Escolar Documentos
Profissional Documentos
Cultura Documentos
NIT NO CMC/BY/14-15/RB/VKS/006
Dt. 17.04.2014
INDEX
SECTION I: REQUEST FOR QUOTATION3
SECTION II: INSTRUCTIONS TO BIDDER ...7
SECTION- III: COMMERCIAL TERMS AND CONDITIONS .13
SECTION- IV: SCOPE OF WORK.27
SECTION V: PRICE FORMAT..............37
SECTION- VI : ANNEXURES..38
BID FORM .....43
PROFORMA OF CONTRACT PERFORMANCE BANK
GUARANTEE..44
COMMUNICATION DETAILS..46
SECTION I
REQUEST FOR QUOTATION
GENERAL
BSES Yamuna Power Limited invites sealed tenders in 2 envelopes for LT Network Validation, Updation and
GIS Network Change Management in BYPL.
1.01 The bidder must qualify the requirements as specified in clause 1.3 stated below. The sealed
envelopes shall be duly super scribed asBID FOR AWARD OF WORK FOR CARRYING OUT GIS LT NETWORK SURVEY & DIGITIZATION IN
BYPL
1.2
The tender document can be obtained from address given below against submission of non-refundable
demand draft of Rs.1000/- drawn in favour of BSES Yamuna Power Ltd, payable at Delhi:
Head of Department
Contracts & Material Dept.
BSES Yamuna Power Limited
III Floor, A Block, BSES Bhawan
KarKardooma
New Delhi-110032
The tender papers will be issued on all working days upto the date mentioned in clause 1.01. The tender
documents & detail terms and conditions can also be downloaded from the website www.bsesdelhi.com. In
case tender papers are downloaded from the above website, then the bidder has to enclose a separate
demand draft covering the cost of bid documents.
1.2
POINTS TO BE NOTED
1.2.1
Works envisaged under this contract are required to be executed in all respects up to the period of
completion mentioned above.
1.2.2
Only those agencies, who fulfil the qualifying criteria as mentioned in clause 1.3 should submit the
tender documents.
Tender document consists of the following:
a.
Request for quotation/ Notice Inviting Tender
b.
Instructions to Tenderers
c.
Commercial Terms & conditions
d.
Bill of Quantities/ Price Format
1.2.3
The Contract shall be governed by the documents listed in para 1.2.3 above.
1.2.5
BSES Yamuna Power Ltd reserves the right to accept/reject any or all Tenders without assigning any
reason thereof and alter the quantity of materials mentioned in the Tender documents at the time of
placing purchase/ work orders. Tender will be summarily rejected if:
(i) If Earnest Money Deposit (EMD) of requisite amount is not deposited in shape of Bank
Draft/Pay Order/FDR/BG drawn in favour of BSES Yamuna Power Ltd, payable at Delhi. Format for
EMD Bank Guarantee is available on BSES Site- Tenders Section
(iii If Tender is received after due date and time.
1.3
Qualifying Criteria:The prospective bidder must qualify all of the following requirements to be eligible to participate in the
bidding. Bidders who meet following requirements will be considered as successful bidder and
management has a right to disqualify those bidders who do not meet these requirements.
1.
2. The bidder should have average annual turnover of 5Cr in the last three financial years. (FY12-13, FY
11-12, FY 10-11). Audited balance sheets or CA certificate to be attached as documentary proof.
3. The bidder should have executed three similar projects either for Government / Private organization
and each project should be more than 50 Lacs. Work order and completion certificates to be attached
as documentary proof.
4. The bidder should have surveyed minimum 5000 linear km of electrical network survey in a single
work order. Work completion certificates to be attached as documentary proof.
5. The bidder should have surveyed and indexed min 5.00 lakhs consumer in a single work order.
6. The bidder should be empanelled with Power Finance Corporation as Geo-spatial solution provider.
7. The bidder should have minimum 25 GPS instrument and capability of developing customized
application for data capture.
8. Bidder should have valid registration No of service Tax.
9. Bidder should have PAN No & should fulfill all statutory compliance like PF, ESI registration.
The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the
above qualifying requirements.
Please Note that firms who are debarred/ blacklisted in other utilities in India will not be considered.
Also, the Bidder shall furnish the following commercial & technical information along with the tender:
a) Latest balance sheet
b) Detail of Banker & Cash Credit limit
c)Details of constitution of the company (Proprietary/ Limited/ Pvt. Ltd. Along with details)
d) Memorandum & Articles of Association of the Company
e) Organization Chart of the company
f) Experience details with credentials
g) Turnover certificate issued by C.A for the last three Financial Years.
1.4
Bidders are requested to submit their offer strictly in line with this tender document. NO DEVIATION IS
ACCEPTABLE. BYPL shall response to the clarifications raised by various bidders and the same will be
distributed to all participating bidders through website.
BID SUBMISSION:
The bidders are required to submit the bid in 2(two) parts and submit in original + one copy to the following
address
Head of Department
Contracts & Material Deptt.
BSES Yamuna Power Ltd
III Floor, A Block, BSES Bhawan
KarKardooma
New Delhi-110032
PART A : TECHNICAL BID comprising of following:
EMD of requisite amount
Non-refundable separate demand draft for Rs. 1000/- In case the forms are downloaded from the
website
Documentary evidence in support of qualifying criteria Technical Literature if any.
Any other relevant document
Acceptance to Commercial Terms and Conditions viz Delivery schedule/period ,Payment terms
,BG etc
Acceptance to Technical Specifications if any
The technical bid shall also contain the tender Document with all pages signed & stamped with bidders seal
PART B : FINANCIAL BID comprising of Prices strictly in the Format enclosed in SECTION V
TIME SCHEDULE
The bidders should complete the following within the dates specified as under:
S. No.
Steps
Comprising of
1
Technical Queries, if any All Queries related to RFQ
2
PART B
Financial Bid
Due date
06.05.2014
08.05.2014
Successful
bidders will
be intimated
through
website
This is a two part bid process. Bidders are to submit the bids in 2(two) parts
Both these parts should be furnished in separate sealed covers super scribing NIT no. DUE DATE OF
SUBMISSION, with particulars as PART-A TECHNICAL BID & COMMERCIAL TERMS & CONDITIONS and
Part-B FINANCIAL BID and these sealed envelopes should again be placed in another sealed envelope
which should be super scribed with Tender Notice No.& Due date of opening. The same shall be
submitted before the due date & time specified.
Part A :: Technical Bid should not contain any cost information whatsoever and shall be submitted within
the due date as mentioned in clause 1.02. After technical evaluation, the list of qualified bidders will be
posted immediately on BSES website.
PART B :: This envelope will be opened after technical evaluation and only of the qualified bidders and the
date of opening of the same shall be intimated in due course of time.
