0% found this document useful (0 votes)
9 views63 pages

SBDEnit16 2PDF

The Jammu Power Distribution Corporation Ltd is inviting e-bids for the repair of damaged distribution transformers for the year 2025-26. Bidders must submit their bids electronically along with a non-refundable document fee and earnest money deposit by specified deadlines. The scope includes on-site and workshop-based repairs, with the right reserved to award jobs based on site requirements.

Uploaded by

mahajan0506
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
9 views63 pages

SBDEnit16 2PDF

The Jammu Power Distribution Corporation Ltd is inviting e-bids for the repair of damaged distribution transformers for the year 2025-26. Bidders must submit their bids electronically along with a non-refundable document fee and earnest money deposit by specified deadlines. The scope includes on-site and workshop-based repairs, with the right reserved to award jobs based on site requirements.

Uploaded by

mahajan0506
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Jammu Power Distribution Corporation Ltd

STANDARD BIDDING DOCUMENT


FOR SHORT TERM NOTICE INVITING

e-TENDER

Fixation of Rates for On-Site and Workshop-Based (Batote & Banihal) repair of Damaged
Distribution Transformers of Various Capacities Installed across the Jurisdiction of Electric
Division, JPDCL Batote for the year 2025-26 or till next year tender finalized

e-NIT NO: BTT/ 16_2 of 2025-26 Dated 09-08-2025

Tender Floated by:THE EXECUTIVE ENGINEER (DISTRIBUTION), JPDCL,ELECTRIC


DIVISION BATOTE

Page 1 of 63
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.

3. DD/CDR/FDR/BG duly pledged to the Executive Engineer (Distribution), JPDCL,


Electric Division, Batote as Earnest money should be uploaded by the tenderers.
The original DD/CDR/FDR/BG must be submitted by the bidder before allotment
of work.

4. The original demand draft on account of e-Bid document cost should be


submitted in a separate sealed envelope in the Office of the Executive Engineer
(Distribution), JPDCL, Electric Division, 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.

Therefore, Submission of Hard copy of relevant documents wherever


mentioned in the e-NIT shall be applicable for L1 Bidder only, as and when decided by
the competent authority. However, all the participating bidders shall upload all the
relevant documents electronically on the designated Web portal. Only uploaded
documents on portal shall be considered for evaluation of technical bids and
whether the hard copies / mailed copies shall be accepted or not will be at
the discretion of the Executive Engineer ED Batote. Bids of the participating
bidders having not uploaded the required/asked documents on the portal
shall be rejected without communication.

Page 2 of 63
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 63
(a) INVITATION FOR e-BID

Page 4 of 63
(Govt. of Jammu & Kashmir)
Office of the Executive Engineer (Distribution)
Jammu Power Distribution Corporation Limited (JPDCL)
Electric Division Batote
Power Development Department
Email:- [email protected]; [email protected];

e- NIT No: 16_2 of 2025-26 Dated 09-08-2025


1. INVITATION:-
For and on behalf of the Lieutenant Governor of the UT of Jammu and Kashmir, the Executive Engineer,
Electric Division JPDCL Batote (Distribution), , hereinafter referred as ‘Employer’, invites online e-bids
from Class ‘A’ registered contractors for Fixation of Rates for On-Site and Workshop-Based (Batote
& Banihal) repair of Damaged Distribution Transformers of Various Capacities Installed across
the Jurisdiction of Electric Division, JPDCL Batote for the year 2025-26 or till next year tender
finalized. Bidders are advised to study the Bidding Document carefully. Submission of e-Bid against
this SBD shall be deemed to have been done after careful/conscious study and examination of the
procedures, terms and conditions of the Standard Bidding Document with full understanding of its
implications.
1. The tender document is available at website http://jktenders.gov.in. Interested
Bidders may view, download the e-Bid document, seek clarification and submit their
e-Bid online up to the date and time mentioned in the table below:
A Tender Document Sale/Download Start Date 11-08-2025; 10:00 AM
B Tender Document Sale/Download End Date 18/08/2025; 02:00 PM
C e-Bid submission (start) date & time 11-08-2025; 10:00 AM
D e-Bid submission (end) date & time 18/08/2025; 02:00 PM
E Submission of Hard Copy of Tender Fee & EMD 18/08/2025up to 4:00 PM
thereafter the bid will be
Instrument (End) date & time summarily rejected, and no DD
will be accepted after the
mentioned date and time.
F Commercial and Technical Bid opening date & 19-08-2025; 12:00 NOON
time
G Online financial e-Bid opening date & time Will be communicated to the
(Only of the technically qualified Bidders) Technically Qualifying Bidders.
H Tender Value 45.00 Lacs
I Venue of opening of techno-commercial Bids Soft Copy Electronically & Hard
copy in the Office of the
Executive Engineer
(Distribution),JPDCL, Electric
Division, Batote
J Cost of e-Bid document Rs. 2000 (Non-Refundable)
K Amount of Earnest Money Deposit (EMD) Rs. 100000/-

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.

Page 5 of 63
4. 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
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
http://jktenders.gov.in. 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. 16 of 2025-26. Accordingly, bidders who
had previously submitted their bids against e-NIT No. 16 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: 16_2 of 2025-26 Dated 09-08-2025

Sd/-
Executive Engineer Electric
Division, JPDCL Batote

Page 6 of 63
SECTION I
SCOPE OF WORK

Page 7 of 63
Page 8 of 63
SCOPE OF WORK

The scope of the work includes:-

Fixation of Rates for On-Site and Workshop-Based (Batote & Banihal)


repair of Damaged Distribution Transformers of Various Capacities
Installed across the Jurisdiction of Electric Division, JPDCL Batote for the
year 2025-26 or till next year tender finalized

The Executive Engineer reserves the right to place job orders in lots
according to site requirement.

Note: The Tender has been floated for deriving the rates for On-Site and
Workshop-Based (Batote & Banihal) repair of Damaged Distribution
Transformers of Various Capacities Installed across the Jurisdiction of Electric
Division, JPDCL Batote for the year 2025-26. The Department reserves the
right to offer repair of transformers to any of the successful participant bidders
at L-1 Rates.

