SBDEnit17 2PDF
SBDEnit17 2PDF
e-TENDER
Fixing of Rates for supply of materials for repair of Distribution Transformers at Divisional
Store of Electric Division JPDCL Batote for the financial year 2025-26 or till next year
tender is finalized.
Page 1 of 61
Note To The Prospective Bidders:-
As per the Guidelines issued by the Principal Secretary to Government, Finance
Department vide letter No.: - A/24(2017)-651 dated 07-06-2018.
1. Furnishing of hard copies of bids immediately after submission of e-tenders is
dispensed with. The submission of hard copy of bid Document by L1 shall be
after opening of financial bid.
2. For States other than UT of J&K, the bidders shall have to pay the e-Bid document
fee in the shape of Demand Draft (Non-refundable) payable in favor of the
Executive Engineer (Distribution), JPDCL, Electric Division, Batote of any
Nationalized Bank on or before 18/08/2025 up to 16:00 Hrs.
Page 2 of 61
Contents of
Standard Bidding Document
The SBD or the e-Bid document includes:
Invitation for e-Bid
(a) Section I: Scope of Work
(b) Section II: Instruction to Bidders (ITB)
(c) Section III: Pre-Qualification Requirements (PQR of Bidders/Tenderers)
(d) Section IV: Commercial e-Bid
(e) Section V: Technical e-Bid
(f) Section VI: Financial e-Bid
(g) Section VII: General Conditions of Contract (GCC)
(h) Section VIII: Schedules
(i) Section IX: Guaranteed Technical Particulars(GTP)
(j) Section X: Bill of Materials (Annexed as a separate document and shall
form an integral part of this SBD).
Note: The prospective Bidders are expected to examine all instructions, forms,
terms and specifications in this e-Bid document, carefully. Failure to
furnish all/any information, required as per the e-Bid document or
submission of e-Bid not responsive to this document, in every respect
will entirely be at the Bidder’s risk and may result in rejection of his.
e-Bid.
Page 3 of 61
(a) INVITATION FOR e-BID
Page 4 of 61
(Govt. of Jammu & Kashmir)
Office of the Executive Engineer (Distribution)
Jammu Power Distribution Corporation Limited (JPDCL)
Electric Division Batote
Power Development Department
Email:- pddbatote@[Link]; jpdcledbatote@[Link];
3. The Bidders need to submit the proof/cost of e-Bid document as stated in the above table
through Demand Draft from any Nationalized/Scheduled bank pledged to Executive Engineer
Electric Division, JPDCL Batote, payable at Batote. The original demand draft shall be
submitted in a separate envelope to the Office of the Executive Engineer Electric Division,
JPDCL Batote and should reach at least one day before opening of commercial and
technical e-Bid. The scanned copy of the Demand Draft must be uploaded along with the e-
Bids.
4. Bidders must quote for all the particulars of the item in the Technical Bid and in the price
Page 5 of 61
schedule/BOQ of financial bid. The bids of Bidders who will not quote for all the particulars for
any item in technical and financial bids shall be liable to be rejected at the discretion of the
Employer keeping in view the interest of the JPDCL.
5. All the e-Bids must be accompanied by the scanned copy of EMD in the form of CDR/FDR/Bank
Guarantee only from any Nationalized/Scheduled bank only pledged to Executive Engineer
Electric Division, JPDCL Batote. No Interest shall be payable on Earnest Money deposited
with the Department.
a. Hard Copy of original instrument of EMD shall be demanded from the successful
bidder(s) after the opening of the Financial e-Bids.
b. The date and time of opening of Financial-Bids shall be notified on Web Site
[Link] This is conveyed to the technically qualified Bidders
automatically through an e-mail message on their e-mail address. The Financial-bids
shall be opened accordingly online on the same Web Site.
6. The e-Bids will be electronically opened in the presence of Bidder’s representatives, who choose
to attend at the venue, date and time mentioned in the above table. An authority letter of
Bidder’s/OEM representative will be required to be produced.
7. The JPDCL reserves the right to cancel any or all the e-Bids/ the e-Bid process without assigning
any reason thereof if any major lapse/deviation is found. The decision of the JPDCL, will be
final and binding.
8. In the event of date specified for e-Bids opening being declared a holiday for JPDCL office then
the due date for opening of e-Bids shall be the following working day at the appointed time
and place.
9. All the required documents excluding Price Schedule/BOQ should be uploaded by the e-Bidders
electronically in the PDF format, whereas Price Schedule/BOQ should be uploaded electronically
in the same BOQ sheet provided with the SBD. The Bidders shall upload good quality
(at least 200dpi) scanned copies which are clearly legible failing which the bid
is liable to be rejected at the discretion of the Employer keeping in view the
interest of the JPDCL.
10. To participate in e-bidding process, Bidders have to get ‘Digital Signature Certificate (DSC)’ as per
Information Technology Act-2000, to participate in online bidding.
Note:
This e-NIT is being issued in lieu of retendering of e-NIT No. 17 of 2025-26. Accordingly, bidders who
had previously submitted their bids against e-NIT No. 17 of 2025-26 and have already deposited the
Tender Document Fee and submitted the required EMD are exempt from paying the Tender Fee and re-
submitting the EMD for the present retender.
Such bidders shall, however, be required to upload scanned copies of the earlier Tender Fee Receipt and
EMD instrument as part of their e-Bid under the current e-NIT and must ensure that their EMD remains
valid for the period specified in the present tender conditions.
Hard Copy of Cost of Tender Document must be delivered to the Office of the Executive Engineer
Electric Division, JPDCL Batote in sealed cover at least one day before the scheduled date of
opening of the commercial and technical e-Bids. The sealed cover shall be super scribed as “COST
OF TENDER DOCUMENTS AGAINST e-NIT NO: 17_2 of 2025-26 Dated 09/08/2025
Sd/-
Executive Engineer Electric
Division, JPDCL Batote
Page 6 of 61
SECTION I
SCOPE OF WORK
Page 7 of 61
Page 8 of 61
SCOPE OF WORK
Page 9 of 61
SECTION II
Page 10 of 61
A. GENERAL INSTRUCTIONS
a) The interested Bidders can download the bidding document from the website
[Link] Bidders are advised to download bid submission manual
for thehelp of Bid Submission process from the “Downloads” option as well as
from “Bidders Manual Kit” on website [Link]
b) To participate in bidding process, Bidders must get ‘Digital Signature Certificate
(DSC)’ as per Information Technology Act-2000, to participate in online bidding.