Notwithstanding anything stated above, the Company reserves the right to assess bidders capability to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Company. In this regard the decision of the Company is final.
1.4.1 Award Decision
ii Company intends to award the business on a lowest bid basis, so bidders are encouraged to submit the
bid competitively. The decision to place order/LOI solely depends on Company on the cost competitiveness
across multiple lots, quality, delivery and bidders capacity, in addition to other factors that Company may
deem relevant.
ii The Company reserves all the rights to award the contract to one or more bidders so as to meet the
delivery requirement or nullify the award decision without any reason.
ii In case any contractor is found unsatisfactory during the execution process, the award will be cancelled
and BYPL reserves the right to award other contractors who are found fit.
1.4.2 Market Integrity
We have a fair and competitive marketplace. The rules for bidders are outlined in the Terms & Conditions.
Bidders must agree to these rules prior to participating. In addition to other remedies available, we reserves
the right to exclude a bidder from participating in future markets due to the bidders violation of any of the
rules or obligations contained in the Terms & Condition. Bidders who violate the marketplace rules or engage
in behavior that disrupts the fair execution of the marketplace restricts a bidder to length of time, depending
upon the seriousness of the violation. Examples of violations include, but are not limited to:
1.4.3 Confidentiality
All information contained in this RFQ is confidential and may not be disclosed, published or advertised in any
manner without written authorization from BYPL. This includes all bidding information submitted.
All RFQ documents remain the property of BYPL and all bidders are required to return these documents to
BYPL upon request.
Bidders who do not honor these confidentiality provisions will be excluded from participating in future bidding
events.
1.5 Contact Information
Technical clarification, if any, as regards this RFQ shall be sought in writing and sent by post/courier to
following address
Technical
Contact Name
Anish Kalucha
Commercial
Rakesh Bansal
Address
Contact No.
011-39999096
011-39999230
Email Id
Anish.Kalucha@relianceada.com
Rakesh.Bansal@relianceada.com
SECTION II
INSTRUCTIONS TO BIDDER
1.0 GENERAL
BSES Yamuna Power Ltd, hereinafter referred to as The Company is desirous of awarding work for
carrying out LT Network Validation, Updation and GIS Network Change Management in BYPL.
1.1
All the Bids shall be prepared and submitted in accordance with these instructions.
1.2
Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Company
will in no case shall be responsible or liable for these costs.
1.3
The Bid should be submitted by the Bidder in whose name the bid document has been issued and
under no circumstances it shall be transferred /sold to the other party.
i .i
The Company reserves the right to request for any additional information and also reserves the right
to reject the proposal of any Bidder, if in the opinion of the Company, the data in support of RFQ
requirement is incomplete.
i .i
The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in
the Bid Documents. Failure to furnish all information required in the Bid Documents or submission of
a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of
the Bid. However, the Companys decision in regard to the responsiveness and rejection of bids shall
be final and binding without any obligation, financial or otherwise, on the Company.
1.06 The company reserves the right to split the order among various successful tenderers in any manner he
chooses without assigning any reason whatsoever
2.0 SCOPE OF WORK
The complete scope of work has been defined in Section-IV of this tender document.
3.0
DISCLAIMER
3.1
This Document includes statements, which reflect various assumptions, which may or may not be
correct. Each Bidder/Bidding Consortium should conduct its own estimation and analysis and should
check the accuracy, reliability and completeness of the information in this Document and obtain
independent advice from appropriate sources in their own interest.
iii
Neither Company nor its employees will have any liability whatsoever to any Bidder or any other
person under the law or contract, the principles of restitution or unjust enrichment or otherwise for
any loss, expense or damage whatsoever which may arise from or be incurred or suffered in
connection with anything contained in this Document, any matter deemed to form part of this
Document, provision of Services and any other information supplied by or on behalf of Company or
its employees, or otherwise a rising in anyway from the selection process for the work.
3.03 Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy
itself that Documents are complete in all respects. Intimation of any discrepancy shall be given to
this office immediately.
This Document and the information contained herein are Strictly Confidential and are for the use of only the
person(s) to whom it is issued. It may not be copied or distributed by the recipient to third parties
(other than in confidence to the recipients professional advisors).
COST OF BIDDING
The Bidder shall bear all cost associated with the preparation and submission of its Bid and the company
5.
5.1
BIDDING DOCUMENTS
The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding
Documents. In addition to the covering letter accompanying Bidding Documents, the Bidding
Documents include:
Request for Quotation (RFQ)
Instructions to Bidders (ITB)
Commercial Terms & Conditions
SCOPE OF WORK
Bill of quantity /Price Format
5.2
- Section - I
- Section II
- Section III
- Section - IV
- Section- V
The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and
Specifications. Failure to furnish all information required by the Bidding Documents or submission of a
Bid not substantially responsive to the Bidding Documents in every respect will may result in the
rejection of the Bid.
6.0
6.1
At any time prior to the deadline for submission of Bids, the Company may for any reasons, whether
at its own initiative or in response to a clarification requested by a prospective Bidder, modify the
Bidding Documents by Amendment.
6.2
The Amendment shall be part of the Bidding Documents, pursuant to Clause 5.01, and it will be
notified in writing by Fax/e-mail to all the Bidders who have received the Bidding Documents and
confirmed their participation to Bid, and will be binding on them.
iii
In order to afford prospective Bidders reasonable time in which to take the Amendment into account
in preparing their Bids, the Company may, at its discretion, extend the deadline for the submission of
Bids.
7.0
PREPARATION OF BIDS
i .i
LANGUAGE OF BID
The Bid prepared by the Bidder, and all correspondence and documents relating to the Bid
exchanged by the Bidder and the Company, shall be written in the English Language. Any printed
literature furnished by the Bidder may be written in another Language, provided that this literature is
accompanied by an English translation, in which case,for purposes of interpretation of the Bid, the
English translation shall govern.
8.0
(a)
Bid Form ,Price & other Schedules (STRICTLY AS PER FORMAT) and Technical Data Sheets
completed in accordance with Technical Specification.
(b)
All the Bids must be accompanied with the required EMD as mentioned in the Section-I against each
tender.
9.0
BID FORM
9.1
The Bidder shall submit Original Bid Form and the appropriate Price Schedules and technical
specifications enclosed with the Bidding Documents.