Page 9 of 63
SECTION II

INSTRUCTIONS TO BIDDERS (ITB)

Page 10 of 63
A. GENERAL INSTRUCTIONS
a) The interested Bidders can download the bidding document from the website
http://jktenders.gov.in. 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 http://jktenders.gov.in.
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) Bidders are advised to use “My Documents” area in their user on
http://jktenders.gov.in 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.
g) 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.
h) The guidelines regarding submission of bid online can be downloaded from
website “http://jktenders.gov.in”

Page 11 of 63
B. BID DOCUMENT

1. Cost of Bidding Document:-


1.1 The Bidders shall bear all costs associated with the preparation and submission
of its e-Bid and Jammu Power Distribution Company Limited (JPDCL),
hereinafter referred to as “the Employer”, will in no case be responsible or liable
for these costs, regardless of the conduct or outcome of the e-Bid process.
1.2 This SBD is available on the web site http://jktenders.gov.in to enable the
Bidders to view, download the e-Bid document and submit e-Bids online up to
the last date and time mentioned in e-Tender notice/e-tender document against
this e-Tender. The Bidders shall have to pay the e-Bid document fee of
Rs.2000.00 through Demand Draft payable in favour of Executive Engineer
(Distribution) JPDCL, Electric Division, Batote payable at Batote (from any
Nationalized/Scheduled Bank only). The original demand draft should be
submitted in a separate envelope to the office of Executive Engineer
(Distribution), JPDCL, Electric Division, 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 enclosed along with the e-Bids. This e-tender document
fee will be Non-Refundable.

2. Amendment of e-Bid Document


2.1 At any time prior to the deadline for submission of e-Bid, the Employer may, for
any reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder(s), modify the e-Bid document by
amendments/corrigendum. Such amendments shall be uploaded on the website
http://jktenders.gov.in through corrigendum and shall form an integral part of
e-Bid document. The relevant clauses of the e- Bid document shall be treated
as amended accordingly.
2.2 It shall be the sole responsibility of the prospective Bidders to check the web
site http://jktenders.gov.in from time to time for any amendment in the e-tender
document. In case of failure to get the amendments, if any, the Employer shall
not be responsible for it.
2.3 In order to allow prospective e-Bidders a reasonable time to take the
amendment into account in preparing their e-Bids, the Employer, at his
discretion, may extend the deadline for the submission of e-Bids. Such
extensions shall be uploaded on the e-Procurement website
http://jktenders.gov.in.

Page 12 of 63
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.
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].
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 63
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.

5.2 Prices quoted by the bidders shall be FIRM.

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. Earnest Money Deposit (EMD)


7.1. SBD (Standard Bidding Document) shall be accompanied with earnest
money to the tune of Rs 100000/-in the form of CDR/FDR/Bank Guarantee
from any Nationalized/Scheduled Bank only pledged to the Executive Engineer
(Distribution), JPDCL, Electric Division, Batote, payable at Batote.

7.2 e-Bids of Tenderers/Bidders, including those registered with DGS&D/NSIC


should be accompanied with Earnest Money Deposit Instrument, as mentioned
above and shall be valid for one year from the date of scheduled opening of the
e-Tender.
7.3 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.

7.4 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.

7.7 Earnest money deposit shall be released.

Page 14 of 63
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. Format and Signing of e-Bid


8.1 The Bidders shall prepare one electronic copy each of the Commercial e-Bid &
Technical e-Bid and Financial e-Bid separately.

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 http://jktenders.gov.in 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:

9.2 To participate in bidding process, Bidders have to get ‘Digital Signature


Certificate (DSC)’ as per Information Technology Act-2000.

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 63
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. Deadline for Submission of e-Bid


10.1 e-Bid (Commercial, Technical and Financial) must be submitted by the Bidders
at website http://jktenders.gov.in not later than the time as prescribed in the
table above (as per the server time displayed on the website).

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.

11. Late e-Bid


11.1 The server time indicated in the window on the website http://jktenders.gov.in
will be the time by which the e-Bid submission activity will be allowed till the
permissible date and time scheduled in the e-tender. Once the e-Bid submission
date and time is over, the Bidders cannot submit his/her e-Bid. Bidders have to
start the Bid Submission well in advance so that the submission process passes
off smoothly. The Bidders will only be held responsible if his/her e-Bid is not
submitted in time due to any of his/her problems/faults, for whatsoever reason,
during e-Bid submission process.
11.2 The prospective bidders may visit the site(s) at Batote/Banihal, J&K for getting
a first-hand Assessment/Information and full understanding of the site
conditions, as per scope of the work. This shall enable the bidders to submit
their quotes/bids in a more practical manner. But all this has to be done/planned
well within the cutoff date for e-bid submission.

D) e-BID OPENING AND EVALUATION OF e-BID

12 Opening of Commercial & Technical e-Bid by the Employer


12.1 The Employer will open all Commercial & Technical e-Bids online in presence of
Bidders who choose to remain present online at time specified in the table

Page 16 of 63
above, however the hard copies will be opened at the Office of Executive
Engineer (Distribution), JPDCL, Electric Division, Batote. In the event of the
specified date of e-Bid opening being declared a holiday for the Employer, the
e-Bids shall be opened at the appointed time and place on the next working
day.

12.2 The Bidder’s names and any other details as the Employer at its discretion may
consider appropriate, will be uploaded on the jktenders.gov.in 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. Opening of Financial e-Bid


13.1 After evaluation of Commercial and Technical e-Bid, the Employer shall notify
electronically to those Bidders whose Commercial & Technical e-Bids were
considered non-responsive to the Conditions of the Contract and not meeting
the technical specifications and Qualification Requirements indicating that their
financial e-Bids will not be opened. The Employer will simultaneously
electronically notify the Bidders, whose technical e-Bids were considered
acceptable to the Employer. The notification will be auto-generated by the
jktenders.gov.in portal and the Bidders will receive the communication on their
email id’s/mobile no’s registered with jktenders.gov.in portal

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 jktenders.gov.in 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.

14. Clarification of e-Bid


14.1 During evaluation of the e-Bids, the Employer may, at its discretion, ask the
bidders for a clarification of his/her e-Bid. The request for clarification and the
response shall be in writing/email. The Bidders shall explicitly specify the phone
no. and email of the person which shall be contacted in case of any clarification
regarding the e-Bid.

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

Page 17 of 63
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
without any further clarification. No additional document shall be
entertained post the bid opening.

16. Financial Evaluation and Comparison of e-Bid

Page 18 of 63
16.1 The Employer will evaluate and compare the financial rates of individual items
quoted in the price schedule/BOQ of e-Bids of those Bidders whose commercial
and technical e-Bids are found responsive as per the conditions of the e-tender.

16.2 No additional payments shall be made for completion of any contractual


obligation beyond the quoted prices. If the contractor does not accept the
correction of errors, if any, its e-Bid shall be rejected and its e-Bid Earnest Money
Deposit, may be forfeited.

