person or through registered post or speed
post or courier, as the case may be, at the office of the Superintending Engineer - O&M-PR,
Electricity Department, No.137, Nethaji Subash Chandra Bose Salai, Puducherry - 605 001 within
the date and time specified.
10.10 When the bid of the tender offer has been opened, the tender offer submitted by a bidder could not be
withdrawn by the bidder until the expiry of the period of validity specified in the tender or the
extended validity period of the offer. Similarly no tender offer shall be allowed to be modified
subsequent to the deadline for submission of the tender offer.
10.11 Tender offers sent through telegraphic / telex / fax / e-mail or through other mode of communication
not specified under this tender specification shall not be entertained and shall be rejected.
10.12 Any tender offer received by the Electricity Department, Puducherry after the due date and time
specified for submission of tender offer shall be declared as “Late submission” and shall be rejected
and returned unopened to the bidder through ordinary post.
10.13 The bidder shall bear all costs associated with the preparation and delivery of the tender offer at the
office of the Electricity Department, Puducherry and the Department shall in no case be responsible
or liable for payment of any such costs.
10.14 The bidders are requested to furnish the exact address of their office and business premises including
pin code, telephone / fax numbers and e-mail address etc in their e-tender offers so as to facilitate
easy communication or inspection by the Electricity Department‟s authorized officials, if considered
necessary.
11.0 FINANCIAL RESOURCES AND EXPERIENCE: The tenderer shall submit a statement of facts
in detail as to his previous experience in performing similar and comparable work and of the business
and technical capabilities, financial resources and manufacturing facilities available. The tenderer
shall also furnish the list of important consumers for which works have been executed and/or erected
in India or elsewhere and also testing facilities available at contractor‟s work.
12.0 REJECTION OF TENDERS
12.1 The tender offers are liable to be summarily rejected if,
(a) Tenders are received “after due date or time”;
(b) The EMD requirements are not complied with as specified;
(c) Bid Qualification Requirements are not satisfied;
(d) The tender offer is submitted by any person or firm already black listed either by the Electricity
Department, Puducherry or by any other Government department or Government undertakings
or Local bodies of any State or Union Territory.
12.2 The tender offers are also liable to be rejected if,
(a) Tender offer has been received through telegraphic / telex / fax / e-mail or through other mode of
communication not specified under this specification;
(b) Documents are not signed or not properly authenticated by the bidder;
(c) Tender offer received from the bidder who is directly or indirectly connected with Government /
Government undertakings / Local body services;
(d) Not covering the scope of supply/works as specified under this tender specification;
(e) The tender offer is not in conformity with the technical and / or commercial specification and
terms and conditions, subject to the condition that such deviations are submitted in the
appropriate schedule;
(f) Tender offers are submitted without proof of documentary evidence for “Bid qualification
requirement”;
(g) The tender offer does not contain all the specified schedules and documentary support;
(h) The bidder has specified lesser validity period than that specified in this tender specification;
(i) Tender offer received from a bidder whose past performance / vendor rating is not satisfactory;
(j) The bidder fails to respond to the clarifications or fails to provide any data / information /
document sought by the Electricity Department, Puducherry during the course of scrutiny of the
tender offer.
12.3 Tender offers received from a consortium of firms or companies or both will not be considered and
will be rejected.
13.1 The Electricity Department, Puducherry shall take up the process of scrutiny of the tender offers, as
the case may be, immediately on opening of the respective tender offers. During the course of
scrutiny of the tender offers, the Electricity Department, Puducherry may, at its discretion, seek
further clarifications from any of the bidders in respect of the tender offers made by them. Such
clarification shall, depending upon the availability of time, be sought for by the Electricity
Department, Puducherry through letter or fax or e-mail, as the case may be. The responses to such
clarification shall be sent back by the respective bidder in writing either through letter or fax or e-
mail, as the case may be, so as to ensure that such responses reach the Electricity Department,
Puducherry designated office within the specified date and time. The bidder shall ensure that the
response focuses only on the subject for which clarification has been sought for by the Electricity
Department, Puducherry. No information relating to the subject other than those for which
clarification has been sought for by the Electricity Department, Puducherry shall be furnished by the
bidder. Such information or clarification so furnished by the bidder shall not be taken into
consideration even though such information or clarification has any relevance to the tender offer.