9.2
EMD
Pursuant to Clause 8.0(b) above, the bidder shall furnish, as part of its bid, a EMD of requisite
amount as already specified in the Section-I. The EMD is required to protect the Company against
the risk of Bidders conduct which would warrant forfeiture. The EMD shall be denominated in any of
the following form:
(a)
BG/ Fixed Deposit Receipts (FDR) from a scheduled bank in favour of BSES Yamuna Power
Limited valid for 6(six) months after last date of receipt of tenders
Earnest money given by all the bidders except the lower bidder shall be refunded within 4 (four)
weeks from the date of opening of price bid. The amount of EMD by the lowest bidder shall be
adjustable in the security bank guarantee
The EMD may be forfeited in case of:
(a)
if the Bidder withdraws its bid during the period of bid validity specified by the Bidder in
the Bid Form
or
(b) in the case of a successful Bidder, if the Bidder does not
(i) accept the Purchase Order, or
(ii) furnish the required performance security BG.
10.0
BID PRICES
10.1
Bidders shall quote for the entire Scope of work with prices for individual items. The tenderer is
required, at his expense, to obtain all the information he may require to enable him to submit his
tender including necessary visits to the site to ascertain the local conditions, procurement of
necessary materials, labour, etc., requirements of the local/government/public authorities in such
matters.
Prices quoted by the Bidder shall be Firm and not subject to any price adjustment during the
performance of the Contract. A Bid submitted with an adjustable price/PVC will be treated as
non -responsive and rejected.
11.0
BID CURRENCIES
Prices shall be quoted in Indian Rupees Only.
12.0
12.1
Bids shall remain valid & open for acceptance for a period of 120 days from the date of opening of the
Bid.
12.2
Notwithstanding Clause12.01 above,the Company may solicit the Bidders consent to an extension
of the Period of Bid Validity.The request and the responses thereto shall be made in writing and sent
by Fax/post/courier
13.0
ALTERNATIVE BIDS
Bidders shall submit Bids, which comply with the Bidding Documents. Alternative Bids will not be
considered. The attention of Bidders is drawn to the provisions regarding the rejection of Bids in the
terms and conditions, which are not substantially responsive to the requirements of the Bidding
Documents.
14.0
14.01 The original Bid Form and accompanying documents (as specified in Clause 9.0),clearly marked
"Original Bid", must be received by the Company at the date, time and place specified pursuant to
Clauses15.0 and16.0.
14.2
The original copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder
or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be
indicated by written Power-of-Attorney accompanying the Bid.
14.3
The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors
made by the Bidder, in which case such corrections shall be initialed by the person or persons
signing the Bid.
D.
SUBMISSION OF BIDS
15.0
15.1
Bid submission: One original (hard copies) of all the Bid Documents shall be sealed and submitted to
the Company before the closing time for submission of the bid.
15.2
The Technical Documents and the EMD shall be enclosed in a sealed envelope and the said
envelope shall be superscribed with Technical Bid & Commercial Terms & Conditions . The price
bid shall be inside another sealed envelope with superscribed Financial Bid . Both these
envelopes shall be sealed inside another big envelope. All the envelopes should bear the Name and
Address of the Bidder and marking for the Original. The envelopes should be superscribed with
Tender Notice No.& Due date of opening.
15.3
The Bidder has the option of sending the Bids in person. Bids submitted by Email/Telex/Telegram
/Fax will be rejected. No request from any Bidder to the Company to collect the proposals from
Courier/Airlines/Cargo Agents etc shall be entertained by the Company.
16.0
16.01 The original Bid must be timely received by the Company at the address specified in Section-I
16.2
The Company may, at its discretion, extend the deadline for the submission of Bids by amending the
Bidding Documents in accordance with Clause9.0,in which case all rights and obligations of the
Company and Bidders previously subject to the deadline will there after be subject to the deadline as
extended
LATE BIDS
Any Bid received by the Company after the deadline for submission of Bids prescribed by the
Company, pursuant to Clause 16.0, will be declared "Late" and rejected and returned unopened to
the Bidder.
19.0
19.01 The Bidder is not allowed to modify or withdraw its Bid after the Bids submission.
E.
EVALUATION OF BID
20.0
PROCESS TO BE CONFIDENTIAL
Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process. Any effort by a Bidder to influence the Company's
processing of Bids or award decisions may result in the rejection of the Bidder's Bid.
10
21.0
CLARIFICATION OF BIDS
To assist in the examination, evaluation and comparison of Bids, the Company may, at its discretion,
ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing
and no change in the price or substance of the Bid shall be sought, offered or permitted.
Company will examine the Bids to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished, whether the documents
have been properly signed, and whether the Bids are generally in order.
22.2
Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit
price and the total price per item that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price per item will be corrected. If there is a discrepancy between the
Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail
and the Total Amount will be corrected.
22.3
Prior to the detailed evaluation, Company will determine the substantial responsiveness of each Bid
to the Bidding Documents including production capability and acceptable quality of the Goods
offered. A substantially responsive Bid is one, which conforms to all the terms and conditions of the
Bidding Documents without material deviation.
22.04 Bid determined as not substantially responsive will be rejected by the Company and/or the Company
and may not subsequently be made responsive by the Bidder by correction of the non - conformity.
23.0
23.01 The evaluation of Bids shall be done based on the delivered cost competitiveness basis.
23.02 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for
evaluation purposes: In the first stage, the Bids would be subjected to a responsiveness check. The
Technical Proposals and the Conditional ties of the Bidders would be evaluated.
Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of
Bidders with Techno-commercially Acceptable Bids shall be considered for final evaluation.
23.3
The Company's evaluation of a Bid will take into account, in addition to the Bid price, the following
factors, in the manner and to the extent indicated in this Clause:
(a) Work completion schedule
(b) Conformance to Qualifying Criteria
(c) Deviations from Bidding Documents
Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents.
The cost of all quantifiable deviations and omissions from the specification, terms and conditions
specified in Bidding Documents shall be evaluated. The Company will make its own assessment of
the cost of any deviation for the purpose of ensuring fair comparison of Bids.
23.4
Any adjustments in price, which result from the above procedures, shall be added for the purposes of
comparative evaluation only to arrive at an "Evaluated Bid Price. Bid Prices quoted by Bidders shall
remain unaltered.
F.
AWARD OF CONTRACT
24.0
24.1
From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the
Company on any matter related to the Bid, it should do so in writing.
24.02 Any effort by a Bidder to influence the Company and/or in the Companys decisions in respect of Bid
evaluation, Bid comparison or Contract Award, will result in the rejection of the Bidders Bid.
25.0
THE COMPANY S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR A LL BIDS
The Company reserves the right to accept or reject any Bid and to annul the Bidding process and
reject all Bids at anytime 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 Companys action.
i i .i
AWARD OF CONTRACT
The Company will award the Contract to the successful Bidder whose Bid has been Determined to
be the lowest-evaluated responsive Bid, provided further that the Bidder has been determined to be
qualified to satisfactorily perform the Contract. Company reserves the right to award order other
bidders in the tender, provided it is required for progress of project & provided the bidders agree to
come to the lowest rate.