The Bidders must submit their bids online in electronic format with digital
Signature. This certificate will be required for digital signing the bid. Bidders can
get above mention digital certificate from any approved vendors. The Bidders,
who already possess valid Digital Certificates, need not to procure new Digital
Certificate. The bids proposed without digital signature will not be accepted. No
proposal will be accepted in physical form.
c) Bids will be opened online as per time schedule mentioned in table above.
d) Before submission of online bids, Bidders must ensure that scanned copy of all
the necessary documents have been attached with bid. The Bidders shall
upload good quality (at least 200dpi) scanned copies which are clearly
legible failing which the bid is liable to be rejected at the discretion of
the Employer keeping in view the interest of the JPDCL.
e) The JPDCL will not be responsible for delay in online submission due to any
reasons.
f) All the required information for bid must be filled and submitted [Link]
Employer has attached the copy of the basic approved rates of all the items of
the works duly fixed and deliberated upon by the Techno commercial committee
keeping in view the Standard Schedule Rates 2024-25 documents and other
market available rates and the rates adopted by the par-ents divisions for the
reference for bidding by the contractors in SBD docume-nt at ANNEXURE -B
g) Bidders are advised to use “My Documents” area in their user on
[Link] e-Tendering portal to store important documents which
are used in all SBD’s like Registration Certificates, Tax Clearance Certificates,
PAN Card, etc. and attach these certificates as Non-Statutory documents while
submitting their bids.
h) Bidders are advised to mandatorily upload a scanned copy of the
complete Standard Bidding Document (SBD), duly signed by the
authorized signatory of the bidder, as a token of acceptance of all
terms and conditions. Further, all schedules appended at the end of
the SBD must be properly filled, signed, and uploaded as part of the
bid. Any bid that does not include the signed SBD and/or contains
incomplete or unsigned schedules shall be treated as non-compliant
and shall be summarily rejected.
i) The guidelines regarding submission of bid online can be downloaded from
website “[Link]
Page 11 of 61
B. BID DOCUMENT
Page 12 of 61
C. PREPARATION OF e-BID
3. Language of e-Bid
The e-Bid prepared by the Bidders, as well as all correspondence and documents
relating to the e-Bid exchanged by the Bidders and the Employer shall be written
in English language. Only English numerals shall be used in the e-Bid.
4. Documents Constituting the e-Bid
4.1 The e-Bid prepared by the Bidders shall comprise the following components:
(a) Commercial and Technical e-bid :
i) Documents: The Bidders has to submit all the documents and to fulfill
all the requirements as defined in Section–III, IV & V in pdf format.
ii) Fee Details: Includes scanned copies of Cost of e-tender document and
e-Bid Earnest Money Deposit (EMD), to be furnished in pdf format.
iii) Schedules: All relevant Schedules have to be furnished along with e-bid
in pdf format.
iv) GTP/Technical Specifications- The Bidder has to submit duly signed
Guaranteed Technical Particulars/Specifications, document of the SBD in
pdf format, as a token of acceptance of the same.
v) SBD- The complete SBD document should be duly signed by the Bidders,
giving his acceptance to the terms and conditions as specified in the SBD
in pdf format.
(b) Financial e-bid –
i) Price Schedule/BOQ: The Bidders must submit BOQ sheet in the same
xls sheet and to fulfill all the requirements as defined in Section–VI of
financial e-bid. In no case, the Bidders shall submit the hard copy of Price
Schedule/BOQ, the same must be uploaded, only electronically.
(c) Note:- For tenders pertaining to Works Contracts, it is hereby stipulated
that no exemption on the basis of Micro and Small Enterprises (MSME) status
shall be granted for Tender Fee and/or Earnest Money Deposit (EMD) [MSME.
This is in alignment with the Public Procurement Policy for MSEs Order, 2012,
which is expressly intended for the procurement of "goods produced and
services rendered by MSEs" and explicitly excludes "Works Contract" from its
purview, a position consistently upheld by Hon'ble High Courts in various
judgments [MSME].
(d) Therefore, any bidder seeking an exemption must explicitly state the
specific rule or policy provision under which such exemption is claimed, clearly
demonstrating its applicability to the nature of the tendered procurement (i.e.,
for goods or services, and not for a Works Contract). Bids for Works Contracts
submitted without the stipulated Tender Fee and/or Earnest Money Deposit,
where an exemption is incorrectly claimed based on MSME status, shall be
outrightly rejected as non-responsive and will not be entertained for technical
evaluation.
Page 13 of 61
5. e-Bid Price
5.1 In the BOQ, bidders shall quote the rates inclusive of all Taxes and Duties,
Freight, Transit Insurance, etc. However, the breakup of all the taxes, duties &
levies included in the price offer shall be indicated separately in prescribed
format, as per relevant Schedule annexed, herewith.
6. e-Bid Currencies
The rate price must be quoted in Indian currency alone and any mistakes in
converting foreign exchange component into Indian currency will not justify the
claim whatsoever of the contractor for increase in prices. Foreign exchange
component if any shall have to be arranged by the Bidders.
7.4 No Bidder, unless or otherwise specified in the terms and conditions, shall be
exempted from depositing Earnest Money. Tenders not accompanied with the
requisite amount of earnest money shall be rejected.
7.5 Earnest Money of the Bidders shall be forfeited, if they withdraw their bid/offer
after opening of Techno-Commercial bid or hike the prices of their offer, within
the validity period. The earnest money shall also be forfeited in case of Bidders
that do not comply with the award/contract placed on them or violate any terms
and conditions contained herein. The contract shall be deemed to have been
entered into from the date of issue of letter of Intent.
7.6 No claim shall be laid against the JPDCL either in respect of interest or
depreciation in value for the amount of earnest money. In case of bank deposits
the JPDCL shall not be responsible for any loss on account of failure of the bank.
Page 14 of 61
a) In favour of unsuccessful Bidders immediately after award of contract.
b) In favour of successful Bidders immediately after their furnishing of
required amount of security deposit. Such security deposit shall be
furnished by the Bidders within ten (10) days from the date of issue of
award/contract but not later than the expiry of Earnest Money Deposit
period. Failure to do so within the stipulated period will make the contract
liable for cancellation together with forfeiture of E.M.D at the discretion
of Chief Engineer, (Distribution), JPDCL, Jammu, J&K.
