You are on page 1of 41

OFFICE OF THE : Addl. S.E.

, Protection & OS Division,


O/O CHIEF ENGINEER /P&M,
POWER COLONY NO.1,
OPP. PB. AGRICULTURE UNIVERSITY,
FEROZEPUR ROAD, SARABHA NAGAR,
LUDHIANA-141001.

TELEPHONE : 0161-2462303
TELE-FAX : 0161-2462303

SPECIFICATION No. - 96/2018-19

Annual Maintenance Contract for Hotline Works of 400kV, 220kV


and 132kV Transmission Lines and Sub-stations of PSTCL

(TO BE PROCURED UNDER THREE PART / TWO BIDS SYSTEM)

COST OF TENDER SPECIFICATION : NIL

LAST DATE OF ISSUE OF TENDERS : 04-01-2019 UPTO 10.00 AM


LAST DATE OF RECEIPT OF TENDERS : 07-01-2019 UPTO 10.00 AM
DATE OF OPENING OF TENDERS : 09-01-2019 AT 10.00 AM

DOCUMENTS ATTACHED:

SECTION I : GENERAL TERMS AND CONDITIONS


SECTION II : TECHNICAL SPECIFICATIONS
SECTION III : IMPORTANT INSTRUCTIONS ANNEXURES
: ‘A’, ‘B’, ‘C’, ’E’, ’F’, ‘G’ and ‘H’

Addl. S.E., Protection & OS Division,


On behalf of CHIEF ENGINEER /P&M,
PSTCL, LUDHIANA.
PSTCL Tender Notice Format

Department Name: Chief Engineer / P&M, Ludhiana

Tender Specification No.: 96/2018-19


Tender Issuing Authority: Addl. S.E./ Protection & OS Division, PSTCL Ludhiana.
Address details of Issuing O/O CE / P&M, Power Colony No.1, Near Pb. Agriculture
Authority University, Gate No.1, Ferozepur Road. PSTCL, Ludhiana.
Place: Ludhiana
Short Description: Annual Maintenance Contract for Hotline Works of 400kV,
220kV and 132kV Transmission Lines and Sub-stations of
PSTCL
Quantity 1 No.
Tender Publication: Website
Eligibility Criteria Nil.

Last Date of Issue of Tender 04-01-2019


Upto 10:00 hrs
Last date for bid 07-01-2019
Submission: Upto 10:00 hrs
Bid Opening Date: 09-01-2019
at 10:00hrs
Pre Bid Meet Date: N.A.
Tender Document Cost: Nil
Payment Mode: NA
Payment in favor of: NA.
EMD: Rs. 96,000/-
Payment Mode: Demand Draft Payable at Ludhiana
Payment in favour of: Addl. S.E./ Protection & OS Division, PSTCL Ludhiana
Contact Person Name: Er. Rajbir Singh
Addl. S.E./ Protection & OS Division, PSTCL Ludhiana.
Contact Phone Number: 0161-2462303, 96461-18223
Contact Email ID: xenprotectionludhiana@yahoo.in
srxen-prot2-ldh@pstcl.org
URL for Additional www.pstcl.org
Information:
Tender Documents 1. Floppy for Web-Site.
Attachment: 2. Print out of web NIT.
3. Print out of NIT as per schedule D-1.
Tender information in details: In case the date of opening the tenders as shown above
happen to be holiday, then the tenders shall be opened on the next
working day at same place and time.
A set of Tender Documents containing Technical
Specifications, General Instructions and the Terms and Conditions
can be downloaded from the website https://pstcl.org
All tenders must be accompanied by earnest money at the rates
prescribed in the tender documents except in the case of those
tenderers who are specifically exempted thereunder.
The sale of Tender Documents shall be stopped 72 hours
or two working days preceding the due date and time of opening of
tender whichever is more.
Only the manufacturers of above material / equipment and
their authorized dealers/ distributors/ agents will be eligible for
participating in this tender.
Telegraphic quotations and conditional quotations shall
not be accepted.
The ordered quantity to be procured can be distributed in
more than one firm. The PSTCL reserves the right to increase/
decrease the quantity or reject the whole quantity without
assigning any reason.
The tenders must valid for 120 days from the date of
opening.

Addl. S.E./ Protection & OS Division,


On behalf of Chief Engineer /P&M,
PSTCL, Ludhiana.
Tender Enquiry No.: 96/2018-19
SECTION – I

GENERAL TERMS AND CONDITIONS AND


GENERAL INSTRUCTIONS TO THE TENDERERS

1.0 GENERAL INSTRUCTIONS TO BE OBSERVED BY THE TENDERERS:


1.01 GENERAL:
The following instructions must be carefully observed by all the Tenderers. Offers/
Quotations/ Tenders not strictly in accordance with these instructions will be liable to be
rejected.
i) The tenders/quotations/ offers must be complete in all respect. The following points
should carefully be studied in order to ensure submission / uploading of a complete
and comprehensive tender. Failure to comply with any of these instructions or to
offer brief explanation for non-compliance is likely to render effective comparison
of the tender as a whole impossible and may lead to rejection of an otherwise
competitively lowest offer.
ii) The main part of the tender containing Important/ Main Information, Terms and
Conditions, Technical Specifications, Schedule of Prices, Guaranteed General and
Technical Parameters, Deviations etc. should be electronically uploaded. The other
relevant supporting documents like Details of POs, Copies of POs, Balance Sheets,
Drawings, Literature should be electronically uploaded.
iii) Telegraphic/ conditional quotations/ offers will not be accepted.
iv) Offers/tenders should positively upload before the stipulated time and on the last
date prescribed for their uploaded.
v) The tender/ quotation should be uploaded in three parts i.e. Part-I, Part-II & Part-
III. Each part will be uploaded separately as under:
a) Part-I – Earnest Money: The first part will consist of Earnest Money Deposit
in the form of Demand Draft/Cash Receipt or other information concerning
Earnest Money as per the provisions of Clause 2.02. Scanned copy of the DD
shall be uploaded on e-tendering website.
b) Part-II – Technical/ Commercial Bid: The second part will consist of
Technical Specifications, Schedule of Deliveries and other Terms and
Conditions except for the Rates. All commercial terms including Discount if
any, Excise Duty, GST/CST/PST etc. shall be specified in the Part-II of the Bid,
so that any ambiguity relating to General Terms and Conditions and technical
Details can be sorted out before the opening of Part-III i.e. Price Bid.
c) Part-III – Price Bid: The third part will consist of rates quoted as well as other
related terms like packing, forwarding, freight, insurance, ED, GST/PST etc.
and other incidental related to the prices. This part of the bid should contain
only the above information, so that there is no controversy regarding the
interpretation of any condition/ stipulation at the time of preparation of merit
statement after opening the Bid Prices.
An envelope containing EMD should be addressed to Addl. SE. P&OS Division,
Near PB. Agriculture University Gate No.1, Mini Secretariat, Ferozepur Road,
PSTCL Ludhiana - 141001. The envelope should be sealed and superscribed with the
tender/offer number together with the date on which the offer/tender is due and items of
material/equipment covered and should also invariably contain the name and address of
the bidding firm.
The envelope marked Part-I (Earnest Money) shall be opened first and if earnest
money found to be as per the requirement of the specifications, only then Part-II shall be
opened electronically. The bids/ offers without earnest money shall be out rightly rejected.
After opening Part-II of the bids (Technical/ Commercial) electronically, the bids
will be technically & commercially evaluated by PSTCL. The third part of the bids (Price
Bid) shall be opened in case of only those firms, whose Part-II of the bids after evaluation
is found to be conforming to the specifications. The date and time for opening Part-III of
the bid will be intimated to the qualifying firms. The Price Bids (Part-III) will be opened
electronically in the presence of the representative of the qualifying bidders, who choose
to attend the opening of bids.
Note: The Part-III (Price Bid) should be unconditional and in case
there are conditions, the same would be considered as waived.
vi) The Demand Draft/Cash receipt & other information concerning Earnest Money as
per clause 2.02 shall be furnished in sealed envelope superscribed Earnest Money
with the tender/offer number together with the name of tendering firm. The firm
having permanent security deposit of Rs. 10.00 Lac with the PSTCL for P&M
Organization shall give complete details of the deposit in the envelope meant for
Earnest Money. The Public Undertakings owned by Central Government or State of
Punjab shall have also to deposit Earnest Money. Hence forth no exemption from
depositing EMD is now admissible to Public Sector Undertaking Owned by Central
Govt. or State of Punjab. The Earnest Money in sealed covers shall be received up
to 10.00 A.M. on the due date in the Office of Addl. SE. P&OS Division, Near
PB. Agriculture University Gate No.1, Mini Secretariat, Ferozepur Road,
PSTCL Ludhiana - 141001
vii) Offers/tenders will be electronically opened on the date and time prescribed in the
N.I.T./ Enquiry in the presence of authorized representatives of Tenderers, who
actually uploaded the tenders and if they present themselves at the time of opening
of tenders. In case the date of opening of tender falls on a holiday or holiday is
subsequently declared on that date, the tender will be opened at the same time on
the next working day following the holiday.
viii) The Purchaser reserves the right to modify the “Schedule of Requirements”,
technical particulars and the specifications at any time and to place the order as a
whole or in parts, and to reject any or all the tenders received without assigning any
reason. He will not be responsible for and will not pay for expenses or losses that
may be incurred by Tenderer in the preparation of the tenders.
ix) Deleted.
x) Quantity mentioned in N.I.T. can be ordered on more than one Suppliers/ bidders.
xi) Deleted.
xii) All such Taxes, Duties, Levies and other Charges, for which Tenders will be silent,
the same will be assumed as per Board Terms and Conditions and inclusive in the
rates/ prices quoted by the Tenderers.
xiii) Any firm offering the discount on the quoted price prior or after the opening
of the tender will be out rightly rejected. However, quantity/ payment discount
can be given in the main tender (i.e. Part-II ‘Technical/Commercial’ bid of the
tender)
xiv) The tenderer shall supply a list of two authorized persons with their signatures duly
attested on firm’s pad so that they may represent on behalf of firm and participate
in the opening process of tenders. The firm shall supply one such copy in tender
and one copy should be with the authorized person, otherwise he will not be
allowed to participate in the opening of tender.
xv) If some new firm submits tender which has never supplied the tendered item to
PSTCL earlier its works appraisal shall be carried out before opening of Part-III
(Price Bid) to ascertain whether the offer of the firm is technically / commercially
acceptable or not. The cost of the work appraisal shall be borne by the firm and the
same shall be deposited by the firm within 7 days from the issue of notice in this
regard failing which the offer of the firm shall not be processed further. The
charges of Rs.50,000/-shall be levied for the purpose from the firms located outside
the State and Rs. 25,000/-for those firm which are located inside the State. In case
the report is negative, these charges will be repeated.
xvi) All clauses regarding ED, CST, VAT etc. mentioned in the specification may
be considered as not applicable as GST has subsumed these taxes with effect
from 01/07/2017.
1.02 PREPARATION OF TENDER:
The tender shall be prepared in formal manner neatly typed or printed with all
prices stated both in words and figures. The tenderer/ Bidder shall upload the price duty
typed/ printed on the ‘Schedule of Prices’ enclosed with tender specifications. The hand
written prices will not be accepted. There shall be no erasing and any corrections made
should be neatly done and signed. A systematic form of totaling should be adopted to
avoid any ambiguity with detailed description of the equipment offered.
Tender must bear the signature of a person authorized as per constitution and
composition of the firm. Authentically documents to prove authority of signatory
(legal power of attorney in favour of signatory) must be attached with the tender.
1.03 SUBMISSION OF TENDERS:
The tender should be submitted strictly as per N.I.T. / Tender specifications
complete in all respects. Alternate suggestions conforming to those British, American or
other internationally recognized standards or practice, if any, must be clearly detailed out,
explained and justified. These variations should be detailed out clause-wise in the same
chronological order as given in this specification. No post tender development will be
allowed regarding any change in terms of prices or technical specification. The tender/
quotation should be submitted in three parts i.e. Part-I, Part-II & Part-III. The details of
which are already mentioned at Sr. No. 1.01.v. above.
1.04 VALIDITY:
The tender should be unconditionally valid for at least a period of 4 months (120
days) from the date of opening of the tender. Withdrawal or modification of the offer
shall not be permitted. Any tenderer revising the offer within the validity period is likely
to be black-listed. In case the firm is silent about validity the tenders will be assumed to be
valid for 120 days from the date of opening of tenders.
2.0 GENERAL TERMS AND CONDITIONS:
2.01 PRICES:
i) Deleted.
ii) Bidder shall quote their prices for the complete scope of works in the schedule
specified in the BOQ.
iii) All taxes and duties leviable on the price of complete scope of work shall be paid
extra and the same should be shown separately as prevalent on the date of opening
of tenders, to be paid at the rate as may be actually prevalent at the time of
execution within contractual period, otherwise these elements shall be deemed to be
included in the quoted prices and will not be paid extra. In case the tender is totally
silent about the any charges, taxes etc forming the part of work execution cost, it
will be assumed as inclusive in the quoted prices and will be assumed as NIL.
iv) In case firm is silent about any of the taxes or duties, the same will be assumed as
inclusive in the quoted prices. In addition, the breakup of price shall be indicated in
the respective Performa attached with specifications. The filling up of the Performa
shall be mandatory for the tenderers.
v) Only Firm Prices are acceptable.
vi) The offers of the firms, which do not quote ceiling on the price variation, shall be
loaded at the standard rate of 10% per annum for the duration of contract with
proportionate percentage being determined for part of the year.
vii) Deleted.
viii) Deleted.
2.02 EARNEST MONEY:
i) The Tenderers shall be required to submit Earnest Money at the following fixed
rates in the form of Punjab State Transmission Corporation Cash Receipt/ Bank
draft, along with the tender in favour of Addl. SE, Protection & OS Division
Ludhiana, payable at Ludhiana:
a) Tender valuing up to Rs. NIL
50,000/-
b) Tender valuing above Rs. Fixed Earnest Money Deposit of
50,000/- Rs.10,000/-