Similarly no change in the price, delivery schedule, substance of the tender offer or other terms and
conditions shall be permitted.
13.2 The tender offers shall be deemed to be under consideration by the Electricity Department,
Puducherry immediately after they are opened and until such time official intimation of award or
rejection of the tender offer, as the case may be, is made by the Electricity Department, Puducherry
to the respective bidders. During the consideration period, the bidder or their representatives or
parties associated with the bidder or other interested persons shall refrain from making any contact or
correspondences by any means, with the Electricity Department, Puducherry or the Electricity
Department‟s officers or employees or associates on matters relating to the tender offers under
consideration of the Electricity Department, Puducherry. Such attempts to being extraneous pressures
on tender scrutiny and / or tender accepting / approving authority shall be the sufficient reason to
disqualify the tender offer of the bidder.
13.3 Mere submission of any tender offer in respect of this tender specification shall neither constitute any
agreement nor compulsion on the part of the Electricity Department, Puducherry to consider the said
tender offer. The bidder shall have no cause of action or claim, against the Electricity Department,
Puducherry for rejection of their respective tender offer for any valid reason which shall be
communicated to such bidder in writing. The Electricity Department, Puducherry shall always be at
liberty to reject or accept any tender offer or offers at its sole discretion and any such action shall not
be called into question and the bidder shall have no claim in that regard against the Electricity
Department, Puducherry.
14.3 During evaluation, when more than one bidder had quoted the same total price, the bidder having
maximum years of experience shall be awarded with the contract. However when more than one
bidder has the same years of experience, the bidder having higher annual turnover during any of the
last three financial years shall be awarded with the contract.
15.0 AGREEMENT: An agreement accepting all the terms and conditions of the Tender should be
signed between the tender inviting authority and the contractor within 10 days from issue of regular
work order.
15.1 Upon issue of the regular Work Order, the Contractor shall submit an acceptance stipulated under the
Work Order indicating the date from which the Works are proposed to be commenced. The
Contractor shall also submit a copy of this tender specification document duly signed on each page of
the tender document. The contract shall come into force from the date of commencement of work
which shall not be later than fifteen days from the date of issue of the regular Work Order. The
contract shall be in force for the period as specified therein until otherwise the contract is terminated
for reasons what so ever.
16.0 COMPLETENESS OF THE CONTRACT: Any item or works which may not have been
specifically mentioned in the specifications but which are necessary in the completion of the works
shall be deemed to be included in the contract and shall be provided by the contractor without extra
charges. The contractor shall consider any incidental expenses while bidding for the assignment.
17.0 COORDINATING: In the event of tenderer offering items manufactured by different manufacturer,
it will be his responsibility to fully co-ordinate the activities of each manufacturer in such a way that
the complete equipment contracted is supplied in accordance with the contract. No extra charges shall
be payable for these services. The contractor while executing the works should take adequate care
not to damage other utilities such as sewage / telecom / water. If any accidental damage occurs to
other utilities, the contractor shall restore the same at his own cost and no compensation will be made
by this Department for this purpose.
18.0 LINE CLEAR: Laying of UG Cable near the existing electrical installations and modification to the
existing installations shall be carried out only after obtaining proper “Line clearance” from Electricity
Department‟s authorities by the contractor or his representative. For such works (which required line
clear) requisition for line clear indicating the date and duration shall be given at least three days in
advance. The work has to be arranged and completed on the date and duration indicated by
Electricity Department in the line clear which will be arranged depending on the power supply
conditions. Notwithstanding the above, if the line clear is required to be returned by the Engineer-in-
charge at any stage of work, the works shall be stopped immediately and the line / equipments are to
be made ready for charging and the line clear returned after clearing of all men and equipment
employed for the work.