8.2 The e-Bid document shall be digitally signed, at the time of uploading, by the
Bidders or a person or persons duly authorized to bind the Bidders 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 same person
authorized to sign the e-Bid. Same person shall also sign the hard copy of the
bid document. Any deviation in this regard shall render the bid liable for
rejection.
9. Submission of e-Bid
9.1 The Bid Submission module of website [Link] the Bidders to
submit the e-Bid online in response to this e-tender published by the Employer.
Bid Submission can be done only from the Bid Submission start date and time
till the Bid Submission end date and time given in the e-tender. Bidders should
start the Bid Submission process, well in advance, so that they can submit their
e-Bid in time. The Bidders should submit their e-Bid considering the server time
displayed in the website. This server time is the time by which the e-Bid
submission activity will be allowed till the permissible time on the last/end date
of submission indicated in the e-tender schedule. Once the e-Bid submission
date and time is over, the Bidders cannot submit their e-Bid. For delay in
submission of e-Bid due to any reasons, the Bidders shall only be held
responsible. The Bidders have to follow the following instructions for submission
of their e-Bid:
9.3 After login to their account, the bidders have to fill up the e-bid document fee
detail and the EMD details. Next the Bidders should upload the documents as
Page 15 of 61
prescribed in this Tender. The components of e-tender fee and EMD should be
same as filled by the Bidders previously and any deviation from those result in
right rejection of the tender. During the above process, the e-Bid documents
are digitally signed using the DSC of the Bidders
9.4 Employer reserves the right to cancel any or all e-Bids without assigning any reason.
9.5 The SBD (Standard Bidding document) must be complete in all respects. All the
terms and conditions of SBD including technical specifications should be
carefully studied for the sake of submitting complete and comprehensive SBD.
Failure to comply with any of the SBD conditions may lead to rejection even if
otherwise it is competitive offer.
10.2 The Employer may, at its discretion, extend this deadline for submission of e-
Bid by amending the e-Bid document, in which case all rights and obligations of
the Employer and Bidders previously subject to the deadline will thereafter be
subject to the deadline as extended.
Page 16 of 61
D) e-BID OPENING AND EVALUATION OF e-BID
12.2 The Bidder’s names and any other details as the Employer at its discretion may
consider appropriate, will be uploaded on the [Link] portal, as Bid-
Opening Summary. The name of such Bidders not meeting the Commercial and
Technical Specifications and Qualification Requirements, shall be notified
subsequently.
13.2 The financial e-Bids of technically qualified Bidders shall be opened online in
presence of Bidders who choose to remain present online at the time specified
for opening of financial bids which will be communicated to the Commercial &
Technically Qualified Bidders subsequently after completion of technical bids
evaluation through auto-notification generated by [Link] portal on
their registered emails. The name of Bidders and any other details as the
Employer at its discretion may consider appropriate, will be uploaded as
Financial Bid Opening summary.
Page 17 of 61
15. Evaluation of Commercial & Technical e-Bid and Evaluation Criteria
15.1 The Employer will examine the e-Bid to determine whether they are complete,
whether they meet all the conditions of the Contract, whether required e-tender
fee, e-Bid EMD and other required documents have been furnished, whether
the documents have been properly digitally signed, and whether the e-Bids are
generally in order. Any e-Bid or e-Bids not fulfilling these requirements, shall be
rejected.
The Bidders shall submit the scanned copies of documents as
prescribed in Section III, IV and V in good quality (200dpi or better),
which shall be clearly legible.
15.2 Bidders must quote for all the particulars of the item in the Technical
Bid and in the price schedule/BOQ of financial bid. The bids of Bidders
who will not quote for all the particulars for the item in technical and
financial bids shall be rejected. The e-Bids found to be not responsive to
and not fulfilling all the conditions of the contract and not meeting Technical
Specifications and Qualification Requirements to the satisfaction of Employer
shall be rejected and may not subsequently be made responsive by the Bidders
by correction of the non-conformity. The e-Bids of the Bidders mentioning any
of their conditions, which are not mentioned in the SBD and are not in
conformity with the Conditions of the Contract/Technical Specifications, shall be
liable to be rejected at the discretion of the Employer, keeping in view the
interest of the JPDCL.
15.3 It shall be the discretion of the Employer to decide as to whether an e-Bid fulfils
the evaluation criterion mentioned in this e-tender or not.
15.4 The Bidders are advised not to mix financial bid documents with the PDF
documents submitted for commercial and technical bid. The e-Bids of the
Bidders having financial bid document in the technical bid will out rightly be
rejected.
15.5 As per the principles of GFR 2017, quoting a price of Rs. 0 (Zero) or
any unrealistic/infeasible value against any item of the BOQ/Price
Schedule shall render the bid non-responsive and such bids shall be
rejected outright. The Employer reserves the right to determine the
impracticality or irrelevance of quoted rates in the context of project
execution.
15.6 Bidders are strictly advised to upload only relevant and necessary
documents as per the checklist and tender requirements. Submission
of irrelevant/junk/blank documents may lead to rejection of bids
Page 18 of 61
without any further clarification. No additional document shall be
entertained post the bid opening.
16.5 The Financial comparative shall be prepared after downloading of all the
individual Price bids/BOQ. In case of discrepancy due to technical reasons
between electronically generated financial comparative from [Link]
portal and the manually prepared financial comparative, the manually prepared
financial comparative from the individually downloaded BOQ’s of Technically
qualified Bidder’s, shall prevail.
17.2 Any effort by a Bidder to influence the Employer in its decisions on e-Bid
evaluation, e-Bid comparison or Contract award may result in rejection of the
Bidder’s e-Bid.
Page 19 of 61
E) AWARD OF CONTRACT:-
18. The Executive Engineer (Distribution), JPDCL, Electric Division, Batote shall not
be bound to accept the lowest quoted price tender or any tender and reserves
to itself the right of accepting the whole or a portion of any of the tender as it
may deem fit, without assigning any reason thereof.
19. The Executive Engineer (Distribution), JPDCL, Electric Division, Batote JPDCL
reserves the right to itself for placing the contract, in full.
21. The Executive Engineer (Distribution), JPDCL, Electric Division, Batote reserves
the right to reject all or any of the tenders without assigning any reason.