ii) The following shall be exempted from depositing Earnest Money:-


a) Suppliers having Permanent Earnest Money of deposit of Rs. 10.00 Lac with

the P&M Organization provided that a certificate to this effect issued by the

concerned Accounts Officer of the PSTCL during three months immediately


preceding the due date of tender opening and showing the Serial Number/

Account Number allotted in the Permanent Earnest Money Deposit Register

shall be submitted by the Tenderers in the envelope for Earnest Money. The

tenderer/ supplier should deposit Permanent Earnest Money Deposit of Rs.

10.00 Lac Organization wise. Therefore Tenderer/ Supplier hence forth should

have PEMD of Rs. 10.00 Lac with P&M Organization and certificate as

mentioned above will be issued by concerned Account Officer (AO/ CPC (T),

O/O Financial Advisor, PSTCL, Patiala in case of this office).

b) Sole Manufacturers/Suppliers of Proprietary items.


iii) Earnest money may be accepted in the form of Bank Guarantee valid upto 3 months
after the validity date of tenders as per NIT/Tender specification in the case of
Public Sector Undertakings partly owned by Punjab Government/Central
Government/ other State Government.
iii)a. In case of tenders not accompanied by full amount of Earnest Money for the items
tendered but not less than 25% of the entire amount due, the order/contract shall be
awarded only for the part of material/equipment services limited to a value
corresponding to the actual amount of Earnest Money submitted with the tenders
provided the placing of such part order is otherwise feasible and is in the interest of
the PSTCL, Otherwise such tenders shall be ignored.
iii)b. The amount due, as referred to the clause (iv.a) above, shall be calculated @ 2.00%
of tender value and shall not be taken as Rs. 10.00 Lac i.e. the maximum amount
payable as earnest money. Therefore 25% of the earnest money shall thus be
worked out on the basis of entire amount so calculated, which shall, of course be
subjected to maximum of Rs. 10.00 Lac and minimum of Rs.5,000/-. This amount
works out to 96,000/- in this case.
iv) Earnest Money shall be forfeited in case of withdrawal/modification of an offer
within the validity period as required in the NIT/Tender Specification after opening
of Tenders.
v) In case of Firms not falling within the zone of consideration, Earnest Money shall
be refunded immediately.
vi) In case of Firms falling within the zone of consideration, whose tenders have not
been accepted, Earnest Money shall be refunded within 30 days of the award of
Order/Contract to the successful Tenderers.
2.03 GOODS AND SERVICE TAX:
PSTCL has registered centrally in the State under GSTIN 03AAFCP4714J12K:
i) GST, as applicable, will be paid as per prevailing provisions of GST ACT & Laws
against submission of documentary proof at rate (s) prevailing during the contracted
delivery period on the basis of actual. The following certificates shall have to be
furnished along with invoice-cum-gate pass duly singed by the authorized agent /
signatory. The first invoice should accompany the specimen signature of the
authorized signatory duly attested by the Managing Director of the factory with a
copy of orders regarding his appointment as authorized signatory.
 Certified that the transaction on which the GST is claimed has been / shall be
included in the return submitted / to be submitted to the GST Authorities and the
amount claimed from the Punjab State Transmission Corporation Limited has been /
shall be paid to GST Authorities.
 Certified that the goods on which GST has been charged have not been exempted
under GST Act or Rule made there under and that the GST charged on these goods in
not more than what is payable under the provision of relevant Act.
 Certified that we shall indemnify the Punjab State Transmission Corporation
Limited. In case, it is found, at a later stage that wrong or incorrect payment had been
received on account of GST; the same will be refunded.
 Certified that we are registered dealer under GST Act out Registration No. is
_____________.
ii) In case the GST is applicable and is required to be paid extra as referred to Para-(i)
above, the tenderer should clearly indicate HSN Code of item along with present rate
(In percentage) applicable to their company.
iii) The maximum rate (in percentage) upto which the GST may become leviable /
payable under the prevailing Rules & Regulations applicable to their company should
also be clearly indicated in their tender.
iv) In case the GST is applicable / payable, necessary certificate of GST claimed / GST
Gat Pass duly authenticated by the authorized representative of GST Authorities,
shall however, be furnished by the supplier along with each consignment. The
supplier should, therefore, clearly indicate in their tender that whether such GST Gate
Passed / Certificates shall be furnished by them or not.
v) Further any loss due to non-availability of ITC or levy of penalty / interest payable
by PSTCL on account of non-filling of return or non-compliance or any miss-
statement given under the provisions of GST Act by the firms shall be recoverable
from them.
vi) Further GST as applicable on principal supply shall be payable on freight and
insurance.