21.2 An amount of 10% of the tendered value shall be retained as Security Deposit for the due fulfillment
of the contract. The Security Deposit made by the Bidder will not bear any interest. After the deposit
of Security of 10% of the cost of the Work Order, a Work Order will be placed on the Contractor
which should be duly acknowledged. Failure to acknowledge the receipt of order / non effecting of
works as per order may entail forfeiture of the total Security Deposit and cancellation of the Work
Order without prejudice to the right of the Department to recover the losses incurred in this regard.
21.3 On complete fulfillment of the contract by the Contractor to the satisfaction of the Department, the
Security Deposit paid by the Tenderer shall be returned to him after the guarantee period within a
reasonable time after deducting the amount, if any, due to the Department on receipt of request from
the supplier with advance stamped receipt as applicable along with Bank Account details
21.4 No claim shall be laid against the Department either in respect of interest or depreciation in value for
the amount of Security Deposit.
22.0 PRICE
22.1 The basic price quoted by the bidder shall be firm and the same should not be altered.
22.2 The lowest rates quoted by the Bidder should be in rupees for free delivery at the destination / stores
of this Department and should include Customs, Import, Excise Duties, and Insurance and freight
charges. The Purchaser will not pay separately for transit insurance. The statutory levy where legally
leviable and intended to be claimed from the purchaser should be distinctly shown along with price
quoted. If this is not done, no claims of statutory levy will be admitted at any later stages and on any
ground whatsoever.
22.3 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. Provided always it is hereby
agreed and declared that in-case where the Department has doubt whether the sales tax is at all
payable on the transaction in question, the Department is hereby authorized to withhold the amount of
tax until the party produces an order of court / competent Jurisdiction / competent authority, declaring
the liability of the transaction to Sales Tax.
23.0 GOODS AND SERVICES TAX/GST
23.1 Goods and Service Tax or any other tax on material in respect of this contract shall be payable
by the contractor and Government will not entertain any claim whatsoever in this respect. The
Central & State GST shall be payable extra, the rate of GST as applicable must be clearly mentioned
in the BOQ. GST should not be included in the basic price.
23.2 The GST is applicable for freight and insurance charges. Any statutory variation in GST within the
delivery period will be to the account of Electricity Department, Puducherry on production of valid
documents.
23.3 Revision of applicable rate of tax shall not be considered on account of delayed delivery.
24.0 PACKING
24.1 All material shall be suitably packed and conform to relevant ISS for transportation direct to the site
and the Contractor shall be responsible for all the damages / losses due to improper packing. All
crates shall be marked with proper sign indicating up and down sides of the packing and also
unpacking instructions considered necessary by the Contractor. The contents of crates shall have
marking corresponding to the number on the packing list to enable identifications. The quoted prices
shall be deemed to include the cost of packing unless otherwise specified.
25.0 CONSIGNEE
25.1 The material after successful testing at manufacturer‟s premises shall be consigned to consignee as
indicated in the award.
29.0 INSURANCE
29.1 This is a works contract and it is the responsibility of the Contractor to deliver the goods in sound
condition at the stores of the consignee. For this purpose the Contractor should insure the material
against all risks during transit for full delivered value of the material upto destination. The filing of
claims, if any, and settlement thereof with insurance company, shall be the responsibility of the
Contractor for which, no extra payment shall be made by the Department. However, necessary
information required in connection with making and settling of such claims, if any, shall be provided
by the consignee. All damages and or shortages during transit shall be made good immediately on
receipt of such information from the consignee. A certificate shall be submitted by the Contractor
with each bill to the effect that the material has been duly insured. The Engineer in-charge shall not
be responsible for any accident to work men and on others in the employment of the contractor.