22. The Tender has been floated for deriving the rates to execute the emergency
works of Distribution Network. The lowest rate quoted for every item of BOQ
shall be offered to the respective participant bidders for execution of
particular/emergent job of Distribution Network, if the participants are willing to
work at determined L-1 rates otherwise L1 rates offer to others.
23. In the case of there being a number of bidders quoting same rates, thereby,
forming a cartel to jack up the prices, the e-Bid Offers/SBD’s of such bidders,
shall be summarily rejected.
24. The Department reserves the right to award the work/Job order/LOA to any of
the participating bidders at L1 rates depending upon the requirement/exigencies
from time to time.
Page 20 of 61
SECTION III:
PRE QUALIFICATION REQUIREMENTS(PQR)
FOR
BIDDERS/TENDERERS
Page 21 of 61
1.1 Mandatory Pre-Qualification Requirements (PQR), which will enable participation
of a Bidder in the competition shall include the following:
1.4 Only such firms need to quote who can produce satisfactory evidence that they
have necessary experience, financial resources and engineering organization to
undertake such work to the satisfaction of the department.
1.5 Notwithstanding anything stated above the department reserves the right to
assess the bidder's capability and capacity to execute the work should the
circumstances warrant such assessment in the overall interest of the
department.
1.6 Copy of Valid A-Class Electrical Contractor License or equivalent license issued
by Chief Electrical Inspector of J&K/Relevant issuing authority.
1.7 The bidder must have an Average Annual Financial Turn Over of not less than
30% of the estimated tender value during the last three (03) years
ending 31st-March-2025. Documents certified by Chartered Accountant
regarding the same, should be submitted.
1.8 The bidder must have a minimum of five (05) years of experience in
the supply of goods/services, either through GeM, e-tendering
platforms, or any other recognized procurement channels.
1.10 Contractor/Bidder should submit an affidavit from Ist Class Magistrate that he
has never been debarred/blacklisted from any Central/State Govt. Deptt. / MES/
Semi Govt.
Note: Furthermore, if it is later discovered at any stage that the
Contractor/Bidder had concealed such information and had in fact
been debarred or blacklisted by any of the aforesaid authorities, it
shall empower the Executive Engineer, Electric Division JPDCL, Batote
to immediately terminate the contract without any prior notice. In
such a case, no payment shall be released for any portion of the work
already executed by the Contractor/Bidder.
Page 22 of 61
1.11 Bidders must submit Work Completion Certificates or Satisfactory
Performance Certificates for similar electrical works, as defined in the
tender, issued by an officer not below the rank of Executive Engineer.
Mere uploading of Letter of Award (LoA) or Letter of Intent (LoI) shall
not be treated as valid proof of experience. The Work
Completion/Satisfactory Performance Certificates must clearly
specify the nature of the work, the date of award, and the date of
completion. Bids that only enclose LoA/LoI without the corresponding
Work Completion or Satisfactory Performance Certificates shall be
outrightly rejected.
1.12 The Bidder shall submit the above details with documentary evidence to fulfill
above eligibility requirements. The downloading of bidding documents will not
entitle the bidder(s) to qualify the eligibility criteria set for the bidding. The
details furnished by the bidder along with the bid will be examined in detail as
per the requirement of bidding documents and accordingly his eligibility will be
established.
1.13 Notwithstanding anything stated above, the department reserves the right to
assess the Bidder’s capability and capacity to perform the work, if circumstances
warrant such assessment in the overall interest of the department. The
department may depute its representative to the worksite of the Bidders for on
spot assessment.
1.14 Bidders shall mandatorily submit following documents:-
a) GST Return Statement ending 12/2024.
b) Valid Pan Card.
c) latest Income Tax Return
d) valid labour License
1.15 The Joint Venture (JV) of not more than 3 firms as Partners, can participate as
per below criteria, subject to submission of Power of Attorney & Joint Venture
agreement
a) For JV of two partners, the lead partner shall meet not less than 70% of
qualification criteria of this e-NIT and the other partner shall meet not
less than 30% of the qualification criteria of this e-NIT.
b) For JV of three partners the lead partner shall meet not less than 50% of
the qualification criteria and each of the remaining partners shall meet
not less than 25% of the qualification criteria of this e-NIT.
Note:
a) Failing in fulfillment of any of the above clauses will result in outright
rejection of the Bidder at techno-commercial evaluation stage of
tender.
b) In case the bid is submitted by a Joint Venture, the Earnest Money
Deposit shall be in the name of the Joint Venture and not in the name
of the Lead Partner or any other Partner(s) of the Joint Venture.
c) The Bank Guarantee should be in accordance with the proforma as
annexed to this SBD.
Page 23 of 61
SECTION IV:
COMMERCIAL e-BID
Page 24 of 61
Commercial Documents: Commercial e-Bid for this NIT shall contain the following
documents digital signed by the Bidders in addition to the documents mentioned in Section-
III (Qualification of Tenders) in the scanned form and pdf format only:
a. Annual Turnover of the Bidders for the last three years must be submitted
in the shape of audited balanced sheet/P&L Statements and turn Over
Certificates by CA.
b. PAN Card.
c. ITR certificates of last 03 financial years and GST Tax clearance certificate of
the last quarter.
d. Copies of original documents defining the constitution or legal status, place
of registration and principal place of business.
e. Evidence of access lines of credit (if any), and availability of other financial
resources.
f. Information regarding any current litigation in which the Bidder is involved,
the parties’ concerned and disputed amount.
g. Details of field service organization to provide the necessary field erection
and management services required to successfully erect, test and
commission the equipment as required under the scope of work.
h. Technical Deviation Certificate /Commercial Deviation Certificate as per
relevant Schedule annexed herewith
i. Affidavit as per relevant Schedule annexed, herewith.
j. Partnership deed (if any).
k. Certificate of incorporation in case of Company along with copies of
Articles of Association (AOA) and Memorandum of Association (MOA).
Page 25 of 61
SECTION V:
TECHNICAL e-BID
Page 26 of 61
1. Technical Documents: Technical e-Bid for this NIT shall contain the following
documents digitally signed by the Bidders in addition to the documents mentioned
in Section-III (PQR) in the scanned form and pdf format only:
Page 27 of 61
SECTION VI:
FINANCIAL e-BID
Page 28 of 61
1. Financial e-bid: Price Schedule/BOQ (Bill of Quantities) should be uploaded
electronically in the same template of BOQ sheet uploaded against this NIT.