2.04 EXCISE DUTY: (Not Applicable)


2.05 OCTROI CHARGES / ENTRY TAX: (Not Applicable)
2.06 CONTRACT PERIOD:
The manpower shall be deployed for the period of one year from the date of actual
deployment. However the manpower shall be deployed within 10 days after the issue of
LOI or notification of Award. The contract can be extended for further six months on
mutually agreed terms and conditions on same rates except any variation to the wages
from the date of successful completion of one year contract. The date of award shall be the
date of LOI/notification of award/work order concerned.
The purchaser reserves the right to restrict the supplies as per actual
requirement from time to time. Stipulations regarding deferment of supplies shall be
discretionary with the purchaser and shall not entitle the supplier to any extension in
delivery period beyond the delivery period fixed in purchase/ work order. This condition
will be concluding factor in making award of contract & acceptance to the same must
invariably be specified in the tender failing which the tender is liable to be rejected.
2.07 CONTRACT:
The detailed order issued in accordance with agreed terms and conditions and
accepted/ acknowledged by the firm shall itself form valid contract along with subsequent
amendment, if any, and shall be construed and operated as such in terms of Indian
Contract Act-1872 as amended up to date.
It will be obligatory on the part of successful Tenderer to execute, within 10 days of
the receipt of detailed order, a legal contract agreement on non-judicial stamp paper of the
appropriate value. The detailed Purchase/ Work Order so issued shall be termed
Purchase/Work-Order-Cum-Contract-Agreement. The contract shall be made in duplicate
and one copy will be retained by each party.
2.08 SECURITY DEPOSIT:
i) The successful Tenderers shall be required to submit security deposit for faithful
execution of the Purchase/ Work Order of value exceeding Rs. 50,000/- at the rate
of two percent (2%) of order value rounded off to a multiple of Rs. 10/- on the
higher side.
ii) Ordinarily, in case of successful tenderers, the Earnest Money received with
tenders shall be converted into Security Deposit. If the amount of Earnest money
received with a tender is more than the amount of security deposit required for the
Purchase/ Work Order, the balance shall be refunded and in case of shortfall the
Contractor/Supplier shall be required to deposit the additional amount.
iii) In the case of Tenderers from whom Earnest Money is accepted in the form of
Bank Guarantee. The Security Deposit shall also be acceptable in the form of Bank
Guarantee, valid up to 3 months after the completion of contract period, including
warranty period if any. To start with, the Bank Guarantee submitted against Earnest
Money shall be treated as Bank Guarantee against Security Deposit. If its amount is
adequate, its validity may be extended by the Contractor/ Supplier to cover the total
period required for the Security Deposit, otherwise, the contractor shall be required
to submit fresh Bank Guarantee for the correct amount and period for security, then
the Bank Guarantee for Earnest Money shall be released.
iv) The Tenderers having permanent deposit of Rs. 10.00 Lac with the P&M
Organization and hence exempted from depositing Earnest Money with tenders,
shall required to submit Security Deposit of 2% of order value in the form of Bank
Guarantee/ Bank Draft within 30 days from the award of Order/Contract.
v) The following shall be exempted from depositing security against Orders/ Contracts
given to them :
a) Manufacturers/ Suppliers of Proprietary items.
vi) On the faithful execution of Purchase/ Work Order in all respect, including
warranty period, if any, the security deposit of the contractor/ Supplier shall be
released by the Contracting/ Purchasing Agency.
vii) In the event of default on the part of the Contractor/ Supplier in the faithful
execution of Purchase/ Work Order his security deposit shall be forfeited.
viii) The forfeiture of Security Deposit shall, however, be without prejudice to any other
right arising or accruing to the PSTCL under relevant provisions of the Purchase/
Work Order, like penalty/ damages for delay in delivery including suspension of
business dealings with PSTCL for specific period.
2.09 INTIMATION TO THE O/O C.E./P&M AND CONSIGNEES:
The Supplier/ Contractor will have to intimate the probable date of deployment of
manpower 15 days in advance followed by telegraphic advance intimation regarding the
actual date of R.R./LR to Addl. S.E., Protection & OS Division, PSTCL Ludhiana to
enable them to arrange payment, failing which demurrage, wharfage etc. will be to
Supplier’s account. A copy of such intimation should be sent to the consignee and Addl.
SE. P&OS Division, Near PB. Agriculture University Gate No.1, Mini Secretariat,
Ferozepur Road, PSTCL Ludhiana – 141001 also for reference, immediately.
2.10 INFORMATION REGARDING LIST OF BANKERS, THE PURCHASER
DEALS WITH:
The Punjab State Transmission Corporation deals with the following Banks at
Patiala :-
i) State Bank of India, The Mall, Patiala.
ii) Punjab National bank, The Mall, Patiala.
iii) Central Bank of India, The Mall, Patiala.
iv) Bank of India, The Mall, Patiala.
v) United Commercial Bank, Old Kotwali Chowk, Patiala.
a) The Railway Receipt/ Goods Receipt and invoices etc. should be sent to the
authorities to be specified in the Purchase/ Work Order.
b) Any demurrage occurring as a result of sending Railway Receipts/ Goods Receipts
through a Bank other than the one with which the accounts of the purchaser are
operated will be to the account of the Supplier/ Contractor.
c) No goods will be accepted by the consignees unless accompanied by priced
challans or invoices.
2.11 TERMS OF PAYMENT:
The 100% payment of proceeding month shall be made on submission of the
following documents:
i) Proof of payments of wages to the workers in the form of salary slip/receipt of
payments of wages from each worker.
ii) Attendance sheet of workers engaged.
iii) Details of statutory deductions as per prevailing Labor Laws and Regulations as
per clause 2.26.
Security will be deducted from the running bills and payments shall be made as
per PSTCL Work Regulations by concerned DDO’s after verification of bills by Engineer-
in-charge.
The bidder shall submit acceptance of Terms of Payment along with the bid on
non-judicial stamp paper of suitable value.
2.12 FORCE MAJEURE:
During the pendency of the Purchase/ Work Order, if the performance in whole/
part by either party or any obligation there under, is prevented/ delayed by causes arising
out of any war, hostility, civil commotion, acts of public enemy, sabotage, fire, floods,
explosions, epidemics or non-availability of Government controlled raw material under
Orders/ Instructions of Central/ State Government regulations, strikes, lockouts, embargo,
act of Civil/ Military Authorities or any other causes beyond their reasonable control,
neither of the two parties shall be made liable for loss or damages due to delay or failure to
perform the contract during the currency of Force Majeure conditions, provided that the
happening is notified in writing (with documentary proof) within 30 days from the date of
the occurrence.
The supplies shall be resumed under the contract as soon as practicable after the
happening (event) ceases to exist.
2.13 PENALTY/ DAMAGES FOR DELAY IN DELIVERY:
In case of absence of deployed personnel as per minimum deployment specified in
the contract, substitute will be provided by the agency without any additional liability of
PSTCL so that efficient services are maintained. However if the agency fails to provide
substitute, the penalty @ 1.5 times the minimum wages applicable at that time per person
per day of absence shall be recovered from the contractor.
If PSTCL sustains any loss due to any action or incident caused by the agency or
their staff, the agency shall wholly compensate PSTCL for the same. In case the agency
fails to do so, then PSTCL reserves the right to recover such amounts from either the
running bills or from the security deposit or any other payment due to the agency from
PSTCL. The decision of PSTCL shall be final and binding in this regard.
2.14 NEGLIENCE AND DEFAULT:
In case of negligence on the part of Supplier/ Contractor to execute the order/
contract with due diligence and expedition and to comply with any reasonable orders
given in writing by the Purchaser in connection with the Purchase/ Work Order of any
contravention in the provisions of the Purchase/ Work Order, the Purchaser may give 21
days’ notice in writing to the Supplier/ Contractor to make good the failure or neglect or
contravention and if the Supplier/ Contractor fails to comply with the notice within time
considered to be reasonable by the Purchaser, the purchaser may blacklist or suspend/
terminate business dealings with the defaulting firms for a specific period apart from
claiming reasonable compensation/ damages forfeiture of security etc. The action taken
under this clause will be notified to all the purchasing agencies and other Boards by the
concerned Purchasing Authority of PSTCL.
2.15 CANCELLATION:
The Purchaser reserves the right to cancel the Purchase/ Work Order as a whole or
in part at any time or in the event of default on the part of the contractor prior to the
receipt of intimation regarding taking in hand of the execution of works against the
Purchase/ Work Order dispatch of material to the consignee.
2.16 RAW MATERIAL: (Not Applicable)
2.17 WORKMANSHIP:
Bidder has to take full responsibility of the supplied manpower in case if any
accident while working on live lines and should submit an undertaking for the same along
with the bid on non-judicial stamp paper of suitable value.
2.18 CHANGES:
No variation or modification or waiver of any of the terms and provisions shall be
deemed valid unless mutually agreed upon in writing by both the Purchaser and the
Supplier.
2.19 TEST CERTIFICATES AND INSTRUCTION BOOK:
The Supplier/Contractor shall be required to furnish to the Purchaser’s office/
consignees, where ever necessary, the following documents along with the consignment:
i. Printed pamphlets & Catalogues.
ii. Instruction Books.
iii. Any other relevant information (to be incorporated at the time of placing the
Purchase/ Work Order).
2.20 CONSTITUTION, EXPERIANCE AND FINANCIAL STANDING:
The Tenderers should invariably supply the following information with the
tenders:-
a) Constitution and composition of the firms:
i) If a joint stock company, copy of its Memorandum and Articles of
Association and other particulars.
ii) If partnership, a copy of the partnership deed, particulars of partners.
iii)If a proprietary concern, the standing of the proprietor and if registered with
the Registrar of Companies/Firms, their Registration No.
b) In case of authorized representative:
i) Name & particulars of manufacturers.
ii) Certified copy of the Instrument of Authorization of the Supplier/
Manufacturers.
c) Experience and standing in the market.
d) Particulars of the Purchase/ Work Orders executed with this PSTCL and other
Boards/ Government Department as per “Performance Schedule” attached along
with as Annexure-‘E’.
e) Financial Position:
i) Balance sheet for the last three years including Trading, Manufacturing,
profit and loss Account.
ii) Bank References.
iii) Name and address of director of the firm, their income Tax permanent
account no., Income tax return and turnover for the last three years and any
specific allied information.
2.21 EXTENSION IN START/DELIVERY/EXECUTION PERIOD:
a) Any genuine delay in approval of technical details, drawings, issuance of
amendment to Purchase/ Work Order, conducting inspection, approval of
executed works up to satisfactory acceptance by engineer in charge etc. will
count towards extension of the start/delivery period by corresponding period
other than admissible under Force Majeure conditions, if any substantiated by
the Supplier and duly accepted by the Purchaser.
b) No extension in start/delivery shall be granted in case of delay in payment.
However, for delayed payment beyond stipulated period as per terms of
payment clause, compensation shall be credited @ 0.5% of the payment so
delayed per month of part thereof to be adjusted against penalties levied or to be
levied subjected to a maximum of penalty leviable due to delay in deliveries
under the contract.
c) The contract period initially will be for a period of one year but will be
extendable on yearly basis with mutual consent with approval of competent
authority.
2.22 RESPONSIBILITY OF CONTRACTOR:
a. The contractor shall be responsible to ensure compliance with all state Govt.
laws as well as rules & regulations, bye laws and order of local authority and
statutory bodies as may be in force from time to time as applicable. The
contractor shall be responsible for giving required notice to any statutory or
local body as required by Law as to obtain all license as applicable to the
contractor under the contract.
b. The contractor shall be responsible for safety of all workmen employed by him
for time to time and shall be responsible for payment of any compensation that
may arise from time to time as a legal obligation or otherwise whatsoever it may
be.
c. Safety: The agency shall be responsible for safety of all Workmen employed by
it from time to time and it shall be responsible for payment of any compensation
that may arise out of any accident, injury and death of a worker during the
execution of contract. PSTCL shall bear no liability whatsoever towards any
violation of the agency in this regard. The agency shall be responsible for safe
execution of work adopting safe work, procedures. Penalty @ 1.5 times the
minimum wages applicable at that time per person per day shall be imposed by
the PSTCL in case of non-compliance.
d. PPE’s: All the personal protective equipment for safety of the workers that does
not fall in the purview of Hotline tools will be provided by the contractor or any
other PPE’s required to the satisfaction of the engineer in charge to carry out the
work in safely.
e. T&P: PSTCL shall provide all the tools and plants like plier, screw drivers,
insulation tape, drilling machines, ladders, stools, meggar, multimeter or any
other T&P required to the satisfaction of the engineer in charge to carry out the
