Você está na página 1de 85

Cost of tender specification Rs.

2,500/-

SSINGLE PART

JODHPUR VIDYUT VITARAN NIGAM LIMITED


OFFICE OF THE SUPERINTENDING ENGINEER (DSM-IT & TRG)
NEW POWER HOUSE, JODHPUR 342 006
TENDER SPECIFICATION

ANNUAL MAINTENANCE CONTRACT (AMC) & FACILTY MANAGEMENT

SERVICES (FMS) FOR THE ELECTRICAL, MECHANICAL & BMS SYSTEMS


INSTALLED AT
DISASTER RECOVERY CENTER, NPH PREMISES, JODHPUR
FOR A PERIOD OF 03 (THREE) YEARS
JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1

Contact Details
Contact Person

SE (DSM-IT & TRG)

Address

Jodhpur Vidyut Vitran Nigam Limited,


New Power House,
JODHPUR 342006

Telephone:

(0291) 2740212

:Fax

(0291) 2741772

:Email

seitjdvvnl@gmail.com

Page 1 of 85

WEB PAGE
JODHPUR VIDYUT VITARAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (DSM-IT & Trg.)
NEW POWER HOUSE, JODHPUR 342 006
Phone:-0291-2741772, Fax:- 0291-2740212,
e-mail:- seitjdvvnl@gmail.com
__________________________________________________________________________________
TENDER NOTICE
BIDS (TECHNO-COMMERCIAL BID AND PRICE BID) ARE INVITED FOR THE WORK AMC & FMS FOR THE ELECTRIC, MECHANICAL & BMS SYSTEMS INSTALLED
AT
DISASTER RECOVERY CENTER, NPH PREMISES, JODHPUR
FOR A PERIOD OF 03 (THREE) YEARS

(SINGLE PART BID)

The complete bid document have been published on the official website of Jodhpur
Discom, www.Jdvvnl.com and the same can be downloaded by the bidder. The
downloaded bid documents shall be considered for participation in bid process subject
to submission of required bid document fee of Rs. 2,500/- only (Rupees two thousand
five hundred only) in cash/DD in favour of Sr. Account Officer(Cash & CPC), JdVVNL,
Jodhpur, payable at Jodhpur, failing which the bid will be summarily rejected.
SUPERINTENDING ENGINEER (DSM-IT & TRG)
Not to be published.
SUPERINTENDING ENGINEER (DSM-IT & TRG)
JODHPUR DISCOM, JODHPUR

Page 2 of 85

NOTE: -

(SINGLE PART BID)

(1) The tenderers are advised, in their interest, to go through the entire specification
before submitting their tender offer.
(2) EMD could be furnished in Bankers cheque/D.D.
(3) Furnishing of Earnest Money (Bid Guarantee) as per relevant clause of
Instructions to bidders (INB) of this specification is essential.
(4) No part of this specification should be removed and it should be submitted duly
filled and signed on all pages.
(5) The tender documents should be addressed to the Superintending Engineer
(DSM-IT & TRG.), Jodhpur Vidyut Vitaran Nigam Limited, New Power House,
Jodhpur 342 006.
The Tenderer shall ensure that their tenders are furnished /submitted
strictly in the manner detailed in Specification; otherwise the offer is likely to be
ignored

Page 3 of 85

2 . IMPORTANT DATES AND NOTES FOR BID INVITATION


IMPORTANT DATES
Last Date & time for receipt of
tenders
Date & time of opening of tenders

06.12..2013 up to 02:30 PM
06.12..2013 at 03.00 PM

Cost of Tender Specification


(Non-refundable)

Rs. 2500.00
( Rs. two Thousand Five Hundred only)

Validity

120 days from the next date of opening of the bid.

Earnest Money

Rs. 96,000/- (Ninety Six Thousand only.)

Contact person
(Authorized Bid Signatory)
Correspondence Address

Superintending Engineer
(DSM-IT & TRG)
Superintending Engineer (DSM-IT & TRG)
JdVVNL, Jodhpur, New Power House, Jodhpur

Page 4 of 85

INDEX
SECTION-I
Instructions to tenderers with
addendum corrigendum
Important Notes
Introduction- Project Profile &
Background Information
SECTION-II
General Terms & Conditions
SECTION-III
Scope of work
Miscellaneous Requirements
regarding O&M activities
Special Conditions of contract
List of Registers/Log
books/Periodical formats
Coordination with OEM
Manpower requirement for FMS
Pre Qualification requirements
Annexure A Technical Offer & General Details
Annexure I
Annexure II
Annexure III
Annexure IV
Annexure V
Schedule-1
Schedule-2
Schedule-3
Schedule-4
Schedule-4A
Schedule-4B
Schedule-4C
Schedule-5
Schedule-6
Other Information

Equipment to be brought under maintenance contract


at the time of the commencement of the contract
General Profile of the Bidder
Collaboration / Consortium / JV details
Organizational Capabilities
Details of manpower strength
Self-Declaration
Schedule Of Deviations
Commercial Terms & Conditions
Technical Terms & Conditions
Financial Offer
Qualification Requirements Details
Supporting Documents For Qualification
Requirements
Qualification Requirements Details
List of previous experience of similar nature work
executed
General particulars about the tender in brief

Page 5 of 85

IMPORTANT NOTES
1.
2.

3.

EMD could be furnished in Bankers cheque/D.D.


Furnishing of Earnest Money (Bid Guarantee) as per relevant clause of Instructions
to bidders(INB) of this specification is essential. Bid not accompanied by a copy of
cash receipt / crossed bank draft for Earnest Money Deposit will not be opened and
rejected.
The complete bid document have been published on the official website of Jodhpur
Discom, www.Jdvvnl.com and the same can be downloaded by the bidder. The
downloaded bid documents shall be considered for participation in bid process
subject to submission of required bid document fee of Rs. 2,500/- only (Rupees two
thousand five hundred only) in cash/DD in favour of Sr. Account Officer(Cash &
CPC), JdVVNL, Jodhpur, payable at Jodhpur, failing which the bid will be summarily
rejected.

4.

All the communication/ correspondence including the bid document (Technical and
Financial Bid) should be signed and stamped on each page by the designated
authorized representative of the bidder.

5.

Bids will be considered only in the prescribed form/ document. Bids not submitted
in the prescribed format will be summarily rejected and EMD submitted along with
the bids shall be forfeited. Also, bidders should refrain from providing the
information which is not relevant.

6.

Copies of various documents to be enclosed along with the bid-proposals must be


legible and be self-attested by the authorized signatory with official seal. Claims
made by bidder related to the project experience and other requirements shall be
considered only when appropriate supporting documents are provided.

7.

All the communication/correspondence including the bid document (Technical and


Financial Bid) must be signed and stamped on each page by the designated
authorized representative of the bidder failing which the bid will be summarily
rejected.

8.

The Bids can be submitted up to date and time given as specified in the NIT.

9.

The complete bidding process is defined in section-I of this document.

10.

Tendering Authority reserves the complete right to accept or reject in part or full
any or all the offers without assigning any reasons whatsoever. No further
discussion/ interaction will be held with the bidders whose bids have been
disqualified/ rejected by the purchaser/ tendering authority.

11.

In case, a dispute arises with regard to interpretation/ omission/ error in the tender
document, bid submitted, other documents; the decision SE (DSM-IT & TRG),
JdVVNL, Jodhpur will be final and binding upon the bidders.

12.

Interested bidders may obtain further information from the office of the
Superintending Engineer (DSM-IT & TRG), JdVVNL, New Power House, Industrial
Area, Jodhpur on any working day up to 05.12.2013 from 10 am to 6pm.
SUPERINTENDING ENGINEER (DSM-IT & TRG)
JODHPUR DISCOM, JODHPUR
Page 6 of 85

Introduction
PROJECT PROFILE & BACKGROUND INFORMATION
Ministry of Power, Government of India, had launched the Restructured Accelerated Power
Development and Reforms Programme (R-APDRP) with focus on establishment of base
line data, fixation of accountability, reduction of AT&C losses through strengthening &
up-gradation of Sub Transmission and Distribution network and adoption of Information
Technology.
The objectives of RAPDRP were:

Improving financial viability of State Power Utilities

Reduction of AT & C losses

Improving customer satisfaction

Increasing reliability &quality of power supply

The Projects was divided in Two Parts.


Part-A includes the projects for establishment of baseline data and IT applications
for energy accounting/auditing & IT based consumer service centres.
Part-B includes include regular distribution strengthening projects.
RAPDRP Project Governance

RAPDRP in Rajasthan
The RAPDRP project in Rajasthan started in 2009. The key features are as below:
IT Consultant
IT Implementation Agency
SCADA/DMS Consultant

Infosys Ltd.
HCL Infosystem
Kalkitech
Page 7 of 85

SCADA DMS Implementation Agency


Network Connectivity Provider
Number of town Covered
Location of Data Centre
Location of Data Recovery Centre

Dongfang
M/s Reliance / M/s Bharti Airtel
Complete Rajasthan Discom
Jaipur
Jodhpur

One of the most important objectives for the DC/DRC set-up is special when all the
applications are centralized in nature. Highly availability, reliability of DC/DRC ensures
that the end users are able to operate and access the applications at all times with desired
response time.
Infrastructure at DRC
DRC has been established at Jodhpur with a objective of 100% redundancy and improve
availability of the system. DRC is 100% replica of the Data Center. More than 100 servers
are deployed for various applications at each centre. Servers, Internet router, core switch,
Layer-II switch, Intrusion Prevention system, MARS(Cisco make) for Security Information
Management, Radware Global Server Load Balancer 1004, SAN switch, SAN storage, Tape
Library etc are equipped in DC/DR centre.
The DRC is provided with power supplies from two 500KVA transformers (33/0.4KV &
11/0.4KV) fed by separate 33KV Feeder and 11KV feeders emerging from 132 KV GSS, New
power House, Jodhpur and 2x500KVA Diesel generator acting as a standby source. The
servers are fed through UPS whereas Precision Air conditioners are fed directly by raw
power. The system is designed in such a way that it utilizes the load sharing in normal
working condition whereas for any abnormal condition, multiple level of redundancy is
provided.
DC/DRC is being provided with Internet Leased Line of 20 Mbps single channel as primary
and 5 Mbps as a secondary Internet Leased Line from different Internet Service Providers
(ISPs). Customer Care Center of Jaipur, Jodhpur and Ajmer are linked with DC/DRC with 2
Mbps connectivity. System is build with international regulations on safety, RFI/EMI,
Immunity and X-ray with best industrial practice.
Customer Care Centre (CCC) of Jodhpur Discom is attached with power supply system of
DRC, for registering and addressing consumer complaints which make DR more critical.

Page 8 of 85

SECTION - III
SCOPE OF WORK
The scope of work/services to be provided by the contractor shall be inclusive of
the following but not limited to:-

AMC & FMS for


o Electrical & Mechanical systems
o Diesel generator system including AMF panel,
o Precision Air Conditioners(PAC) SYSTEM,
o Split air conditioners etc),
o Building management system

Access control system,

Public addressing system,

CCTV system,

water leak detection system ,

Rodent repellant system ,

Smoke detecting & alarming system(VESDA),

Fire Alarm System,

Fire Suppression system etc.

Scheduled preventative maintenance and inspection of installed equipment at


DRC premises.

Maintain All the logs /records in prescribed formats

Coordinate with OEM for OEM specific Activities (Procurement of Spares, Service
provided by OEM)

Provide skilled & qualified manpower as specified

The initial period of contract will be for 03 (three) years, further extendable on
same terms & conditions for a period of 01(one) year on mutual agreement basis.
The list with complete details of all the Equipments/ accessories (Hardware &
softwares) already existing & covered in the scope of work is mentioned in
Annexure-A.
All the consumables/spare parts where ever & when ever required will have to
be procured & arranged by the bidder from the respective OEM/its authorized
Page 9 of 85

dealer , payment against which will be made by the Discom after verification of
successful installation/commissioning, integration with the existing system & on
production of bill from OEM. In case of the non-availability of the any spare
part/hardware/ power equipment etc. of OEM, contractors have to provide
equivalent/higher available version of equipment /software & integrate with the
existing system.
The bidder is advised to visit and examine the Site of Works and its surroundings
and obtain for itself on its own responsibility all information that may be necessary
for preparing the bid and entering into a contract for the Works. The costs of visiting
the Site shall be at the bidders own expense. Claims and objections due to ignorance
of existing conditions will not be considered after submission of the bid and during
implementation.
The bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such visit, but only
upon the express condition that the bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss of or
damage to property, and any other loss, damage, costs and expenses incurred as a
result of the inspection.
The site addresses for providing the services is at the office Of Superintending
Engineer (DSM-IT & Trg.), Data Recovery Center Building, Jodhpur Vidyut Vitran
Nigam Ltd., New power House premises, Near Basni Industrial Area, Jodhpur 342006.

Page 10 of 85

1.1AMC & FMS for Electrical & Mechanical systems


The scope of work include Operation, maintenance, testing and servicing of 2 nos. of
500 KVA capacity of D.G sets, AMF panel, and L.T Distribution board with all associated
accessories including LT panels for supplying power and its related jobs .
1.1.1

Diesel Generator :

General periodical checkup/overhauling schedule of each DG set is mandatory as


detailed & described below:

Maintenance Items
Voltage/amp of each phase of both
supply source, UPS and Panels

Visual/ Record Change Drain/


Inspect
Top
up
X
X

Coolant heater and level

Check & record oil & fuel level

Check air cleaner

Check Battery charger

Check Earthing status/connections


Check Battery voltage status

Daily & Every


run
Daily & Every
run
Daily & Every
run
Daily & Every
run
weekly
Daily

Check Battery voltage sustainable

Clean Crankcase breather


Examine radiator hoses

Flush & clean cooling system

Checking for unusual sound


Checking for unusual smoke color
Any Deviations from usual run

X
X

Associated Panels of DG Sets

Checking of Fuses, relays of DG &


its associated panel
Checking of Auto-start & Stop

Flue Gas Analysis

Frequency of
Checking
/Recording
Hourly during
run period

Monthly
X

3months
3months

yearly
Every run
Every run
Every run

Weekly
X

Weekly
fortnightly

Yearly

The contractor will have to fill up all the prescribed periodical registers/log
books/formats, as finalized & provided by Discom.

Page 11 of 85

Providing uninterrupted power supply through available resources in case of


power cut or otherwise as required adhering to time schedule & General upkeeping of all LT equipment - .

All equipment associated with D.G plant such as D.G Sets, electrical panel , batteries
,oil tanks , earthing connections , cooling system, LT panel should be checked up
and cleaned on routine basis by the Contractor. The D.G area is also to be kept in
properly clean & pleasant condition.

Maintaining the proper earthing /grounding values.

Maintaining records of load current, voltage, temperature, duration of running and


various parameter of DG during the run time.

Operation and preventive maintenance of AMF Panel.

Supply & replacement of following parts during periodical servicing ( Every 300
Hrs. of engine operation / 9 months whichever is earlier , as per the original
equipment manufacturer(OEM) manuals)
(i)

Fuel Filter

(ii)

Lubricating Oil Filter

(iii)

By pass filter

(iv)

Coolant

(v)

Engine oil

(vi)

Air Filters.

The cost of required spares and consumable shall be borne by Discom.

For the purpose of running the D.G set, the prime fuel i.e. Diesel has to be carted by
the agency in presence of Jodhpur Discom official & proper consumption record has
to be maintained.
The cost of fuel/diesel shall be borne by the Jodhpur Discom.
Note:

The Contractor shall give notice well in advance for procurement of diesel, engine
oil etc. as required for up-keeping of the plant , before the entire stock is exhausted.

The Contractor should be responsible of coordinating all activities during


operation, servicing, maintenance and repair activity of D.G sets and /or associated
systems. For any kind of fault arising at any time, the Discom must be kept well
informed by the supervisor and repaired work has to be attended immediately in
consultation & preferably in presence of Discom Official/officer.

Page 12 of 85

Any kind of break down on any part of the systems shall be attended within the
duration specified in the specifications, on receipt of information and necessary
repairs shall be carried out promptly, and also arrange for the spares if required,
within time period specified in SLA , so that the system can be restored to normal
working conditions.