16.3 No weightage/preference shall be given to the bidders quoting any higher


technical specifications against the technical specifications of the items asked in
the e-bid.

16.4 The Employer’s evaluation of a financial bid shall be based on total lowest
rate quoted by the bid, including all the taxes, duties and levies, etc.

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 jktenders.gov.in
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. Contacting the Employer


17.1 No Bidders shall contact the Employer on any matter relating to his/her e-Bid,
from the time of the e-Bid opening to the time the Contract is awarded and
deviation in this regard shall be dealt strictly warranted under rules. If the
Bidders wish to bring additional information to the notice of the Employer,
he/she can do so in writing.

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 63
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.

20. No work shall be awarded before submission of valid Labour License


issued from Labour Commissioner.

21. Any approach/canvassing etc. official or otherwise by the Bidders or his/their


representative/agent to influence the consideration of their tender shall render
the tender liable to summary rejection.

22. The Executive Engineer (Distribution), JPDCL, Electric Division, Batote reserves
the right to reject all or any of the tenders without assigning any reason.

23. 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.

24. 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.

25. 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.

26. In order to avoid delay caused by postal correspondence after submission of e-


Bid/SBD and to expedite the process of technical/commercial clarifications, the
JPDCL may require the bidders to depute his/their authorized representative
along with necessary documents to the Office of the Executive Engineer
(Distribution), JPDCL, Electric Division, Batote for sorting out the connected
matters thus enabling speedy issue of formal award of contract. The
representative thus deputed shall have to be competent enough to hold
technical and commercial discussions/negotiations and convey the
decision/acceptance on behalf of the bidders.

Page 20 of 63
SECTION III:
PRE QUALIFICATION REQUIREMENTS(PQR)
FOR
BIDDERS/TENDERERS

Page 21 of 63
1.1 Mandatory Pre-Qualification Requirements (PQR), which will enable participation
of a Bidder in the competition shall include the following:
1.2 Payment of the Cost of e-Bid Document as mentioned in Table on Page-11 of
this document or in clause 1.2 of B of section II(ITB) of this SBD.
1.3 Submission of Earnest Money Deposit instrument as mentioned in Table on
Page-13 of this document or in clause 7.1 of C of section II (ITB) of this
SBD.
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 Bidder must be Govt. approved Electrical Contractors dealing in
repair/manufacturing of DTs/ Transformer manufacturers firms/
Transformer repair workshop holders/ Registered SSI Units holder
dealing with the repair of DT’s with minimum experience of three years
1.9 The bidder must have successfully completed similar / electrical works during
the last seven (07) years i.e. starting June 2018 to ending June 2025.
• Three similar Electric completed works costing not less than the
amount equal to 40% of estimated cost OR
• Two similar Electric completed works costing not less than the amount
equal to 50% of estimated cost OR
• One similar Electric completed work costing not less than the amount
equal to 80% of the estimated cost.
1.10 Similar/Electrical works are defined as under:
Supply, Erection, Commissioning and Testing of Repair of various
capacities of Distribution or power Transformers certified by not less that
the designation of Executive Engineer of State/ central/ MES/
Corporation/ PSUs/ Semi-corporation. Any submitted work will be along
with Letter of award and relevant completion certificate
One single completion without LOA and LOA without completion will not
be accepted
Note:- Both the award and completion will be within the dates specified in
column 1.8 above.
1.11 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

Page 22 of 63
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.
1.12 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.
1.13 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.
1.14 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.
1.15 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
1.16 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 63
SECTION IV:
COMMERCIAL e-BID

Page 24 of 63
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).

l. Valid labour License

The e-Bids of the Bidders not submitting certified copies of


documents in scanned form mentioned above shall be liable to be
rejected at the discretion of the Employer keeping in view the interest
of the JPDCL.

Page 25 of 63
SECTION V:
TECHNICAL e-BID

Page 26 of 63
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:

a) Duly Signed Standard Bidding Document and Technical Specification


Document.
b) Duly furnished and signed Guaranteed Technical Particulars of Technical
Specification Document.
c) Any deviation in technical particulars should be clearly mentioned in the
relevant Schedule.
d) Relevant drawings, catalogues, etc.
e) BIS or Technical Licenses, if any applicable.

The e-Bids of the Bidders not submitting certified copies of documents


in scanned form mentioned above shall be liable to be rejected at the
discretion of the Employer keeping in view the interest of the JPDCL.

Page 27 of 63
SECTION VI:
FINANCIAL e-BID

Page 28 of 63
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 63
SECTION VII:
GENERAL CONDITIONS OF CONTRACT
(GCC)

Page 30 of 63
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 (Distribution), JPDCL, Electric Division, Batote, 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.

3. MODIFICATION PRIOR TO DATE OF TENDER OPENING:


3.1 The Executive Engineer Electric Division Batote JPDCL, Ramban may revise
or amend the specifications and other conditions prior to the date notified
for receiving the tenders. Such revision or amendments, if any, will be
communicated to all prospective bidders as an addendum to this invitation
for tenders through the media used for original NIT. In such case, if
considered necessary, the date of receiving the tenders may also be
extended at the discretion of the Executive Engineer.

Page 31 of 63
4. TERMS OF PAYMENT:-
4.1 100% payment shall be released after verification of bills by the concerned
Assistant Executive Engineer, subject to availability of sufficient funds. No
advance payment shall be made in any case.
5% of the payment shall be deducted from each bill of the
contractor for on account of usage of Departmental machinery /T&P if any.

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 06
(Six) months from the date of final inspection or 03 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.
S.No. Percentage of unbalanced bid Additional Performance
Security
1. Up to & including 15%below Nil
2. >15% upto & including 20%below 5% of advertised cost
3. >20% upto & including 25%below 10% of advertised cost
4. >25% upto & including 30%below 15% of advertised cost
5. >30%below 20% of advertised cost

5.2 If the Bid of the successful Bidder is seriously unbalanced in relation to the
estimated tender value/estimated cost of the works to be performed under
the Contract (i.e., 15% below than tentative/advertised cost), the
Employer/Contract awarding authority may require the bidder to produce
detailed price analysis for any or all items of the Bill of Quantities, to
demonstrate the internal consistency of those prices with the construction
methods and schedule proposed. After evaluation of the price analysis,
Employer may require that the amount of the Performance Security set
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.
Page 32 of 63
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
03 (Three) 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 03 (three) 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.