work in smooth manner.
f. The agency shall comply with all labour laws as applicable to workmen
engaged by them for carrying out work and PSTCL shall bear no liability
whatsoever towards any violations by the agency in this regard. Detailed
instructions on compliance to some of these labour Laws are enumerated in the
ensuing paragraphs.
g. Minimum manpower requirement: Contractor shall be free to deploy more
number of labours/manpower as per their assessment of work, but these
minimum number of trained personnel have to be assured irrespective of
quantum of the works. The cost implication of additional manpower as
considered necessary by the bidder may be incorporated in the service charges
only and no other claim on this account shall be entertained.
Contractor has to deploy manpower as agreed upon as per instructions of
Engineer in Charge whenever required for carrying out the work.
h. The contract thus entering into between contractor and his employees shall have
no bearing or binding on whatsoever nature on PSTCL. In this regard the
contractor should give specific letter to his employees mentioning the terms and
conditions of their engagement including the period for which they will be
engaged. It should also be stated that the services shall expire on expiry of the
contract period or completion of the work.
i. The contractor shall exercise control/supervision of his employees in the day to
day work. The contractor shall deploy its representative to act as an interface
between the contractor and the Engineer in Charge of PSTCL for effective
discharge of services envisaged under the contract and shall be available in the
office premises as per requirement. All the works will be supervised by PSTCL
officers/officials in charge of sub-station/transmission lines.
j. Contractor shall maintain all the records such as name, father’s name,
photograph, age, sex, educational qualifications, present and permanent
addresses along with proof of age and details of the dependent family members
as required under various provisions of labour laws and acts for the persons
deployed by them in the PSTCL premises. Contractor shall to produce these
records these records as and when required by PSTCL or the concerned
statutory authorities for inspection. In case it is found that contractor has not
complied with any statutory requirements under various labour laws/acts,
PSTCL being the principal employer shall make the payment and will recover
the same with penalty/surcharge from the due payment of the contractor.
k. The contractor shall make arrangement to issue Identity Cards to each of the
employees, for entry into the premises which shall have name of employee,
place of work, name of contractor and photograph verified by the contractor.
The identity card shall be issued by the contractor at his own cost. PSTCL
security staff shall be at liberty to exercise check on any of the employees while
entering, searching them in the premises, during the work and while leaving
from the premises.
l. Uniform: contractor shall provide adequate quantity of appropriate uniforms
and safety gears every year along with washing allowance. Uniform shall be of
a prescribed colour with agreement of engineer in charge with name of the
contractor/agency displayed on the uniform for all the workmen deployed at
site.
m. The contractor shall make his own arrangement for providing all facilities like
lodging & boarding etc for his workers.
n. The workmen shall report for duty to the o/o concerned Assistant Engineer or
Sr. Xen of Hotline Maintenance Division and no transportation/travelling
allowances shall be provided by PSTCL.
o. Contractor shall make out an attendance/wage card for each employee deployed
with PSTCL. In case the contractor does not make the payment to his employee
on the specified date mentioned in the attendance/wage card. PSTCL shall make
payment to such employee and deduct the same from the contractor adding 15%
overhead charges.
p. The contractor shall have the sole discretion of employing and terminating the
services etc. of their employees. In case of termination of the services of the
employee, the contractor shall ensure that wages and other dues payable is made
within 48 hours of the termination. In case it is felt by the engineer in charge or
his authorized representative that any workmen of the contractor is not suitable
for carrying out the job, then the contractor has to take the necessary action
immediately on receiving official communication from PSTCL.
q. The contractor shall be responsible for good conduct of his employees. In case
of misconduct, contractor shall take prompt disciplinary action as per the advice
of engineer in charge, PSTCL.
2.23 SUBLETTING:
The successful bidder should execute the work and no part of contract shall be
allowed to sub-let to any third party, nor shall be allowed to transfer contract or part
thereof to any third party through power of attorney.
2.24 DEPLOYMENT OF MANPOWER:
The contractor shall deploy one crew of 10 certified skilled man-power to be
deployed as and where required throughout Punjab including areas of operations in
neighboring states connected through transmission lines.
2.25 DOCUMENTS TO MAINTAINED BY THE CONTRACTOR:
The contractor shall maintain all the necessary documents such as age, sex, address
of workers/Technicians/ labourers, wage payment vouchers. Attendance Register, leave
and weekly off details etc. so as to fill the condition/ provisions of the contract labour Act.
2.26 OBSERVANCE OF LABOUR LAWS AND REGULATIONS:
The agency will comply with all the labour laws and indemnify PSTCL against all
the claims, damages or compensations under the provisions of various labour laws. The
agency shall comply with all the labour laws in vogue including the Minimum Wages Act
1948,the payment of wages Act 1936, The contract labour (R&A) Act 1970, The child
labour (R&A) Act 1986, The workmen compensation Act 1923, The equal Remuneration
Act 1976,The EPF & misc. Provision Act 1952 etc. However this list is not exhaustive but
only highlights some of the important statutory provisions which the agency is bound to
comply with. The agency is bound to comply with all the other applicable statutory
provisions even if it is not indicated herein expressly.
2.28.1 THE MINIMUM WAGES ACT 1948:
a. The workers engaged by agency for carrying out work as mentioned in scope of
work shall be paid minimum wages as notified by the appropriate authority
from time to time.
b. The wages shall be paid to the workers deployed by the contractor for 8 hours
of normal work per day, In case any worker is required to work beyond 48
hours in a week or more than 9 hours in a day, he shall be paid overtime at
prescribed premium rates.
c. The workers engaged by the agency shall be provided a day rest in every period
of 7 days and full remuneration for the day of rest shall be paid to them.
2.28.2 THE PAYMENT OF WAGES ACT 1936:
a. To pay wages to the workers engaged by contractor on or before the expiry of
7th day of the following month.
b. To pay wages to the workers preferably through cheque in the presence of
officer-in-charge or his authorized representative without deduction of any kind
except those that are authorized under the wages Act.
c. The workers engaged by the agency shall be allowed one paid holiday in every
period of 7 days in addition to the declared national/state holidays and no
deduction shall be made on this account.
2.28.3 THE CONTRACT LABOUR (R&A) ACT 1970:
a. To disburse wages to the engaged workers in the presence of authorized
representative of PSTCL.
b. To maintain a register in respect of workers engaged by the contractor in
prescribed form.
c. To provide employment card to workers engaged by them in prescribed form.
d. To maintain register of wages on a prescribed form.
e. To issue wage slip to the workers on prescribed form.
2.28.4 THE CHILD LABOUR(R&A) ACT 1986:
The agency shall not be allowed to engage child labour as defined under the
law in the premises of PSTCL for carrying out any work under contract.
2.28.5 THE EQUAL REMUNERATION ACT 1976:
The agency shall not pay to any worker deployed by contractor,
remuneration at the rates less favorable than those at which remuneration is paid by
the agency to workers of the opposite sex for performing any job at the premises of
PSTCL.
2.28.6 THE WORKMEN COMPENSATION ACT 1923:
The agency shall obtain a group insurance policy for all workers engaged by
them for PSTCL to cover all benefits envisaged in the workmen compensation Act
immediately on commencement of the contract. The expenditure incurred towards
premium for such policy shall be reimbursed by PSTCL to the contractor on
submission of documentary proof. The contractor shall submit insurance policy
under workmen compensation act before start of the work and shall maintain its
validity till the expiry of the contract (or its extension if any)
2.28.7 THE EMPLOY PROVIDENT FUND AND MISC PROVISIONS ACT
1952:
a. The agency which has registered itself with the appropriate authority under the
Act and possesses a valid PF code shall be eligible for award of contract.
b. The agency shall open a provident fund account for each worker engaged by
them with the PF authority.
c. The agency shall deposit monthly contribution comprising of employees’ and
employers’ contribution with the prescribed PF authorities and submit a proof
of the same along with the monthly bills to PSTCL.
d. The agency shall prepare a contribution card as per the prescribed form as may
be appropriate.
e. The agency shall submit a statement showing the recoveries of the contribution
in respect of workers engaged by them at the premises of PSTCL within 7 days
of close of every month to officer-in-charge.
2.28.8 EQUAL REMUNERATION ACT 1976:
The contractor shall not pay to any worker engaged by him, remuneration at
rates less favourable than those at which remuneration is paid by the contractor to
the workers of the opposite sex for performing any job at PSTCL premises/sites.
2.28.9 CHILD LABOUR (REGULATION AND ABOLITION ACT 1986:
The contractor shall not be allowed to engage child labour as defined under
the law in the premises/sites of PSTCL for carrying out any work under the
contract.
2.28.10 EMPLOYEES STATE INSURANCE ACT 1948:
a. The contractor shall be required to obtain ASI code from concerned authority,
immediately after the award of contract, wherever ESI is applicable and submit
the documentary proof of the same to PSTCL.
b. The shall ensure opening of individual ESI account of the employees, wherever
ESI is applicable and submit the documentary proof of the same to PSTCL.
c. The contractor shall ensure that the employees are issued ESI cards by the
prescribed authorities.
d. The contractor shall remit ESI contribution of employees together with
employees within 21 days of the last day of the calender month in which the
contribution falls due and submit the proof of such remittance along with
monthly bills to PSTCL.
e. The contractor shall send a return of contribution in Form 5 before 12th May
and 12th November of every year to ESI office and submit a copy of the return
to Engineer-in-charge, PSTCL.
f. If ESI is not applicable in the area, the contractor is required to take
comprehensive medical insurance policy for the total number of labours to be
deployed along with Workmen Compensation Policy as per Workmen
Compensation Act 1923.
2.27 CIVIL SUIT/ JURISDICTION:
All Legal & Arbitration proceedings in connection with the Purchase/ Work Order
shall be subject to the territorial jurisdiction of the local Civil Courts at Patiala/ Ludhiana
only.
2.28 UNDERTAKING:
All the Tenderers are required to give the following undertakings on their letter
head with the tender documents failing which their offer/ tender is likely to be ignored:
i) That they will not pay any commission etc. or engage any commission agent or
liaison agent for dealing with PSTCL in any manner including purchase of
equipment etc.
ii) That no officer/ official of the PSTCL will deal with any person who claims to
be a commission agent or liaison agent of any company and that the officers/
officials of the Board must deal only with persons directly employed by the
Suppliers.
2.29 GENERAL INFORMATION :
The Punjab State Transmission Corporation Limited (A Govt. of Punjab
undertaking) owns transmission network of 400kV, 220kV and 132kV sub-stations and
associated Transmission lines. All the hotline maintenance works of sub-stations and
transmission lines is looked after by 2 nos. hotline divisions. The work related to the
‘Annual Maintenance Contract of hotline works of 400kV, 220kV and 132kV sub-stations
and Transmission Lines under PSTCL intends to enter into a contract for the execution of
the said work as detailed in the bidding documents and specifications which shall form
part of the contract. The various documents forming part of the bidding documents are
indicated in the NIT. The various conditions referred herein shall be read accordingly.
2.30 SPECIAL INSTRUCTIONS:
i) Incomplete tenders not submitted on the lines indicated in the specifications are
liable to be rejected without correspondence.
ii) Request for extending the due date of tenders will be ignored.
iii) The tenders from the direct manufacturers or their selling agents will only be
considered.
iv) No printed general conditions of sale attached with the tender shall be accepted.
v) Tenders shall be accepted only from those firms or their authorized agents who
uploaded their tender.
vi) Only indigenous offers or such offers in which no import license is required
would be considered.
vii) The Tenderers revising their offer or withdrawing the same within the validity
period after opening of the tenders are liable to be ignored/ black listed.
viii) Comments if any, on the clauses contained in the ‘General Terms and
Conditions’ as well as in the ‘Technical Specification’ should be offered, while
submitting tenders, otherwise it will be presumed that all clauses stipulated
therein are acceptable.
ix) The tender must be accompanied by type test reports, copies of detailed and
fully dimensioned drawings of the equipment, technical particulars and detailed
literature.
x) The tender should be accompanied by a reference list of Purchase/ Work Orders
received/ executed by the Tenderer for similar equipment in the following
format :