1.1.2 MAINTENANCE OF ELECTRICAL INSTALLATIONS ASSOCIATED WITH


33/0.4 KV & 11/0.4 KV SUBSTATIONS

Preventive maintenance of the LT electrical installations associated with 33/0.4 KV


& 11/0.4 KV substations & connected LT panels as per the schedule given below:

Particulars

Visual/ Record Change/ Frequency


Inspect
Replace
of
Checking /
Recording
Various Electrical Parameters of both supply X
X
Hourly
sources & UPS including load current,
feeder current and feeder voltage
Voltage/amp of each phase as available on LT X
X
Hourly
Panels
Maintenance of Automatic Power Factor X
x
Monthly
Control Panel.
Checking
lugs, cables, cable termination X
weekly
points, busbars , tightening of contacts etc.
Cleaning carbon deposit at contacts/joints etc X
weekly
Checking of healthiness of electric panel
accessories
Checking of healthiness of Auto-changeover(s), MCB(s),MCCB(s),ACB(s), switches,
switchgears, Circuit breakers etc., & other
electrical items as available on site
Checking & maintaining earthing /grounding
and their associated equipments
Up-keeping of all electrical fittings and
fixtures such as light, exhaust fan, ACs, etc.,.
Checking of indicating equipments, alarm
units, etc installed on panels

weekly

weekly

fortnightly

Monthly

weekly

Servicing and overhauling of Main LT panels / distribution panels installed in control


room, LT panels installed in server room, LT panel installed in UPS room, LT panels
installed in server room & UPS panel including battery sets installed in UPS room.

Page 13 of 85

Burnt out motors\ Auto-change-over(s), MCB(s), MCCB(s), ACB(s), switches, etc., &
other electrical items shall not be repaired but replaced with energy efficient motors
of OEM preferably in presence of Discom Official/officer and documentary proof for
the same will be submitted for successful installation & commissioning for payment
purposes.
Common Area Power & Lighting and Miscellaneous

General checkup of all the common area lighting and power systems ensuring power
supply to all the emergency lightings and critical equipments.
1.2 PRECISION AIR CONDITIONERS (PAC)

Particulars
Temperature & humidity
Air Filter status
Air Filter cleaning
Compressor gas /gas pressure
Water leakage from unit
Oil leakage from unit
Checking of healthi-ness of Autochange-over(s),MCB(s), MCCB(s),
switches, etc., & other electrical
items as available on site
Checking
of
indicating
equipments, alarm units, etc
installed on PAC
Checking of outer unit &
associated equipments like fan
section, piping, blades, speed
controller etc.
Checking integration with Fire
alarm system

Visual/ Record
Inspect
X
X
X
X
X
X
X
X
X

Change/ Frequency of
Replace Checking /Recording
hourly
weekly
x
Monthly
Top-up
Weekly & also As &
when Required
Weekly
Weekly
Weekly

Daily

Weekly

On mock drill

The bidder shall ensure the healthiness of Precision AC units & shall meet the
requirement of maintenance of all the associated hardwares & accessories in
addition to those detailed in above list, to provide desired environmental
conditions inside the DRC as prescribed by Discom.

Page 14 of 85

Charging/Top-up of Refrigerant Gas, with proper metering (to indicate actual


top-up quantity) of refilled gas as & when required in presence of Discom
Officials.

1.3 COMFORT AIR CONDITIONERS


The bidder shall ensure the healthiness of Comfort AC units & shall meet the
requirement of maintenance of all the associated hardwares & accessories, to provide
pleasant environmental conditions at DRC, Jodhpur.
Replacement of any component of air conditioners (outdoor and indoor units, inlet / out
let /chilling /associated Pipelines, electrical connections etc. found defective after the
following checks and tests replacement of defective spare parts, defective etc.).
Particulars

Visual/ Record
Inspect

Air Filter status


Air Filter Cleaning / Replacement of
filter
Checking operation of the controls v.i.z
selector switch, thermostat, relays,
remote control etc.
Compressor gas /gas pressure

Water leakage from unit


Air flow & air temperature through the
supply air grill, return air grill,
condenser, Outlet air from the condenser

Change/
Replace

Frequency of
Checking
/Recording

Monthly
Monthly

Monthly

Top up
As &
when
Required

Monthly

Monthly
Monthly

BMS includes - Access control system, public addressing system, CCTV system, water
leak detection system, Smoke detection/alarm system(VESDA), Fire detection/alarm
system, Fire suppression system, BMS software, & associated BMS panels etc.
Contractor will maintain all the associated sub-systems installed /working at DRC, in an
integrating fashion with the BMS software.

Page 15 of 85

1.4.1 Access control system


Access control system
Maintenance Items

Visual

Check intelligent networkable 4 reader


controller performance/workability
Check proximity HID card reader
performance/workability
Check Finger print reader with proximity HID
reader performance / workability
Check Electro-magnetic Lock(EML) single
/double leaf door performance/ workability
Check Emergency Release switch/manual call
pull
Checking integration with Fire alarm
system

Reports/
Records

Frequency of
Checking /Recording

Monthly

Daily

Monthly

Daily

Monthly

Daily

Monthly

Daily

Monthly

fortnightly

On mockdrill

1.4 Building Management systems (BMS)


AMC includes Up-keeping of the Access control system as per above guidelines.
Rectification of software problem and its integration with BMS.
Monitoring of the Access control system and reporting of unhealthy system,
abnormalities in performance or malfunctioning to be reported to Jodhpur
Discom In-charge Engineer.

1.4.2 Very Early Smoke Detection & Alarm System (VESDA)

Very Early Smoke Detection & Alarm System (VESDA)


Maintenance Items
Visual/ Reports/ Frequency
Inspect Records of Check/recording
Check Smoke Detection system
X
Monthly
Cleaning of Smoke Detector system

Manual pull call down point workability

Monthly/
after use or test
Monthly

External alarm/hooters

Monthly

AMC includesPage 16 of 85

Up-keeping of the Very Early Smoke Detection & Alarm System (VESDA) as
per above guidelines.
Monitoring of the Access control system and reporting of unhealthy system,
abnormalities in performance or malfunctioning to be reported to Jodhpur
Discom In-charge Engineer.

1.4.3 Fire Alarm and Detection System & Fire Extinguishers (Hand held)
Fire Detection System & Fire Extinguishers (Hand held)
Maintenance Items
Visual/
Reports/
Inspect
Records
Check Fire Alarm/Detection system
X

Frequency
of Check
Monthly

Cleaning of Fire Detector

Manual pull call down point workability

Monthly/
after use
Monthly

External alarm/hooters

Monthly

The routine services for fire extinguisher include:

General cleaning of fire extinguishers.

Checking & replacement of

sprinklers, Pumps, Cylinders , Pressure gauges, squeeze grip, Syphon tube,


discharge nozzle, repair/ replacement of brass portion, repair/
replacement of valves/ lids, fixing/ positioning of fire extinguishers,
refilling, pressure testing, repair/ replacement of grip handle/ PVC base/
trolley (as required) etc. and any other work to maintain the serviceability
of the fire extinguishers.

Fire extinguishers are to be maintained in ready to use conditions as per

fire standards. Refill with the type of material as prescribed on the


cylinder/container. Refill/replace the extinguishers within 7 days after the date of
expiry.

Page 17 of 85

1.4.4 FM 200 Gas based fire suppression system installed in Server room and Ups
room
In accordance with the guidelines/standards communicated by National Fire
Protection Association (NFPA), the following inspection and/or maintenance
schedule must be followed stringently and performed upon on the occurrence of any
event which might affect the reliability of the system.
Fire Suppression System
Maintenance Items
TESTING/CHECKINGS TO BE CARRUIED OUT MONTHLY
Check Fire Detector
Cleaning of Fire Detector
Manual pull call down point workability
Maintenance of external alarm/hooters
Maintenance of Smoke /Ionization/ Heat
Detectors/Response Indicators
functioning and operations of the main control panels
Checking for proper operation of the complete system on
battery backup by simulating mains power failure.
check for fault signal
Examine all pipes and joints for corrosion or signs of
looseness/ damage
Check all actuating mechanisms and electrical detection
and alarm system
Check all control valves for correct manual or automatic
function
Check all piping, fittings and nozzles for looseness, dirt
or other damage.
Check All outlet piping must be clean and free of dirt,
chips, fillings and other foreign material that may cause
the system to become non-operative or ineffective at the
time of discharge.

Visual/
Inspect
X
X
X
X

Reports/ Repair
Records Replace

X
X

X
X

QUATERLY TESTING System inspection shall be done with all systems will be thoroughly and tested
for proper operation by professionally competent personnel.
Room integrity shall be carried out and that the enclosure protected by the
clean agent shall be thoroughly inspected to determine if penetrations or other
changes have occurred that could adversely affect agent leakage or change
volume of hazard or both.
Page 18 of 85

Maintenance Items

Visual/ Reports/
Inspect Records
TESTING/CHECKINGS TO BE CARRUIED OUT QUATERLY
Check the pressure gauges of each agent
storage container. Pressure varies with
temperature, and this must be taken into
account when checking the pressure
gauge.
Determine the amount of agent in all
containers. The optional liquid level
indicator may be used to measure agent
supply and compare it to the original net
weight which is marked on the container
label
TESTING/CHECKINGS TO BE CARRUIED OUT ANNUALLY
To be tested by using nitrogen Gas
annually.

Repair / Replace/
Refill
X ( If the pressure
gauge indicates a loss
in pressure of 10% or
more)
X ( If the measured net
weight is less than 95%
of the original charged
weight the container )

ANNUAL TESTING
The annual Inspection/Testing shall be carried out with prior intimation to the JDVVNL
and the JDVVNL Officials will accompany the Engineer/technician during the course of
above Inspection/Testing.
The actuation tests for FM 200 Gas based fire suppression system as per OEM
recommended schedule. In case of actuation of FM200 cylinders during testing, the
contractor must inform the Engineer-in-charge of JDVVNL, enter testing details in the
register and get counter-signed by the Engineer -in-charge of JDVVNL. In case of leakage
of gas during testing, it will be the contractor's responsibility to provide necessary
replacement at his own cost with the correct type as per approval of JDVVNL.
In case of actuation of FM200 cylinders due to actual fire, the contractor must inform
the Discom & arrange for re-charge/refill, enter details in the register and get countersigned by the Engineer -in-charge of JDVVNL.
In case of replacement of fire detection cum control panel & other accessories attached
with the FM200 fire suppression system, the contractor will contact the
installer/Supplier/OEM, under intimation to the Officer concerned, supervise its
reinstallation, and maintain record. The payment for items replaced /gas refilled will be
made to the contractor by the Discom, after satisfactory installation & commissioning of
the equipment.

Page 19 of 85

1.4.5 Public Addressing System


Repairing/replacing of all PA system equipments is included in scope of work.
Public Addressing System
Maintenance Items
Check of mic(microphone)
Check of speakers
Check of PA Panel/amplifiers

Visual/
Inspect
X
X
X

Reports/
Records

Frequency of Check
Fortnightly
Fortnightly
Fortnightly

1.4.6 CC TV System
For taking back-up of the recordings, if required, external portable hard-disk will be
provided by Jodhpur Discom for the same.
CCTV System
Maintenance Items

Visual/
Inspect
X

Maintenance of DVR
Maintenance of Camera, associated
power & camera wiring , minor
repairs/adjustments
Check Recording system of camera

X
X

Reports/
Records
X

Repair/
Replace
As & when
required
As & when
required

Frequency
of Check
weekly

As & when
required

weekly

Daily

1.4.7 Water leak detection system

Water leak detection system


Maintenance Items
Check of water leak detection
system equipments
Checking of sensors utilized in
the system

Visual/Inspect Reports/ Replace


Records /repair
X
Monthly As &
when
required
X
Monthly As &
when
required

Frequency
of Check
Monthly
Monthly

1.4.8 Rodent replant system


Page 20 of 85

Rodent replant system


Maintenance Items
Check of Rodent replant
system equipments consisting of
master console with transducers
Checking of associated cable
network utilized in the system

Visual/Inspect Reports/ Replace


Records /repair
X
Monthly As &
when
required
X
Monthly As &
when
required

Frequency
of Check
Monthly
Monthly

1.4.9 LAN system of corporate office


The work will include the AMC of the complete LAN network of the corporate office at
New Power House , Jodhpur.

1.5 Miscellaneous Requirements regarding O&M activities

Quarterly Preventive Maintenance Visits will be carried after every Quarter of the
contract period and the servicing date(s) would be decided in consultation with
Jodhpur Discom. Necessary reports shall be submitted.

Monitoring of all the alarm system, for their proper functioning & timely report for
any trouble / malfunctioning of alarm system to be reported immediately.

Proper Maintenance of attendance, log books etc .

Contractor will purchase the spare parts (as & when required) of any system
installed at DRC, from the original manufacturer/ supplier only . In case
manufacturing of particular spare parts has been abandoned by OEM, then
equivalent or higher version of that part is opted with prior permission of
Jodhpur Discom with complete documentation. The copy of the original bills
of the original manufacturer will be required for payment purposes. The
payment for the procured item will be made to the vendor after the successful
installation & commissioning of the item.

Mockdrill /simulation of disaster should be done every month/fortnightly in


consultation with the Jodhpur Discom , with Checking for proper operation of the
complete system on battery backup , by simulating mains power failure.

Apart from the above detailed works, the firm/agency has to carry out the related
operation & maintenance as directed by the Discom from time to time.
Page 21 of 85

Cleaning & dusting of equipments once in a month.

In case of any emergency /accident /fire/mis-happening, arrange immediate


announcement on P.A. system in consultation with controlling authority, & inform
Discom authorities immediately.
Additional Activity desired The firm will also provide termite protection treatment at least once in a year or as
& when required, in consultation with Discom authorities. The payment will be
made to the firm on production of supporting bills.

Special Conditions of contract


1. The agency shall provide proper dress code to the engaged employees with name
badge, photo identification Card.
2. The agency should ensure that their all employees while on duty should be in proper
uniform.
3. The complete bio-data of all the manpower deployed by the agency should be
submitted to JDVVNL for approval & prior intimation for any change in working staff.
4. It shall be the responsibility of the contractor to provide special tools, always in
readiness, so that break downs are attended immediately on their occurrence.
5. The Agency will promptly inform JDVVNLs Engineer in charge as soon as occurrence
of any major defect in these systems. Extra Labour for the rectification (If any
required) will be provided by the Agency without any extra cost.
6. No employee /manpower deployed for the said job shall consume alcohol,
cigarette/bidies/cigar/gutka and use chew gum etc. or do any such act that spoils the
housekeeping work. If anybody is found to be consuming the same, then a suitable
financial penalty will be recovered from the agency. JdVVNL has the right to expel the
defaulting person from the Data center forever.
7. The Contractor shall provide single point of contact for all equipments (enclosed at
Annexure-A) related problems and service requests covering all the equipments.
8. Preventive Maintenance: The contractor shall carry out scheduled maintenance
activities for a l l t h e items defined i n t h e Broad Scope of work a s per t h e
recommendations o f t h e manufacturer of the items. All the scheduled maintenance
activities should be aligned with the Maintenance Service Window. The contractor
shall carry out preventive maintenance for any item if it is required in order to

Page 22 of 85

prevent anticipated failure. However, the contractor shall endeavor to schedule the
preventive maintenance within the Maintenance Service Window.
Where:
Maintenance Service Window: The defined time period during which, all
scheduled downtime should be

planned in order

to

minimize

the

inconvenience to the JdVVNL.


9. For all the planned maintenance activities scheduled within the Maintenance
Service Window, the contractor shall ensure to inform the JdVVNL at least 3 day
in advance. For the activities planned outside Maintenance Service Window, the
contractor shall ensure to inform the JdVVNL at least 3 days in advance. The
Maintenance Service Window shall be from 1700 Hrs to 2200 Hrs every Saturday.
Note: Maintenance activity performed at Data Centre, Jaipur and Disaster recovery
Centre, Jodhpur should not coincide at same time
10. Contractor will have to manage the services for any other equipment, which are not
covered under this contract, but are in operations within the Data Center, so as to
facilitate smooth running of the Data Center.

11. CONFIDENTIALITY: During the

process of Maintenance and Operations support

provided to the JdVVNL, the contractor may come across information related the
JdVVNL or JdVVNLs employees. The contractor shall keep this information
confidential and shall not divulge this information to anybody without written
permission from the JdVVNL. The contractor shall not copy or erase any software,
licenses or data which are available in the BMS room at Data Center. Violation of
these terms shall render the contractor for legal action by the JdVVNL.
12. After the completion of contract period or in case of the breach of the contract by
either side, the Agency will hand over the complete system in a healthy and working
condition. In case of any dispute decision of Superintending Engineer (DSM-IT& Trg )
shall be final & binding.

Page 23 of 85

LIST OF REGISTERS/LOG BOOKS/PERIODICAL FORMATS

Registers/Log Books/Periodical formats shall be provided by Discom.

The contractor need to maintain below mentioned Logs/Records in mutually


agreed formats.