8. LIQUIDATED DAMAGES/PENALTY AND TERMINATION OF CONTRACT:-


8.1 In the event of contractor’s failure to fulfill any of the terms and conditions
of this contract, including failure to complete the contract within the
stipulated period, the JPDCL shall, without prejudice to other remedies
available to it, under the law enforced in the UT of J&K be competent to
impose all or any of the following penalties on the contractor in addition to
the forfeiture of the security deposit in full or in part as the department
may deem fit.
8.2 Terminate the contract after 20 days clear notice to the contractor.
8.3 Impose penalty @1% per week of delay subject to the maximum of 10%
of the value of the contract, to be decided by the Executive Engineer
(Distribution), JPDCL, Electric Division, Batote

Page 33 of 63
9. INSURANCE:-

9.1 It is the responsibility of the contractor to deliver the material in good


condition at the destination site. For this purpose, the contractor should
insure the material against all risks during transit for full delivered value of
the material up to destination site and during execution period at site. The
filing of claims, if any, and settlement thereof with insurance
company/underwriters, shall be the responsibility of the contractor for
which, no extra payment shall be made by the JPDCL. However, necessary
information required in connection with making and settling of such claims,
if any, shall be provided by the Employer. All damages and or shortages
during transit shall be made good immediately on receipt of such
information from the Employer. A certificate shall be submitted by the
contractor with each bill to the effect that the material has been duly
insured.
9.2 The Employer shall report losses/damages to the contractor within 30 days
of the arrival of the material at site. It will however be the contractor’s
responsibility to file claim on the insurance company/underwriter and to
arrange replacements thereof to the Employer within reasonable period up
to 60 days from the date of intimation without waiting for settlement of
claim from underwriters etc.
9.3 Any untoward incidence during execution of the work shall be covered
under insurance which will pertain to all the works and areas where the
Contractor, his Sub-Contractors, his agents and his employees have to
perform work pursuant to the Contract. This insurance shall protect the
Contractor against all claims applicable under the Workmen’s
Compensation Act, Comprehensive Automobile Insurance and
Comprehensive General Liability Insurance. The above are only illustrative
list of insurance covers normally required and it will be the responsibility of
the Contractors to maintain all necessary insurance coverage to the extent
both in time and amount to take care of all his liabilities either direct or
indirect, in pursuance of the Contract.

10. Intimation to the Executive Engineer (Distribution), JPDCL, Electric


Division, Batote:
10.1 The contractor will have to intimate the Employer about the probable date
of dispatch of the material followed by emailed/faxed advance intimation
regarding the actual dispatch to the destination site.

11. TAXES & DUTIES:-


11.1 The rate quoted shall be inclusive of all Taxes, Duties & Levies including
WCT/GST at prevalent rates. As this is work contract, work contract tax as
per the statutory rate prescribed by the Govt. of J&K shall be applicable
and shall be deducted at source, as per the prevailing Govt. rules by
payment making authority from each bill. The Income Tax, surcharge on
Income Tax and other corporate taxes shall be deducted at source, as per
Page 34 of 63
the prevailing Govt. rules by payment making authority from each bill.
Necessary TDS certificate shall be issued by payment making authority. All
Custom Duties, GST and any other levies payable by the bidder, sub-
assemblies and raw materials should be included in the bid price and no
claim on this behalf, will be entertained by the Employer at any later stage.
11.2 Any statutory variations in existing rates of Taxes and Duties post opening
of techno-commercial bid shall be to the account of the Employer.
11.3 The bidder shall provide a breakup of Taxes considered in the price bid,
separately in the relevant Schedule annexed, herewith.

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.

13. SPECIAL INSTRUCTIONS:-


13.1 SBDs not submitted on the lines indicated above are liable to be rejected
without correspondence.
13.2 No deviation from the SBD shall be accepted. Any deviations from the
conditions in the tender specification must be clearly and separately
indicated in the relevant Schedule. Further all the conditions in e-NIT/SBD
are firm and cannot be expunged from the tendering process after the
publication of the e-NIT.

14. WORK EXECUTION AREA:-


14.1 The complete job has to be executed under the jurisdiction of JPDCL,
batote and shall be completely done under the supervision of concerned
Executive Engineer/Assistant Executive Engineer.

15. COMPLETION PERIOD: -


15.1 The time of completion of the job shall be within 3 days from the date of
supply order. The completion period of the job is the essence of the
contract and therefore, the agencies will keep the time scale in mind while
offering for the job.
15.2 It is mandatory for the successful tenderer to complete the reclamation of
the transformer within the stipulated time. In case the tenderer fails to
complete the reclamation on time, the firm is liable for getting blacklisted
and deposits forfeited.
15.3 All the raw materials such as winding wires (Cu/Al), Strips (Cu/Al), bush
rods, porcelain bushes, other all allied materials including old/fresh
transformer oil shall be supplied by the department through supervisory
staff of the Sub-Division.

Page 35 of 63
16. Extension of Time:
16.1 If at any time during performance of the Contract, the Supplier should
encounter conditions impeding timely delivery of the Goods/works
pursuant to GCC Clause 15.1, the Supplier/contractor shall promptly
notify the Purchaser/Employer in writing of the delay, its likely duration,
and its cause. As soon as practicable after receipt of the
Supplier’s/Contractor’s notice, the Purchaser shall evaluate the situation
and may at the discretion of Executive Engineer (Distribution), JPDCL,
Electric Division, Batote extend the Contractors time for performance, in
which case the extension shall be ratified, without financial remunerations,
by the parties by amendment of the Contract.
16.2 Except in case of Force Majeure, as provided under GCC Clause 43, a
delay by the Supplier in the performance of its delivery and completion
obligations shall render the Supplier liable to the imposition of liquidated
damages pursuant to GCC Clause 08.

17. CANCELLATION / TERMINATION FOR DEFAULT:-


17.1 The Executive Engineer (Distribution), JPDCL, Electric Division, Batote
reserves the right to cancel the purchase order / contract in case of default
on the part of the contractor.
17.2 If the contractor fails to execute the contract in full or part thereof as per
prescribed schedule or does not deliver/complete the job specified in the
contract within the time period specified in the contract on order.
17.3 If the contractor fails to perform any other obligation(s) under the contract.

18. ADDITION OR REDUCTION OF BOQ QUANTITITES/QUANTUM OF


WORK:-
18.1 The quantities of various items/quantum of work in BOQ may be increased
or decreased at the time of placement of Contract/Work order. After
placement of Contract/Work order the quantity/quantum of work may be
increased or decreased by 20% of contract value during the execution of
the contract.

19. CIVIL SUIT / LEGAL REMEDY:-


19.1 All legal proceedings in connection with the order/tender will be subject to
the jurisdiction of local courts of UT of Jammu and Kashmir located at
Jammu, alone.

20. ARBITRATION:-
20.1 If at any time doubt, question, dispute or difference whatsoever shall arise
between the contractor and the department, upon or in relation to or in
connection with this contract, either of the parties may give the notice in
writing of existence of such doubt, question, dispute or difference and if
not resolved, the same shall be referred the arbitrator to be nominated by
Managing Director, JPDCL, Jammu, under J&K Arbitration Act. The decision

Page 36 of 63
of the arbitrator shall be final, conclusive and binding upon the concerned
parties.
20.2 The contractor shall not delay the carrying out of the supplies/works by
reasons of any reference to the arbitrator and shall proceed with the work
with all due diligence and shall, until the decision of the arbitrator, abide
by the decision of the order placing authority or his representatives in-
charge of receiving the supplies duly conveyed to the contractor.
20.3 The work under this contract shall, if reasonably possible, continue during
arbitration proceedings and no payment or payable by the JPDCL shall be
withheld on account of such proceedings except to the extent which may
be in dispute.

21. VARIATION:-
21.1 The Bidders offer should clearly specify the limits of variations that are
likely to occur in various parameters of the equipment/material at the stage
of quotation vis-à-vis the various parameters stipulated in this SBD. In
other words the indication of variations at tendering stage be clearly
brought out. Any variation beyond the tolerance permitted by relevant
Indian/International Standards shall not be accepted. Where such
parameters are not covered by any available national or international
standard, the variations shall be restricted to that mutually agreed upon
between the Employer and the Contractor. The variations, if any, should
be indicated in the relevant schedule annexed to this SBD.

22. SUPPLEMENTARY CONDITIONS OF TENDER:-


22.1 SCOPE:-The conditions, hereinafter, deal with system, details and
supplementary conditions of the contract in addition to those stipulated in
foregoing clauses which along with schedules and annexure, hereto, shall
be deemed to form part of the detailed specifications for the equipments
in the contract. The Bidders are advised to study and familiarize themselves
with the terms and conditions of the Tender/SBD.
22.2 LOCATION: - The equipment is to be used in Ramban District in the UT
of Jammu and Kashmir.
22.3 CONTRACTUAL AGREEMENT:-On behalf of the Lieutenant Governor of
the UT of J&K, the Executive Engineer (Distribution), JPDCL, Electric
Division, Batote, JPDCL, Batote shall execute the contractual agreement
with the successful contractor, to whom the Letter of Award is issued. It
will be obligatory on part of the successful bidder to execute a legal
contract /agreement with JPDCL on non-judicial stamp paper valuing
Rs.100/- within ten (10) days of issue of Contract/Work order. Sufficient
number of extra copies of the contract/agreement and specifications shall
be supplied, the cost of which shall be deemed to have been included in
the tendered prices.
22.4 CONFIRMATION OF COMPLETENESS OF TENDER:-The e-Bids/SBD’s
shall be complete in all respects and shall include all minor accessories not
specifically mentioned in the specifications and in the schedules but which
Page 37 of 63
are essential/included for the completeness of work. The Bidders shall not
be eligible for any extra cost in respect of such minor accessories which
are not specifically included in the Bidder’s contract schedules.
22.5 EXTRAS:-The Bidders shall when asked for in writing by the JPDCL to
performextra work and furnish extra material not covered in the
specifications or included in the schedule, but which may form inseparable
part of the contract. For such material supplied or items for which rates
are not available in the contract schedules payment shall be made at the
rates, as mutually agreed upon in writing between the Employer and the
Bidders, after threadbare deliberations in the competent forum. This shall
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
Page 38 of 63
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.
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.

25. FAILURE TO MEET THE GUARANTEED REQUIREMENTS OF THE


SPECIFICATIONS:-
25.1 Should the Tests during Stage Inspection or Factory Acceptance Tests
during final inspection before dispatch, show that the material/equipment
connected with the contract does not comply with the Guaranteed
Technical Particular and or the requirements of the specifications, the
Executive Engineer (Distribution), JPDCL, Electric Division, Batote shall
reject the equipment and order the contractor to proceed at once to furnish
such new parts as may be necessary so as to make it to meet with above
said requirements and offer the material/equipment for re-inspection.

26. DESIGN, ENGINEERING &DRAWINGS:-


26.1 The Bidders shall submit along with his SBD all the basic drawings, if any,
as called for in the technical specifications. However, the letter of award
the Contractor shall execute the basic and detailed design and the
engineering work in compliance with the provisions of the Contract, or
where not so specified, in accordance with good engineering practice. The
contractor shall be responsible for any discrepancies, errors or omissions
in the specifications, drawings and other technical documents that it has
prepared, whether such specifications, drawings and other documents
have been approved by the Employer or not, provided that such
discrepancies, errors or omissions are not because of inaccurate
information furnished in writing to the Contractor by or on behalf of the
Employer.
26.2 VENDOR APPROVAL: The successful bidder must seek approval for the
Vendors of the various equipment and material from the Executive
Engineer (Distribution), JPDCL, Electric Division, Batote beforehand and in
such a planned manner that the completion period of the project is not
affected, in any way. The application for seeking Vendor approval should
be accompanied with all the requisite documents of the OEM clearly
establishing his Commercial, Financial & Technical credibility and
competence, as per Checklist-II, attached with this SBD. The Vendor
Page 39 of 63
Approval for Power Transformers shall be granted by the Chief Engineer
(Distribution), JPDCL, Jammu, only. Copies of all the relevant Type
Test Reports from CPRI/ERDA/Govt. Labs or any reputed NABL
accredited laboratory, Not Older than Five Years on the date of
submission of such application, should be submitted for vendor
approval. In case the requisite Type Tests, less than five years old, are
not available for the tendered item and rating, the OEM can submit an
undertaking to conduct fresh Type Tests from CPRI/ERDA/Govt. Labs or
any reputed NABL accredited laboratory, before final inspections and
without any additional cost to JPDCL. Only the OEMs with credible
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.

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
Page 40 of 63
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.

28. INSPECTION AND TESTING:


28.1 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 to ascertain if the same comply with the conditions of
the specifications/contract.
28.2 All Distribution Transformers & equipment covered under these
specifications shall be offered for inspections to the JPDCL or his authorized
agency/office before supply/execution:
28.3 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.

29. NOTICE TO CONTRACTOR:-


29.1 Any notice to be given to the contractor may be sent by mail or fax to his
address given in the SBD or delivered by hand post to his duly authorized
local representative. Such delivery /posting shall be deemed as good as
service for such notice.
Note: In case the bidder fails to provide the requisite
contact details such as postal address, e-mail ID, and phone
number in Schedule-I (Bidder Address Format), any notice
intended for the bidder shall be deemed to have been duly served
if the same is pasted/displayed on the Notice Board of the office
of the Executive Engineer, Electric Division JPDCL Batote. The
bidder shall be solely responsible for obtaining such information
on their own initiative, and no claim regarding non-receipt of
notice shall be entertained.

30. FINANCIAL RESOURCES AND EXPERIENCE:-


30.1 The Bidders is requested to submit a statement of facts in detail as to their
previous experience in performing a similar or comparable work and
business and technical organization, financial resources and manufacturing
facilities available and to be used to performing the contract.
30.2 The Bidders is requested to furnish the information especially on the
following points:
a) Standing of the firm as designer and manufacturer of equipment
covered by the laid down specifications.
b) Particulars of equipment/materials etc. produced so far at his works.
c) List of important works where such materials have been supplied
and or erected in India or abroad.
Page 41 of 63
d) Bankers report.

31. PATENT RIGHTS:-


31.1 The contractor shall at his cost defend any claim which infringes any patent
of the country of origin or India. The contractor shall pay all damages and
costs if any awarded against the JPDCL in such suit of proceedings for
patent infringement. In case the equipment in such suit of proceedings is
held to constitute infringement and the use of equipment or part is
prohibited, the contractor shall at his own expenses either procure for the
JPDCL, the right to continue using equipment or replacement of same with
non infringing one, or remove the equipment and refund the JPDCL the
price plus the incidental charges and installations cost thereof.

32. RESPONSIBILITY FOR OBTAINING INFORMATION AND TAKING


ACTION IN TIME:-
32.1 Whenever any information or clarification in respect of design or
construction of material must be obtained from the JPDCL and various
other connected authorities or contractors etc., the contractor shall be
responsible for taking action well in time so that there are no delays on
this account. The contractor shall also take prompt action in all other
matter such as indenting necessary railway wagons etc. The completion
period offered in the tender shall be deemed to include the time taken for
such incidental jobs. The request for extension of delivery or completion
date on such grounds shall not be entertained.

33. WARRANTY PERIOD:-


33.1 All the deliverables, given to Executive Engineer, Electric Division JPDCL,
Udhampur within the scope of this work shall have a comprehensive, on
site warranty for a period of 03 months. The warranty period shall
commence from the date of certification of successful installation and
commissioning of works allotted by the Executive Engineer, concerned. The
warranty of the equipment includes replacement of the defective/damaged
material at site without any financial implications to the JPDCL, in general.

34. Inspection of the Damaged Transformer to be Reclaimed:


34.1 The Damaged Transformers to be reclaimed shall have to be jointly
inspected by the contractor representative and Departmental
Representatives for ascertaining the extent of damages and reclamation
thereof to be carried out, at Divisional workshop. Copies of the joint
inspection report duly signed shall be retained by each for record and
reference.
34.2 The Inspection Report shall clearly indicate the quantum of jobs to be
carried out on the Damaged Transformers and will serve as reference for
Bill of quantities.
35. Stage Inspections:

Page 42 of 63
35.1 The concerned AEE along with supervisory staff shall carry out stage
Inspections of the winding coils for the transformer which are ready to be
fitted. Thereafter one more inspection will be carried out at the time of
core-coil assembly. During the process weight of the coils shall be
authenticated and will be part of the bill of the quantities.
35.2 The completion period of the job is the essence of the contract and
therefore, the agencies will keep the time scale in mind while offering for
the job.

36. Insurance of Labour.


36.1 The Firm/Contractor shall make all arrangements to insure the labourers
at his own cost, as per the labour laws in vogue in J&K UT.

37. Staff and Labour


37.1 The contractor shall comply with the provisions of all labour laws and rules
framed there under in vogue in the UT of J&K. The firm/contractor shall be
responsible for observance of various labour & other laws as enforced from
time to time.
37.2 Labour arranged for repair of damaged transformers should be technically
skilled.
37.3 Labour arranged for repair of damaged transformers will have to work in 3
shifts (day & night) as and when required and as per demand of
transformers particularly during summer season.
37.4 The labourers shall have to work under the control of Department.

38. Accident Provisions:


38.1 The Contractor shall be responsible for any accident which may occur
during the period of work, to human life. Compensation, as shall be
applicable under labour law, or any other law in vogue, shall be payable to
the victim by the Contractor only.

39. Availability of Labour


39.1 The firm/Contractor shall always keep the labour available as per the
demand of the concerned Assistant Executive Engineer /Junior Engineer or
his representative. No excuse whatsoever shall be entertained by the
Department in this regard. Further the firm/contractor shall be fully
responsible for the conduct, behaviour of the labourers engaged at the
workshop of the Division. If the conduct / behaviour of any of the labour
is noticed undesirable/unjustified, the same shall made known to the
firm/contractor for immediate replacement of the labour or his
disengagement. The firm/contractor shall also arrange uniforms for the
labours engaged in the workshop for identification. The firm/contractor
shall undertake full responsibility to indemnify JPDCL Corporation, from
all statutory provisions/Acts/Regulatory requirements. Any other claims
arising out of his labour during the course of operation of the contract.

Page 43 of 63
39.2 If any of the labourer indulges in theft or any illegal/irregular activities ,the
loss shall be deducted from the contractors bill.

40. Safe Handling of Materials:


40.1 The firm/contractor shall be fully responsible for safe handling of the
materials to be used for repair of damaged distribution transformers. Any
losses of whatsoever nature due to improper handling of the material or
otherwise by the contractor or his representative, shall be borne by the
contractor and its recovery to the extent of losses or damages as assessed
by the Departmental Engineers/representative shall be affected
immediately from the contractor’s bills.
41. Cleanliness.
41.1 The contractor shall always keep the Workshop clean, devoid of any dirt,
dust, unwanted materials as per the instructions of the Departmental
Supervisors/workers. The work site should be kept neat and clean for the
whole period of Contract. No extra payment shall be made by the
Department on this account.

42. General.
42.1 The price of tender documents shall not be refunded under any
circumstances whatsoever. The bidder shall be deemed to have carefully
examined various stipulations in this NIT and also to have fully informed
himself with all conditions local and otherwise affecting the execution of
the contract. Failure to do so shall be at his risk and cost.
42.2 Machinery/T&P shall be the sole responsibility of the contractor 5% of
billed amount shall be deducted by the Department on account of usage
of Departmental Machinery/T&P/Power Supply if any. Any damage caused
to Machinery /T&P used by the contractor shall be borne by him .The bidder
shall take special note of this responsibility while furnishing their tender.
42.3 Ambiguity in rates, if any shall be interpreted in favour of the Department.
42.4 All other terms and condition as laid down in PWD Form 25 shall form part
of this tender document.
42.5 The tender document shall be returned to the department along with the
technical bid with a certificate that all the conditions in the document are
acceptable to the bidder. A ‘No deviation certificate’ appended with this
document shall be duly signed and stamped by the bidder. Deviations, if
any, from technical and/or commercial conditions laid down in this
document must explicitly be mentioned with the offer.
42.6 Payments of bills are subject to availability of funds.

Page 44 of 63
43. Force Majeure:
43.1 “Force Majeure” shall mean any event beyond the reasonable control of
the Employer or of the contractor, as the case may be, and which is
unavoidable notwithstanding the reasonable care of the party affected.
43.2 Neither party shall be considered to be in default or in breach of his
obligations under the Contract to the extent that performance of such
obligation is prevented by any circumstances of Force Majeure, which
arises after date of Notification of Award.
43.3 If either party is prevented, hindered or delayed from or in performing any
of its obligations under the Contract by an event of Force Majeure, then it
shall notify the other in writing of the occurrence of such event and the
circumstances, thereof, within (14) days after the occurrence of such
event.
43.4 The party who has given such notice shall be excused from the
performance or punctual performance of its obligations under the Contract
for so long as the relevant event of Force Majeure continues and to the
extent that such party’s performance is prevented, hindered or delayed.
The Delivery Schedule shall be extended at the discretion of the Executive
Engineer (Distribution), JPDCL, Electric Division, Batote.

44. RESPONSIBILITIES OF CONTRACTOR IN RESPECT OFLOCAL LABOUR


LAWS, SAFETY OF MEN, EQUIPMENT, MATERIAL AND
ENVIRONMENT:
44.1 The Contractor shall be entirely responsible in respect of observance of
local laws, employment of personnel, payment of taxes etc. As far as
possible, unskilled workers shall be engaged from the local areas in which
the work is being executed. The contractor at all times during the
continuance of this contract, shall in all his dealings with the local labour
for the time being employed on or in connection with the work, has due
regard to all local festivals, religious and other customs. The Contractor
shall comply with all UT and Central Laws, Statutory Rules, Regulations,
etc., such as The payment of wages Act, The Minimum Wages Act, The
workmen's Compensation Act, The Employer's Liability Act, The industrial
Disputes Act, The Employees' Provident Fund Act, Employees' State
Insurance Scheme, the Contract Labour (Regulations and Abolition Act,
1970) and other Acts, Rules and Regulations for labour as may be enacted
by the Government during the tenure of the Contract and having force or
jurisdiction at site. The contractor shall give to the local Governing Body,
Police and other concerned Authorities all such notice as may be required
under law.
44.2 All safety rules and codes applied by the JPDCL/J&K PDD at site shall be
observed by the contractor and his workmen without exception. The
contractor shall be responsible for the safety of the equipment/material
and work to be performed by him and shall maintain all lights, fencing
guards, signs etc. or other protections necessary for the purpose.
Contractor shall also take such additional precautions as may be indicated
Page 45 of 63
from time to time by the Employer/Site Engineer, with a view to prevent
pilferage, accidents, fire hazards etc. Suitable number of clerical staff,
watch and ward, store keepers to take care of equipment, materials,
construction tools and tackles shall be posted at site by the contractor till
the completion of the work under this contract. The contractor shall
arrange for such safety devices as are necessary for this type of work and
carry out the requisite site tests of handling equipment, lifting tools, tackles
etc. as per usual standards and practices.
44.3 The contractor shall provide to it's work force and ensure the use of the
following personal protective equipment as found necessary and as
directed by the authorized JPDCL officials.
a) Safety Helmets conforming to IS-2925
b) Safety Belts conforming to IS-3521
c) Safety shoes conforming to IS-1989
d) Eye, Ear & Face Protection devices conforming to IS-8520 and IS-
8940, IS-5983
e) Hand & body protection devices conforming to IS-2573, IS-6994,
IS-8807&IS-8519
f) Rubber gloves for electrical purposes confirming to IS-4770
g) Industrial safety gloves (leather & cotton gloves) confirming to IS-
6994
h) Industrial and safety rubber knee boots confirming to IS- 5557
44.4 All tools, tackles, lifting appliances, material handling equipment, scaffolds,
cradles, safety nets, ladders, equipment etc. used by the contractor shall
be of safe design and construction. These shall be tested for use/fitness
before putting them to use and from time to time as instructed by
authorized JPDCL Officers/Officials who shall have the right to ban the use
of any item.
44.5 All electrical equipment, connections and wiring for construction power, its
distribution and use shall conform to the requirements of Indian Electricity
Act and Rules. Only electricians licensed by the appropriate statutory
authority shall be employed by the contractor to carry out all types of
electrical works. All electrical appliances including portable electric tools
used by contractor shall have safe plugging system to source of power and
be appropriately earthed.
44.6 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.
44.7 The contractor shall pay bills for electricity consumption for electricity
consumed in respective workshops.
44.8 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
Page 46 of 63
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.
44.9 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.
44.10 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.
44.11 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.
44.12 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.
44.13 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.
44.14 During the course of construction, alteration or repairs scrap lumbers with
protruding nails, sharp edges etc., and all other debris including
combustible scrap shall be kept cleared from working areas, passageways
and stairs in and around site.
44.15 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.
44.16 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
Page 47 of 63
the tenure of the contract. Necessary firefighting equipment shall also be
provided by the contractor.
44.17 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.
44.18 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.
44.19 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 48 of 63
SECTION VIII:
SCHEDULES

Page 49 of 63
SCHEDULE ‘A’

TENDER FORM

From: To,
……………………………………………… The Executive Engineer (Distribution),
…………………………………………….. JPDCL, Electric Division ,Batote
……………………………………………..

Sub: - Our Offer No…………………… Dated:-…………………………………..


Ref: - Executive Engineer (Distribution), JPDCL, Electric Division, Batote
NIT No:-……………………………Dated:-………………….
Dear Sir,
This has reference to above mentioned e-NIT and our subject offer against the
same.

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 50 of 63
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,

Name and full address of the Bidders.

Place…………………………………..
Date……………………………………

Page 51 of 63
SCHEDULE ‘B’

Schedule of Deviation: NIT No…………………………………

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:

Deviations from Commercial terms/General conditions of contract:


S.No: Clause No. Description of deviation
1.
2.
3.
4.
5.
6.

Deviations from Technical Specification:


S.No: Clause No. Description of deviation
1.
2.
3.
4.
5.
6.

Certificate:-The Bidders hereby certifies that the above mentioned are the
only deviations from the tender specifications.

Signature:
Name:
(In block letters)

Stamp

Page 52 of 63
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
S.No 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 53 of 63
I TECHNICAL Documents Check List
Bidders
S.No 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 54 of 63
SCHEDULE ‘D’
SCHEDULE OF RATE OF TAXES:-
To be filled in and signed by the Bidders

Fill in the Rate of Taxes and Duties under all circumstances.

Rate of
S.No. Nature of Tax Tax

1
2

4
5

6
7

Signature:
Name:
(In block letters)
Stamp

Page 55 of 63
SCHEDULE ‘E’
AFFIDAVIT
(To be furnished on non-judicial stamp paper and to be attested
by 1st Class Magistrate/Public Notary)

I, ______________________ Director/Proprietor/Partner of M/s


______________________

with Headquarter at _______________________ being their authorized signatory, do


hereby solemnly affirm and declare that M/s _________________________ has not
been blacklisted in the past by any Govt./Private institution of the country and there is
no vigilance/ any other investigation/case pending against the firm/ contractor. I
understand that if, upon acceptance of our offer dated ____________ against e-NIT No.
________________, any P.O. is placed upon us, the same is liable to be cancelled if this
declaration is found wrong/incorrect at any subsequent time and further I understand to
compensate Employer, for the consequences arising out of wrong/false declaration.

Attested by Oath Commissioner

Page 56 of 63
SCHEDULE ‘F’
INDEMNITY BOND

(To be furnished by Successful Bidder, at the time of Award of the contract


on the desired format as is in vogue
in_______JPDCL)

Page 57 of 63
SCHEDULE ‘G’
SCHEDULE OF MANUFACTURED/BOUGHT OUT ITEMS:-
To be filled in and signed by the Bidders

Mak
S.No. Material Description e

1
2
3
4

5
5

Signature:
Name:
(In block letters)
Stamp

Page 58 of 63
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.

9. List of Tools and Machinery.

10. In-house Testing Laboratory Status,


with NABL certificate, if any.
11. Past purchase orders not older than
5 years from Govt./Semi Govt./
Corporations.
12. Completion Certificates of past
PO’s with Performance Certificates.
13. Type Test reports from CPRI/
ERDA/ERTL/NTH/NABL
Laboratories NOT OLDER
THAN 5 YEARS
14. Valid BIS License, if applicable.

15. Previous vendor approval, if any.

Page 59 of 63
SCHEDULE-I
BIDDER ADDRESS FORMAT

S.NO PARTICULARS
1 Name of Bidder

2 Name of Proprietor

3 Full Address with pin


code

4 Registration/Contractor
license No along with
Valid till date

5 GST Registration Date

6 PAN No.

7 Adhar Card No

8 Mobile No.

9 Email ID

10 Bank A/C No.

11 IFSC Code

Signature:
Name:
(In block letters)
Stamp

Page 60 of 63
SCHEDULE-J

PROFORMA OF EARNEST MONEY DEPOSIT

(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.

WHEREAS M/s ..... ........................................having its Registered Head


Office at ..............Here in after called "the Bidder") has submitted its Bid for
the performance of the Contract for ...............under……………………..
(hereinafter called "the Bid") KNOW ALL PERSONS by these present that WE
………………………………………………………..(insert name & address of the issuing
bank having its Registered Head Office at ...... (insert address of registered
office of the bank)(hereinafter called "the Bank"), are bound unto
..........................(insert name of Employer) ..…………………(hereinafter
called "the Employer") in the sum of ..............(insert amount of Bid Security
in figures & words)........................................ for which payment will and
truly to be made to the said Employer, the Bank binds itself, its successors
and assigns by these presents.
Sealed with the Common Seal of the said Bank this ...... day of ............
20....

THE CONDITIONS of this obligation are:


• If the Bidder withdraws its bid during the period of bid validity specified
by the Bidder in the Bid Form; or
• In case the Bidder does not withdraw the deviations proposed by him,
if any, at the cost of withdrawal stated by him in the bid and/ or accept
the withdrawals/ rectifications pursuant to the declaration/
confirmation made by him in Attachment - Declaration of the Bid; or
• If the Bidder does not accept the corrections to arithmetical errors
identified during preliminary evaluation of his bid; or
• in the case of a successful Bidder, if the Bidder fails within the specified
time limit
a) to sign the Contract Agreement, in accordance with relevant
SBD Clause, or
b) to furnish the required security deposit/performance guarantee,
in accordance with relevant SBD Clause.
• In any other case specifically provided for in SBD

WE undertake to pay to the Employer up to the above amount upon receipt


of its first written demand, without the Employer having to substantiate its demand,

Page 61 of 63
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.

"Notwithstanding anything contained herein:


Our liability under this Bank Guarantee shall not exceed (value in figures) _
______________ (value in words)
_______________________________________
This Bank Guarantee shall be valid upto _________ (validity date) ________ .
We are liable to pay the guaranteed amount or any part thereof under this
Bank
Guarantee only & only if we receive a written claim or demand on or before
(validity date)________________________________."

For and on behalf of the Bank Witness


Signature & Name: Signature & Name:
Designation: Designation:
Contact Number (s)/Fax: Address:
Bank Seal:
Contact Number (s)/Fax:

Page 62 of 63
Section IX: Guaranteed Technical Particulars (GTP)

The Materials and works under the scope of work shall conforms to the
following Standards

1. Drawing-1

https://drive.google.com/file/d/1WvpTDD8aIyE1Bv2P9fdZ_tDd9JlKeIcW/view?usp=sharing

2. Drawing-2

https://drive.google.com/file/d/1HaI9mnPwuL7lkLx5SyHmq4zOJlzfyRFm/view?usp=sharing

3.Technical Specifications-1

https://drive.google.com/file/d/10PIbVgQsdB1SnJQ-j3Ks9S-a0PvjvQQJ/view?usp=sharing

4.Technical Specifications-2

https://drive.google.com/file/d/1peL9-HhOE-

Mq97E_VO66Uu3tiYRjWOO/view?usp=sharing

Page 63 of 63

You might also like