In no case, the hard copy of the Price Schedule/BOQ shall be
submitted. The same shall be uploaded electronically, only.
2. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents or
its name. In no case, attempts to create similar BOQ manually should not be done,
otherwise the bid will be rejected automatically. The Bidders shall, in no case, protect
the workbook as the same will not be reflected in the electronically generated
comparative because of workbook password protection.
3. In the BOQ, Bidders shall quote the rate inclusive of all Taxes and Duties, Freight,
Transit Insurance, etc.
4. The Bidders shall necessarily fill in the Rate of Taxes Schedule as per the relevant
schedule annexed, herewith, in the Techno-Commercial bid.
Page 29 of 61
SECTION VII:
GENERAL CONDITIONS OF CONTRACT
(GCC)
Page 30 of 61
1. WORKMANSHIP:-
1.1 The Contractor shall properly pack and crate all equipment in such a
manner as to protect them from deterioration and damage during
transportation to the Site and storage at the Site, till the time of erection.
The Contractor shall be held responsible for all damages due to improper
packing. He shall be solely responsible for proper storage and safe custody
of all materials and equipment.
1.2 If the Contractor neglects to execute the works with diligence or shall
refuse or neglect to comply with any reasonable orders given to him, in
connection with the works or shall contravene the provisions of the
Contract, the authority shall be at liberty to employ other workmen and
forthwith execute such part of the works as the Contractor may have
neglected to do or if the authority shall think fit, to take the works wholly
or in part, out of the Contractor's hands and re-contract with any other
person or persons. If the cost of completing the works or executing a part
thereof as aforesaid shall exceed the balance due to the Contractor, the
Contractor shall pay such excess. Such payment of excess amount shall be
independent of the liquidated damages for delay which the Contractor shall
have to pay if the completion of Works is delayed. This shall be done at
the cost, risk and responsibility of the contractor.
2. SECURITY DEPOSIT :-
2.1 The Contractor shall be required to furnish security deposit within ten (10)
days from the date of issue of award/contract equivalent to 5% of the
value of contract in the form of CDR/FDR/Bank Guarantee from a
Nationalized/Scheduled Bank only valid for one year (twelve months)
from the date of placement of order/contract pledged to Executive
Engineer, Electric Division, (Distribution), JPDCL Udhampur, J&K for
successful execution of the contract.
2.2 Security Deposit shall be released after obtaining satisfactory performance
report with regard to supply, installation, testing and commissioning of
complete job from the concerned electric division.
2.3 No claim shall be laid against the JPDCL, either in respect of interest or
depreciation in value for the amount of security deposit. In case of bank
deposits the JPDCL shall not be responsible for any loss on account of
failure of the bank.
Page 31 of 61
4. TERMS OF PAYMENT:-
4.1 100 % payment shall be made from time to time subject to availability of
Funds against bills in duplicate duly verified by Assistant Executive
Engineer/Junior Engineer, Subdivision Stores of Elect. Division JPDCL
Batote on receipt of the ordered materials after being found satisfactory in
all respects along with all relevant documents and test report. No advance
payment shall be made at any cost. The contractor is not liable to force
the Corporation to release his/her payments and stop the supply of
material in case of non-availability of funds.
Note:- Payments of bills are subject to availability of funds
5. PERFORMANCE SECURITY: -
5.1 The contractor shall be responsible to replace free of cost including
transportation and insurance expenses, to the employer up to destination,
if supplies as a whole or part of supplies which under normal and proper
use and maintenance prove defective in design, material or workmanship
or goes out of order or gets damaged or is rendered inoperative within 12
(twelve) months from the date of official commissioning, provided the
employer gives prompt notice of such defects to the contractor. Such
replacement shall be effected by the contractor within time period of two
weeks from the date of issuance of notice. The contractor’s responsibility
arising out of its use whether on warranty or otherwise shall not in any
case exceed the cost of correcting the defects or replacing the defective
supplies and upon expiry of period mentioned above all such liabilities shall
terminate. The Contractor shall have to furnish performance security equal
to 5% of the contract value in the form CDR/FDR/Bank Guarantee from a
Nationalized/Scheduled Bank only, valid up to 13 (Thirteen) months from
the date of official commissioning in favour of Executive Engineer, Electric
Division, JPDCL Udhampur. Additional Performance Security for the
unbalanced bid (if required), shall be as per clause 5.2, hereunder.
Page 32 of 61
forth in clause 5.1 above, be increased at the expense of the successful
bidder to a level sufficient enough to protect the Employer against financial
loss, in the event of default of the successful bidder under the Contract.
The quantum of increase shall be decided by the Employer.
5.3 The above provision shall also apply to the material replaced / repaired by
the firm under this clause in case the same is found to be defective within
12 (twelve) months of its replacement / repairs.
5.4 Performance security plus Additional Performance Security, if any, shall be
released after the successful performance of the complete Job during the
prescribed guarantee period. In case no adverse report is received from
the concerned Electric Division/ Office within 12 (twelve) months from the
date of official commissioning of job, the performance shall be deemed
satisfactory
6. PRICE VARIATION:-
6.1 The prices quoted by the bidder shall be Firm and Final and shall remain
constant throughout the period of the contract and shall not be subject to
any upward modifications. The quoted rates shall be inclusive of all taxes
and duties, freight, Insurance, etc. The rates shall include costs attracted
towards mandatory inspection/testing by designated agencies Executive
Engineer (Distribution), JPDCL, Electric Division, Batote.
6.2 No price variation will be allowed. The quoted rates shall be valid for a
period of 365 days from the actual date of opening of the price-bid.
6.3 No alterations, amendment, omission or variations of the works shall be
made by the contractor except with the written orders of the order placing
authority. With the alteration, if any variation in the works results in
reduction / increase in the contract price, final rates shall be evolved as
mutually agreed to by both the parities. In the event of the disagreement,
the decision of the arbitrator shall prevail.
7. VALIDITY:-
7.1 The bids should be unconditionally valid for a period of 365 days from the
actual date of opening of Price bid. Any Bidders revising the offer within
the validity period without prejudice to other remedies available with the
JPDCL, is likely to be blacklisted. However, the JPDCL retains the right of
asking for extension of the validity period, if necessary.