The following registers to be maintained by the contractor: Log book of

Daily events/

Fuel consumption

Electrical parameter (Hourly)-DG/LT Panel/

Non Electrical Parameters-Temp./Humidity/Working Duration For


PACs

Gas Top-up for PAC & ACs

Registers

Stock Register for inward material.

Stock Register for outward material.

Scrap material

Attendance registers

Complaint/Faults shift for everyday


Planning and scheduling of preventive maintenance
Reports of preventive maintenance done
Daily breakdown maintenance/status reports
Work permit issue/released
reports of testing/checking done
Consumables & spares consumption register/reports
Details of plant record book
The agency should also maintain a register for unserviceable material received
during repair work.

Coordination with OEM-

The contractor is required to immediately attend the fault to restore the system to
healthy condition at the earliest possible , & will also make standby arrangements
Page 24 of 85

(If possible) till system restored to healthy condition as before.

Contractor will purchase the spare parts (as & when required) of any system
installed at DRC, from the original manufacturer/ supplier. In case
manufacturing of particular spare parts has been abandoned by OEM / nonavailability of the any hardware/ power equipment etc. of OEM, contractors
have to provide equivalent/higher available version of equipment /software
& integrate with the existing system with prior permission of Jodhpur Discom
with complete documentation.

For AMC requiring services of OEM, the bidder shall co-ordinate with the respective
OEM & ensure the presence of OEM (if required) regarding attending of complaint /
break-down/mal-functioning/ non-operation of any equipment installed at DRC,
Jodhpur within stipulated time period limits as under to restore the system in
healthy condition.

The maximum time limit for attending the fault/complaint by an OEM, located
within the state, should not exceed 24 hrs. , depending on services to be provided.

If some replacement part/spares has to be arranged from within the state, time limit
should not exceed 24 Hrs. & for parts from outside the state, the time limits should
not exceed 72 hours , from the reported time of attending the complaint by the OEM.

Non-compliance of time limits will attract a penalty of Rs. 10,000/- per


complaint per day or part thereof, or as decided by the officer in charge
based on the impact of the outage on the operation of the system, and the
amount will be deducted from the bills raised by the firm, . Service Delivery:
Note: Total penalty in a quarter shall not exceed 10% of the total quarterly
invoice value.

Vendor has to provide timely support for each failure of equipment and therefore
following service levels have been defined to ensure timely recovery & resolution
for each incident of non-availability. This penalty shall be applicable even if the
vendor is able to maintain overall availability of 99% as defined above.

The agency shall engage technical workman with adequate skill set to avoid
any damage to the system maintained while carrying out the specified
maintenance activities. In case of any bonafide damage in the system due to
defective maintenance activity/practice of the workman, the agency shall be
responsible to make good the damage.

Page 25 of 85

In case site service engineer/ fault attendant is called by the contractor for
maintenance/assistance from OEM/ other agency , the payment made for such cases
to the service engineer / fault attendant shall be borne by Discom

however, the

contractor will have to submit the necessary documents for the same .
The initial period of contract shall be for 3 yrs, further extendable for 01
year on same terms & conditions, on mutual agreement basis.

Manpower requirement for FMS

The contractor shall ensure the availability of sufficient manpower on 24 x 7


basis without any holiday.

S.

The operation is to be done in 3 shifts with following man powerShift

Supervisor

No

Technical

Total manpower

Helper (E&M)

available in each
shift

Shift-A
Shift-B
Shift-C

In General shift

XX

02

shall
also
be
XX
02
available as & when
XX
02
required
during
other shifts
In addition to above 06 nos. of Technical helpers,

01 Technical Helper will act as a rest reliever for the above shifts.
2

01 No. of Security Person /Guard

TOTAL- 01 Nos. Supervisor, 07 Nos. Technical helpers, 01 No. Security person.

Out of the above 07 nos. of technical helpers, 01 technical helper shall be from
the Computer trade & will also look after the LAN network of complete corporate office
Minimum Qualification requirements of manpower deployedFor Supervisor-

Degree/ Diploma in Electrical /Mechanical


with

02-03 yrs. / 03-05 yrs. of hand on

experience of similar nature work.


For Technical Helper (E&M) -

ITI in relevant trade. With minimum 02- 03


yrs. of experience of similar nature work.
Page 26 of 85

Manpower retention:

15-30 days after resigning & replacement


within 10 days

Communication:

One shift mobile shall be made available by the


firm at the site- 24*7.

Sitting Space for manpower at DRC will be provided to the agency by JdVVNL

The agency shall provide proper dress code to the engaged employees with name
badge, photo identification Card.

The agency should ensure that their all employees while on duty should be in
proper uniform.

The agency shall also look after the cleanliness of the entire DRC.

Page 27 of 85

Pre Qualification requirements The bidder should have the necessary competence, adequate financial standing,
sufficient experience, expertise and related infrastructure for handling contract
work of similar nature.
The bidder must possess the following requirements:
S.No Basic Requirement
1

Legal Entity

Specific Requirements
The bidder should be a Proprietorship firm duly registered
either under the Rajasthan Shops & Commercial
Establishments Act, 1958 or any other Act of State/ Union, as
applicable for dealing in the subject matter of procurement
(Note: A self-certified declaration regarding the nonapplicability of registration to any Act should be submittedby-the-bidder).
OR
A company registered under Indian Companies Act, 1956
OR
A partnership firm registered under Indian Partnership Act,
1932.
&
The bidder / Lead Partner (in case of Consortium) should
be a company registered under the Companies Act, 1956
since last 5 years, and the certified copy of certificate of
registration is required to be furnished along with the
bid.

Financial:
Turnover
from IT/ IteS

Financial: Net
Worth

Technical
Capability

Bidder / Lead Partner (in case of Consortium) should be


an established Information Technology company / IT
System Integrator and should have been in the business
for a period exceeding 5 years as on date of submission of
bid Work Orders confirming year and area of activity.
Memorandum and Articles of Associations to be furnished
along with the bid
Annual Turnover of the bidder from IT/ IteS during each of
the last three financial years, i.e., from 2010-11, 2011-2012
and 2012-13 (as per the last published audited balance
sheets), should be at least Rs. 30.00 Crores.
The net worth of the bidder in the last financial year, i.e.
2012-2013, should be Positive
The bidder must have executed at least one work order of
providing AMC/ operation and maintenance Services (FMS)
of various systems of Data Centre of Government/SemiGovernment / PSU/ Scheduled Banks/Limited companies
(excluding bidders own/its subsidiary in house data
centers) having minimum order value of Rs. 250.00 Lacs for
a year in any of last 3 financial years (i.e. 2010-11, 2011-2012
and 2012-13)
Page 28 of 85

Tax
registration
and
clearance

Certifications

Mandatory
Undertaking

Manpower
Strength

or
Must have executed two work orders with similar scope
having a total order value of Rs. 300 Lacs for a year in any of
last 3 financial years (i.e. 2010-11, 2011-2012and2012-13)
Note:
1. More than one work order against one tender shall be
treated as one work order. However, orders against rate
contract
shall
not
be
clubbed.
2. Value of FMS and Maintenance services shall only be
considered for qualification of bids. Assumed/projected
values for such services shall not be considered.
The bidder should have a registered number of
i. VAT/ CST where business is located
ii. Service Tax
iii. Income Tax / Pan number.
The bidder should have cleared his VAT/ CST dues up to
2012-13 to the Government.
Quality Certificate Copy (ISO 9001:2005 or ISO 27001or any
later standard) relevant to the services, FMS and AMC or
equivalent certification at the time of bidding.
Bidder
should:
a) not be insolvent, in receivership, bankrupt or being
wound up, not have its affairs administered by a court or a
judicial officer, not have its business activities suspended
and must not be the subject of legal proceedings for any of
the
foregoing
reasons;
b) not have, and their directors and officers not have, been
convicted of any criminal offence related to their
professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a
procurement contract within a period of three years
preceding the commencement of the procurement process,
or not have been otherwise disqualified pursuant to
debarment proceedings;
c) not have a conflict of interest in the procurement in
question as specified in the bidding document.
d) comply with the code of integrity as specified in the
bidding document.
The bidder should have support office at India with minimum
20 qualified support engineers (including professionals)having BE/B.Tech Degree or relevant experience (min 3 yr) &
at least 20/30 technical helpers with relevant experience on
company payroll. To be submitted with the bidCertificate from bidders HR Department for number of
technically
qualified
persons
employed
in
the
company(Annexure-).
Details of the employees along with certified copies of their
professional qualifications.Copies of CVs of all persons to be
deployed for the work under contract to be submitted with the
bid.
Page 29 of 85

Mode of Bidding Single party / Consortium

The proposal may be submitted by an individual firm (single party) meeting all the
requirements or by a valid consortium of not more than 2 parties.

In case of a consortium, the same shall be formed under a duly stamped consortium
agreement and signed by the authorized signatories of the companies. In the event
of a consortium, one of the partners shall be designated as a Lead Partner.
However, every member of the consortium shall be equally responsible and jointly
and severally liable for the successful completion of the entire project. The
consortium, if any, will be designated as Bidder or Vendor for the remainder of
this document.

If the bidder forms a Joint Venture / Consortium, the qualification requirement


mentioned specifically for lead member should be met by the lead member entirely
and these shall not be collectively evaluated for ascertaining the qualification
requirement.

Original consortium agreement on Non Judicial stamp paper of Rs. 100/- stamp
value must be submitted along with the proposal.
The JV agreement / consortium agreement must have the following:
(a) Names of all partners
(b) Name of the lead member
(c) Authorization in favour of the lead member from all the members. (A separate
power of attorney signed by legally authorized signatories of all the partners is
required)
(d) The lead member is authorized to incur liabilities and receive instructions for
and on behalf of any and all partner of the Joint Venture / Consortium and the
entire execution of the contract including payment shall be done exclusively
with the lead member
(e) All partners of the Joint Venture / Consortium shall be liable jointly and
severally for the execution of the contract in accordance with the contract
terms
(f)

In the event of any default by any partner / partners of Joint Venture /


Consortium, the other partner / partners shall accept the liability and execute
the contract in full.

(g) The agreement must provide details of roles and responsibilities of each
member of the consortium. Overall responsibility in respect of execution of
tendered work is with the lead member.

Page 30 of 85

(h) The Joint Venture / Consortium agreement shall not be cancelled or amended
unilaterally without consent of the purchaser after opening of the bid and a
statement to this effect should appear in the JV agreement.
(i)

A firm can submit only one bid in the same bidding process, either individually
as a bidder or as a partner of a Joint Venture / Consortium. A bidder who
submits or participates in more than one bid will cause all the bids in which
the bidder has participated to be disqualified.

(j)

Bids from agents are not acceptable in the case of Joint Venture / Consortium,
and such bids will be treated as non-responsive.

(k) The change in consortium /JV after opening / submission of tender shall not be
entertained, in the event the consortium / JV is altered then such proposals
shall be treated as rejected.
NOTE:
I. In case of non-furnishing of original consortium/ JV agreement along with the
bid the bid will be considered as bid without consortium and evaluation shall
be made on the basis of credentials of lead member only.
II. The JV/ consortium agreement should be tender specific i.e. signed specifically
for this tender.
III. General MOU/ MOA already existing or signed before January 2013 will not be
considered.
IV. The JV and Consortium shall be considered at par.

Bidder / Lead Partner (in case of Consortium) must have an relavant ISO
Certification Copy of certificate to be furnished along with the bid.

The bidder & all consortium partners shall not be under a declaration of
ineligibility or blacklisted with any of the government/PSU agenciesDeclaration from authorized signatory of the bidder / lead bidder in case of
consortium to be furnished along with the bid.

An organization acting as a system integrator can be independently or be a part


of only one consortium. In the event an organization in the capacity of SI is a
part of more than one bid , all these bids will be rejected.

The bidder is required to furnish the copy of relevant purchase order and performance
certificate. In case of project in hand the status of execution from the user is required to
be furnished with the bid.
In case of non-furnishing of requisite document along with the bid the bid will be
considered as bid without experience.
2.

TURNOVER REQUIREMENTS

The bidder / Lead Partner (in case of Consortium) should have positive net worth and an
average turnover as detailed above for the last three Financial Years ending on bid
Page 31 of 85

submission date.
Turn over means the gross receipt through regular operation only, the receipts through
other incomes and excise duty/service tax paid to government will not be considered
while arriving the total turnover.
To be submitted along with the bid

Chartered Accountant certificate for Net-worth.

Copy of the audited profit and loss account of the company showing turnover of
the company for last three years.

In case of non-furnishing of requisite balance sheet / auditors report along with the
bid the bid will be considered as non responsive proposal.
3. PERMANENT STAFF
The bidder should possess valid trade license and provide registration certificate with
EPF, ESI, Service Tax, Professional Tax etc.
In case of non-furnishing of requisite supporting document/ report along with the bid
the bid will be considered as bid without this requirement. The details to be submitted as
per the Annexure-6.
4. PERSONNEL CAPABILITIES
The bidder should have necessary trained and experienced staff to carry out this project.
The bidder shall ensure that deputed personnel are trained and experienced for
execution of the contract and for operation and maintenance period so that all activities
are carried out in a highly professional and sound managerial manner. The bidder shall
furnish documents regarding the experience of the key personnel proposed to be
employed by him. Bidder shall provide details of experience of their personnel, who are
likely to be involved in this project.
The bidder shall provide an undertaking on non judicial stamp papers along with its
proposal that it shall comply with the experience and skill sets of the personnel required
for this project if the project is awarded to him.
In case of non-furnishing of requisite undertaking along with the bid the bid will be
considered as bid without this requirement

Page 32 of 85

ANNEXURE-A
Equipment to be brought under maintenance contract at the time of the commencement
of the contract
1. Inventory for operation of DG sets
Sr. no
1

Descriptio
n

Make

Qty

Location

Adjoining to
Electrical panel
room

Adjoining to
Electrical panel
room

Electrical room

Dg set-1
Engine Model

Greaves Cotton ltd.

Alternator

Crompton greaves ltd.

Dg set-2
Engine Model

Greaves Cotton ltd.

Alternator

Crompton greaves ltd.

AMF panels

Fabricated ; ACB- L&T

2. Inventory for operation of Electrical system


Sr.
no
1.

Main LT Panel 1

Fabricated ;
ACB- L&T; 1000A, 4P;
Microprocessor based with
O/C+S/C+E/F+SPP release

Electrical room

2.

Main LT Panel 2

Electrical room

3.

APFC panel 1

Fabricated ; ACB- L&T;


1000A,4P,Microprocessor
based with O/C+S/C+E/F +
SPP release
Fabricated ; 180KVAr

Electrical room

4.

APFC panel 2

Fabricated ; 180KVAr

Electrical room

5.

PAC Panel 1

Fabricated ; MCCB- L&T

Server Room

6.

PAC Panel 2

Fabricated ; MCCB- L&T

UPS Room

7.

Server Power
Distribution Unit
UPS input panel

Fabricated ; MCCB- L&T

Server room

Fabricated ; MCCB- L&T

Ups room

8.

Description

Make

Qty Location

Page 33 of 85

9.

CAC panel

Fabricated ; MCCB- L&T

10.

Distribution Box

Fabricated ; MCB-indo Asian

11.

2x36 watt mirror optic


light fixture
2x18 watt CFL down
lighter
5A socket with switch

Pierlite

52

Pierlite

50

Anchor Roma

19

5/15A socket with


switch
20 A metal clad socket
with 16A SP MCB

Anchor Roma

29

Indo Asian

12

C&S

80

C&S

Anchor Roma

38

19.

32A, 2P+E Industrial


socket
32A , 2P+N+E Industrial
socket
5A socket with 16A
switch
6 way TPN LT DB

Indo Asian

20.

12 way TPN ups DB

Indo Asian

12.
13.
14.
15.
16.
17.
18.