Sr. Destination & Purchase Quantity & Status of Remarks


No. Full address of the order no. Brief Supplies
Purchaser & Date Description of
Equipment

xi) Pre-qualifications:
a) The pre-qualification clause regarding issue of tender documents to firms
who are defaulter for 25% or more quantity for more than 9 months or any
quantity for more than 15 months in making supplies against earlier
purchase/ Work Order placed on therefore, has been withdrawn. However
pre-qualification and technical qualification shall be clubbed together for the
purpose of technical evaluation. Thereby implying that a firm who is a
defaulter type ( ) shall be technically disqualified and Part-III i.e. price bid of
the firm shall not be opened.
b) The contractor bidding in this tender enquiry must be a ‘A’ Class H.T
license holder with at least one year experience of hotline maintenance of
400 KV sub-stations and transmission lines. However pre-qualification and
technical qualification shall be clubbed together for the purpose of technical
evaluation. Thereby implying that a firm who is a defaulter type ( ) shall be
technically disqualified and Part-III i.e. price bid of the firm shall not be
opened.
2.31 NEGOTIATIONS:
Normally no negotiations affecting prices or basic features of NIT/ Specifications
shall be conducted with the tenderers after opening of tenders except under specific orders
of the competent authority, with reasons to be recorded. The negotiations can only be held
with L-I (first lowest in merit position) tenderer.
2.32 ARBITRATION:
a) If at any time any question, dispute or difference, what-so-ever, shall arise
between the Purchaser/ Board and the Contractor/ Supplier, upon or in relation
to, or in connection with the Purchase/ Work Order, either party may forthwith
give to the other, notice in writing of the existence of such question, dispute or
difference and the same shall be referred for sole arbitration of a nominee of the
Purchaser/ Board, who shall give a reasoned/ speaking awards. The award of the
Sole Arbitrator shall be final and binding on the parties under the provisions of
the Indian Arbitration Act 1940 and of the rules thereunder. Any statutory
amendment, modification or re-enactment thereof for the time being inforce
shall be deemed to apply to and be incorporated in the Contract/ Purchase/
Work Order. It will not be objectionable if the Sole Arbitrator is an officer of
the Board and he has expressed his view on all or any of the matters in question
of dispute or difference.
b) Upon every or any such reference, the cost of any incidental to the reference
and award respectively shall be in the discretion of the Sole Arbitrator so
appointed who may determine the amount thereof or direct the same to be taxed
as between Solicitor and Client or as between party and party and shall direct by
whom and to whom and in what manner the same is to be borne and paid.
c) The work under the contract shall, if reasonably possible, continue during the
arbitration proceedings and no payment due or payable by the Purchaser/ Board
shall be withheld on account of such proceedings.
2.33 ORDER PREFERENCE:
The PSTCL would allow an order preference to such tenderer whose works are
situated within the state of Punjab as per the procedure laid down as under:
1. The rate of Punjab firm would be de-escalated by 15% for all the units. Their
position in the comparative statement shall be shown accordingly for the
purpose of comparative statement. For Punjab based firms up to 20% of the
total quantity will be reserved provided they fall in consideration zone after
application of price deferential. For this purpose, the merit statement of Punjab
based firm shall be prepared separately. However, where the Punjab firm
qualify amongst the lowest bidders on their own quoted rates, they shall form
part of original quoted list for purpose of placing orders.
2. The zone of consideration for placing of purchase/ Work Order would therefore
be demarcated taking into account the quantity of material required as per NIT
and the quantities offered by the different tenderers.
3. The purchase on the Punjab firm claiming order preference and falling within
this zone would be placed on the lowest rate of a firm not claiming order
preference within the zone of consideration or on the concerned Punjab firm’s
own quoted rate which-ever may be lower.
4. Deleted.
5. The Punjab based firms claiming order preference shall be required to furnish
an undertaking in prescribed form (Annexure-‘G’) on a Non-Judicial stamp
papers of appropriate value to the effect that they shall execute the order if
placed on them under ‘Order Preference’ as per the tender specification. Such
undertaking should be submitted by the Punjab based tendering firms latest by
the close of the day of opening of tenders. In case, no such undertaking is
furnished by the Punjab based firms, who are otherwise eligible for claiming
‘Order Preference’ as per the tender specification, their tenders shall not be
considered for placement of any order under Order Preference. In the event of
refusal by the Punjab based firms to execute the purchase/ Work Order at their
quoted rates or offers made under ‘Order preference’ as per ‘c’ and ‘d’ above as
the case may be. After having furnished the above undertaking, their earnest
money shall be forfeited apart from initiating further administrative action such
as suspending business dealings, blacklisting etc.
2.34 Deleted
2.35 CONSUMABLES:
All consumables and non- consumables required for carrying out the maintenance
activities shall be provided by PSTCL free of cost.
2.36 REQUIREMENT:
The quantity mentioned in this Specification can be increased or decreased at the
time of actually placing the order.
2.37 GENERAL INSTRUCTIONS:
i) As and when other additional maintenance / miscellaneous works related to
electrical maintenance of office/township arise at any time, the contractor
should be in position to undertake the job without any delay.
ii) The agency should insure that none of its employee smoke or consume alcohols
or any other intoxicating drugs inside the premises of PSTCL.
iii) The agency should ensure that none of its workers in general indulge in
gambling within the premises of PSTCL and should not use the premises of
PSTCL for any type of anti-social activities.
iv) All workers of agency should behave courteously with the PSTCL
officials/employee in office as well as in township.
v) For all intents and purposes, the contractor shall be the “Employer” within the
meaning of different Labour Legislations in respect of manpower deployed for
in PSTCL for this work. The persons deployed by the contractor in the PSTCL
for carrying out the AMC work shall not have claims of whatsoever nature
against PSTCL.

Addl. S.E., PROTECTION & OS DIVISION,


On behalf of CHIEF ENGINEER /P&M,
PSTCL, LUDHIANA.
Tender Enquiry No.: 96/2018-19
SECTION-II
TECHNICAL SPECIFICATIONS
1.1 SCOPE:
This specification covers Annual Maintenance Contract of Hotline Maintenance works of
400kV, 220kV and 132kV Transmission Lines and Sub-stations under P&M organization of
PSTCL. The manpower deployed by the tenderer shall be competent and adequately
qualified for the job. The Tenderers will submit their offer strictly as per Standard Terms
and Conditions of this Enquiry. The offers with any deviation will be liable to be rejected.
1.2 REQUIREMENT:

Quantity Required
Sr. No. Description of Material
(Crew of 10 certified
personnel)
1) Annual Maintenance Contract of Hotline 1
Maintenance Activities of 400kV, 220kV and
132kV Transmission Lines and Sub-stations under
CE/P&M, PSTCL, Ludhiana, with features as per
“Schedule of Technical specification” attached
as Annexure-A

Notes:
1. The tenderer must be executing similar job satisfactorily at any reputed power
utilities in India. The tenderer will have to furnish documentary evidence in this
regard.
2. The tenderer shall have full fledged maintenance procedure of working on live
line/sub-station and have carried out similar work in last 3 years in reputed
government utilities with 400kV level voltage system or should have supplied
hotline tools and imparted trainings to at least two utilities with 400kV level voltage
system in last 3 years.
3. This office will have full right to reject/ accept the tenders without assigning any
reason to the tenderer.
1.3 TECHNICAL SPECIFICATIONS :

The technical specifications are attached at Annexure ‘A’.


1.4 CLIMATIC CONDITIONS :
All the Substations / Transmission lines where these instruments are to be used are
located in the level alluvial plains of the Punjab (Altitude not exceeding 1000 meters),
where the climatic conditions are as under:-
a) The temperature of air in shade varies from -10C to 50C.
b) The maximum outside temperature of air in sun is 60C.
c) Maximum daily and yearly average ambient temperature is 45C to 35C.
d) The tropical monsoon rain conditions exist for about four months in the year
and the average annual rainfall is 250 cm. The maximum relative humidity may
be of the order of 90-100%.
e) Heavy dust storms/ thunderstorms accompanied by lightening occur at frequent
intervals. The maximum wind pressure may be of the order of 195 Kg./cm2.
f) Heavily polluted atmosphere having acidic contents in air causing normal
sulphonation. The sites are vermin infested.
1.5 PRICES:
The prices should be quoted only on the Performa “Schedule of Prices” enclosed as
Annexure- B. The firm must quote for all accessories as asked by this office in tender
specifications. The firms should also clearly mention about the Excise Duty and Central/
Punjab Sales Tax if these are applicable or not. Many a times the firms quote these taxes/
duties as under:
-- “Present rate is ____” or “presently it is nil” or “not applicable” or “will not
be charged” but any change or increase in these taxes will be to the Board’s
account.
-- “Extra, as applicable at the time of supply, at present it is nil”.
In all such cases or similar cases, the comparative statement will be worked out after
loading the maximum slab of these taxes/ duties prevalent during the financial year. But
these taxes will be paid as per actual against documentary proof as prevalent at the time of
delivery of material. Only in case of those firms who mention clearly these taxes as nil or
specifying the exact/ maximum applicable rates, loading of ED/ GST will be made
accordingly.
1.6 TERMS OF PAYMENT:
The 100% payment of proceeding month shall be made on submission of the
following documents:
iv) Proof of payments of wages to the workers in the form of salary slip/receipt of
payments of wages from each worker.
v) Attendance sheet of workers engaged.
vi) Details of statutory deductions as per prevailing Labor Laws and Regulations as
per clause 2.26.
Security will be deducted from the running bills and payments shall be made as per
PSTCL Work Regulations by concerned DDO’s after verification of bills by Engineer-in-
charge.
The bidder shall submit acceptance of Terms of Payment along with the bid on
non-judicial stamp paper of suitable value.
1.7 GENERAL PARTICULARS:
The General Particulars of the firm and Guaranteed Technical particulars of the
equipment should be supplied on the proforma “Schedule of General Particulars” attached
as Annexure C. In addition, any other technical information that the tenderer intends to
furnish and which highlights
1.8 STANDARDS:
The instruments and their parts/ accessories shall comply with the requirements laid
down in relevant Indian/ International Standard Specifications, as amended up to date, or
otherwise except for those which are specifically mentioned/ modified by this
Specification. Deviations from these standard specifications if any should be clearly
brought out in the tender in “Schedule of Deviations” enclosed as Annexure-‘E’. These
deviations should be supported with full justifications.
1.9 TESTS AND INSPECTION:
Inspection of the executed works shall be done by Engineer in charge as per PSTCL
rules and regulations.
1.10 QUALITY ASSURANCE :
Contractor shall submit a detailed Quality Assurance plan before commencing works.
Contractor shall adhere the Quality Assurance plan during execution of works. Contractor
shall maintain the quality standards as per specification and shall attend the remarks of
staff deployed for monitoring of works by Engineer in charge of PSTCL on top most
priority without any reminders from PSTCL.
1.11 RESPONMSIBILITY OF CONTRACTOR:
a) The contractor shall be responsible to ensure compliance with all state Govt. laws
as well as rules & regulations, bye laws and order of local authority and statutory
bodies as may be in force from time to time as applicable. The contractor shall be
responsible for giving required notice to any statutory or local body as required
by Law as to obtain all license as applicable to the contractor under the contract.
b) The contractor shall be responsible for safety of all workmen employed by him
for time to time and shall be responsible for payment of any compensation that
may arise from time to time as a legal obligation or otherwise whatsoever it may
be.
c) Safety: The agency shall be responsible for safety of all Workmen employed by it
from time to time and it shall be responsible for payment of any compensation
that may arise out of any accident, injury and death of a worker during the
execution of contract. PSTCL shall bear no liability whatsoever towards any
violation of the agency in this regard. The agency shall be responsible for safe
execution of work adopting safe work, procedures. The penalty @ 1.5 times the
minimum wages applicable at that time per person per day shall be imposed by
the PSTCL in case of non-compliance.
d) PPE’s: All the personal protective equipment for safety of the workers that does
not fall in the purview of Hotline tools will be provided by the contractor or any
other PPE’s required to the satisfaction of the engineer in charge to carry out the
work in safely.
e) T&P: PSTCL shall provide all the tools and plants like plier, screw drivers,
insulation tape, drilling machines, ladders, stools, meggar, multimeter or any
other T&P required to the satisfaction of the engineer in charge to carry out the
work in smooth manner.
f) The agency shall comply with all labour laws as applicable to workmen engaged
by them for carrying out work and PSTCL shall bear no liability whatsoever
towards any violations by the agency in this regard. Detailed instructions on
compliance to some of these labour Laws are enumerated in the ensuing
paragraphs.
g) Minimum manpower requirement: Contractor shall be free to deploy more
number of labours/manpower as per their assessment of work. The cost
implication of additional manpower as considered necessary by the bidder may be
incorporated in the service charges only and no other claim on this account shall
be entertained.
Contractor has to deploy manpower as agreed upon during post bid discussions
and/or as per instructions of Engineer in Charge whenever required for carrying
out the work.
h) The contract thus entering into between contractor and his employees shall have
no bearing or binding on whatsoever nature on PSTCL. In this regard the
contractor should give specific letter to his employees mentioning the terms and
conditions of their engagement including the period for which they will be
engaged. It should also be stated that the services shall expire on expiry of the
contract period or completion of the work.
i) The contractor shall exercise control/supervision of his employees in the day to
day work. The contractor shall deploy its representative to act as an interface
between the contractor and the Engineer in Charge of PSTCL for effective
discharge of services envisaged under the contract and shall be available in the
office premises as per requirement. All the works will be supervised by PSTCL
officers/officials in charge of sub-station/transmission lines.
j) Contractor shall maintain all the records such as name, father’s name,
photograph, age, sex, educational qualifications, present and permanent addresses
along with proof of age and details of the dependent family members as required
under various provisions of labour laws and acts for the persons deployed by
them in the PSTCL premises. Contractor shall to produce these records these
records as and when required by PSTCL or the concerned statutory authorities for
inspection. In case it is found that contractor has not complied with any statutory
requirements under various labour laws/acts, PSTCL being the principal
employer shall make the payment and will recover the same with
penalty/surcharge from the due payment of the contractor.
k) The contractor shall make arrangement to issue Identity Cards to each of the
employees, for entry into the premises which shall have name of employee, place
of work, name of contractor and photograph verified by the contractor. The
identity card shall be issued by the contractor at his own cost. PSTCL security
staff shall be at liberty to exercise check on any of the employees while entering,
searching them in the premises, during the work and while leaving from the
premises.
l) Uniform: contractor shall provide adequate quantity of appropriate uniforms and
safety gears every year along with washing allowance. Uniform shall be of a
prescribed colour with agreement of engineer in charge with name of the
contractor/agency displayed on the uniform for all the workmen deployed at site.
m) The contractor shall make his own arrangement for providing all facilities like
lodging & boarding etc for his workers, while on outstation assignments
whenever/wherever required.
n) The contractor shall make his own arrangement for transportation of workmen for
outdoor duties at his own cost. The vehicle shall be of adequate capacity to carry
T&P and workers safely and shall be capable of moving on countryside roads.
o) Contractor shall make out an attendance/wage card for each employee deployed
with PSTCL. In case the contractor does not make the payment to his employee
on the specified date mentioned in the attendance/wage card. PSTCL shall make
payment to such employee and deduct the same from the contractor adding 15%
overhead charges.
p) The contractor shall have the sole discretion of employing and terminating the
services etc. of their employees. In case of termination of the services of the
employee, the contractor shall ensure that wages and other dues payable is made
within 48 hours of the termination. In case it is felt by the engineer in charge or
his authorized representative that any workmen of the contractor is not suitable
for carrying out the job, then the contractor has to take the necessary action
immediately on receiving official communication from PSTCL.
q) The contractor shall be responsible for good conduct of his employees. In case of
misconduct, contractor shall take prompt disciplinary action as per “Model
Standing Order” on the advice of engineer in charge, PSTCL.
1.12 QUANTITY REQUIRED:
The quantity mentioned in this Specification can be increased or decreased at the
time of actually placing the order.
1.13 DELIVERY SCHEDULE :
The manpower shall be deployed for the period of one year from the date of actual
deployment. However the manpower shall be deployed within 10 days after the issue of
LOI or notification of Award. The contract can be extended for further six months on
mutually agreed terms and conditions on same rates except any variation to the wages
from the date of successful completion of one year contract. The date of award shall be the
date of LOI/notification of award/work order concerned.
The purchaser reserves the right to restrict the supplies as per actual
requirement from time to time. Stipulations regarding deferment of supplies shall be
discretionary with the purchaser and shall not entitle the supplier to any extension in
delivery period beyond the delivery period fixed in purchase/ work order. This condition
will be concluding factor in making award of contract & acceptance to the same must
invariably be specified in the tender failing which the tender is liable to be rejected.
1.14 LITRATURE :
The tenderer shall submit descriptive literature / pamphlets / manuals of the execution

procedures and quality assurance plan for the works etc, along with the tender.

1.15 SUBMISSION OF TENDER / EARNEST MONEY:


The tenders should be submitted in following three parts:-
b) Part-I – Earnest Money: The first part will consist of Earnest Money Deposit
in the form of Demand Draft / Cash Receipt or other information concerning
Earnest Money as per the provisions of Clause 2.02. Scanned copy of the DD
shall be uploaded on e-tendering website.
a) Part-II – Technical / Commercial Bid:
The second part will consist of Technical Specifications, Schedule of
Deliveries and other Terms and Conditions except for the Rates. All commercial
terms including Discount if any, Excise Duty, GST etc. shall be specified in the
Part-II of the Bid, so that any ambiguity relating to General Terms and Conditions
and technical details can be sorted out before the opening of Part-III i.e. Price Bid.
b) Part-III – Price Bid:
The third part will consist of rates quoted as well as other related terms like
packing, forwarding, freight, insurance, ED, CST / PST etc. and other incidental
related to the prices. This part of the bid should contain only the above information,
so that there is no controversy regarding the interpretation of any condition /
stipulation at the time of preparation of merit statement after opening the Bid
Prices. Further the prices shall only be quoted on proforma “Schedule of Prices”
enclosed as Annexure-‘B’
Each part should be enclosed in separate envelop. Each envelope further should be
enclosed in a larger envelope. All inner and outer envelopes should be addressed to Addl.
S.E., Protection & OS Division, O/o Chief Engineer/ P&M, Near PB. Agriculture
University Gate No.1, Mini Secretariat, Ferozepur Road, PSTCL, Ludhiana -
141001. All the three envelopes should be sealed and superscribed with the tender / offer
number together with the date on which the offer / tender is due and items of material /
equipment covered and should also invariably contain the name and address of the bidding
firm.
Firstly the main envelope containing the bids will be opened in the presence of the
tenderers / bidders authorized representatives, who choose to be present at the time and
date of opening of tenders. After opening the main envelope, the envelope marked Part-I
(Earnest Money) shall be opened first and if earnest money found to be as per the
requirement of the specifications, only then the envelope marked Part-II shall be opened.
The bids/ offers without earnest money shall be out rightly rejected.
After opening Part-II of the bids (Technical / Commercial), the bids will be technically &
commercially evaluated by PSTCL. The third part of the bids (Price Bid) shall be opened
in case of only those firms, whose Part-II of the bids after evaluation is found to be
conforming to the specifications. The Price Bids (Part-III) will be opened in the presence
of the representative of the qualifying bidders, who choose to attend the opening of bids.
The Part-III (Price Bid) should be unconditional and in case there are conditions, the same
would be considered as waived.