9. INSURANCE:-
12. CHANGES:-
12.1 No variation or modification or waiver of any of the terms and provisions
of these specifications shall be deemed valid unless mutually agreed upon
in writing both by the JPDCL and the Contractor.
Page 37 of 61
however not apply to the minor accessories specified in clause 22.4
above.
22.6 STANDARDS:-Unless otherwise specified, all material and equipment
shall comply in all respects with the requirements of Indian Standard
Specifications(ISS) or International Electro Technical Commission(IEC) and
as per the detailed Guaranteed Technical Particulars(GTP) enclosed with
the SBD. In case of any conflict in the specifications the following priority
shall prevail: 1) GTP of this SBD 2) Relevant ISS3) Relevant IEC 4) Relevant
and equivalent International Standard, if any. The tenderer must clearly
indicate the name of the manufacturer, the type and model of each
principal item of equipment proposed to be furnished and installed. The
bid should also contain drawings and descriptive materials, if applicable,
indicating general dimensions, material from which the parts are
manufactured, principles of operation, major construction equipment
proposed to be deployed, method of initial and the proposed organizational
structure. The above information shall be provided by the contractor in the
form of separate sheets, drawings, catalogues, etc. in five (5) copies.
Standard catalogue pages and other documents may be used in the bid to
provide necessary information and data. If during the progress of the
works the authority observes that the Contractor has supplied any unsound
or imperfect part or has furnished any part inferior than the quality
specified, it shall inform the Contractor. The Contractor on receiving details
of such defects or deficiencies shall immediately proceed to alter, re-
construct or remove such part and furnish fresh equipment conforming to
the standards of the specifications within the scheduled date of completion
as per agreement.
23. MAKERS STANDARDS AND DEPARTURE FROM SPECIFICATION:-
23.1 The general principal on which these specifications are drawn is to permit
adoption of modern manufacturing standards and the Bidders is required
to tender as far as possible for their own standard equipment provided the
same complies in all respects with condition of these specifications.
23.2 Should the Bidders wish to depart from the provision of these specification
either on account of manufacturing practices or for any other reasons, he
shall specifically draw attention to the proposed points of departure in the
schedule of deviation and submit to the JPDCL full information in respect
of his proposals to be fully appreciated. Except for the deviations, which
are specifically brought out in schedule, it should be taken that the tender
fully conforms to the requirements of the specifications.
24. MATERIAL & TOOLS/PLANTS:-
24.1 All materials deployed in the contract shall be of the best class and quality
available in the market and be capable of satisfactory operation when
exposed to the tropical and other specified atmospheric conditions. All
works shall be performed and completed in thorough good workmanship
like manner and shall follow the best modern practice in the manufacturing
of equipment notwithstanding any omission in these specifications.
Page 38 of 61
24.2 The tools and plants, special tools and tackle required for the successful
installation & commissioning of job and associated accessories shall be the
responsibility and liability of the contractor.
Page 39 of 61
performance records, eligibility and valid relevant Type Tests shall be
approved as vendors.
26.3 DRAWING APPROVAL: After Vendor Approval, the Contractor shall
submit the Guaranteed Technical Particulars of the item(s) and Detailed
Engineering Drawings to the Employer/Tender Inviting Authority for the
review and approval under proper cover note. The Employer shall either
accord formal approval or convey its reservation / observation in clear cut
terms to the contractor within 07 days after receipt of Drawings and
Technical Data Sheets. The disapproval of the Drawings/Documents shall
be strictly with respect to the technical requirements stipulated in the
G.T.P. and all relevant standards. The contractor shall resubmit all the
drawings/documents after necessary modifications and may also depute
its authorized Technical Representative to expedite the process. After
approval of Drawings the contractor shall not depart from any approved
documents unless authorized by the Employer. The entire process should
be so coordinated to ensure that the final approval is accorded within 25
days from the receipt of drawings and technical Data Sheets in Employers
office The Purchaser shall not disapprove any document, except on the
grounds that the document does not comply with some specified provision
of the Contract or that it is contrary to good engineering practice. The
Supplier/Contractor shall not depart from any approved document unless
the Supplier/Contractor has first submitted to the Purchaser/Employer an
amended document and obtained a clear-cut Purchaser’s/Employer’s
Approval thereof, pursuant to the provisions of this GCC Sub-Clause.
All GTP & Drawing approvals, shall be granted by the Tender
Inviting/Floating authority.
e
27. INTELLECTUAL PROPERTY RIGHTS OF DRAWINGS AND TECHNICAL
DETAILS:
27.1 The copy right of all drawings, documents and other materials containing
data and information furnished to the Purchaser/Employer by the
Supplier/Contractor, herein, shall remain vested in the Supplier/Contractor.
The Purchaser/Employer shall however be free to reproduce all drawings,
documents and other material furnished to the Purchaser/Employer for the
purpose of the Contract including, if required, for operation and
maintenance of the equipment. All the design parameters/engineering data
shared between supplier/contractor and the purchaser/employer shall be
totally confidential and both parties shall maintain the secrecy for the
successful performance of the contract.
Page 40 of 61
28.2 All materials shall comply with the requirements of tests specified in the
governing standards and additional such other tests as are stipulated in
the contract.
28.3 Duplicate copies of manufacturer’s tests certificates shall be submitted to
the Executive Engineer (Distribution), JPDCL, Electric Division, Batote as
soon as the tests are complete.
28.4 In addition to the aforesaid tests and those included in the contract, the
JPDCL reserves the right of having an inspection or tests of reasonable
nature carried out on raw materials to ascertain if the same comply with
the conditions of the specifications/contract.
28.5 All materials and equipment covered under these specifications shall be
offered for inspections to the JPDCL or his authorized agency/office before
supply/execution:
a) Timely notice for inspection shall be given by the contractor so that
inspection can be carried out in accordance with stipulated
schedule. No portion of the work shall be considered complete and
in accordance with the terms of the contract unless the JPDCL and
its authorized representative/agency have certified in writing that
the same has been Inspected and duly approved.
b) The equipment/material shall be tested according to the detailed
specifications provided in this SBD. Before dispatch the
material/equipment shall be inspected by JPDCL nominee or a third
party inspecting agency like CPRI/NTH/PDIL/ERDA/ RITES/ EIL/
QACAPL or both, which shall be decided and nominated by the
Executive Engineer (Distribution), JPDCL, Electric Division, Batote
for all equipment and materials, except for Power Transformers,
which shall be done by the Chief Engineer(Distribution), JPDCL,
Jammu. The expenditure on account of travelling, boarding and
lodging of the inspector shall be borne by the contractor. Sufficient
advance notice should be given for conducting the inspection.
28.6 The contractor shall provide the JPDCL and / or authorized agents of the
JPDCL, full and free access at any reasonable time during the execution of
the contract to make arrangements for inspection of items. The contractor
shall provide without any extra charges all materials, tools, labour and
assistance of any kind which the authorized agents of the JPDCL may
demand for carrying out inspection and testing.
Page 42 of 61
33. WARRANTY PERIOD:-
33.1 All the deliverables, given to Executive Engineer (Distribution), JPDCL,
Electric Division, Batote JPDCL within the scope of this work shall have a
comprehensive, onsite warrantee for a period of one (01) year. The
warrantee period shall commence from the date of certification of
successful installation and commissioning of Executive Engineer
(Distribution), JPDCL, Electric Division, Batote. The warranty of the
equipment includes replacement of the defective/damaged material at site
without any financial implications to the JPDCL, in general.
Page 44 of 61
35.6 The contractor shall not use any hand lamp energized by electric power
with supply voltage of more than 24 volts. For work in confined spaces,
lighting shall be arranged with power source of not more than 24 volts.
35.7 Where it becomes necessary to provide and / or store petroleum products,
explosives. chemicals and liquid or gaseous fuel or any other substance
that may cause fire or explosion, the contractor shall be responsible for
carrying out such provision and/or storage in accordance with the rules
and regulations laid down in the relevant Government Acts, such as
Petroleum Act, Explosives Act, petroleum and Carbides of Calcium Manual
of the Chief Controller of Explosives, Government of India etc. Prior
approval of the authorized JPDCL official at the site shall also be taken by
the contractor in all such matters.
35.8 The contractor shall arrange at his cost (wherever not specified)
appropriate illumination at all work spots for safe working, when natural
daylight may not be adequate for clear visibility.
35.9 In case of a fatal or disabling injury / accident to any person at construction
sites due to lapses by the contractor, the victim and / or his / her
dependents shall be compensated by the contractor as per statutory
requirements. However, if considered necessary, JPDCL shall have the right
to impose appropriate financial penalty on the contractor and recover the
same from payments due to the contractor for suitably compensating the
victim and / or his / her dependents. Before imposing any such penalty,
appropriate enquiry shall be held by JPDCL giving opportunity to the
contractor to present his case.
35.10 In case of any damage to property due to lapses by the contractor, JPDCL
shall have the right to recover the cost of such damages from the payments
due to the contractor after holding an appropriate enquiry.
In case of any delay in the completion of a job due to mishaps
attributable to lapses by the contractor, JPDCL shall have the right to
recover cost of such delay from the payments due to the contractor, after
notifying the contractor suitably and giving him opportunity to present his
case.
35.11 If the contractor fails to improve the standards of safety in its operation to
the satisfaction of JPDCL after being given reasonable opportunity to do so
and / or if the contractor fails to take appropriate safety precautions or to
provide necessary safety devices and equipment or to carry out instructions
regarding safety issued by the authorized JPDCL official, JPDCL shall have
the right to take the corrective steps at the risk and cost of the contractor
after giving a notice of not less than seven days indicating the steps that
would be taken by JPDCL.
35.12 The contractor shall submit report of all accidents, fires, property damage
and dangerous occurrences to the authorized JPDCL official immediately
after such occurrence, but in any case, not later than 12 hours of the
occurrence.
35.13 During the course of construction, alteration or repairs scrap lumbers with
protruding nails, sharp edges etc., and all other debris including
Page 45 of 61
combustible scrap shall be kept cleared from working areas, passageways
and stairs in and around site.
35.14 Cylinders shall be moved by tilting and rolling them on their bottom edges.
They shall not be intentionally dropped, struck or permitted to strike each
other violently. When cylinders are transported by powered vehicles, they
shall be secured in a vertical position.
35.15 All the contractor's supervisory personnel and sufficient number of workers
shall be trained for firefighting and shall be assigned specific fire protection
duties. Enough number of such trained personnel must be available during
the tenure of the contract. Necessary firefighting equipment shall also be
provided by the contractor.
35.16 Before commencing the work, the contractor shall appoint / nominate a
responsible officer to supervise implementation of all safety measures and
liaison with his counterpart in the office of the Executive Engineer
(Distribution), JPDCL, Electric Division, Batote.
35.17 If safety record of the contractor in execution of the awarded job is not to
the satisfaction Of JPDCL Officers/Officials, notices shall be issued for
effecting curative measures.
35.18 Necessary precautions and arrangements including sprinkling of water
during work as acceptable to JPDCL for safety and reducing environmental
pollution must be made by the contractor. No claim on this account shall
be entertained on this account and the contractor’s rates shall be deemed
to have taken this into account.
Page 46 of 61
SECTION VIII:
SCHEDULES
Page 47 of 61
SCHEDULE ‘A’
TENDER FORM
From: To,
……………………………………………… The Executive Engineer (Distribution),
…………………………………………….. JPDCL, Electric Division ,Batote
……………………………………………..
1. I/We do hereby affirm that I/We have read and have, fully understood all terms,
conditions, technical specifications of bidding document received vide your e-NIT
No:-……..……. Dated:-…………………………………..
2. I/We hereby offer to supply genuine goods and material at the rates and
quantities as described in our subject offer and shall execute the work(s) truly
and faithfully within the time specified and set forth in the aforesaid offer. The
goods and material to be supplied will be of the quality answerable in every
respect with our offer/tender quoted above.
3. I/We shall be responsible for all complaints as regard the quality of material and
all material and equipment shall comply in all respects with the requirement of
quoted standard specifications.
4. I/We do hereby certify that the material and equipment offered are free from
legal encumbrances and any claim regarding infringement and any patent of
country of origin or India and shall be defended by us at our own cost and
damages/cost, if forwarded against Employer in such as suits shall be borne by
us.
5. I/We shall be hereby responsible for all complaints as regard the quality of
material and all material / bad workmanship and for all such complaints the
decision of the department will be final and binding on us.
6. I/We enclose EMD.
7. I/We undertake to furnish Performance Guarantee y deposit equivalent to 3% of
the value of contract, as in the form of CDR/FDR/Bank Guarantee from a
Nationalized/Scheduled Bank only pledged to the Executive Engineer, O&M
division Batote valid for one year from the date of award of contract.
8. I/We further understand that action may be taken against my firm as per
contents of SBD if I withdraw my tender at any stage after opening of techno-
commercial bid.
9. My/Our tender shall remain valid for a period of _______ days from the date
of opening of Price Bid against the NIT No:………………..Dated:…………….........
10. My/our tender along with the terms and conditions with relevant columns and
annexures duly filled in under my/our attestation and with each page of the tender
Page 48 of 61
papers including the enclosed terms and conditions signed by me/us (in the
capacity of sole owner/general of special/attorney, in proof of which power of
attorney is attached) is submitted for your favorable consideration.
11. I/We have read the enclosed terms and conditions carefully and have signed the
same kin token of their absolute and unqualified acceptance. My/our SBD
constitute a ‘firm’ offer under the J&K contract Act, and is open to an acceptance,
in whole or in part. My/our offer, if accepted on the attached terms and conditions
will constitute a legal binding contract and shall operate as contract as defined in
the J&K Contract Act and the sale of Goods Act.
Thanking You
Yours faithfully,
Place…………………………………..
Date……………………………………
Page 49 of 61
SCHEDULE ‘B’
I/We have carefully gone through the technical specification and the general
conditions of contract and I/We have satisfied myself/ourselves and hereby confirm
that my/our offer strictly conforms to the requirements of the technical specifications
and general conditions of contract, except for the deviations which are given below:
Certificate:-The Bidders hereby certifies that the above mentioned are the
only deviations from the tender specifications.
Signature:
Name:
(In block letters)
Stamp
Page 50 of 61
SCHEDULE ‘C’
IMPORTANT CHECK LIST
(To be filled in by the Bidders and enclosed with Commercial e-bid of the offer digital signed)
I COMMERCIAL Documents Check List
[Link] Description Bidders
Response
1 Cost of Bid Document (DD No/Date/Validity/Amount)
2 Earnest Money Deposit
3 Validity of Offer
4 Registration certificate from Chief Electrical Inspector / relevant issuing
authority enclosed (Yes/No)
5 Previous Executed Orders of work of similar nature along with satisfactory
performance certificates enclosed (Yes/No)
6 Annual Turnover in the form of Balance Sheet/P&L Statement audited by
CA enclosed (Yes/No)
7 PAN copy enclosed (Yes/No)
8 Valid Tax Clearance certificate of last quarter enclosed (Yes/No)
9 Details about financial resources enclosed (Yes/No)
10 Affidavit for firm not blacklisted as per relevant format enclosed(Yes/No)
11 Indemnity Bond as per relevant format of SBD enclosed
(Yes/No)
Page 51 of 61
I TECHNICAL Documents Check List
Bidders
[Link] Description
respons
e
1 Whether the material quoted by the Bidders correspond to the relevant
I.S./IEC
2 Whether the material fully correspond to e-NIT specifications (Yes/No)
3 Whether Type test reports enclosed (Yes/No)
4 If not, have the deviations been pointed out in relevant Schedule
(Yes/No) 5 Duly filled and signed GTP enclosed (Yes/No)
6 Relevant Drawings enclosed (Yes/No)
Signature:
Name:
Stamp
Page 52 of 61
SCHEDULE ‘D’
SCHEDULE OF RATE OF TAXES:-
To be filled in and signed by the Bidders
Rate of
[Link]. Nature of Tax Tax
1
2
4
5
6
7
Signature:
Name:
(In block letters)
Stamp
Page 53 of 61
SCHEDULE ‘E’
AFFIDAVIT
(To be furnished on non-judicial stamp paper and to be attested
by 1st Class Magistrate/Public Notary)
Page 54 of 61
SCHEDULE ‘F’
INDEMNITY BOND
Page 55 of 61
SCHEDULE ‘G’
SCHEDULE OF MANUFACTURED/BOUGHT OUT ITEMS:-
To be filled in and signed by the Bidders
Mak
[Link]. Material Description e
1
2
3
4
5
5
Signature:
Name:
(In block letters)
Stamp
Page 56 of 61
SCHEDULE-H
Checklist-II for:
EVALUATION FOR ACCORDING VENDOR APPROVAL
Name of the Contractor:
Name of the Vendor: ITEM:
Request Letter no. : Dated
1. Basic Company profile and
Production Certificates.
2. SSI/MSME/NSIC Registration
Certificates with Factory License.
3. Incorporation certificate if
applicable with Article of
Association.
4. Balance sheets /Turnover for last
three years certified by CA.
5. ISO Certifications.
6. Quality Assurance Programme/
Process Flow Chart/ Organizational
Chart.
7. GST Registration with latest
clearance certificate.
8. PAN Card.
Page 57 of 61
SCHEDULE-I
BIDDER ADDRESS FORMAT
[Link] PARTICULARS
1 Name of Bidder
2 Name of Proprietor
4 Registration/Contractor
license No along with
Valid till date
6 PAN No.
7 Adhar Card No
8 Mobile No.
9 Email ID
11 IFSC Code
Signature:
Name:
(In block letters)
Stamp
Page 58 of 61
SCHEDULE-J
(To be stamped in accordance with Stamp Act, the Non-Judicial Stamp Paper should be
in the name of the issuing Bank)
Bank Guarantee No.:
Date:
To
The Executive Engineer,
Electric Division(Distribution), JPDCL,
Batote, J&K.
Page 59 of 61
provided that in its demand the Employer will note that the amount claimed by it
is due to it, owing to the occurrence of any of the above-named CONDITIONS or
their combination, and specifying the occurred condition or conditions.
This guarantee will remain in full force up to and including
..................................(insert date, which shall be the date 30 days after the
period of bid validity, and any demand in respect thereof must reach the Bank not
later than the above date.
Page 60 of 61
Section IX: Guaranteed Technical Particulars (GTP)
The Materials and works under the scope of work shall conforms to the
following Standards
1. Drawing-1
[Link]
2. Drawing-2
[Link]
[Link] Specifications-1
[Link]
[Link] Specifications-2
[Link]
Mq97E_VO66Uu3tiYRjWOO/view?usp=sharing
Page 61 of 61