First floor of
Data center

3. Inventory for operation of Precision Air conditioner


Sr. no

Location

Capacity

Make

Qty

Server Room

11 TR

Uniflair

UPS Room

11 TR

Uniflair

4. Inventory for operation of Split Air conditioner


Sr. no
1

Location
At First Floor of DATA
Center

Capacity
2 TR Each

Make
Voltas

Qty
12

5. Inventory for operation of BMS

Page 34 of 85

a. FIRE ALARM SYSTEM


S.
DESCRIPTION
No.
1 Addressable Intelligent Fire Alarm Panel
2
3
4
5
6
7
8
9

Addressable Intelligent Multi Sensor


Detector with Base (Below Ceiling).
Addressable Intelligent Multi Sensor
Detector with Base (Above Ceiling).
Addressable Intelligent Multi Sensor
Detector with Base (below flooring).
Response Indicators
Addressable Hooter.
Addressable Intelligent Heat Detector
with Base.
Manual Pull Down Call Points.
Contact Relay Module

UNIT
Each

Make and
Model
Siemens

Each

Siemens

44

Each

Siemens

29

Siemens

Each
Each
Each

Siemens
Siemens
Siemens

31
4
2

Each
Each

Siemens
Siemens

3
13

b. FIRE EXTINGUISHER SYSTEM


S.No.
DESCRIPTION

QTY
1

UNIT

Make

QTY

Each

Safex

2
3

Pressurized water type of 9 ltr capacity Fire


Extinguisher
CO2 type of 4.5 kg capacity Fire Extinguisher
CO2 type of 9 kg capacity Fire Extinguisher

Each
Each

Safex
Safex

9
2

4
5

Dry chemical type of 5 kg capacity Fire Extinguisher


Dry chemical type of 2 kg capacity Fire Extinguisher

Each
Each

Safex
Safex

6
4

c. GAS SUPPRESSION SYSTEM


S.No.
DESCRIPTION
1A
1B
2
3
4
5A
6
7
8
9
10
11
13
14

120 ltrs Seamless Cylinder with valve


80 ltrs Seamless Cylinder with valve
Pressure Guage
HFC 227ea gas
Electromagnetic Actuator
Manual Actuator for Multiple Cylinders
Pneumatic actuator
Flexible Discharge Hose
Flexible Actuation Hose
Manifold Discharge Pressure Switch
Discharge Nozzles
Gas Release Panel
Abort Switch
Release Switch

UNIT
Each
Each
Each
kg
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each

Make/
Vendor
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens
Siemens

QTY
4
2
6
414
2
2
6
6
8
2
13
2
3
3
Page 35 of 85

d.
ACCESS CONTROL SYSTEM
S.No.
DESCRIPTION

UNIT

Make

QTY

A Intelligent Networkable 4 Reader Controller

Each

Siemens

2
3
4
5

Proximity HID Card Reader.


Finger Print unit with HID Proximity reader built-in
Blank faced Proximity Cards
Electro Magnetic Locks, 600 Lbs rating (Single Leaf)

Each
Each
Each
Each

Siemens
Siemens
HID
Siemens

12
2
50
4

Electro Magnetic Locks, 1200 Lbs rating (Double


Leaf)
Emergency exit push button including break glass
enclosure.
Computer System with Software with attendance

Each

Siemens

Each

Siemens

Each

Siemens

10

7
8

e. CCTV SYSTEM
S.No.
1
2
3
4

DESCRIPTION

UNIT

Make

QTY

1/3 Hi-Res Color Dome Camera, 480 TV Lines, 0.1


Lux: for indoor applications
PTZ camera
Power supply for Cameras
Digital video recorder combining the function of a
recorder and a multiplexer into one unit, 16
camera inputs, 750GB HDD for video storage, built
in motion detection, records 1-30 images/sec., LAN
compatibility and viewing available through
remote access including software
24 Monitor for Display.

Each

Europlex

Each
Each
Each

Europlex
Europlex
Europlex

2
2
1

Each

Pelco

f. WATER LEAK DETECTION SYSTEM


S.No.
DESCRIPTION
1
2
3
4

Water Leak detection panel with battery


Water Leak detection module
Water Leak detection Cable Sensor (15 Mtrs.)
Electronic Hooter

g. RODENT REPELLENT SYSTEM


S.No.
DESCRIPTION
1
2

Master Console with 12 satellites for Rodent


Repellent system
Satellites

UNIT

Make

QTY

Each
Each
Mtrs.
Each

Siemens
Sontay
Sontay
Siemens

1
2
4
1

UNIT

Make

QTY

Nos.

Maser

Nos.

Maser

24

Page 36 of 85

h. PUBLIC ADDRESS SYSTEM


S.No
Description
1
2
3
4
5
6
i.
S.No
1
2
a
b
c
d
e
4

UNIT

Make

QTY

No
No
No.

Bosch
Bosch
Bosch

26
1
1

No
No
No

Bosch
Bosch
Custo
mize

1
1
1

Description

UNIT

Make

QTY

Combined Wall / Ceiling Mount Temperature Sensor


& Rh Sensor (+/- 3% accuracy)
Software and Hardware required for Integration
of Electro-Mechanical Services with BMS
Integrator for Networked DG (2 nos) on (MODBUS
RTU / BACnet / LonWorks Communication Protocol)
Integrator for Networked Precision A/c Units (7 nos)
on (MODBUS RTU / BACnet / LonWorks
Communication Protocol)
Integrator for Energy Meters (02 nos.) on (MODBUS
RTU / BACnet / LonWorks Communication Protocol)
Integrator for Fire Alarm Panel (1 no) on (MODBUS
RTU / BACnet / LonWorks Communication Protocol)
Integrator for UPS (1 no) on (MODBUS RTU / BACnet
/ LonWorks Communication Protocol)
Software with Controller & PC for BMS system

Nos.

Siemens

Lot

Siemens

Lot

Siemens

Lot

Siemens

Lot

Siemens

Lot

Siemens

Nos

Siemens

6 watt ceiling mounted speaker


120 Watt Mixing Amplifier
Custom Built Console With call station and BGM
system
Rack to mount Amplifier
Booster Amplifier
4 zone selection panel
BMS SYSTEM

Page 37 of 85

TECHNICAL OFFER & GENERAL DETAILS


The Technical proposal shall have the following:
1.

Cover letter ( To be submitted on the letter Head of the bidder)

2.

Annexure 1 to 5

3.

Schedules 1 to 6

4.

Details of mandatory certificate & proof thereof

Page 38 of 85

TECHNICAL OFFER TO BE FURNISHED BY THE BIDDER ON THE COVER LETTER


To be submitted complete with all enclosures In case of Consortium, Companies, details are
to be given for all the member firms.
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Bidders Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003
SUB: We submit our technical offer for the work of AMC & FMS for the Electric,
Mechanical & BMS systems installed at Data Recovery Center, NPH Premises, Jodhpur, for a
period of 03 (three) years against JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1.
Dear Sir,
We have procured tender specification no JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1: for
AMC & FMS for the Electric, Mechanical & BMS systems installed at Data Recovery Center,
NPH Premises, Jodhpur, for a period of 03 (three) years
We are submitting our proposals with complete set of enclosures.
We agree for execution of tendered work as per the terms & conditions mentioned in the
tender specifications and the commercial rates agreed by us.
We also agree that:
1)
2)
3)

4)

5)
6)
7)

The prices as mentioned in Financial offer in separate envelope as per the Price
Format.
The prices quoted are valid for a period of 120 days from the date of opening of Bid .
The quoted / agreed prices are inclusive of the following charges:
Enclose details of taxes included in the prices
We also understand that the quantities mentioned in the price schedule shall be
meant for bid evaluation; however payment shall be made us on the basis of actual
work.
We have noted the standard terms of payment and undertake to abide by the same.
We understand that conditional offers are likely to be rejected
The execution of work shall strictly be in accordance with work completion
schedule as given by us. In case we fail to complete the work as indicated therein we
shall pay penalty as per Delay in Completion clause of the specification.
Page 39 of 85

8)

9)

10)

11)

We confirm that we agree to adhere to all the commercial terms and conditions as
well as the technical stipulation of your specification and there is no deviation. Such
acceptance has also been confirmed in prescribed schedules.
We confirm that we are qualified for bidding in terms of Qualification Requirements
specified in the bidding documents and have submitted the requisite qualification
Certificate & data / documents with the bid.
Until a formal contract is prepared and executed, this together with your written
acceptance thereof in your notification of award shall constitute a binding contract
between us.
We understand that the quantity mentioned in the financial schedule is just
for evaluation purpose and except the fixed monthly charges all charges shall
be paid on actual work basis and there is no minimum assured quantity.

We understand that JDVVNL reserves the right to invite detailed proposals from any
private entrepreneur-company; irrespective of the fact whether the company or
entrepreneur has been pre-qualified.
We also understand that the JDVVNL reserves the right to reject any or all of the bids
without assigning any reason thereof.
We agree to abide by all the conditions governing the proposals and decisions of the
JDVVNL.
Enclosed:
1. Annexure 1: General profile of the bidder
2. Annexure 2: Collaboration / Consortium / JV Details
3. Annexure 3: Organizational Capabilities
4. Annexure 4: Details of Manpower Strength
5. Annexure 5: Self-Declaration
6. Schedule 1: Schedule of deviations
7. Schedule 2: Commercial Terms & Conditions
8. Schedule 3: Technical Terms & Conditions
9. Schedule 4: Financial Offer
10. Schedule 4A: Qualification Requirements Details
11. Schedule 4B: Supporting Documents For Qualification Requirements
12. Schedule 4C: Qualification Requirements Details-Work Experience
13. Schedule 5: List of Previous Experience of Similar Nature Work Executed
14. Schedule 6: General Particulars About The Tender In Brief
15. Power of Attorney/Board Resolution in favor of signatory of the bid
16. Documents to ascertain the QR details as per details at Section III
17. Other details as called for in the tender specification document or which the bidder may
like to highlight
18. Techno-commercial proposal in the format given, comprising details & approach and
methodology for the proposed work requirement, together with its capabilities along
with commercial terms and conditions.
Page 40 of 85

19. In this part the bidder will submit full relevant documents substantiating the details
provided in the annexure and schedules
20. The bidder will substantiate details of the company (as required) in the form of
Certificate of Incorporation, MoU, registration certificate or any other relevant
document as the case may be
21. Names of the key resources that would be deployed along with their proposed position
22. CVs of the key proposed resources
23. Audited balance sheet and P&L statement required to ascertain the qualification of
turn over
24. Copies of work order and performance report for the projects undertaken/ in hand .
25. Details as sought
Thanking you,
Yours faithfully,
Designation____________________
Date:
Place:

Page 41 of 85

ANNEXURE-I

GENERAL PROFILE OF THE BIDDER


Kindly attach a copy of latest RoC to substantiate the information furnished
against general profile of the bidder
Details

Responses

Full legal name of the firm


Year of establishment
Registered Office Address
Address for Correspondence
Telegraphic Address
Authorized person(s) to be contacted
Telephone number(s)
Email id
Fax number
Names and Addresses of the Proprietors/
Partners/Consortium Members.
Type of the firm Private limited/Public
limited/Government sector /other
Whether registered under companies act or any other
act
Registration Number & Date

Page 42 of 85

ANNEXURE-II
COLLABORATION / CONSORTIUM / JV DETAILS
Particulars
Details

of

Responses
collaboration

or

consortium

arrangement envisaged, if any, with a copy of


agreement on non judicial stamp paper of
appropriate value
Name & address of Collaborators, Licensers or
Consortium or consortium Member
Period of collaboration envisaged
Details of involvement and responsibility of
Collaborator or each consortium member

Page 43 of 85

ANNEXURE-III
ORGANIZATIONAL CAPABILITIES
Particulars

Responses

Total number of permanent employees in the firm


The bidder has more than 20 permanent employees

Your response in Yes or No

with skill on facilities management on the payroll of the


firm for at least 1 year in past 36 months.
Field organization and resources to be deployed for the
proposed job
Qualification and experience of personnel at different
levels to be deployed for the proposed job
Details of the consultants if employed for the proposed
job

Page 44 of 85

ANNEXURE IV
DETAILS OF MANPOWER STRENGTH

On Bidders letter head


Technical Staff at India (Indicative Format)

We M/s _____________________________________________________ having our registered


office at
_____________________________________________________________________________________________
______________________________ have following qualified engineers located at
office/sites ________________________________________________________ in India.
S.No

Name of
Engineer/
Technical Helper

Designation

Qualifications
including
Technical
Qualification

Employees
PF No.

Working in
your company
since

Place:
Signature of HR
Date:

Page 45 of 85

ANNEXURE:

SELF-DECLARATION {to be filled by the bidder}


To,
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003

In response to the NIT Ref. No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1 for AMC & FMS
for the Electric, Mechanical & BMS systems installed at Data Recovery Center, NPH
Premises, Jodhpur, for a period of 03 (three) years, as an Owner/ Partner/ Director/ Auth.
Sign. Of _________________________, I/ We hereby declare that presently our Company/
firm _________________, at the time of bidding,: a) Possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
b) Have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent
practices either
indefinitely or for a particular period of time by any State/ Central
government/ PSU/ UT.
d) Does not have any previous transgressions with any entity in India or any other country
during the last three years;
e) Does not have any debarment by any other procuring entity;
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs
administered by a court or a judicial officer, not have its business activities suspended
and is not the subject of legal proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal
offence related to their professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a procurement contract within
a period of three years preceding the commencement of the procurement process, or
not have been otherwise disqualified pursuant to debarment proceedings;
h) Does not have a conflict of interest as mentioned in the bidding document which
materially affects the fair competition.
i) Will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that
may be taken as per the provisions of the applicable Act and Rules thereto /as decided by
Discom, my/ our security may be forfeited in full and our bid, to the extent accepted, may
be cancelled.
Thanking you,
Date:
Name of the Bidder: Place:
Authorised Signatory: Seal of the Organization: -

Page 46 of 85

SCHEDULE-1
SCHEDULE OF DEVIATIONS
Bidders Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur Vidyut Vitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003.
Technical Deviations
S. No

JDVVNLS specification clause

Deviation sought by the bidder

1
2
3
4
5
6
7
8
Commercial Deviations
S. No

JDVVNLS specification clause

Deviation sought by the bidder

1
2
3
4
5
6
7
8

Page 47 of 85

SCHEDULE-2
COMMERCIAL TERMS & CONDITIONS
Bidders Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur Vidyut Vitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003.
Dear Sirs,
Sub: Confirmation for NIL Deviation in Commercial terms & conditions for
the tender
No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1
We hereby confirm that there is NIL deviation in commercial terms & conditions
stipulated in the bidding documents and we are agreed to adhere the same
strictly.
(Signature)............................
(Name)............................
(Designation).
(Common Seal)...........................
Place:
Date:

Page 48 of 85

SCHEDULE-3
TECHNICAL TERMS & CONDITIONS
Bidders Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur Vidyut Vitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003.
Dear Sirs,
Sub: Confirmation for NIL Deviation in Technical terms & conditions for tender
No JDVVNL/SE (DSM-IT & TRG)/ TN-IT-1
We hereby confirm that there is NIL deviation in technical terms & conditions
stipulated in the bidding documents and we are agreed to adhere the same strictly.

(Signature)............................
(Name)............................
(Designation).
(Common Seal)...........................

Page 49 of 85

SCHEDULE-4
FINACIAL OFFER
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Bidders Name & Address:

To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003

SUB: We submit our financial offer for the work of AMC & FMS for the Electric,
Mechanical & BMS systems installed at Data Recovery Center, NPH Premises, Jodhpur,
for a period of 03 (three) years against JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1.
Dear Sir,
We have procured tender specification No JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1. We are
submitting our financial proposals, the detailed quoted price in accordance with the
specification are as per financial offer. The prices are all inclusive.
PART-A (FMS)
1.
Facility
No. of
Wages per Period
Total Amount
management
persons
month
services
a Supervisor
01 No.
03 Years
(36 Months)
b Technical
07 No.
Helpers
2. Security
01 No.
person/Guard
GRAND TOTAL
Amount (In Rupees)
The prices are FIRM.
We declare the following:
a. The rates mentioned in price bid are valid up-to 120 days from the date of the opening of the offer
b. We declare that our total quoted price for 3 years on the terms and conditions of the specification are
as under. We understand that evaluation of lowest bids will be based upon the financial offer prices
(grand total price). These prices are inclusive of all applicable taxes and duties. Any statutory
variation and imposition of new tax by government shall be on JDVVNL account.
Signature __________________________
Designation_________________________
Date:
Place:

Name: _________________________
[Authorized Signatory with seal of Company / bidder]
Page 50 of 85

SCHEDULE-4A
QUALIFICATION REQUIREMENTS DETAILS
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Bidder's Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003
Dear Sirs,
We hereby declare that we are qualified for bidding in reference to Qualification
Requirements indicated in Annexure III, Part-I, Vol-I of the bidding documents as per
details given here under:
S.No. PARTICULARS
1
Turn Over
(As defined in Pre
Qualification
Requirements)

DETAILS
( In Lacs of Rs. only)
2010-11
2011-12
2012-13

and submit the following certificate(s) /documents in support of the above: 1. Copies of Audited Balance Sheet pertaining to last three years
2. Furnishing of a certificate issued by a registered Chartered Accountant certifying of
specified qualification requirements is essential. The name, stamp and the registration
no. of the Chartered Accountant are necessary of the certificate.

Date:
Place:

Name & Designation


(with seal of the firm)

Page 51 of 85

SCHEDULE 4B
SUPPORTING DOCUMENTS FOR QUALIFICATION REQUIREMENTS
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Bidder's Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003
Dear Sirs,
We hereby declare that we are qualified for bidding in reference to Qualification
Requirements of the bidding documents and submit the following certificate(s)
/documents in support of the above :1.
2.
3.
Note: Furnishing of certificate of a registered Chartered Accountant certifying fulfillment of
specified qualification requirements is essential.
(Signature)....................
Date

Place :

(Name)...........................
(Designation)......................
(Common Seal).............

Page 52 of 85

SCHEDULE-4C
QUALIFICATION REQUIREMENTS DETAILS
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Details of Works Executed during last three financial years (2010-11, 2011-12 &
2012-13)
Order
Description
Awarding
of
Authority
Work

Work
order
Details
No.&
Date/
Amount
(Rs.in
lacs)

Value of work actually executed


(as per completion certificate)
during last FY 2010-11, 2011-12 &
2012-13
(Amt.in Rs. Lacs)
2010-11 2011-12 2012-13 Total

Remarks

TOTAL:
Note:
(1) Copy of each work order, & completion report be enclosed.
(2)
Completion report must be certified and should also be duly attested by
Notary Public.
(3)
Furnishing of the completion report of each of work executed specially
indicating the amount thereof, is essential as the qualification of the
bidder shall be determined on this basis. The Work experience shall not
be counted on account of non-furnishing of such documents.

Date:
Place:

(Signature)...............................
(Name)...............................
Designation..............................
(Common Seal)..............................
Page 53 of 85

SCHEDULE-5
LIST OF PREVIOUS EXPERIENCE OF SIMILAR NATURE WORK EXECUTED
(Tender No. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1)
Bidder's Name & Address:
To
The Superintending Engineer (DSM-IT & TRG),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003
Dear Sirs,
We have completed /executed the orders of similar nature works successfully as per
details given hereunder:S.No. Details of
Order No. & Date
Name & details of Date of
ordered
ordering utility/ commencement
work
organization
1
2
3
4
5
Date of
completion
6

Contract value of
ordered/executed
work
7

Date:
Place:

Whether order executed as Remarks


per
stipulated
work
completion schedule or not
8
9

(Signature)...............................
(Name)...............................

(Designation)..............................
(Common Seal)..............................

Page 54 of 85

SCHEDULE 6

GENERAL PARTICULARS ABOUT THE TENDER IN BRIEF


JODHPUR VIDYUT VITARAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (DSM-IT & TRG)
NEW POWER HOUSE, INDUSTRIAL AREA, JODHPUR 342006

Last date of receipt of tenders


Date & time of opening of tenders
Cost of tender documents
Validity of tenders
Earnest money deposit

06.12.2013 up to 2.30 PM
06.12.2013 at 3.00 PM
Rs. 2500.00 (Rs. Twenty Five Hundred Only)
120 days after date of opening of the tender
Rs. 96,000 (Rs Ninety Thousand Only)

NOTE:
(1) Furnishing of the Earnest money as per requirement of this specification is essential
otherwise the TENDER OFFER will not be opened.. EMD, shall be furnished through
DD / Pay orders drawn in favour of Sr. Accounts Officer (Cash & CPC), JdVVNL,
Jodhpur.
(2) The central and state Government undertaking is exempted from furnishing of Earnest
Money Deposit provided that they furnish certificate/documentary evidence in
support of their being Govt. (Central/State) undertaking.
(3) Tenderer(s) shall quote the prices, all inclusive as per schedule of prices
(Schedule- IV) otherwise their offer is likely to be ignored. The prices quoted
should be FIRM.
(4) Receipt for earnest money deposit or valid registration certificate or certificate that the
tenderer is a Govt. undertaking/corporation/company shall necessarily accompany
with sealed tender without which the tender shall be rejected.
5. The tender offer shall be furnished in single part bid in the following manner:
a. One small size envelope for proof of depositing earnest money . This envelope shall be
duly sealed & super scribed Earnest money .
b.

The tender document(s) enclosing all schedules duly completed shall be placed
in the second envelope indicating on the cover TENDER OFFER AGAINST TN
___________TO BE OPENED AT 15.00 HOURS ON _____________. The tender offer
shall be addressed to

The Superintending Engineer (DSM-IT & TRG),


Jodhpur Vidyut Vitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur 342003
Page 55 of 85

(PLEASE NOTE THAT BID RECEIVED AFTER SPECIFIED TIME ON DUE DATE OF
OPENING WILL NOT BE ACCEPTED AND SUCH OFFERS SHALL BE IGNORED). (ALL
THE ABOVE ENVELOPES SHALL BE DULY SEALED INDIVIDUALLY).
(6)

The tenderer(s) shall ensure that their tenders are furnished / submitted strictly in
the manner detailed in the specification.

(7)

The tenders not accompanied with qualifying requirement as per specifications,


technical requirement indicated in the specification and other requirement given
here under will be considered as incomplete offer and sufficient grounds for offer to
be passed over.
(i) Capacity, capability and competency proofing documents.
(b) Copy of purchase orders for similar activities latest executed.
(ii) Year wise past experience of similar activities as per the requirement of the
specifications.
(iii) Complete technical particulars, approach & methodology details.
(8)

Technical deviation and commercial deviations, if any, shall invariably be mentioned


in prescribed Schedules for departure from specification attached with this
specification.

Mentioning of such deviations elsewhere in the offer will not be considered as


deviations. The printed terms and conditions of sales and other if any attached with
the tender will not be considered.
(9) Tenders without schedule shall be rejected.
(10) Tenders shall be furnished in single copy.
(11) Tenderer shall indicate in their bid the name and complete address of excise
authorities under whose jurisdiction their works/office falls.
(12) Any cutting / over writing in the figures of the tender document should also be
clarified / indicated in words duly signed.
(13) JdVVNL has the right to reject any offer on the basis of track record of poor
performance in execution of previous order.
14] JdVVNL reserves the right to accept minor deviations in standard terms & conditions
and also in technical & constructional features as specified in the technical
specification (Section-III).
(15) Deviation of any kind shall not be quoted in price bid, if found quoted, the same shall
be ignored.
(16) The purchaser will respond in writing to any request for clarification on tender
documents which it receives no later than 15 days prior to deadline for submission
of tender, after which no correspondence shall be entertained.

Page 56 of 85

Other Information
Period of contract
The contract period shall be initially for three (3) years from the commencement. The
contract period may be extended subject to the performance of vendor. The extension,
if any shall be for 1 year on mutual agreement basis..
Required Competence
The bidder should have the necessary competence, adequate financial standing,
sufficient experience, expertise and related infrastructure for handling contract work of
similar nature. The qualifying requirements are given in the section III, Part 2 of this
tender specification.
Date and address of submitting the proposals
Last date of submission of proposals is: 06.12.2013 up-to 2.30 PM. The proposals are
to be submitted to:
The Superintending Engineer (DSM-IT & Trg)
Jodhpur Vidyut Vitran Nigam Limited,
New Power House Premises, Industrial Area,
Jodhpur, Rajasthan 342003
Late proposals
Any proposal(s) received after the scheduled time for submission is liable for
rejection
Opening of proposals
The offer will be opened on the same day at 3.00 PM in the presence of the
representative (s) of the bidder, if any.

Page 57 of 85

SECTION - I

INSTRUCTIONS TO THE BIDDER

Page 58 of 85

TENDER SPECIFICATION NO. JDVVNL/SE(DSM-IT & TRG)/ TN-IT-1


1

GENERAL INSTRUCTIONS.
1. The Jodhpur Vidyut Vitran Nigam Limited (JDVVNL) or any authority designated
hereinafter called 'OWNER' will receive bids in respect of services as set forth in the
accompanying specification.
2. All bids must be prepared and submitted in accordance with these instructions.
3. The bidder, in his own interest is requested to read very carefully these
specifications and the terms and conditions as incorporated in this document/
specification before filling the Bid proposal form.
4. If bidder has any doubt as to the meaning of this specification or any portion
thereof, he shall before submitting the bid, may refer the same to the
Superintending Engineer (DSM-IT-TRG.), Jodhpur Vidyut Vitran Nigam Limited,
Jodhpur in writing well in time before the specified date of opening of bids so that
such doubts may be clarified.
5. Submission of the bid shall be deemed to be the conclusive proof of the fact that the
Bidder has acquainted himself and is in agreement with all the instructions, terms
and conditions governing the specification, unless otherwise specifically indicated/
commented by him in his bid.
6. Bids submitted after the time and date fixed for receipt of bids as set out in the
invitation to bid shall be rejected and returned to the bidders.
7. The works referred herein will cover the entire scope of the proposal which include
commissioning and erection of equipment including the successful completion of
performance and guarantee tests which the owner desires to get executed.
2. INTRODUCTION.
Jodhpur Vidyut Vitran Nigam Limited (hereinafter to be referred to as JDVVNL) owns a
Disaster Recovery Centre & is proposing for the AMC & FMS for the Electric,
Mechanical & BMS systems installed at Disaster Recovery Center, NPH Premises,
Jodhpur, for a period of 03 (three) years, further extendable for a period of 01 (one)
year on mutual agreement basis.
3. SUCCESSFUL IMPLEMENTATION AND GOOD PERFORMANCE.
Any work if specifically not mentioned but reasonably implied for the successful
implementation and good performance of the proposed work is deemed to be included
and is to be executed within the ordered price.
4. OBJECTIVES OF THE PROPOSED WORK
Jodhpur Vidyut Vitran Nigam Limited is one of the Electricity Distributing Company in
Rajasthan State. MoP, GOI under R-APDRP has proposed to leverage strength of
information technology for creation of authentic base line data and support utilities in
IT enablement of their business processes. Under this IT project, the Disaster Recovery
Centre acting as a replica of the main Data Centre installed at Jaipur , is working at
Jodhpur.

Page 59 of 85

The major scope of the work includes providingAnnual Maintenance Contract & Facility Management Services for the various
Electrical, Mechanical & BMS systems installed at Disaster Recovery Centre, New Power
House, Jodhpur for a period of 03 (three) years.
The work also includes AMC for the LAN network of the corporate office of New
Power House, Jodhpur.
5. FIELD CONDITIONS.
(a) The bidder may in its own interest, before submitting the bid, inspect and examine the
area involved and satisfy itself regarding the existing system.
(b) For ascertaining the existing system the bidder may contact the SE (DSM-IT_Trg.),
JDVVNL. The details of the scope of the contract are available at Section III. For any
clarification regarding this document the prospective bidder may contact to SE (DSMIT-TRG.).
(c) No claim for change in the bid or terms & conditions of the contract shall be
entertained on the ground that the conditions are different than what were
contemplated.
6. AMENDMENTS TO BID DOCUMENT.
At any time prior to the date for submission of bid as well as up to opening of the bid,
JDVVNL may for any reason, modify the bid document by issue of amendment(s) which
shall form part of it. The amendment(s) / addenda shall be uploaded on the official
website of Jodhpur Discom.
7.

DUE DATE EXTENSION.


Extension to the due date of bid opening, if considered necessary may be done by
JDVVNL.

8.

DEVIATION FROM BID DOCUMENTS.

1. The offer must have No Deviation certificate as per schedules 1 & 2 of this tender
document
2. If the bidder has certain deviations, such deviations may or may not be accepted on its
merit subject to financial and technical implications.
3. The bid must include a separate statement indicating all deviations from the bid
documents as per format enclosed at Schedule I.
4. All such deviations must be clearly mentioned in Schedule of Deviation.
9. FILLING OF BIDS.

The Bid documents be downloaded from JdVVNL website www.jdvvnl.com .No hard
copy of the bidding documents will be provided to the bidders through this office. In
case of any discrepancy found in bidding documents downloaded from the website
and appended with the bid (as a bid document) and original copy of such document
available in the office of Superintending Engineer (DSM-IT & TRG), Jodhpur Discom,

Page 60 of 85

Jodhpur will be considered as final document for all purpose. The cost of Bid
document as published in NIT shall be furnished along with EMD with the bid
Tenders shall be submitted offline and all blanks in the tender and the schedule to
the specification shall be duly filled in. The completed forms, schedule(s) shall be
considered as part of the contract documents in the case of successful tenderer (s).
No alteration should be made to the format of the tender specification
and
schedules. The tender must comply entirely with specification.
The tender and all accompanying documents shall be in Hindi/English Language
and shall be signed by a responsible and authorized person. The name, designation
and authority of the signatory shall be stated in the tender.
Tender should be filled in legibly only with ink .
All additions, alterations and over-writing in the bid must be clearly signed by the
signatory of the bidder otherwise bid will be summarily rejected.
The bidder must quote the prices strictly in the manner as indicated herein, failing
which bid is liable for rejection. The rate/prices shall be entered in words as well as
in figures. These must not contain any additions, alterations, over-writing, cuttings
or corrections and any other marking which leave any room for doubt.
The Purchase Authority will not be responsible to accept any cost involved in the
preparation or submission of bids.
Following information must be super scribed on the enveloped containing the offer/ EMD

ANNUAL MAINTENANCE CONTRACT (AMC) & FACILTY MANAGEMENT SERVICES


(FMS) FOR THE ELECTRICAL, MECHANICAL & BMS SYSTEMS INSTALLED AT
DISASTER RECOVERY CENTER, NPH PREMISES, JODHPUR FOR A PERIOD OF 03
(THREE) YEARS against. JDVVNL/SE (DSM-IT & TRG)/ TN-IT-1 due for opening on
06.12.2013_.
Due date & time for receipt/opening of offer
Receipt of offer 06.12.2013 Up to 02:30 PM
Opening of offer 06.12.2013 at 03:00 PM
Mode of submission of offers:

The offers/bids may be sent by post or dropped in the tender box kept in the O/o
under signed on or before the due date and time of receipt of offer as indicated
above. In case offer sent by post, the same shall be addressed to Superintending
Engineer (DSM-IT & Trg.),Jodhpur Discom, Jodhpur, so as to reach before the due
date & time of receipt of offer. Offers do not reach this office latest by 3:00 PM on
Page 61 of 85

the due date will not be opened and will be retained in the O/o Superintending
Engineer (DSM-IT & Trg.),Jodhpur Discom, Jodhpur,. The company will not be
responsible for any delay in receipt of offer by post what so ever may be the reason.
10. DOCUMENTS COMPRISING THE BID:
(i) The tender shall be submitted in three covers:Cover -I shall contain EARNEST MONEY DEPOSIT/ T Cost of Tender document.
Cover -II shall contain TECHNO-COMMERCIAL BID". In this part of bid, tenderer
will have to furnish Technical Particulars in regard to all requirement details of
Technical Specification (Section III) and confirmation of commercial terms and
conditions of (General Terms & Conditions Section-II), along with details required
in various/schedules EXCEPT THE PRICE SCHEDULE so that the purchaser may be
able to examine whether the offer submitted is technically acceptable and also
confirm to our commercial terms and conditions or not.
Cover -III shall contain "PRICE BID", in the Price Schedule. This price bid shall
include submission of details of prices as per Schedule-4 of the specification.
(ii)
(iii)

(iv)

(v)

In case tender being submitted is signed by a person holding a Power of Attorney,


certified copies of the document authorizing him to do so, shall be enclosed.
Tender submitted on behalf of companies registered under the prevailing Indian
Companies Act, shall be signed by persons duly authorized to submit the Tender on
behalf of the Company and shall be accompanied by the certified true copies of the
resolutions, extracts of Articles of Association, special or general Power of Attorney
etc. to show clearly the title, authority and designation of persons signing the
Tender on behalf of the Company.
All the three parts shall be submitted in three separate sealed envelopes and these
envelopes shall be properly super scribed as Cover-I "EARNEST MONEY DEPOSIT",
Cover-II " TECHNO-COMMERCIAL BID " and Cover-III "Price Bid". Each envelope
shall also be super scribed with name of item and T.N. No. for which the tender is
submitted, the name of the said bidder and the date of opening, as advertised.
The above three envelopes duly sealed are to be kept again in one envelope called
the main envelope and sealed. This envelope should be properly super scribed
stating that this envelope contains three separate envelopes for Cover-I "EARNEST
MONEY DEPOSIT", Cover-II" TECHNO-COMMERCIAL BID " and Cover-III "PRICE
BID", in addition to tender specification No., Name of Item & Name of bidder. Details
of Earnest Money Deposit and Due date of opening should also be superscribed on
this common envelope.

Page 62 of 85

a)

Bidders shall indicate in their bid the name and complete address of Excise
authorities under whose jurisdiction is their works / offices falls.
All bids and accompanying documents shall be addressed to the S.E (DSM-IT & TRG)
Jodhpur Vidyut Vitran Nigam Limited, Jodhpur.
The tenderer should sign the tender documents with seal stamp on each page.
The tenders given in the form other than prescribed form will not be considered.
Only one representative, on submission of valid authorization of the signatory of the
bid, will be allowed to be present during the opening of the bid.
The conditional bids shall not be accepted.

b)
c)
d)
e)
f)
11.0

EARNEST MONEY DEPOSIT:


The tenderer shall furnish prescribed Earnest Money by DD/Bankers cheque
payable in the name of Sr.A.O. [CPC & Cash], JDVVNL, Jodhpur up to stipulated date
& time, and obtain a receipt thereof. No other mode of deposit shall be accepted.
Any tender not accompanied by a copy of the receipt for depositing earnest money
by Bankers cheque / bank draft or exemption certificate saying that the tenderer is
a Government undertaking/ Corporation/ Company shall be rejected and the
tender will not be opened.
In case of unsuccessful bids, the Earnest Money will be refundable on production of
the original receipt, within one month after finalization of the bid. In case of
successful bids, the Earnest Money will be adjusted in arriving at the amount of the
Security Deposit referred in the General Conditions of Contract on the request of the
bidder and remaining security deposit, if any, would have to be furnished either in
cash or in the form of Bank Guarantee. If BG is furnished for full amount of security
deposit, EMD shall be refunded.
Request for adjustments/proposals for acceptance of Earnest Money deposits,
if any, already lying with the Nigam in connection with some other
bids/orders shall not be entertained.
No interest shall be payable on such deposits.
The Purchase authority reserves the right to forfeit Earnest Money deposit or a part
thereof in circumstance, which according to him indicate that the bidder is not
earnest in accepting/executing any order placed under the specification.
The firms/contractors for participation in Tender enquiry (Invitation to bidders)
have to furnish earnest money 2% of contract value.
The following categories of bidders are exempted from payment of earnest money :Rajasthan / Central Government undertaking / Corporation / Company [Refer
clause 1.02.9 (i)].

Page 63 of 85

Any bid not accompanied with the requisite EMD in accordance with aforesaid said
provisions will not be opened and shall be summarily rejected.
12.0

DOCUMENTS TO BE ENCLOSED WITH THE BID:

The tender shall be accompanied with the following schedules, documents. The tender who
is not accompanied by any or all the following mentioned schedules, documents or is
accompanied by incomplete annexure/ schedules is liable for rejection.
(a) Cover I for details of EMD and Cost of Tender document.
(b) Cover II for techno-commercial bid & which should contain following documents/
schedules duly signed and stamped:
Annexure I
General Profile of the Bidder
1
Annexure II
Collaboration / Consortium / JV details
2
Annexure III
Organizational Capabilities
3
Annexure IV
Details of manpower strength
4
Annexure V
Self-Declaration
5
Schedule-1
Schedule Of Deviations
6
Schedule-2
Commercial Terms & Conditions
7
Schedule-3
Technical Terms & Conditions
8
Schedule-4
Financial Offer
9
Schedule-4A
Qualification Requirements Details
10 Schedule-4B
Supporting Documents For Qualification Requirements
11 Schedule-4C
Qualification Requirements Details
12 Schedule-5
List of previous experience of similar nature work executed
13 Schedule-6
General particulars about the tender in brief
Duly signed & stamped other supporting documents as desired & mentioned in various
sections of the specification.
(c)
13.0

Cover-III - For financial/price bid in prescribed schedule-4.


INFORMATION REQUIRED WITH THE PROPOSAL

13.1. The bid should contain descriptive principles of operation, major equipment
proposed to be deployed, and methodology for the proposed work.
13.2. The Bidder in the form of separate sheets, catalogues, etc. in two copies shall
provide the above information.
13.3. Any bid not containing proposed methodology may be treated as incomplete
and shall be rejected. The Owner will retain such descriptive materials and
drawings submitted by the Bidder. Any major departure from these drawings
and descriptive material submitted will not be permitted during the
execution of the Contract without specific written permission / approval of
the owner.
13.4. Oral statements made by the Bidder at any time regarding quality, quantity
or arrangement of the equipment or any other matter will not be considered.
Page 64 of 85

13.5. The bidder may use in the bid Standard catalogue pages and other
documents to provide additional information and data as deemed necessary.
13.6. The Bidder, along with its proposal, shall submit a list of recommended
equipments and materials, which may be required for the purpose of
activities under the contract.
13.7 In case the 'Proposal' information contradicts the specification requirements,
the specification requirements will govern, unless otherwise brought out
clearly in the technical/ commercial deviation schedule.
13.8 The bidder shall furnish the technical particulars in the schedule(s) provided
in this document for various materials.
13.9 The bidder shall submit the complete CVs of all the key persons likely to be
deployed for the project.
14.0

RECEIPT AND OPENING OF BIDS.


14.1

Bidder shall submit their bid duly signed and stamped on each page.

14.2

The received bids will be opened in the office of the Superintending


Engineer (DSM-IT & TRG) JdVVNL, Jodhpur on stipulated date & time in the
presence of such renderers or their authorized representative, who choose
to be present.

14.3

In case, the date fixed for opening of the tenders be declared as a public
holiday, the bid shall be opened on the next date on which office re-opens
after such holiday(s).

15.0

SIGNATURE OF BIDDER
15.1

15.2

15.3

The tender must contain the name, designation and place of business of the
person or persons making the tender. Tender by a partnership firm must be
furnished with full names of all the partners and should be signed by one of
the member of partnership firm or by a authorized representative indicating
the designation of the person or persons, with authority letter signed by the
Chairman/ Secretary other person authorized to bind the Corporation /
Company in the matter
Bid by a partnership must be furnished with full names of all partners and be
signed with the partnership firm name, followed by the signature (s) and
designation (s) of the authorized partner (s) or other authorized
representative (s).
Bids by corporation/ company must be signed with the legal name of the
corporation/ company by the President, Managing Director or by the
Secretary or other person or persons authorized to bid on behalf of such
corporation/ company in the matter.

Page 65 of 85

15.4
15.5
15.6
15.7
15.8

16.

A bid by a person who affixes to his signature the word 'President',


'Managing Director' 'Secretary', 'Agent' or other designation without
disclosing his principal will be liable to be summarily rejected.
Satisfactory evidence of authority of the person signing on behalf of the
Bidder shall be furnished with the bid.
The Bidder's name stated on the proposal shall be exact legal name of the
firm.
Erasures or other changes in the bid documents shall bear the initials of the
person signing the bid.
Bids not conforming to the above requirements of signing shall be
disqualified.

BID VALIDITY

The submission of any bid connected with these documents and specification shall
constitute an agreement that the bidder shall have no cause of action or claim,
against the owner for rejection of his bid. The owner shall always be at liberty to
reject or accept any bid or bids at his sole discretion and any such action will not be
called into question and the bidder shall have no claim in that regard against the
owner.

Bid will remain valid for acceptance for a period of 120 [one hundred twenty] days
from the date of opening of the bid. JDVVNL may request for suitable extension.

Bids mentioning a shorter validity period than specified are likely to be summarily
rejected/ignored.

Owner may ask for extension in validity period. The bidder will be at liberty to
accept it or not. In case bidder agrees to extend the validity period without changing
his original offer, he will be required to extend validity period of the Bank Guarantee
(Submitted against the EMD) suitably.

17.

COST OF SPECIFICATION

The specification giving detailed terms and condition and technical data can be
obtained from the website www.jdvvnl.com .However, a demand draft of Rs 2500/-.
[Non-refundable] payable to Sr. Accounts Officer [CPC & Cash], JDVVNL, Jodhpur shall
be enclosed with tender offer towards cost of tender specifications. Purchase of
specification is essential for participation in the tender.
18.

LATE BIDS

Any bid(s) received after the scheduled time for submission is liable for rejection.

Page 66 of 85

19.

BID OPENING

JDVVNL will open Part-A envelope of the bids, in the Office of Superintending Engineer
(DSM-IT-TRG.), JDVVNL, Jodhpur in the presence of bidders or their authorized
representatives, who choose to be present. If the opening date is a holiday, the bids will be
opened on the next working day at the same place and time, unless notified otherwise.
Evaluation of techno commercial offer
The evaluation of techno commercial bids will be made as under:
Qualification Requirement (part A)
All the received bids will be evaluated first on the basis of qualification requirement
prescribed in Section III, part-2 Qualification Requirement of this specification and on
the basis of adherence to conditions given in this document.
The bidders who meet all the requirements laid in this section shall be selected for
considering / evaluating the Techno commercial offer. The bidders who do not qualify
the QR as per section III, part 2 of this specification and other conditions, shall be
considered as not Qualified Bidder and no further correspondence in this regard shall
be entertained and no clarifications on reasons of not qualifying will be intimated.
It may be noted by the bidders that by merely meeting the qualification requirements
do not mean that the bidder has been short listed for opening of financial offer.
Techno-commercial details submitted by the bidders would be evaluated with respect
to the relevant documents substantiating the details provided in the schedules and
annexures and other requisite information as mentioned in the tender document.
The approach & methodology, previous experience of the firm, overall strength and
capability to handle the work as per scope of work, experience of the key professionals,
details of hardware, and other technical aspects would be evaluated. The objective of
evaluation of techno-commercial proposals is to ensure that the bidder has the
necessary competence to execute the project successfully and timely.
Evaluation of financial offers
The financial offers shall be evaluated to arrive at the lowest price bid. For this purpose
all the bids will be compared on the basis of total quoted price for the complete package
including all applicable taxes and duties. If any bidder has not quoted the prices of any
component of price schedule of this tender specification, the same will be loaded as per
the highest price received under this tender for such component and the evaluation will
be made accordingly.
The bidders may note that JdVVNL is not bound to accept lowest financial offer.

Page 67 of 85

21.

CLARIFICATION OR MODIFICATION OF BIDS.

In the course of evaluation and comparison of bids, JDVVNL may ask bidders
individually for clarification, in writing. No change in the substance of the bid shall be
permitted except as required to confirm the correction of any typographical error.
22.

REVISED FINANCIAL OFFER.

JDVVNL reserves the rights to ask the bidders probably only to the short listed bidders
to furnish revised sealed financial offer, instead of the original financial offer, on
account of any changes (Technical or commercial) to be incorporated in the
specifications subsequent to the opening of the tender.
Under such circumstances the original financial offer will not be considered and will be
superseded by the revised financial offer.
23.

SIGNING OF AGREEMENT

The successful bidder will, on receipt of Letter of award from JDVVNL enter into a
contract with JDVVNL by jointly signing an agreement. The draft of the agreement
based on the terms sheet, detailed in Section-II and Section-III will be forwarded to the
successful bidder for execution. The agreement will be executed within fifteen days
thereafter. The person to sign the agreement must be duly authorized by the Bidding
entities.
24.

REJECTION OF BIDS.

The bid may be considered as rejected /non-responsive on account of the any of


following reasons:
1. Any action on the part of the bidder to revise the rates/prices and modification in
technical or commercial substance of original offer, at their own.
2. Submission of any supplementary information unless & otherwise asked for at his
own instance after the opening of the Bid may result in rejection of the Bid and also
debar him from submission of Bid to the NIGAM at least for one year.
3. The owner reserves the right to accept or reject any bid, and to cancel the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform
the affected bidder or bidders of the grounds for the owner's action.
4. In case of bidder not furnishing the desired information in the desired format the
bid/offer may be rejected/non-responsive
5. In case of loose / spiral-binded / tagged/ box-filed bid the bid /offer may be
rejected /non-responsive
6. In case of bidder not adhering to the format of financial offer given with this
document the bid / offer may be rejected / non-responsive.
Page 68 of 85

7. In case of any foot note or explanatory statement in the financial offer the bid/offer
may be rejected/non-responsive
8. In case of any cover letter with financial offer comprising any supplementary
statement or discount or any condition the bid / offer may be rejected / nonresponsive
9. In case of any calculation mistake in the price bid the bid / offer may be rejected /
non-responsive
10. In case of any miss apprehension at bidder level which consequent to wrong price
bidding , JDVVNL reserve the right to reject the bid or take necessary loading /
unloading to arrive the correct price as per aspersion of JDVVNL / tender
specification. Accordingly the bidders are advised to ask to clarify about any misapprehension before bidding. No excuse shall be considered in this regard.
11. The zero priced or null value price bid / bid component, offer may be rejected /nonresponsive
25. UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND SPECIFICATIONS.
The bidder is required to carefully examine the specifications and documents and
fully inform himself as to all the conditions and terms matters which may in any way
affect the Work or the cost thereof. If any Bidder finds discrepancies or omissions in
the specifications and documents or is in doubt as to the true meaning of any part,
he shall at once request in writing for an interpretation/clarification by the owner.
The Owner, then, will issue interpretation and clarifications as he may think fit in
writing. After receipt of such interpretations and clarifications, the Bidder may
submit his bid but within the time and date as specified in the Invitation to Bid. All
such interpretations and clarifications shall form a part of the specifications and
documents, and accompany the bidder's proposal.
2. Verbal clarifications and information given by the owner or his employee(s) or his
representative(s) shall not in any way be binding on the owner.
1.

27. DUTIES AND TAXES.


The work contract tax, Service Tax, Sales tax at concession rate of 5%,(within
Rajasthan VAT CR @ 5% against D form, Outside state CST @ 2% against C form)
excise duty, local taxes, entry tax as applicable / levi able on the goods procured
from outside Rajasthan, levies, and other liabilities of Government, if levi able in
respect of the transaction between the owner and the contractor under the contract
on the date of opening of bids (techno-commercial) shall be treated as included in
the bid price and no additional payment on this account shall be paid by the Nigam.
2. Any income tax, surcharge on income tax and other corporate taxes including work
contract tax, service tax and entry tax as applicable/ levi able on the goods
procured from outside Rajasthan as attracted under the law, shall be deducted at
source, as per the prevailing Govt. rules by payment making authority from each
bill. Necessary TDS certificate shall be issued by payment making authority.
1.

Page 69 of 85

Jodhpur Vidyut Vitran Nigam Limited is a registered dealer under Rajasthan Sales
tax and Central Sales tax Act and is entitled to concessional rate of Central/State
sales tax as per rules in force.
4. Jodhpur Discom may issue Declaration Form C for concessional purchase in the
course of inter-state sale or a declaration certificate for purchases at concessional
rate in the course of within state purchases, to the contractor subject to the
condition that, the vendor to whom the work order is awarded shall submit proper
invoices for the goods used in the execution of the work contract, showing
separately the amount of CST/VAT charged on the sales price.
5. Any statutory variation in existing rates of taxes /duties/ levies/charges during
currency of contract will be to Nigam account. However, for claiming any such
statutory variation, the contractor is required to furnish the documentary evidence
/ proof in support of the same for scrutiny and approval. Any downward variation
in above rates of taxes/duties/levies will have to be passed on to the Nigam.
3.

28. POLICY FOR BIDS UNDER CONSIDERATION.


Bids shall be deemed to be under consideration immediately after they are opened and
until such time official intimation of award/rejection is made by the owner to the
bidders. While the bids are under consideration, bidders and/ or their representatives
or other interested parties are advised to refrain from contacting by any means, the
owner and/ or his employees/ representatives on matters related to the bids under
consideration, in the event of such happening the bidders proposal may be declared as
rejected irrespective of his selection or rejection on the basis of tender conditions. The
owner, if necessary, will obtain clarifications on the bids by requesting for such
information from any or all the bidders, either in writing or through personal contact,
as may be necessary. Bidder will not be permitted to change the substance of the bid
after the bid has been opened.
29. QUANTITIES.
The modules indicated in the accompanied schedules are only provisional. Further
JDVVNL reserves the right to delete/add any module from scope of work.
30. AWARD OF CONTRACT.
1. Notification of award of contract will be made in writing to the successful bidder(s)
by the owner.
2. The contract will be awarded to the best qualified and the substantially responsive
bidder offering the lowest evaluated bid in conformity with requirements of these
specifications and documents and the owner shall be the sole judge in this regard
and subject to the provisions of these instructions to bidders and other terms and
conditions detailed out in these documents and specifications. A responsive bid is
one which accepts all terms and conditions of these specifications and documents
without any major modifications. A major modification is one which affects in any
Page 70 of 85

way the prices, quality, quantity or delivery period of the equipment or which limits
in any way the responsibilities or liabilities of the bidder or any rights of the owner
as required in these specifications and documents. However, the owner may waive
any minor formalities or irregularities in the bid.
31. GENERAL.
1. Purchase of a copy of this specification by the bidder is essential for the
consideration of his bid. Only one bid will be accepted against each copy of the
specification purchased. This specification is not transferable. The cost of
specification will not be refunded under any circumstances.
2. The bidder shall treat the details of the specification and other Bid documents as
private and confidential and shall not reproduce without the written authorization
of the NIGAM.
3. The NIGAM does not bind itself to accept the lowest or any bid or any part of the bid
and shall not assign any reason(s) for the rejection of any bid or a part thereof.
4. The fact of submission of bid to the NIGAM shall be deemed to constitute an
agreement between the bidder and NIGAM whereby such bid shall remain open for
acceptance by the NIGAM and Bidder shall not have option to withdraw his offer,
impair or derogate the same. If the Bidder is notified during the period of validity of
bid that his bid is accepted by the NIGAM, he shall be bound by the terms of
agreement constituted by his bid and such acceptance thereof by the NIGAM, until
formal contract of the same bid has been executed between him and the NIGAM in
replacement of such agreement.
5. The successful bidder will have to execute the contract agreement for the proper
fulfillment of the contract. In case of ambiguous or contradictory terms and
conditions mentioned in the bid, interpretations as may be advantageous to JDVVNL
may be taken, if satisfactory clarification is not furnished within the prescribed
period.
6. JDVVNL will not be responsible for any cost or expenses incurred by the bidder in
connection with preparation or submission of bids.
7. Telex, Telegraphic or Fax bids shall not be acceptable.
8. JDVVNL reserves the right to:
a. Amend the scope of the proposed contract.
b. Reject or accept any bid.
c. Cancel the bid process and reject all applications.
d. Vary the area.
JDVVNL shall neither be liable for any action nor be under any obligation to inform the
bidders of the grounds for any of the above actions.

Page 71 of 85

SECTION II:
GENERAL TERMS & CONDITIONS

The Terms and Conditions of the contract shall prevail and shall be binding on the
Agency and any change or variation expressed or impressed howsoever made shall be in
operative unless expressly sanction by the JDVVNL. The Bidder shall be deemed to have
fully informed himself and to have specific knowledge of the provisions under terms and
Conditions of this specification mentioned hereunder:
1.

DEFINITION OF TERMS:

1.1

In constructing these general conditions and the annexed specification, the


following words shall have the meaning here in assigned to them unless there is
anything in the subject of context in consistent with such construction.
The JDVVNL shall mean the JODHPUR VIDYUT VITRAN NIGAM LIMITED
represented by Chairman/ Managing Director and shall include their legal personal
representative, successors and assignees. The Customer or Owner or
Purchaser shall mean JDVVNL.
The Tenderer/ Bidder shall mean and include one or more persons or any firm
or any company or body in corporate who has submitted the tender in response to
Invitation of Tender.
The Agency/Vendor/ Contractor shall mean the tenderer whos tender has been
accepted by the JDVVNL and shall include the tenderer heirs, legal representative,
successors and assignees approved by the purchaser.
The Chairman/Managing Director shall mean the Chairman/Managing Director,
JDVVNL, Jodhpur.
The Engineer shall mean the Chief Engineer, Deputy. Chief Engineer,
Superintending Engineer, Executive Engineer, Assistant Engineer, JDVVNL, Jodhpur
or other Engineer or Officer for the time being or from time to time duly authorized
and appointed in writing by the customer to act as engineer or Inspector for the
purpose of the contract. In case where no such engineer has been so appointed, the
word Engineer shall mean the JDVVNL or his duly authorized representative.
Works mean and include the work or works to be done by the contractor under
the contract.
The Contract shall mean and include the following:
i)
Invitation of tender.
ii) Instructions to tenderers.
iii) Tender form including schedule of prices
iv) Earnest Money Deposit
v) Letter of Intent and its acknowledgement,
vi) Security Deposit/Guarantee.
vii) Formal Work order,
viii) Guaranteed Test Performance and Penalty,
ix) General Conditions of Contract,
x) Special Instructions,

1.1.1

1.1.2
1.1.3
1.1.4
1.1.5

1.2
1.2.1

Page 72 of 85

xi) Site Conditions,


xii) Specification, specific conditions, schedules and annexure.
xiii) Addenda that may hereafter be issued by the purchaser to the contractor in the
form of letter and covering letters and schedule of prices as agreed between
the contractor and the purchaser.
xiv) The agreements to be entered into under clause 11 of these General terms &
Conditions.
1.2.2 The Specification shall mean the specification (this complete Document); specific
conditions annexed to the General Conditions, the contract schedule, and the
annexure thereto, if an
1.2.3 The consumer / customer management system is the system for consumers and
prospective customers of the Discom
1.2.4 The Month shall mean, English calendar month i.e. period of 31/30 days and week
shall mean a period of 7 days.
1.2.5 The Site shall mean the place or places named in the contract and include, where
applicable, the lands and buildings upon or in which the works are to be executed.
1.2.6 Letter of Intent shall mean the customers letter conveying his acceptance of the
tender subject to such reservations as may have been stated therein.
1.2.7 The Contract Price shall mean the sum named in or calculated in accordance with
the provisions of the contract purchase or any amendments thereto.
1.2.8 Formal work order shall mean the customers letter which will be issued as detailed
work order containing detailed terms and conditions of the work and such other
particulars which the customer may like to convey to the contractor pending
execution of a formal written agreement.
1.2.9 Writing shall include any manuscript type written or printed statement under or
over signature or seal as the case may be.
1.2.10 The Work Codes shall mean the Indian Electricity Act/Electricity Supply act and
Indian Electricity Rules and the rules made there under applicable in the State of
Rajasthan on the date of letter of intent with such special modification thereof as
may be specially stipulated by competent State Authorities i.e. Chief Electrical
Inspector of Rajasthan.
1.2.11 Works importing PERSON shall include firms, Companies, Corporations and other
bodies whether incorporated or not.
1.2.12 Words importing the singular only shall also include the plural and vice version
where the context requires.
1.2.13 Terms and expressions not herein defined shall have the same meaning as one
assigned to them in the Indian Contract Act (Act IX of 1872) and falling that in the
General Clause Act, 1897).
2. SECURITY AND PERFORMANCE BANK GUARANTEE /DEPOSIT

Page 73 of 85

2.1

SECURITY BANK GUARNTEE / DEPOSIT

A Security Deposit/Guarantee equivalent to 2% (two percent) of contract value minus the


amount of earnest money deposited, (only if the bidder has deposited EMD in cash) within
15 days of receipt of work order, in cash or by crossed Bank Draft or by way of Bank
Guarantee from any scheduled Bank in the prescribed performa shall be furnished. (In case,
vendor furnishes the BG instead of cash deposit the amount of earnest money will be
refunded) on a Rajasthan State Non judicial stamp paper of Rs. 100.00 duly authenticated
by the issuing Banker.
This Bank Guarantee is to remain valid for a period of 36 months with further six
months grace period to lodge in claims from the date of award of contract in the first
instance and may have to be extended if desired. These banks guarantees shall be released
after lapse of 6 months from complete successful installation and training which is ever is
later and clearances of dues if any.
2.2 PERFORMANCE DEPOSIT/GUARANTEE
A performance deposit / Guarantee equivalent to 10 % of contract value shall be deposited
by the successful bidder either in cash/ DD with the Sr.Accounts Officer (CPC & Cash)
JdVVNL, Jodhpur or in the form of Bank Guarantee from scheduled Bank on non-judicial
stamp papers of appropriate value as intimated by JdVVNL in the prescribed format
addressed to the Superintending Engineer (DSM-IT-TRG.), JdVVNL, for satisfactory work
performance within 15 days of receipt of the Detailed Purchase Order. This Bank Guarantee
(Performance Bank Guarantee) shall remain valid for a period of 4 years from the date of
commencement of contract and may have to be extended if desired by the purchaser.
It would be preferred that the vendor furnishes the requisite bank guarantee for 4 years
period at first instance but if the vendor furnishes the BG for less period (not less than 18
months at first instance) at first instance it will be the sole duty of vendor to get the BG
extended well in time to maintain its validity as necessitated by the conditions of the
purchaser. JdVVNL may invoke the BG without giving any information if validity of BG
expires before 4 years.
2.3 The above BGs are to be furnished in whole Rupees with validity up-to last day of required
calendar month. Bank commission charges or any other charges, if any, shall be on to the
vendors account.
2.4 The Bank guarantee must be from any Scheduled Bank in the prescribed performa
(Annexure-11) acceptable to the owner on a Rajasthan State Non Judicial Stamp paper of
Rs.100/- duly authenticated by a first class Magistrate or Notary Public or directly
confirmed by the issuing Banker.
2.5 Unless otherwise specifically required to be retained / forfeited by the JDVVNL, the
security deposit shall be refundable on request of the contractor after three months on
completion of the entire work to the satisfaction of the JDVVNL.
Page 74 of 85

2.6 If the contractor fails or neglect to observe or perform any of his obligation under the
contract, it will be lawful for the JDVVNL to forfeit either in whole or in part at his absolute
discretion, the Security deposit furnished by the contractor.
2.7 If the contractor fails to provide the Security within the period specified, such failure shall
constitute a breach of the Contract and the JDVVNL shall be entitled to make other
arrangements at the risk and expenses of the contractor and the Earnest money deposited
by the bidder shall stand forfeited by the JDVVNL.
3. CONTRACTOR TO INFORM HIMSELF FULLY
The contract shall be considered to have come into force from the date of the issue of Letter
of Intent / Letter of Award. The contractor shall be deemed to have carefully examined the
General Conditions, specifications, schedules and drawings also to have satisfied himself as
the nature and character of the work to be executed and where necessary, of the site
conditions and other relevant matters and details. Any information thus had or otherwise
obtained from the owner or the Engineer shall not be in any way relieve the contractor
from his responsibility for the supplying of the plant and equipment and executing the
work in terms of the contract including all details and incidental works and supply all
accessories or apparatus which may not have been specifically mentioned in the contract
but necessary for ensuring complete erection and safe and efficient working of the plant
and equipment if he has any doubt as to the meaning of any portion of the general and any
special conditions of contract and specifications, he shall before offering his bid proposal,
set- forth the particulars thereof and submit them to the Engineer in writing in order that
such doubt, misunderstanding, misconceptions, whatsoever could be allied.
4. CONTRACT DOCUMENTS AND AGREEMENTS
The order placed under this specification shall be governed by the terms and conditions as
incorporated in this Specification and as given in the detailed work order and its
annexure(s). The terms and conditions as specified in this section if differ from the terms
indicated in the detailed work order and its annexure(s) the latter shall prevail. The
contract shall for all purposes be construed according to the Laws of India and subject to
jurisdiction of Rajasthan Courts only. For the due fulfillment of the contract, the contractor
shall execute an agreement in the prescribed form on Rajasthan State Non- judicial stamp
paper bearing stamp duty as applicable. The expenses of completing and stamping the
contract agreement shall be borne by the Contractor. Such agreement shall be executed and
signed by the competent authority of the contractor on each page thereof. The original copy
is only to be executed on the stamp paper. The remaining two copies may be executed on
simple paper. Such complete agreement form along-with the contract documents together
with a 'Power of Attorney" in favour of the Executants shall be required to be returned to
the owner within a period of 15 days from the receipt of order duly signed on each page.
One copy of the executed agreement duly signed by the purchaser/owner shall be sent to
Page 75 of 85

the supplier for his reference. The contract documents shall mean and include the
following:
i.
ii.
iii.
iv.
v.

Contract agreement along with letter of intent.


Work order and its Annexure.
Complete specifications.
Bid proposal form and its schedules including price schedule and completion schedule
Power of Attorney in favour of the signatory on non judicial paper of Rs 100

5. CHANGE OF QUANTITY
The owner reserves the right to delete any item from the scope as specified in the
accompanying technical specifications, at the time of award of contract or during the
execution of the contract. In case any item is deleted from the scope of work, the value of
contract will be reduced accordingly.
6. RULES & REGULATIONS
The Agency will also follow the labour regulations and the directions of Government and other
authorities enforcing the regulations and comply with any other relevant legislation in
force from time to time. The owner reserves the right to place the order for any quantity or
extend the Tender quantity.
7. DEDUCTION FROM CONTRACT PRICE
All costs, damages or expenses which the owner may have paid, for which under the contract
the contractor is liable, will be claimed by the owner. All such claims shall be billed by the
owner to the contractor regularly as and when they fall due. Such bills shall be supported
by appropriate and certified vouchers or explanations, to enable the contractor to properly
identify such claims. Such claims shall be paid by the contractor within fifteen (15) days of
the receipt of the corresponding bills and if not paid by the contractor within the said
period, the owner may then deduct the amount, from any payment due or becoming due by
him to the contractor under the contract or may be recovered by actions of law or
otherwise, if the contractor fails to satisfy the owner of such claims
8. COMPLIANCE OF LABOUR LAGISLATION
The bidder shall discharge its liability of employer/ contractor in respect of personnel to be
engaged for service, as said out in EPF and MP Act, 1952 ESI Act, 1948 (in ESI implemented
area), workmens compensation act, 1923 (in non ESI implemented area) contract labour
(R&A) Act, 1970, Payment of Wages Act, 1936, Minimum Wags Act, 1948 etc. The bidder is
required to get separate code under the provision of EPF and ESI Acts, if not already taken
and deposit the employers contribution along with employee subscription, as per rule and
submit copy of challans at the time of claiming payment, failing which an amount
equivalent to employers contribution and employees subscription shall be deducted from
Page 76 of 85

his each bill and deposited with the concerned authorities. The bidder shall be solely
responsible for any consequences arising out of breach of any legislation.
9. MAINTENANCE OF SYSTEM
The agency shall be fully responsible for maintenance of hardware, and other associated
items covered in the scope of work.
10. INSURANCE
The agency at his cost shall arrange, secure and maintain all insurance as may be pertinent
to the works and obligatory in terms of law to protect its interest and interest of the
JDVVNL against all perils. The form and the limit of such insurance in all case shall be
acceptable to the JDVVNL. However, irrespective of such acceptance, the responsibility to
maintain adequate insurance coverage at all time during the period of contract shall be of
agency alone. The agencys failure in this regard shall not relieve him of any of his
contractual responsibilities and obligations. The insurance covers to be taken by the
agency shall be in a joint name of the JDVVNL and the agency. The agency shall, however,
be authorized to deal directly with Insurance Company or companies and shall be
responsible in regard to maintain of all insurance covers. Further the insurance should be
in freely convertible currency.
11. REMEDY ON AGENCYS FAILURE TO INSURANCE
If the Agency shall fail to effect and keep in force insurance referred to in clause 11 hereof
or any other insurance which he may be required to effect under the terms of contract then
the JDVVNL may effect and keep in force any such insurance and pay such premium(s) as
may be necessary for that purpose and from time to time deduct the amount so paid by the
JDVVNL as aforesaid from any money due or which may become due to the Agency or
recover the same as debt from the Agency.
12. GRAFTS AND COMMISSIONS etc
Any graft, commission, gift or advantage given, promised or offered by or on behalf of the
contractor or his partner, agent, officers, director, employee or servant or any one on his or
their behalf in relation to the obtaining or to the execution of this or any other contract
with the owner, shall be, in addition to any criminal liability which it may incur, subject of
any loss or damage to the owner resulting from any cancellation. The owner shall then be
entitled to deduct the amount so payable from any moneys otherwise due to the contractor
under the contract.
13. MAINTENANCE OF FACILITIES AND PERSONNEL
FACILITY: The Agency shall maintain all requisite facilities of its own as required to
carryout the work as per the specification.
Page 77 of 85

NODAL OFFICER: To interact between the Supervisory officer and agency, The
Superintending Engineer (DSM-IT-TRG.) or any other personnel from the Discom side will
act as a Nodal Officer. Similarly, the agency shall communicate the name of the authorized
person(s) that would act as a Nodal Officer(s) from its side.
SUPERVISORY OFFICERS: The Executive Engineer (IT) or any other personnel from the
Discom side will be the supervisory officer for monitoring the services provided by the
agency and they shall be authorised to inspect the work carried out by the agency.
14. CONTRACT AGREEMENT
The agency will have to enter into an agreement with JdVVNL to be known as Contract
Agreement setting out all terms, and conditions including those mentioned in this terms &
conditions for the proposed work.
The agreement shall set out specific events of default that will entitle the innocent party to
terminate the agreement. The party committing an event of default, which is capable of
being remedied, will be given a reasonable opportunity to remedy the default.
The agreement can however be otherwise terminated by either party by giving six-month
notice and on terms to be mutually agreed which may include payment of suitable
compensation for losses suffered by the other party due to such termination. These terms
shall be included in the Contract Agreement.
Agency shall indemnify JdVVNL against any claims, demands, costs and expenses
whatsoever which may be made against it, because of failure of the Agency or its
representatives in the performance of their duties and negligence, any accident or injury to
any person.
15. FALL BACK ARRANGMENT
In the event of failure of the agency to fulfill its obligations, duties and responsibilities as
per the agreement terms, JdVVNL shall interalia have the right, at any time to resort to fall
back arrangement. Under this plan, JdVVNL shall take charge of all facilities and systems
whether in operation or under execution after giving suitable notice as provided in the
agreement and can recover from the security deposit the losses suffered due to such
failure. If the security deposit is insufficient, the Agency shall pay the difference to JdVVNL
failing which JdVVNL shall have right to recover the sum through legal or other means.
The JdVVNL shall have the right in such circumstances to manage the system itself after
taking charge of the facilities as above or through any other agency as it may deem fit and
no claim of Agency for compensation in this respect shall be entertained. This provision
shall be made in the agreement.
16. GOVERNING LAWS AND JURISDICTION
Page 78 of 85

The Indian Law shall govern the agreement. Only appropriate courts in Jodhpur shall have
exclusive Court Jurisdiction to deal with any matter arising out of or relating to the
agreement or otherwise.
17. JURISDICTION FOR LEGAL PROCEEDINGS
The contract shall be governed by the laws of India for the time being in force and be
subject to the court of competent jurisdiction at JODHPUR CITY (RAJASTHAN) INDIA. All
disputes, differences questions whatsoever arising between the JDVVNL and the agency
upon or in relation to or in connection with the contracts shall be deemed to have arisen at
JODHPUR CITY only and no court other than court at Jodhpur, Rajasthan shall have
jurisdiction to entertain or try the same.
17. SETTLEMENT OF DISPUTES
In any time any question, dispute or difference what so ever which may arise between the
JdVVNL and the agency, the same shall be decided by the CMD/ MD, JdVVNL, Jodhpur or by
the settlement committee constituted by him and shall be final and binding on both the
parties.
T he JdVVNL has constituted settlement committee to settle the disputed cases. For the
disputed amount up to Rs. 2.5 Lac the case may be referred to the CE level settlement
committee and if the disputed amount is more than Rs.2.5 Lac the case shall be referred to
the corporate level settlement committee. The non refundable fees for referring the case to
the settlement committee are as given below or prescribed time to time:
i) Reference fee for CE level settlement committee - Rs.1000/ii) Reference fee for corporate level settlement committee-Rs.3000/iii) Fee for review of cases by corporate level settlement committee- Rs 5000/The settlement committee fees as shown above or prevailing at that time shall be deposited
in cash with the Sr.A.O (CPC & Cash).
18. CONDUCT OF AGENCYS STAFF
If any of the Agencys employees shall in the opinion of JDVVNL is guilty of any misconduct
or incompetence or negligence, then if so directed by JDVVNL, the Agency shall at once
remove such employee and replace him by a qualified and competent substitute. It is being
clarified that the vendor will have to deploy its manpower who will posses highest degree
of integrity and will at no time keep data / database / corporate information under their
possession. While attending to the IT complaints, the vendors personnel will not access
any data residing on the machine / any equipment.
19. LIEN
In case of any lien or claim pertaining to the work and responsibility of the agency for
which JDVVNL might become liable, it shall have right to recover such claim amount from
the agency.
Page 79 of 85

20. TENDER FORMS AND ACCEPTANCE OF PROPOSAL


Each bidder must prepare and submit his bid strictly according to the procedure laid down
in the instructions to bidder annexed herewith. The bidder may if he deems it essential
submit in the envelope with his tender short and concise memorandum or any letter
accompanying the tender as to form part of the tender. Any bidder wishing to submit
descriptive matter for consideration must enclose it in a separate envelope marked and
addressed in the same manner as the tender with the addition of the word descriptive
matter.
The purchaser is not bound to accept the lowest tender or any tender or assign any reason
for the rejection of a tender. The purchaser also reserves the right to either call for fresh
tenders or to accept either the whole or a part of tender or to place orders for any
increased or decreased quantity on the basis prices quoted.
21. FORCE MAJEURE CONDITIONS
If at any time during the currency of the contract the performance in whole or in part be
prevented or delayed by reason of any war hostility acts of public enemy, civil commotion,
sabotage, fire floods, explosion, epidemics, quarantine restrictions, strikes, lockouts or acts
of God (hereinafter referred to as Events) then provided Notice and adequate proof of the
production/dispatch having suffered on account of these events is given within 21 days
from the date of occurrence thereof the provision of penalty Clause of this specification
shall not be invoked by the purchaser provided further that the deliveries under the
contract shall be resumed, as soon as practicable after such event (s) has ceased to exist
and the decision of the purchaser as to whether the deliveries have been so resumed or not
shall be final and conclusive provided further that in case the strike/lockout prolongs
beyond a period of seven days, the supplier shall immediately inform about to the
purchaser in which case the purchaser reserves the right to procure the material
equipment on order or part thereof from any other source at the risk and cost of the
supplier.
22. CONTRACTORS DEFAULT
I. If the contractor shall neglect to execute the works with the diligence and expedition or
shall refuse or neglect to comply with any reasonable orders given to him, in writing by
the nodal officer/ representative of Discom in connection with the works or shall
contravenes the provisions of the contract, the owner may give notice in writing to the
contractor make good the failure, neglect or contravention complained of. Should the
contractor fail to comply with the notice within thirty (30) days from the date of service
thereof, then and in such case the owner shall be at liberty to employ other workmen and
forthwith execute such part of the works as the contractor may have neglected to do or if
the owner shall think fit, it shall be lawful for him without prejudice to any other right he
may have under the contract, to take the works wholly or in part out of the contractor's
hands and re - contract with any other person or persons complete the works or any part
Page 80 of 85

thereof and in that event the owner shall have free use of all contractor's equipment that
may have been at the time on the site in connection with the works without being
responsible to the contractor over the same, and the owner shall be entitled to retain and
apply any balance which may be necessary, the payment of the cost of executing the said
part of the works or of completing the works as the case may be. If the cost of completing
the works or executing a part thereof as aforesaid shall exceed the balance due to the
contractor, the contractor shall pay such excess. Such payment of excess amount shall be
independent of the liquidated damages for delay, which the contractor shall have to pay if
the completion of works is delayed.
II. In addition, such action by the owner as aforesaid shall not relieve the contractor of his
liability to pay liquidated damages for delay in completion of works. The termination of
the contract under this clause shall not entitle the contractor to reduce the value of the
performance bank guarantee nor the time thereof. The performance guarantee shall be
valid for the full value and for the full period of the contract including guarantee period.
23. INSPECTIONS AND TESTING
The D.R Center operations by successful bidder shall undergo inspection by JdVVNL at the
time of inception by the officer(s) nominated by the SE (DSM-IT-TRG.), JdVVNL, Jodhpur.
However this inspection shall be general in nature in order to check all the deliverables as
per the technical specifications as specified in this tender and it will not absolve the
supplier from contractual formalities/ binding of technical specification and
guarantee/warrantee provisions.
24. SALES TAX / SERVICE TAX
The payment of State Sales tax / Service tax / Central Sales tax / Service tax shall be made
only on furnishing the following certificate, which may be affixed on the bills preferred, or
the material supplied.
Form C/D shall be issued only against sales tax not against the service tax.
SALES TAX / SERVICE TAX CERTIFICATE
i) Certified that the goods on which sales tax / Service tax / Service tax has been charged
have not been exempted under the central sales-tax act / state sales-tax act / Central
Excise Tax act and that the charges on account of sales-tax on these goods are correct
under the provisions of the relevant act or the rules made there under and that in case
of supplies against regular contract, the relevant contractor also includes a specific
provisions that the sales-tax is payable by the JdVVNL.
ii) Certified further that we------------------are registered as dealers in the state of----------under registration No. ---------------------- for the purpose of Central/State Sales-Tax/
Central Excise Tax.

Page 81 of 85

iii) Certificate for RST as per Rajasthan Sales tax Act and (c) form(s) as per Central Sales-Tax
Act will be issued by the Senior Account Officer (MM&C), JDVVNL, Jodhpur to the
supplier on his request on completion of the entire supplies under order and on
furnishing the copies of the relevant invoices together with the above declaration
certificate.
iv) In no circumstances certificate for RST and C form shall be issued along with letter of
acceptance/purchase order and shall not be demanded by the supplier through bank on
presentation of the dispatch documents.
v)

In case the sales-tax assessment of the supplier(s) become due become completing the
entire supplies against the order, certificate for RST and C Form (s) for the supplies
made shall be issued on specific request of the supplier made at least 10 days before the
due date of sales-tax assessment on fulfilling the requirement of sub Clause(s)

26. MODE OF PAYMENT


The contractor shall correctly prepare & submit the monthly invoice for operation charges
in quadruplicate within first week of the next month, to the D.R Center In charge, Executive
Engineer (IT) , JdVVNL, Jodhpur and shall be submitted to the Sr. A.O. (CPC & Cash) after
verification. The Sr. A.O. (CPC & Cash) after receiving the verified bills will arrange the
payment within 30 days.
Following documents shall be submitted along with the invoice:
i. A certificate / undertaking to the effect that proof of Service charges at actual has been
claimed and other relevant documents for reimbursement of charges paid by the supplier
on behalf of the purchaser, have been enclosed with the original invoice. In case of any
discount made by the OEM/service provider, the same shall be transferred /
forwarded to the Discom.
ii. Manufacturers / Contractor guarantee certificate for quality and genuine certificate.
iii. Acceptance letter of contract agreement, BGs and clearance from SE (DSM-IT-TRG.) / the
nodal officer about commencement of payment (one time only). SE (DSM-IT-TRG.) / the
nodal officer shall compare the date of successful installation with the schedule of
installation as mentioned in the tender specifications. In case of delay, then the LD and
penalty shall be applicable as mentioned in Liquidated damages and penalty clause of this
tender specification.
27. TERMS OF PAYMENT
a. The contractor shall submit the monthly invoice within first week of the next month, to
the D.R Center In charge. The payment will be verified by the XEn (IT), JdVVNL,
Page 82 of 85

b.
c.
d.
e.
f.
g.

h.

i.
j.

k.

Jodhpur. The contractor would be required to fulfill the terms and conditions of the
provision of EPF & Misc., Provision Act 1952 and employees provident Fund Scheme
1952 in respect of Executives / supervisors engaged by him for performing the works
of JdVVNL. Each bill claim of the contractor should accompany the following
information:
List showing the detail of supervisors /technical helpers engaged duration of their
engagement.
The amount paid to supervisors /technical helpers for the duration in question.
Amount of EPF contribution (both employer & employees contribution) for duration of
engagement in question, paid to the EPF authorities. Copies of authenticated documents
of payments of such contribution to EPF authorities, if any.
Declaration from the contractor regarding compliance of conditions of EPF Act-1952.
The contractor shall mention, in each bill, the rate and amount of Service Tax and other
taxes/levies, if any, charged in the bill.
The payment shall be released on or within 30 days from the date of receipt of verified
invoices / challan on Accounts section. The payment shall be made only after successful
D.R Center operation certificate from the XEn (IT), JdVVNL, Jodhpur. The original copy
of the certificate will have to be submitted along with the invoice for release of
payment.
If the said reports and services are not provided in time then it shall be construed that
the services related to that period was not provided satisfactorily by the vendor and
necessary LD / penalties shall be imposed or the balance payment for that period shall
not be released.
The Income tax will be deducted from bills of the contractor at prevailing rates. If
complaint regarding non-payment of salary is received from any supervisors/ technical
helpers, JdVVNL is empowered to deduct the amount from contractors bill(s).
The payment for the spares parts shall be made after the successful installation &
commissioning of the equipments, against the invoices duly verified by XEn(IT) within
15 days time. However, the copy of the original invoices of the OEM shall also be
attached with the invoices submitted by the vendor to the Discom.
The payments against the visits of the OEMs Technical persons will be made against
the invoices duly verified by the XEn (IT), JDVVNL, Jodhpur, within 15 days time.

However, necessary C & D forms shall be issued by Jodhpur Discom, on submission of


proper invoices for goods used in the execution of the work, showing separately the
amount of CST/VAT charged on the spare parts.
28. SUSPENSIONS OF WORKS
The purchaser shall not be liable to pay the contractor any compensation whatsoever arising
from suspension or for idle labour.
29. DEATH BANKRUPTCY ETC.
If the contractor shall die or dissolve or commit any act or bankruptcy or being a corporation
commence to be wound up except for reconstruction purpose or carry on hits, business
Page 83 of 85

under a receiver, the executors successors, or other representatives in law of the state of
the contractor or any such receiver,. Liquidator, or any persons to whom to the contract
may become vested shall Forth with given notice thereof in writing to the purchaser and
shall for one (1) month during which he shall take all reasonable steps to prevent stoppage
of the work have the option of carrying out the contract subject to his or their providing
such guarantee as may be required by the purchaser but not exceeding the value of the
work for the time being remaining relieve unexecuted provided however that nothing
above said shall be deemed to relieve the contractor or his successors of his or other their
obligations under the contract under any circumstances. In the event of stoppage of the
work the period of the option under this clause shall be seven (7) days only. Provided that,
should the above option be not exercised, the contract may by terminated by the purchaser
by notice in writing to the contractor and the same power and provisions reserved to the
purchaser in the event of taking the work out of the contractors hands shall immediately
become operative.
Change of name of the bidder / supplier at any stage after tendering, the purchaser shall deal
with the contractor only in the name and at the address under which he has submitted the
tender. All the liabilities/responsibilities for due execution of the contract and if in
circumstances he shall be relieved of any obligation under the contract. The purchaser may,
however at his description deal with Agents / Representatives / Distributors /
Manufacturers / Associates Principals / Sister Concerns and such dealing shall not absolve
the supplier(s) from his responsibilities/obligations/liabilities so the purchaser under the
contract. Any change/alteration of name/constitution/organization of the supplier shall be
duly notified to the purchaser, and the purchaser reserves the right to determine, the
contract, in case of any such notification in the event of such determination the purchaser
may effect the purchase of the material not supplied from elsewhere at the risk and cost of
the bidder /supplier
30. FAILURE TO EXECUTE THE CONTRACT
Contractor failing to execute the order placed on them to the satisfaction of the JDVVNL under
terms and conditions set forth therein, will be liable to make good the loss sustained by the
JDVVNL, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the
difference between the price accepted in the contract already entered into and the price at
which fresh orders have been placed. This is without prejudice to the imposition of
liquidated damages and forfeiture of security deposit.
31. NON- ASSIGNMENT
The supplier shall not assign or transfer the contract or any part thereof to any agency/
personal during the currency period.
32. EFFECTING RECOVERIES
Any loss, arising due to non-fulfillment of this contract or any other contract, will be
recovered from the Security & Performance Deposit/ Guarantees held and or any other
Page 84 of 85

amount due to the supplier from the JDVVNL from this Contract as well as from other
contracts.
33. ACCEPTANCE OF CONTRACT
The successful bidder will be forwarded three sets of work order, two of which will be
signed (each page) by him/his authorized representative in token of his accepting the
contract and returned to the authority placing the order within 15 days of its issue, failing
which, his EMD is liable to be forfeited.
34. LIQUIDATED DAMAGES AND PENALTY
The following penalties shall be applicable
Delay in deputing staff: % of item (unit) cost per week and part thereof. If delay is more
than 1 month in the commencement of supply than the work order may be cancelled after
forfeiting the EMD and Security deposit. Total penalty will not exceed 10 % of the unit item
cost. The date of scheduled commencement specified in the work order shall be reckoned
for the purpose of calculation of penalty.
The contractor shall ensure to arrange for suitable person(s) against the absence of
supervisor/Technical helpers. In case the number of supervisor/technical helpers engaged
by the successful bidder is shorter than the agreed number, a penalty of Rs. 300/- per
helper per day and Rs. 500/- per Supervisor per day, in addition to non-payment of charges
for the period of absence on prorata basis for the month, will be levied. This includes the
short absence of a supervisor/Technical helpers from duty. This shall be evaluated by the D
R Center In charge or the authority above.
Non-compliance of time limits for attending the complaints/ replacement of spare parts
will attract a penalty of Rs. 10,000/- per complaint per day or part thereof, or as decided by
the officer in charge based on the impact of the outage on the operation of the system,
and the amount will be deducted from the bills raised by the firm, . Service Delivery:
Note: Total penalty in a quarter shall not exceed 10% of the total quarterly invoice value.
In case of any bonafide damage in the system due to defective maintenance activity/practice of
the workman, the agency shall be responsible to make good the damage.
_________________________________________________________________________________________________

Page 85 of 85

Você também pode gostar