30.0 PAYMENT
30.1 The payment will be made within 60 days on receipt of materials in good condition at destination &
acceptance by the Department and receipt of bills in triplicate along with advance stamped receipt for
the amount. The terms of payment shall be in accordance with the provision contained under the
PWD Form – 8 for the items rate bid and contract of work. All payment till final bill is settled shall be
regarded as an advance payment. All payments will be made only after the approval of the Test
Certificate / quality of materials. No other terms of payment will be accepted. Payment for the
supplies will be made by Demand Draft in Rupees on the State Bank of India, Puducherry or any
other branches of the State Bank of India.
31.0 STANDARDS
31.1 Unless otherwise specified, all material and equipment shall comply in all respects with the
requirements of Indian Standard Specifications or international Electro Technical Standard as per the
detailed specifications enclosed with the Bidding Documents.
32.0 VARIATION
32.1 The Bidding Documents should specify the limits of variations that are likely to occur in various
parameters of the equipment/material at the stage of quotation and that of contract. In other words the
indication of variations at tendering stage shall be clearly brought out. Any variation beyond the
tolerance Indian Standards shall not be accepted. Where such parameters are not covered by ISS, the
variations shall be restricted to that mutually agreed upon.
35.0 DRAWINGS
a) The bidder shall submit along with his Bidding Documents all drawings wherever required as
called for in the technical specifications.
b) All relevant detailed drawings shall be submitted within seven days of receipt of the purchase
order. The drawings should be neatly drawn with the relevant details and should be as per type
tested design. The original copy of the type test report must also be submitted for verification
along with bid and drawings for approval as mentioned above.
c) It may be noted that any delay in submission of drawings and clarifications thereof required to
facilitate the approval shall be Contractor‟s responsibility. To avoid delay in approval, the GTP
and drawings should be thoroughly checked up for compliance of type tested design before
submission of this office.
d) After approval of drawings by the Department, the Contractor shall within ten days furnish three
sets of approved drawings, together with one set of translucent print suitable for reproduction by
direct contract method/Compact Disc (C.D. ROM) containing the drawing for taking out the
prints and or visual examination through computer.
e) Upon approval by the Department the drawing shall become the contract drawings and thereafter
the Contractor shall not deviate from those in any way whatsoever except with written
permission of the Department.
f) Approval of the contract drawing shall not be considered to have relieved the Contractor of any
of his obligations to meet all requirements for correctness of the Bidder‟s drawings submitted for
approval.
36.0 COMPENSATION: If the contractor fails to maintain the required progress or complete the work
and clear the site on or before the work order period, Compensation for delay in work shall be
deducted in the bills claimed @ 1.5% per month of delay computed on per day basis as per clause 2
of the conditions of contract in Form 7 and 8 of the CPWD Manual 2014.
37.0 TESTS
37.1 Manufacturer‟s certificate /latest Routine tests certificates results conforming to IS should be
forwarded. The materials shall be rejected if the test results are not satisfactory.
39.0 ARBITRATION
39.1 The Electricity Department, Puducherry shall 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 U.T. Arbitration Act only in the event of any dispute between the
parties.
-sd-
SUPERINTENDING ENGINEER - O&M/PR
ANNEXURE
BID SECURITY DECLARATION
address of the Firm with contact No.) hereby submitting the Bid Security Declaration in favour
Puducherry that if we / our firm withdraw or modify the Bid during the period of validity, or if
awarded the contract and fail to sign the contract or to submit a performance Security before
the dead line defined in the request of Bid Documents, we agree that our firm will be
suspended for the period of …………. Years (as specified by the Department) for being eligible
to submit bids for contracts with the Electricity Department, Puducherry. Further we hereby
tender our consent to any action as deemed fit taken by the Electricity Department,
Authorized Signatory
Name and Address of the Firm
Place:
Date: