Professional Documents
Culture Documents
: 0341-2374553
(ESTABLISHED BY THE ACT XIV OF 1948)
DSTPS Fax No. : 0341-2374338
P.O:ANDAL-713321, DIST: BURDWAN
WORK ORDER
To
M/s AKA Logistics Pvt. Ltd VENDOR'S
Chitrakoot Building, 1st Floor; 230A, A.J.C. Bose TELEPHONE: 03330293100
Road,Kolkata-700020(West Bengal) Kolkata Pincode:
700020
City: Kolkata
PIN: 700020
FAX: 03330293100
Sub: Rate contract for 02 years for Electrical O&M Support service in Shift Operation,
Upkeepment & Supervision, Preventive Maintenance including Opportunity based
Shutdown/Breakdown Maintenance and overhauling of Electrical equipment and
systems of Inside Power House, Compressor House and Fuel Oil un-loading &
forwarding pump house, DG Room, Technical Building etc. of 2x500MW DSTPS,
DVC, Andal
Ref: i) Tender Enquiry No : DVC/Tender/DSTPS/Electrical Maint.- 1/C&M Purchase & Contract/Works
and Service/00038 Dated 06/01/2021
ii)Your Quotation No: AKALPL/DSTPS/EM/2020-21 Dated 08/02/2021
Dear Sirs,
With reference to above, Damodar Valley Corporation is pleased to place order on you for "Rate contract for 02
years for Electrical O&M Support service in Shift Operation, Upkeepment & Supervision, Preventive
Maintenance including Opportunity based Shutdown/Breakdown Maintenance and overhauling of
Electrical equipment and systems of Inside Power House, Compressor House and Fuel Oil un-loading &
forwarding pump house, DG Room, Technical Building etc. of 2x500MW DSTPS, DVC, Andal" as per
description of work, scope of work, quantity, rate, Total Amount and Terms & Conditions as stated herein below:
DESCRIPTION OF WORK
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)
Page 1 of 9
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)
SCOPE OF WORK
1. a. As per Attachment [SOW-Annexure-I]
OPTIONAL WORKS
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)
Page 2 of 9
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)
Total Basic Price of all Tasks:- Rs.13161017.11 (Rs. One Crore Thirty-One Lakh Sixty-One Thousand
Seventeen and Paise Eleven Only)
Page 3 of 9
3.0 PAYMENT TERMS:
90% progressive payment with all taxes & duties For All Tasks
shall be made through RTGS/NEFT within 15
working days against submission of monthly RA bills
in triplicate, pre receipted in original copy after
statutory deduction as applicable subject to
satisfactory completion of the job duly certified by
the Engineer-in-charge and acceptance of SDPG and
execution of the agreement.
Balance 10% will be paid after completion of the
contract against presentation of bills.
Page 4 of 9
10.0 PAYMENT THROUGH RTGS/NEFT:
All payments to the vendors will be released through RTGS/NEFT only. Vendors are requested to submit
the requisite bank details as per annexure attached in NIT. The contractor/vendor shall furnish the
certificate that there has been no reduction in the price, to the Paying Authority along with each invoice/bill
.
11.0 CONTINGENCY:
Contractor must possess sufficient fund to pay the workers when bills are not paid/passed for reasons
whatsoever for at least two months.
12.0 AGREEMENT:
On receipt of a LOA / LOI / WO for ARC the successful contractor shall have to execute a contract
agreement (5 copies) in the prescribed DVC format on a non-judicial stamp paper of appropriate value
duly filled in all respect to the order issuing authority/C&M Section for acceptance before commencement
of works/ Services as applicable failing which no payment will be made to the contractor
13.0 PERFORMANCE GUARANTEE/DEFECT LIABILITY:
The contractor shall stand guaranteed against defects attributable to faulty workmanship or procedure
adopted in the total work for items covered in the contract for a period of six (06) months from the date of
re-commissioning of the set after completion of the mentioned work. The guarantee covers all defects
notified during this period and shall have to be attended to free of cost immediately or at the time DVC is
able to give shut down of the set. In case of failure to do so, DVC shall arrange to attend the defects and
the charges shall be levied to the account of the contractor and shall be recoverable from the contractor¿s
bill.
Page 5 of 9
14.0 PENALTY CLAUSE:
Penalty Clause: The following penalty clauses shall be applicable in the rate contract for reasons not
attributable to DVC.
.
11.0 Failure to provide required Tools and consumables
as mentioned in Annexure-III 500/- per item on each
instance.
Page 6 of 9
15.0 SUBLETTING:
The Vendor shall not sub-let or assign any part of this contract to any other vendor/agency without the
prior written consent of the Purchaser / owner. Such assignments or sub-letting or transfer shall not relieve
the Vendor from any obligation, duty and responsibility under this contract. Any assignment, transfer or
subletting without the prior written approval of the Owner shall be void. The Purchaser / owner shall have
the right to cancel the order/contract and to purchase the services from elsewhere and the vendor shall be
liable to the Purchaser / owner for any loss or damage which the Purchaser / owner may sustain in
consequence or arising out of such purchase and the Vendor shall indemnify such loss or damage to the
Owner
16.0 BASIS OF PRICE & PRICE VARIATION CLAUSE :
The awarded price to bidder shall be subject to adjustment during pendency of the contract to reflect
changes in the cost of Skilled/ Unskilled labour in accordance with the procedure specified below (PVC for
Labour Cost). The rate shall be inclusive of all taxes & stationary charges as applicable but excluding of
GST. GST as & if applicable shall be paid extra as per GOI rules.
Where,
0.10 & 0.90 are Fraction of Fixed cost and Variable cost respectively with respect to the Base Price.
i). L0= Basic +VDA+ Bonus @8.33 %( Basic +VDA)+EPF+ESI as on the date of 11.02.2021 (i.e.
Techno-commercial Bid opening).
ii). LI= Basic +VDA+ Bonus @8.33 %( Basic +VDA) +EPF+ESI as on the current period.
iii) LI/LO will be calculated both for Skilled labours & Unskilled labours separately in each occasion and
minimum of the LI/L0 so calculated to be considered in PV formula.
iv) For calculation of increase/decrease (W), Minimum central wage (LI, L0) for skilled & unskilled
labours are to be considered as per circular of DVC HR .
v) The Escalation shall be applied both way i.e. +Ve o r-Ve.
.
17.0 EPF/ESIC :
Compliance of EPF & ESI scheme for the workers engaged by the Contractor shall be applicable as per
rules. EPF & ESI provision shall have to be made by the contractor as per prevailing rules and the same to
be in force from time to time during the tenure of the contract. The liability to comply with all related
formalities shall rest upon the contractor
18.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
a) The successful bidder will have to deposit as security, for satisfactory execution of the order, and for
guaranteed performance of the executed works or services for an amount equivalent to 10% of the ordered
value in the form of Bank Guarantee (as per DVC format) within 30 days from the date of issuance of
Work Order, from any Nationalized / Scheduled Bank and it should have validity initially for 24 months
from the date of execution of BG plus 6 months claim period thereafter.
b) The said BG should be extended suitably covering the entire Guarantee/ warranty(defect liability)/
extension period (If applicable) plus 6 months claim period after completion of work. The amount so
accepted as SD to be refunded to the bidder after completion of Contract period/ G/W period /Extension
period (If applicable) as mentioned in the contract. No payment, whatsoever will be made till the
acceptance of SDBG as per the terms of the contract. In case banks refuse to issue BGs having Claim
Period separately, the validity period of those BGs may be taken as warranty period (defect liability) plus
six months.
Page 7 of 9
20.0 SAFETY ASPECTS TO BE COMPLIED:
Job safety analysis is to be carried before start of any work((As per clause no. 31 of GCC, DVC) and have
attached along with this NIT
21.0 CANCELLATION/SHORT CLOSER :
The Contract may be terminated as per the following DVC¿s GCC guidelines:
DVC may terminate/Short close the contract, by not less than 30 days written Notice to the bidder, to be
given after occurrence any of the events specified in the Sl. No. (a) to (e) of this clause and 60 days in the
case of the event referred to Sl. No. (g), (h) & (f) below.
a) The bidder fails to comply with any of the terms of the order or the bidder do not remedy a failure in the
performance of their obligation under the contract, within 30 (Thirty) days after being notified or within
any further period as the owner may have subsequently approved in writing.
b) The bidder becomes bankrupt or goes into liquidation.
c) If as a result of Force Majeure, the bidder is unable to execute the job for a period of not less than 60
days.
d) If the bidder, in the judgment of the owner has engaged in corrupt or fraudulent practices in competing
or in executing the contract. For the purpose of this clause :
e) 'Corrupt Practice'means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the selection process or in contract execution.
f) 'Fraudulent Practice' means a misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of the owner.
g) The bidder is otherwise precluded from complying with any of the terms of the order on account of any
directives of any lawful authority.
h) If the owner, at its sole discretion, decides to terminate this contract.
22.0 PAYING AUTHORITY: Deputy General Manager, DSTPS, P.O:ANDAL-713321, DIST: BURDWAN.
DVC GST No: 19AABCD0541M1ZO
23.0 CORRESPONDENCE:
27.0 ACCEPTANCE: Please acknowledge receipt and convey your acceptance by returning the duplicate copy
of this Work Order duly signed with company seal and date within 10 days to the Work Order Issuing
Authority.
ENCLOSURE :-
Yours faithfully
Page 8 of 9
AMITAVA MAITY
WO Summary :-
CC Details :-
1. CHIEF ENGINEER-I & HOP (CE's office), DSTPS
2. CHIEF ENGINEER-II (CE's office), DSTPS
3. DEPUTY CHIEF ENGINEER (Electrical Maint.- 1), DSTPS
4. DEPUTY GENERAL MANAGER (ACCOUNTS), DSTPS
5. SENIOR ADDITIONAL DIRECTOR (HRD), DSTPS
6. SUPERINTENDING ENGINEER (C&M Stores), DSTPS
7. SDE (VIGILANCE), DSTPS
Page 9 of 9