Addl. S.E., Protection & OS Division,


On behalf of Chief Engineer/P&M,
PSTCL, Ludhiana.
Tender Specification No. : 96/2018-19
SECTION – III

IMPORTANT INSTRUCTIONS TO BE OBSERVED BY THE TENDERERS/ BIDDERS

All the Tenderers/ Bidders must carefully observe the following instructions. Offers/
Quotations/ Tenders not strictly in accordance with these instructions will liable to be rejected
and the tenderer/ bidder should submit this section duly signed along with their offer
signifying that they have noted/ accepted all these instructions:

i) Tenders/ offers must bear the signature of person along with his designation authorized as
per constitution and composition of the firm. Authenticated documents to prove authority
of signatory (legal power of attorney in favor of signatory or other wise other document)
must be attached with tender.
ii) Tenderers/ bidders should submit their offer in unambiguous wording failing which
PSTCL’s interpretation/ decision will be final.
iii) Telegraphic/ conditional quotations/ offers will not be accepted.
iv) The tenderer/ bidder shall supply a list of two persons along with their designation and
with their signatures duly attested on the firm’s pad so that they may represent on behalf
of the firm and participate in the opening process of the tenders. The firm shall supply one
such copy in the tender and one copy should be with the authorized person, otherwise he
will not be allowed to participate in the tender opening.
v) The tender/ quotation must be submitted in three parts i.e. Part-I, Part-II & Part-III as
detailed in section I & II of the tender specifications. The firm shall quote the rates neatly
typed on the proforma ‘Schedule of Prices’ only and this must be contained only in Part III
‘Price Bid’ of the tender/ offer.
vi) The commercial terms such as Taxes and Duties (including Excise Duty, CST, Octroi,
Packing, forwarding, Freight and Insurance Charges), if prices are firm or variable, Ex-works
or FOR Destination, Payment Terms, Validity, Warrantee/ Guaranty, Inspection etc. must be
mentioned both in part II and Part III of the tender/ bid.
vii) The tenderer/ bidder must adhere to the PSTCL’s Standard Payment Terms. The offers
with any deviations or quoting other payment terms or conditional payment terms may attract
loading as per the provisions of Board’s purchase procedure or may liable to be rejected
without assigning any further notice.
viii) In case there are more than one item/ type of material, which are being procured
through same tender enquiry, the tenderer/ bidder has right to quote for any or all item(s)/
type(s) of material/ equipment. But tenderer/ bidder must quoted for full quantity of that
particular item/ material. The offers/ tenders with any deviation in this regard will
straightforwardly be rejected without assigning any reason.
ix) The tenderer/ bidder must mention in detail about ‘Bill of Material/ Scope of Supply/
Details of Items with accessories or parts being quoted’ along with quantity of all type of
material/ equipment in both Part II & III of their offer. The tenderer/ bidder shall clearly
mention all technical feature/ parameters and other information relating to quoted equipment/
material in part II of the offer.
x) For all the quoted items, whether it is instrument or otherwise, the tenderer/ bidder must be
original manufacturer/ supplier or authorized agent/ dealer/ representative of the original
manufacturer. In case of authorized agent/ dealer/ representative, the tenderer must produce
copy of valid authorization letter/ certificate with the tender/ offer.
Cont. — P/2 —
xi) The tender/ offer must accompany with sample, if it is specifically asked so in the tender
specifications. The offers/ tenders without accompanying the samples will straightforwardly
be rejected without assigning any reason. However it is at the discretion of the purchaser to
allow bidder to submit the samples in reasonable time after the opening of tenders.
xii) The tenderer/ bidder shall submit the copies of relevant documents/ test reports wherever
applicable/ required. The tenders/ offers without these will not be considered for procurement.
xiii) The tenderer/ bidders must fill all columns of proforma ‘General Particulars of the
Firm’ attached as Annexure-‘C’ and ‘Guaranteed Technical Particulars’ attached as
Annexure-‘D’ supported by all the relevant documents for the speedy disposal of the
procurement case.
xiv) The Purchaser reserves the right to modify the “Schedule of Requirements”,
technical particulars and the specifications at any time and to place the order as a whole or in
parts, and to reject any or all the tenders received without assigning any reason. He will not be
responsible for and will not pay for expenses or losses that may be incurred by Tenderer in the
preparation of the tenders

Addl. S.E., Protection & OS Division,


On behalf of Chief Engineer/ P&M,
PSTCL, Ludhiana.
Specification No.: 96/2018-19
Annexure-‘A’

The Scope of work includes performing hotline maintenance work on energized overhead
transmission line and substation, voltage ranging from 11kV to 400kV to upgrade and maintain
high voltage transmission system components while still in operation. In some circumstances this
may be the only possibility, beside from customer or system disconnection. While performing live
line maintenance work, the following recommendations based on sound engineering safety
principles and extensive field experience shall be adopted by the firms. Live Line work is to be
carried out by line workers who have been trained in working on live lines / energized lines. A
work procedure shall be developed prior to the start of any work and understood by all team
members and include the work environment. All crew members must be competent and capable of
performing their share of the work.
A) Job Supervision – Concerned Assistant Engineer (AE) or Sr. Xen of Hot-Line Maintenance
division of PSTCL is authorized to request, receive, and release Clearances of Hot Line
Orders and is charged with the responsibility for the job.
B) Craftsmen Instruction and Certification/Qualification of personnel. Supplied crew should
have valid certificate for work on charged transmission lines and substations up to 400kV
from reputed and recognized agency/training institute or OEM of Hotline Line Tools. This
certificate should be available with the manpower while working in charged conditions and
the same will be checked all the times before start of any live line task.
i. Certification. Certification is required for those performing the bare hand or hot stick
technique.
ii. Physical Condition. Craftsmen shall pass an annual physical examination for
performing live line maintenance work.
C) Hot-Line Maintenance Tools and Equipment: All the tools and equipment including
movement to site shall be provided by PSTCL.
D) Workman compensation: Bidder has to take full responsibility of the supplied manpower in
case if any accident while working on live lines and should submit an undertaking for the
same along with the bid on non-judicial stamp paper of suitable value..
E) Hotline Maintenance activities of Transmission Lines and substations include-
1) Maintenance activities on Transmission Lines:
a. Surveillance for hot-spot detection using thermos-vision cameras.
b. Live line testing of insulators.
c. Live line contact resistance measurement of various joints, compressed dead-ends & mid-
span joints.
d. Live line replacement of all types of suspension & tension insulator strings.
e. On-load tightening/ replacement of nut-bolts of various clamps & connectors.
f. Live line replacement of arcing horn, corona ring, vibration damper & spacers etc.
g. Full load repairs of the conductors using sleeves and strengthening or replacement of mid-
span joints etc.
h. Live line washing of insulator strings.
i. Measurement of temperature at clamp terminals/connectors.
2) Maintenance activities in Substations:
a. Surveillance for hot-spot detection using thermos-vision cameras.
b. Live line testing of insulators.
c. Live line replacement of all types of suspension & tension insulator strings.
d. On-load tightening/ replacement of nut-bolts of various clamps/connectors on equipment
like Isolators, breakers, CTs etc.
e. Full load replacement of isolator contacts.
f. On-line lubrication of various equipment.
g. Replacement pf damaged jumpers with clamps etc.
h. Live line repairs of conductors using compressed sleeves on min bus or overhead
conductors in switchyard.
i. Live line washing of insulator strings & post insulators.

Any other activity(s) not particularly mentioned above but necessary for maintenance done by
Hotline gangs of PSTCL shall be in scope of contractor on instructions on concerned AE.
F) Procedures of maintenance activities
1) Hot-spot detection using Thermo-vision Cameras: Power line maintenance technicians
locate overheating joints and parts to eliminate potential failure. The transmission lines and
substation equipment shall be surveyed as per routine inspection carried out by PSTCL.
a. Components to survey unless otherwise specified, the thermos-vision survey is required at
joints, bonds and terminations in the conductors and associated equipment, including the
detection of zero/low insulation insulators along the full length of the line. Damage to
conductors at spacer locations must also be considered.
b. The supervisor shall prepare and submit a report to concerned AE of of Hot-Line
Maintenance division of PSTCL for each hot connection, zero insulation insulator or low
insulation insulator detected and included in the monthly performance report as per
PSTCL guidelines.
2) Live Line Punctured Insulator Detection (PID) using software based Positron PID Kit:
The positron instrument detects punctured insulator in the string by measuring the electric
field across the insulator. The electric field across the punctured insulator is less as compared
to healthy insulator. The works involved in it are:
a. Testing of Live Insulator string using software based Positron PID kit
b. Downloading of stored result from Memory of kit to PC.
c. Analysis of results (Graphical & Analytical Method).
d. Preparing Test Report.
3) Hotline replacement of faulty disc insulators: Live line maintenance by Hot Stick method
or Bare Hand technique for system maintenance
a. In Hot Stick method the works are to be carried out by using hot line tools.
i. In this method the linemen will be at the ground potential and isolated from the
energized conductor. This method is generally adopted for transmission lines up to 220
KV. The sticks enable the linemen to carry out the work without infringing minimum
clearance distances from live equipment
b. Bare Hand technique for system maintenance is based on faraday’s principle. In this
method linemen will work either from the insulated bucket / truck or ladder and is bonded
to the energized conductor and isolated from the ground. This method is generally
employed for transmission lines above 220 kV. Ways in which the worker can access the
live parts
i. The worker can access from a specialist type of mobile elevating work platform
(MEWP) termed an insulating aerial device (IAD) which has a boom of insulating
material and which all conductive parts at the platform end are bonded together. There
are other requirements for safe working such as gradient control devices, means of
preventing a vacuum in the hydraulic lines.
ii. The worker can stand on an insulating ladder which is maneuvered to the line by means
of non-conductive rope.
4) Safety Precautions to be taken during Live Line Working
a. A golden rule for hot line operation is "nothing is too safe when a life is at stake". Records
prove that hot line work on high voltage lines is actually safer than maintenance work on
"Cold" lines which could possibly become energized while the line is being worked.
Linemen working with hot sticks are always conscious of the danger involved, and being
aware of this danger they work more cautiously and keep a safe distance.
b. While working it should be kept in mind that the person working invariably keeps a
certain distance from the earth point. In addition to this he should also keep a certain safe
distance from the other phases of the lines.
c. Safety equipment like cross-arm guards, hand gloves, etc. are to be used.
d. Never use a tool which is not tested and which is not familiar, never use a damp tool.
e. Do not exceed the manufacturer’s ratings in the use of hot line tools. Worker must know
the approximate weight of a conductor span and the line tensions which they are dealing
with. When in doubt use a longer tool or two identical tools.
f. Team leaders to check each tool regularly for indicating that the tool may have been
overstressed. When not in use, tools should be kept in the tool container and not on the
ground.
g. All the hotline tools shall be inspected manually and electrical strength test shall be carried
out as per design at site.
h. All the insulators in the string must be healthy except one or two depending on voltage
class.
i. Altitude correction factor should be applied in the above electrical clearances.
j. Distance from inadvertent movement shall be considered depending on the work
procedure and expertise of the lineman.
5) Any other relevant works not particularly mentioned in this specification but necessary for
execution of the works shall be executed by work men under supervision of the concerned
AE.

PERFORMANCE CERTIFICATE

The firm shall have full fledged maintenance procedure of working on live line/sub-station
and have carried out similar work in last 3 years in reputed government utilities with 400kV
level voltage system or should have supplied hotline tools and imparted trainings to at least
two utilities with 400kV level voltage system in last 3 years..

Addl. S.E., Protection & OS Division,


On behalf of Chief Engineer/P&M,
PSTCL, Ludhiana.
Annexure-‘B’

SCHEDULE OF PRICES

Certified Skilled Manpower


Sr Description of Item Unit Qty Rate/Month/Crew Amount / year
No (Crew) Rs Rs
1. Deployment of One crew of
10 Nos Certified Skilled
workers for hotline
maintenance of 400 KV,
Month 1
220kV and 132kV
Transmission Lines and
substations of PSTCL as per
scheduled rates
2. Tentative out Station night stay charges for above manpower
(Approx 60 nights) but payment shall be made as per actual
outstanding nights halts beyond 7:30PM or before 6:00AM (see note
5)
A. Sub Total Rs ( 1+2)
3. Add GST @ ……… on total A or as per actual
4. Grand Total ( A+3) Rs.

Notes:
1. The prices should be duly typed and hand written prices shall not be accepted.
2. The bidder shall not give/ indicate overall discount on the quoted prices. However,
quantity/ payment discount can be given by the bidder, but only in the main tender
i.e. in Part-II ‘Technical/ Commercial Bid’ of the tender. Any firm offering
discount on the quoted prices of after the opening of tender will be out rightly
rejected.
3. Any arithmetic error shall be considered to the advantage of the purchaser.
4. The bidder shall quote only in Indian Rupees. The amount of Foreign Exchange, if
involved for importing the equipment will have to be arranged by the bidder.
5. Due compensation in terms of rest to workmen shall be paid for working beyond
stipulated working of 8 hours/day.

SIGNATURE __________________
DESIGNATION _______________
COMPANY ________________
COMPANY SEAL

DATE ________________________
Annexure-‘C’

SCHEDULE OF GENERAL PARTICULARS OF THE MANUFACTURER/ SUPPLIER


/CONTRACTOR
(Any particulars mentioned below if requires more space, the information may be supplied on extra pages as annexures)

1. :
Name of the Manufacturer/ supplier/ Firm
2. Address, Telephone/ Fax Nos. and e. mail address of the :
Manufacturer/ supplier/ Firm
3. PAN No. and proof of filing Income Tax Return/ Clearance :
Certificate for last 3 years of the Manufacturer/ Supplier/Firm
4. Name of two Owner/ Partner/ Directors/ Proprietors/ General 1. :
Managers/ Responsible men of the Firm along with their
Telephone Nos./ e. mail addresses 2.:

5. PAN No. and proof of filing Income Tax Return/ Clearance 1. :


Certificate for last 3 years of above Responsible men
2.:

6. Name, telephone no. and e. mail address of Work’s Manager/ :


Responsible person to whom reference should be made for
expeditious technical co-ordination/ other clarifications.
7. In case Authorized Representative / Distributor/ Dealer then
give:
a) Name and particular of the manufacturer :
b) Certified copy of the instrument of Authorization of the :
Supplier/ Manufacturer
8. Constitution and Composition of the Firm (Whether :
Proprietary/ Partnership/ Private/ Public Limited or Govt.
Undertaking.
9. Copy of the Memorandum/ Partnership Deed/ Article of :
Association may be attached
10. If Firm Registered with Registrar of Companies or other :
Govt./ Semi-Govt. Dept. Give the details of Authority with
which it is registered and also give the Registration No.
11. Manufacturer’s type and description of Equipment :

12. Whether the equipment is indigenous or imported one :


13. In case the equipment is being manufactured/ Supplied with :
the collaboration of Foreign Company, then give the name of
Collaborator and Country of Origin.
14. Experience and standing in the market :

15. Particulars of Purchase Orders/ Contracts executed with :


Board and other Board/ Govt. Department as per
‘Performance Schedule’ attached as Annexure F
16. Order copies of similar nature of supplies executed with :
Govt./ Semi-Govt./ Reputed Organizations and Electricity
Board
17. Performance Certificate regarding satisfaction supply and :
operation of equipment already supplied.
18. Balance Sheet or details of turnover for last three years :
including trading, manufacturing and profit & loss account
19. Details of Technical Qualified Staff/ Engineers, Skilled/ Semi- :
Skilled/ Un-Skilled Workers employed in Company
20. :
Details of Testing Instruments available
21. :
Details of Plant and Machinery available
22. Details of Service Centers/ Registered Offices available in :
India
23. Copies of Literature/ Drawings/ Test Certificates attached :
24. Bank References :
25. Whether Firm or their product bears Quality Marking such as :
ISS/ IEC/ ISO/ BS Certification/ License, if so send the
details/ photocopy of same
26. Details of Testing/ Calibration/ Repair Facilities available for Details of Testing Available
following:
a) Tests of Raw material
i) :
ii) :
iii) :
b) Type Tests
i) :
ii) :
iii) :
c) Routine Tests
i) :
ii) :
iii) :
d) Acceptance Tests
i) :
ii) :
iii) :

SIGNATURE OF
TENDERER
NAME
SEAL OF COMPANY/ FIRM DESIGANATION
Annexure-‘E’

SCHEDULE OF DEVIATIONS

Tenderers shall carefully state below any and all points clause by clause of his
offer, which are not in accordance with PSTCL’s Technical specifications and General
Instructions.

Clause No. Deviation


Section

We hereby certify that the above mentioned deviations are the only deviations
from the General as well as Technical Specification of the Enquiry. All other clauses of
the specification not specifically commented are acceptable.

SIGNATURE ___________________
DESIGNATION _________________
COMPANY SEAL COMPANY ____________________
DATE _________________________

Note: In case, the technical specifications as well as general conditions of Tender


Specifications are acceptable in toto, the word ‘Nil” shall invariably be put in the
above column.
Annexure-‘F’
PERFORMANCE SCHEDULE

(SEPARATELY FOR BIDDER AND COLLABORATOR)

Sr. Size & Brief Order Name of Qty. Value Date since the Remarks
No. Description of No. & Purchaser Nos. item(s) supplied
item Date are in service.
1. 2. 3. 4. 5. 6. 7. 8.

Note: Please enclosed performance certificate for the equipment supplied to various
Electricity Board/ Power Utilities from Purchasing Agencies.

Dated: ___________________
 Signature :
 Name:
 Status:
 Whether authorized of the Attorney of the
Tendering Co.:
 Name of Tendering Company:
Annexure-‘G’
CONTRACT PERFORMANCE GUARANTEE PROFORMA
(TO BE EXECUTED ON A NON-JUDICIAL STAMPED PAPER OF THE APPROPRIATE VALUE)

Bank Guarantee No. :______________ Dated :_____________

Chief Engineer / P&M,


Power Colony No.1,
Opp. Pb. Agriculture University,
Gate No.1, Ferozepur Road.
PSTCL, Ludhiana-141001.

The hereby agree unequivocally and


unconditionally to pay, within 48 hours, on demand in written from the Chief Engineer/ P&M, the Punjab
State Transmission Corporation Limited, Ludhiana or any office authorized by him in this behalf, of any
amount up to and not exceeding Rs. (Rupees
) to the the Punjab State Transmission Corporation Limited
on behalf of M/S
who have entered into a contract or
who have unconditionally accepted the Purchase Order No. Dated
for the supply of material
for a total order value of
Rs. (Rupees )

This guarantee shall be valid and binding on this Bank up to and including ________________
and shall not be terminate by notice or on account of any change in the constitution of Bank or the firm of
the Contractors/ Suppliers or by any other reasons what-so-ever and our liability here-under shall not be
impaired or discharged by any extension of time or variation or alterations made, given, or conceded or
agreed with or without our knowledge or consent, by or between the parties to the said Contract/ Purchase
Order.

Our liability under this guarantee is restricted to Rs. (Rupees


). Unless a claim in writing is
presented to us within six months from that date and if unpaid a suit or action or enforce a claim under the
guarantee is filed against us within six months, all your rights under the said guarantee shall be forfeited
and we shall be released and discharged from all liabilities thereunder.

We hereby agree that any claim or dispute arising under this deed shall fall within jurisdiction of
competent courts at Ludhiana.

We hereby further declare that this deed has been executed by our lawfully constituted attorney legally competent to sign and execute such
deeds.

Witness 1. Signed
For Prop.
2. Bank
Annexure-‘H’

UNDERTAKING FORM

(To be entered on a Non-Judicial Stamped Paper of Appropriate Value)

We
state that our works are situated in the state of Punjab and we claim ‘Order Preference’ as
stipulated in the PSTCL Tender Specification No. due on
against which we have submitted out tender no. dated . We under take
to execute the order/ contract if placed/ awarded on to us even by counter offer at the rates worked
out by Punjab State Transmission Corporation Limited in accordance with its Purchase
Regulations. It is further understood that in the event of refusal by us or failure on part to execute
the order/ contract (full or part) placed/ awarded on to us under ‘Order Preference’ on any account
what-so-ever, the Punjab State Transmission Corporation Limited shall have the right to forfeit
the earnest money deposit by us and we shall have no claim for the refund thereof. The Punjab
State Transmission Corporation Limited shall also have the right to suspend business dealing with
us and to blacklist our firm, without prejudice to other rights accruing to the Punjab State
Transmission Corporation Limited under the Purchase Order/ Contract, if placed/ awarded on to
us.

Signature of Constituted Attorney.


Name:
Designation
Seal of the Company Date

You might also like