27.0
iiii
SECTION III
TERMS & CONDITIONS
1. DEFINITION:
The following terms & expressions as used in this CONTRACT shall have the meaning defined and
interpreted hereunder:
1.1. Company: The Terms Company shall mean BSES Yamuna Power Limited, having its office at BSES
Bhawan, KarKardooma, New Delhi-110032 and shall included its authorized representatives, agents,
successors and assigns.
1.2
Contractor: The terms Contractor shall mean successful tenderer / vendor to whom the contract will
be awarded and shall include its authorized representative, agents, successors, and assigns.
1.3
Rate: The unit rates for the work to be carried out at site shall be as per finalized unit rates through
tender and payable by the Company to the Contractor for the due, complete and proper performance of the
jobs covered under this Order. The above rates shall be firm for the entire duration of work to be carried out
by the Contractor under the CONTRACT and are not subject to escalation for any reason whatsoever.
1.4
Site: The terms Site shall mean the working location in BYPL.
1.5
Engineer in charge:The term Engineer In-charge shall mean the Company's authorised representative
who will issue the specific instructions for work to be carried out as per the site requirement.
For this order, Engineer in charge shall be Head (EMG)
2 EXAMINATIONS OF SITE AND LOCAL CONDITIONS:
The contractor is deemed to have visited all the sites comes under BYPL licensed area under the
CONTRACT and ascertained therefore all site conditions and information pertaining to his work. The
company shall not accept any claim whatsoever arising out of the difficulties at site/terrain/local conditions, if
any.
3 LANGUAGES AND MEASUREMENT:
The CONTRACT issued to the contractor by the company and all correspondence and documents relating to
the CONTRACT placed on the Contractor shall be written in English language.
Metric System shall be followed for all dimension, units etc.
4 SCOPE OF WORK:
The contractor's scope of work shall be as defined in SECTION-IV of this tender document
5 CONTRACT PERFORMANCE SECURITY BANK GUARANTEE:
5.1 CONTRACTOR shall furnish the Security Performance Bank Guarantee in the prescribed format
(Appendix I) within 1 month from the date of issue of Order for due performance of the provisions of Work
Order.
5.2 The Security Performance Bank Guarantee shall be of 5% of the total value of order and shall be valid till
contract validity, plus three (3) months towards claim period. The Security Performance Bank Guarantee
shall be issued from any nationalized/ scheduled bank as per company format.
5.3 The Company shall reserve the right to invoke the bank guarantee unconditionally and without recourse
to the Contractor, if there is failure to perform any part of the Contract for whatsoever reason. This clause is
pertaining to performance of contractual obligations and the decision of Company shall be final in this regard.
5.4 In the event, in Company sole judgment, the Contractor has fulfilled all its obligations under this
Contract, Company shall release the security performance bank guarantee without interest, within seven (7)
days from the last date up to which the performance bank guarantee is to be kept valid or if it is assessed by
the Company that Contractor has not fulfilled its obligation then the performance bank guarantee shall be
extended by the Contractor till that period as requested by the Company.
6. PRICE SCHEDULE:
1). Prices shall be finalized through this tender and these rates will remain firm and final for the entire
duration of work to be carried out by the CONTRACTOR, and are not subject to any escalation and variation
for any reason whatsoever.
2). The quantities mentioned are approximate and might vary while execution of the project and the total
amount payable to the contractor shall be calculated on the basis of actual quantities delivered calculated
through unit rates.
3). BSES reserves the right to revise the quantities by deleting or adding a part or the whole of for the
individual items as listed in Price Bid and scope of work. The unit rates of will be applicable for the
deliverables of the revised quantities. It will be binding for the contractor to accept the revised quantities
issued by BSES at any stage during the execution of the project.
7. TAX & DUTIES:
All taxes, duties, including labour cess levied by Central Governments or local bodies shall be to contractor's
account including any duties which may be levied by the Govt during currency of this order.
However Service tax shall be paid extra @12.36%
Income tax will be deducted from your bills as Tax Deduction at Source (TDS).
Service Tax at actual shall be paid on submission of Service Tax Registration and self declaration on your
letter head stating that you have deposited/or will deposit the Tax as per the applicable service tax laws.
8. TERMS OF PAYMENT
The payment shall be made on receipt, testing and acceptance of the digital data by BYPL Digitization-incharge. The breakup of the payment is as follows
10% against performance bank guarantee for a period of one year from the date of completion of
work.
The quantities of all the Invoices shall be acceptable as certified by the BSES Engineer In Charge.
Payment shall be made to the contractor after 30 Days of submission of certified Bills at Vendor Support Cell
subject to fulfilment of contractual obligations
9) TIME SCHEDULES:
Time schedules for the project will be as mentioned below.
The project shall be effective from the date of issue of the order and the time schedule for completing the
work shall be within 6 months of order placement
The contractors which will not be able to adhere the time schedules for the submission of data as per the
prescribed quality requirements will be levied with Liquidated damages as defined in the relevant clause.
10. MANPOWER SKILLS:
a) Contractor will ensure to deploy qualified competent resources to carry out the work as specified in this
Contract & as per the requirement of BYPL .
b) For Asset Mapping survey and data collection electrical domain and technical people are mandatory.
c) Contractor will also ensure the quality of work and data by deploying different qualified skilled resources
requirement to the utmost level, whereby ensuring the adherence to the data quality specification,
coordinates, attributes & electric network details.
d) Identity cards will be issued to the manpower of contractor duly signed by contractor & BYPL officials.
e) Identity cards must not be used for any illegal activities.
f) CVs of manpower should be submitted to BYPL with passport size photograph.
g) ESI & PF account of manpower are mandatory.
h) GPS instrument is required with survey team.
Following is the detailed Manpower Requirement for the project.
Sr No Type
1.
2.
Surveyor
Project Supervisor
Qualification
10th(Preferably ITI )
Graduate With GIS Knowledge
3.
Digitization
Experience.
1 year GIS Survey
1 year GIS Domain
GIS Digitization
Experience
The kind of manpower and their head count to be supplied by the contractor shall be in the consultation and
approval from the BYPL GIS-in-charge.
Safety Measures:
In case the Contractor falls short of the work submission schedule as mentioned, a Liquidated Damage (LD)
BYPL shall reserve the right to terminate the contract of the contractors who will not meet the
agreed time schedules and mandatory manpower requirement.
Non compliance for completion of assigned work will be charged as 1% of the total order value
for each week or part there of delay until the actual date up to a maximum deduction of 10% of
total order value.
Non-avalibility of GPS instrument will attract two times cost of GPS.
Loss of Identity card will attract 500 Rs / card.
Not adopting safety measures will be charged 500 Rs / incident.
Mall practices / Ethics will attract 10,000 Rs / incident & contractor can be disqualified for the
Project.
Wrong work will be charge as two times of bill amount & work need to be corrected.
Penalties shall be applicable to the contractor in case not meeting the respective criteria of the contract.
BYPL reserves the right to terminate the contract of the contractor once the penalties exceed beyond a limit
decided by BYPL.The decision of levying the penalty shall be taken by the GIS-in-charge on case to case
basis.
12) GENERAL TERMS AND CONDITIONS:
i) For all necessary communications the Contractor and his staff should report to GIS-in-charge deputed by
BYPL. GIS-in-charge shall mean the staff Appointed in writing by BYPL to act as GIS Engineer from time to
time for the purpose of the operating the Agreement.
ii) The HT maps being handed over to the survey contractor will be the sole property of the BYPL. The
contractor shall not be in any way used for any purpose other than the survey work. Photocopy or scanning
of the data after duly marking up the facilities etc shall be returned back to the owner BYPL. If BYPL finds
that the survey contractor has not struck to these instructions, it shall be free to initiate legal proceedings and
/ on may impose penalty.
iii) Contractor can work 7 days / week.
iv) Contractor will have to co-ordinate with O & M by own.
v) Contractor will have to explain the survey plan before starting the work
vi) Contractor will have to maintain various MIS Reports.
vii) Every Wednesday will be meeting day between contractor & GIS officials.
viii) For all survey & other movements contractor will have to arrange its own conveyance.
ix) Stationary shall be arranged / Printed by contractor.
x) All data & Reports need to be maintained at least for 4 years.
xi) Binded copies of Report will be triplicate.
xii) The contractor shall be directly responsible for any/all disputes arising because of the contractor & the
contractor Staff and shall keep us indemnified against all losses, damages and claim arising thereof.
xv) The contractor will ensure that none of the contractor Staff is engaged in any unlawful activities or any
other activity subversive of our interest failing which suitable action may be taken against the contractor as
per the terms & conditions of this contract
xvi) The contractor shall be responsible for discipline of the contractor Staff and shall adhere to the
disciplinary procedure set by us. BSES shall be at liberty to object to the presence of any of the contractor
representative or Staff at the site, if in our opinion such Staff has done any act of misconduct or negligence
or otherwise undesirable, then the contractor shall remove such a person objected to and provides a
competent replacement immediately.
xvii)
To take due care of items while handling. The contractor shall be liable for recovery for the loss /
damage occurred due to mishandling.
13.2 Contractor shall take all necessary action to protect the confidential information against misuse, loss,
destruction, deletion and/or alteration.
13.3 Contractor undertakes not to misuse or permit misuse directly or indirectly, commercially exploit the
confidential information for economic or other benefit.
13.4 Contractor undertakes not to make or certain any copies or record of any confidential information
submitted by BYPL other than those as may be required for the performance of Contractor obligation under
this agreement.
13.5 Contractor undertakes to notify BYPL promptly in case of any unauthorized or improper use or
disclosure of the information.
13.6
Contractor undertakes to return all the information, which is in the custody of the Contractor at the
end of the specific assignment or termination or early determination of this agreement whichever is earlier.
13.7
Contractor hereby unconditionally agrees and undertakes that it shall not disclose or publish the
terms and conditions of this agreement or disclose the information submitted by BYPL under the agreement
to any third party under any circumstances whatsoever without prior written consent of BYPL.
The Contractor shall, prior to commencement of the jobs under this Contract, take out a comprehensive
insurance policy against any damage or loss or injury which may occur to any property or to any person or
any employee or representative of any outside Contractor/Company engaged or not engaged for the work of
the Company, by or arising out the execution of the work or temporary work or in carrying out of jobs under
this Work Order.
17. SAFETY CODE:
The Contractor shall ensure adequate safety precautions at site as required under the law of the land to
facilitate safe working during the execution of work and shall be entirely responsible for the complete safety
of their workmen as well as other workers at site and premises during execution of contract.
The contractor shall observe the safety requirements as laid down in the contract and in case of sub-contract
(only after written approval of company), it shall be the responsibility of main contractor that all safety
requirements are followed by the employees and staff of the sub-contractor.
The contractor employing two hundred employees or more, including contract workers, shall have a safety
co-ordinator in order to ensure the implementation of safety requirements of the contract and a contractor
with lesser number of employees, including contract workers, shall nominate one of his employees to act as
safety co-ordinator who shall liaise with the safety officer on matters relating to safety and his name shall be
displayed on the notice board at a prominent place at the work site.
The contractor shall be responsible for non-compliance of the safety measures, implications, injuries,
fatalities and compensation arising out of such situations or incidents.
In case of any accident, the contractor shall immediately submit a statement of the same to the owner and
the safety officer, containing the details of the accident, any injury or casualties, extent of properly damage
and remedial action taken to prevent recurrence and in addition, the contractor shall submit a monthly
statement of the accidents to the owner at the end of each month.
18 ENVIRONMENTAL, HEALTH & SAFETY PLAN:
Contractor will make ensure that the Environment, Health & Safety (EHS) requirements are clearly
understood and faithfully implemented at all levels at site as per instruction of Company. Contractors must
comply with these requirements:
(i) Comply with all of the elements of the EHS Plan and any regulations applicable to the work
(ii) Comply with the procedures provided in the interests of Environment, Health and Safety
(iii) Ensure that all of their employees designated to work are properly trained and competent
(iii) Ensure that all plant and equipment they bring on to site has been inspected and serviced in accordance
with legal requirement and manufacturers or suppliers instructions
(iv) Make arrangements to ensure that all employees designated to work on or visit the site present
themselves for site induction prior to commencement of work
(v) Provide details of any hazardous substances to be brought onsite
(vi) Ensure that a responsible person accompanies any of their visitors to site
All contractors staff is accountable for the following:
1. Use the correct tools and equipment for the job and use safety equipment and protective clothing
supplied, e.g. helmets, goggles, ear protection, etc. as instructed
2. Keep tools in good condition
3. Report to the Supervisor any unsafe or unhealthy condition or any defects in plant or equipment
4. Develop a concern for safety for themselves and for others
5. Prohibit horseplay
6. Not to operate any item of plant unless they have been specifically trained and are authorized to do so.
An "Event of Force Majeure" shall mean any event or circumstance not within the reasonable control, of the
Party affected, but only if and to the extent that:
Such event or circumstance, despite the exercise of reasonable diligence, could not have been prevented,
avoided or reasonably foreseen by such Party;
Such event or circumstance materially and adversely affects the ability of the affected Party to perform its
obligations under this Contract, and the affected Party has taken all reasonable precautions, due
care and reasonable alternative measures in order to prevent or avoid the effect of such event on the
affected party's ability to perform its obligations under this Contract and to mitigate the
consequences thereof. For the avoidance of doubt, if such event or circumstance would not have
materially and adversely affected the performance of the affected party had such affected party
followed good industry practice, such event or circumstance shall not constitute force majeure.
Such event is not the direct or indirect result of the failure of such Party to perform any of its obligations
under this Contract; and
Such Party has given the other Party prompt notice describing such events, the effect thereof and the actions
being taken in order to comply with Article 14.1
SPECIFIC EVENTS OF FORCE MAJEURE
Subject to the provisions of Article 14.1, Events of Force Majeure shall include only the following to the extent
that they or their consequences satisfy the above requirements:
The following events and circumstances:
Effect of any natural element or other acts of God, including but not limited to storm, flood, earthquake,
lightning, cyclone, landslides or other natural disasters, and\
Explosions or fires or flood
Public disorder, insurrection, rebellion, sabotage, riots or violent demonstrations of a local character;
Declaration of the Site as war zone.
Any order, regulation, directive, requirement from any Governmental, legislative, executive or judicial
authority.
(II) NOTICE OF EVENTS OF FORCE MAJEURE
If a force majeure event prevents a party from performing any obligations under the Contract in part or in full,
that party shall:
Immediately notify the other party in writing of the force majeure events within 2 working days of the
occurrence of the force majeure event
Be entitled to suspend performance of the obligation under the Contract which is affected by force majeure
event for the duration of the force majeure event
Use all reasonable efforts to resume full performance of the obligation as soon as practicable
Keep the other party informed of all such efforts to resume full performance of the obligation on a regular
basis
Provide prompt notice of the resumption of full performance or obligation to the other party.
MITIGATION OF EVENTS OF FORCE MAJEURE
The Vendor shall:
21
Make all reasonable efforts to prevent and reduce to a minimum and mitigate the effect of any delay
occasioned by an Event of Force Majeure, including applying other ways in which to perform the
Contract;
Use its best efforts to ensure resumption of normal performance after the termination of any Event of Force
Majeure and shall perform its obligations to the maximum extent practicable as agreed between the
Parties; and
Keep the Company informed at regular intervals of the circumstances concerning the event of Force
Majeure, with best estimates as to its likely continuation and what measures or contingency planning
it is taking to mitigate and or terminate the Event of Force Majeure.
BURDEN OF PROOF
In the event that the Parties are unable in good faith to agree that a Force Majeure event has occurred to an
affected party, the parties shall resolve their dispute in accordance with the provisions of this Contract. The
burden of proof as to whether or not a force majeure event has occurred shall be upon the party claiming that
the force majeure event has occurred and that it is the affected party.
TERMINATION FOR CERTAIN EVENTS OF FORCE MAJEURE
If any obligation of any Party under the Contract is or is reasonably expected to be delayed or prevented by a
Force Majeure event for a continuous period of more than 1 (one) month during the Term of the Contract the
Contract shall be terminated at the discretion of the Company and neither Party shall be liable to the other for
any consequences arising on account of such termination.
22. REPLACEMENT OF RESOURCE(S)
Should the Company consider at its sole judgment that the persons provided by the Vendor as unsuitable for
the job for whatsoever reason, the Company will have the option either (i) for prompt replacement at his
cost or (ii) to terminate this order in part or as a whole.
If the Company finds any employee of the Vendor guilty of any misconduct, incompetence or negligence, the
Vendor shall, if so intimated by the Company shall at once remove such employee and replace him by a
qualified and competent substitute.Vendor shall keep the Company informed of all manpower
replacements and all such data shall be submitted to the AM(PS) along with personal & qualification
details..
If any employee of the Vendor found included in unfair practices or causing direct or indirect damage to
Company Image / Property /Revenue immediate action to be taken by the vendor and Company to be
suitably compensate for the loss incurred by the Company.
23. HUMAN RESOURCE ISSUES
The Vendor would execute these works through their own resources.
The Vendor shall bear all expenses/cost to be incurred towards salary, allowances, perks, traveling
allowances, advances, insurance, safety measures, security, transportation and all other misc. expenses etc.
of their employees/ workmen during the currency of this Agreement. Also, the Vendor shall be sole
responsible for making payment for Hospitalization, Compensation thereof in case of any accident & injury.
The Vendor to deploy their manpower immediately for carrying out the work as specified above.
The Vendor should ensure that there are no disputes regarding service, payment etc of the persons engaged
by him, anytime during the currency of the contract. At no point of time during the currency of contract, the
Vendor's employees shall insist upon the Company for employment, wages, and allowances or any other
related matter, payment etc.
The Vendor shall not deploy the manpower below the age of 18 years.
The Vendor shall be directly responsible for any / all disputes arising between him and his persons and keep
the Company indemnified against all losses, damages and claims arising thereof. The Vendor shall resolve
any dispute of their manpower. All the legal dues of their manpower is to be paid on due date or within 8 days
on the termination of manpower.
All safety wears required for the Vendor's manpower during the execution of work must be provided by the
Vendor at his own cost and he shall ensure that his employees regularly use such safety gears.
The Vendor shall be responsible for discipline of his manpower and shall adhere to the disciplinary procedure
set by the Company. The Company shall be at liberty to object to the presence of any representative or
employees of the Vendor, if in the opinion of the Company such manpower has done any act of misconduct
or negligence or otherwise undesirable, then the Vendor shall remove such a person objected to and provide
a competent replacement immediately. .The Vendor will ensure that none of the associate is engaged in any
unlawful activities or any other activity subversive of the Clients interest failing which suitable action may be
taken against the Vendor as per the terms & conditions of the Agreement. The Vendor will ensure that
none of the manpower engaged by them will
demonstrate before the offices of the Client with respect to
their grievances. In case any of the manpower engaged by Vendor
is found indulging in such activities, the
Vendor will take suitable action against such of their employees..
The Vendor shall ensure compliance with minimum wage requirements of the correct category and ensure
the following
Timely payment of minimum wages to deployed manpower as per the rate notified from time to time by the
Government of National Capital Territory of Delhi.Compliance with all other relevant PF, ESI and Insurance
laws as applicable per statute. Challans / Receipt issued by Statutory Authorities like Regional Provident
Fund Commissioner (RPFC)/including their own Pension Provident Fund Trust for previous month & proof of
payment towards compliance of other statutory provisions like E.S.I.,Service Tax etc. VENDOR will also
produce challan/receipt with respect to payment of Service Tax as a proof for such statutory payment before
the same is released by the Client.
Vendor shall comply with provisions of the Payment of Wages Act. 1936, Minimum wages Act-1948,
Employees Provident Fund & Miscellaneous Provision Act. 1952, ESI Act 1948, Employers Liability Act
1936,, Industrial Dispute Act 1947, Maternity Benefit Act 1961, Contract Labour (Regulations & abolition) Act
1970, Delhi Shops & Establishment Act or any modification thereof or any other Act relating to rules made
hereunder from time to time. For the said purpose the vendor shall get itself covered under the Employees
Provident Fund & Miscellaneous provision Fund 1952 & ESI directly with the appropriate Regional Provident
Fund Commissioner, if not done so far and shall intimate to the Client the Code No. allotted by the RPFC &
ESI Authorities within one month from the date of commencement of the assignment.
The Company reserves the right to demand the Vendor's services on holidays as well as beyond the normal
working hours.
The Vendor will ensure that none of their person is engaged in any unlawful activities subversive of the
Company's interest failing which suitable action may be taken against the Vendor as per the terms and
condition of this order.
The Vendor shall be liable for payment of all taxes and duties as applicable, to the State/ Central Govt. or
any local authority.
The Vendor's employees shall not be treated as Company's employees / persons for any purpose
whatsoever & facilities/ benefits applicable to the Company's employees shall not be applicable to Vendor's
employees. If due to any reasons whatsoever the Company is made liable to meet any obligation under any
of the laws & enactment etc, for any reason whatsoever the same shall be recovered from the Vendor or
from any of the invoices payable to him or failing which it shall be recovered as per law.
The Vendor shall confirm in writing that he will follow and comply all the statutory acts applicable.
The Vendor shall obtain all registration/permissions licenses etc., which are/may be required under any labor
or other legislations for providing the services under this Agreement.
Vendor shall take insurance policy under the Workmen Compensation Act to cover workers, not covered
under ESI Act 1948, engaged by it and Accident Liability Insurance for its employees for payment of
compensation on account of injury, fatal or otherwise due to accident during service. Copies of these
insurance policies will be submitted to company before claiming any payments for reference and records and
these insurance policies shall be kept valid at all times.
In case it is desired by any Labour authorities to produce the records with respect to salary/
PF/ESI/EDIL/Bonus etc, the said record/register will be made available by the Vendor.
24. INDEMNIFICATION
The vendor shall indemnity, defend, save and hold harmless all directors, company and its employees
against any and all suits, proceedings, actions, demands and third party claims for any loss, damage, cost
and expense suffered by company on account of the negligence, act or omission inaction by the vendor or its
employees under this Agreement. Agencies shall also wholly indemnity and compensate company against
any theft, misappropriation, fraudulent act or omission, any collusion with customer/s, or any other offence
under the applicable laws or breach of obligation under the present agreement, and would also render itself
liable to appropriate legal action being initiated against it by company.
The Vendor shall also be responsible and liable to company for any loss or damage caused to company for
any negligence or inaction, damage to the property of company caused by the vendor or its employees.
25. SEVERABILITY
If any provision of this Agreement is or becomes invalid or unenforceable by the courts of any jurisdiction to
which it is subject, such invalidity or unenforceability shall not prejudice the remaining provisions of this
Agreement, which shall continue in full force and effect.
26. WAIVER OF RIGHTS
No delay or forbearance by either party in exercising any right or power under this Agreement shall be
construed as a waiver of such right or power, nor shall any single or partial exercise of such right or power
preclude any further exercise of such right of power.
27. Reports and Information
The contractor shall be obliged to submit or furnish to COMPANY, all or any information as desired by
company, in the form of a report or otherwise. The report may be required at regular interval as specified by
company or at Company's behest. The information shall be provided in a format to be specified by the
company to the contractor. However, company, reserves the right to revise this format which would be
communicated to the contractor and it shall be valid and binding obligation of the contractor to submit the
desires information in the revised format
28 RISK & COST :
If the Contractor fails to execute the work as per specification / as per the direction of Engineer's In-change
within the scheduled period and even after the extended period, the contract shall got cancel and company
reserves the right to get the work executed from any other source at the Risk & Cost of the Contractor. The
Extra Expenditure so incurred shall be debited to the Contractor.
29. SECRECY CLAUSE
The technical information, data and other related documents forming part of order and the information
obtained during the course of investigation under this order shall be the Company's exclusive property and
shall not be used for any other purpose except for the execution of the order. The technical information
drawing, records and other document shall not be copied, transferred, or divulged and/or disclosed to third
party in full/part, not misused in any form whatsoever except to the extent for the execution of this order.
These technical information, drawing and other related documents shall be returned to the Company with all
approved copies and duplicates including data/drawing/plans as are prepared by the Vendor during the
executions of this order, if any, immediately after they have been used for agreed purpose.
In the event of any breach of this provision, the Vendor shall indemnify the Company against any loss, cost
or damage or claim by any party in respect of such breach.
The Vendor shall not use the name/logo/emblem of the Company in any manner either for credit
arrangement or otherwise and it is agreed that the Company shall not in any way be responsible for the
debts, liabilities or obligations of the Vendor and/or his employees.
The Vendor hereby covenant that the Vendor shall be responsible for theft if any committed by his staff and
the vendor shall indemnify from and against all claims, demands, actions, suits and proceedings, whatsoever
that may be brought or made against the Company by or on behalf of any person, body, authority whatsoever
and whomsoever and all duties, penalties, levies, taxes, losses, damages, costs, charges and expenses and
all other liabilities of whatsoever nature which the Company may be liable to pay, incur or sustain by virtue of
or as a result of the performance or non- performance or observance or non-observance by the Vendor of
any of the terms and conditions of this contract. The Company shall have full power and rights at its
discretion to pay or defend or compromise any suits, claims or demands brought or made, whether pending
or threatened touching upon this contract as it may consider necessary or desirable and shall be entitled to
recover from the vendor all sums of money including all legal costs, charges and expenses incurred by virtue
of any such compromises which shall not be called into question by the Vendor but shall be final and binding
on the Vendor.
30. AMENDMENT:
Any modification, amendment or other change to this Agreement shall be affected only by a written
instrument signed by the authorized representatives of both the COMPANY and the CONTRACTOR
31. NON-EXCLUSIVITY
The award of this order to the Vendor shall not preclude the Company from awarding the same order for
similar work at the same rates, or on any terms and conditions to other party or parties. The Company at its
desecration places the order on any other party.
32.
SUB-CONTRACTING / SUBLETTING:
CONTRACTOR shall not assign or transfer the whole or any part of this Work Order or any other benefits
accruing there from nor shall it subcontract / sublet the whole or any part of the Works without the prior
written consent of COMPANY.
In the event the contractor assigns this work order, contractor's assignees shall be bound by the terms and
conditions of this work order and shall , if deemed necessary by COMPANY at the time of such assignment,
undertake in writing to be so bound by this Work Order.
Notwithstanding the subletting / subcontracting of any portion of the works, contractor shall remain wholly
responsible for the carrying out, completion and satisfactory execution of Works in all respects in accordance
with this Work Order, specification, approved drawings and data sheets.
2). The contractor repudiates this order or otherwise evidences intention not to be bound by this order;
3). The contractor assigns, mortgage, or charges or purports to assign, mortgage, or charge any of its
obligations or rights in contravention to the provisions of this order; or, transfers or notates any of its
obligations in contravention to the provisions of this order.
4). The contractor breathes the Secrecy Clause.
5). If at any stage during the tenure of the work order, the contractor or the contractor staff is found to be
involved or indulging or even attempting illegal, unlawful action or activities or some fraudulent or even trying
to take or ask bribe or to give bribe official/staff or misuse or abuse any of our equipment.
6). BSES shall be entitled to deduct from any money due or to becomes due, money paid or payable by way
of compensation as aforesaid or cost or expenses connection with any claims there to and the contractor
shall abide by our decision as to the sum payable by the contractor under the provision of this clause.
The order can be terminated by the Company before the expiry of its term under the following conditions:
i)
The Vendor fails to perform the activities as per requirement of the Company
ii)
It is found by the Company that the Vendor has intentionally manipulated the meter installation or
corrupted the data, or disclosed any of the contents of the details to any third party.The Vendor
repudiates this order or otherwise evidences intention not to be bound by this order;
The Vendor assigns, mortgages, or charges or purports to assign, mortgage, or charge any of its obligations
or rights in contravention to the provisions of this order; or, transfers or negates any of its obligations in
contravention to the provisions of this order.
The Vendor breaches the Secrecy Clause.
If at any stage during the tenure of the work order , Vendor is found to be involved or indulging or even
attempting illegal, unlawful action or activities or some fraudulent or even trying to take or ask bribe from any
customer or to give bribe official/staff or misuse any meter of the Company.
The Company shall be entitled to deduct from any money due or to becomes due to the Vendor, money paid
or payable by way of compensation as aforesaid or cost or expenses connection with any claims there to and
the Vendor shall abide by the decision of the Company as to the sum payable by the Vendor under the
provision of this clause.
SECTION-IV
SCOPE OF WORK
A) SCOPE OF WORK FOR LT Network validation, Updation and GIS Network change
management.
1.0 Introduction
BSES Yamuna has mapped its Network in GIS by field survey in the year 2008-2009 & then on
its continuously updating the network changes based on the inputs received from the O&M
group. However there has been no field validation done for the Network data available in GIS for
the past 4-5 years. Hence, BSES Yamuna feels that they need to do a comprehensive revalidation
of the LT Network data available in GIS with respect to field conditions.
The validation of LT Network will ensure reliability & accuracy of data along with identification
& correction of any mismatch observed in field & GIS database.
The identification of this mismatch will further enable BSES Yamuna to analyze & refine their
updation process so as to avoid such gaps in future.
After field validation & correction of LT data in GIS it will be used by various business users
through Enterprise GIS applications. In order to ensure that during the execution of validation &
updation & project and also later on, data being collected / validated does not become
stale/outdated, a mechanism will be put in the place to incorporate such changes in system
regularly.
The incremental changes (i.e. addition/deletion/augmentation) in the GIS database are due to the
regular day to day changes in the supply distribution network and consumers in field after the
date of completion of field network validations and updation of validated data in GIS. A typical
template for incremental data collection of Assets and connectivity updates is attached, which
may undergone change as per finalization between BSES Yamuna and the implementor.
Area of Interest
The area of Interest (AOI) comprises of BSES Yamuna Power Ltd, Delhi constituting an
approximate area of 143 sq. km. Details is as specified in Annexure - 4
Objective
The objective of GIS LT Network Validation & subsequent delta change update is to ensure base
map data verification & error fixing
Verification & error fixing of entire LT Network [Location & Attribute] in BYPL area.
Please refer list of features and attributes as per Annexure 2.
GIS updation,
QA/QC (On-field
GIS data
Vendor to provide process flow for various major activities (e.g. Field data validation,
Data Migration, Land base/Network Update in GIS, Network change updation etc.)
involved in overall Data Validation & Network Change Management process (in line with
the overall process provided as a guideline in RFP) to get Vendors clarity on various
important data management activities.
2.0 Scope
The description given below is broad scope of work to be carried out by Survey Vendor
However, any work even if not specifically mentioned but reasonably implied for the successful
implementation and good performance of the system are deemed to be included in this scope of
work.
Page
28
Load the existing complete network data [along with land base & attribute] in GPS
instrument being used for LT Network Survey.
Survey Vendor shall prepare the LT Feeder Wise SLD in AutoCAD format. The required
format shall be mutually designed by BYPL and the vendor. Format of sample LT SLD
attached as an Annexure - 6
The Survey vendor shall carry out complete LT Network Survey for all Distribution
Transformers in the Project area.
Survey vendor should carry out the validations of the LT Network Data captured from
site for location and attribute information.
Update the as-built network in AutoCAD as per the network changes /mismatches
captured during field validation /Network Survey with proper QA/QC process.
Migrate the changes in BYPL GIS database by Survey vendor in BYPL GIS database
(AutoCAD to ArcGIS Migration process [mutually agreed by Vendor & BYPL] need to
be prepared & submitted by Survey vendor)
Carry out Feeder Configuration in GIS for all migrated LT feeder network from DT to
Pole (Support Structure).
Ensure completeness & quality of updated data in GIS database by adopting proper
QA/QC process. All the feeders should be properly traced from DT to Pole (support
structure) after the vendor updates the data in GIS
Data migration & quality tools developed by vendor will be reviewed by BYPL prior
migration
Approval need to be obtained from concerned BYPL O&M department prior migration of
GIS surveyed data. Also final migrated (configured) data need to be approved from
BYPL.
Confidential
Page
29
Get network changes from concerned BYPL department (O&M representative) on daily
basis
Capturing reported network changes for EHV, HT and LT network in BYPL area.
Capturing
Network
Features
Attributes
of
network
components
Publishing Delta change status report on daily basis so that it can be reviewed by all
concerned BYPL users (Need to publish web site Refer Annexure 7 for sample status
Report format)
Please Note that all abovementioned activities will be carried out for changes from the
date of completion of LT Network validation (in field) till the date mentioned in the project
schedule.
Confidential
Page
30
The survey person shall stand facing the back of DT secondary/ LT Side of
DT.
Starting from left extreme, the first OH line emerging out will be the first
circuit, and then the next will be second circuit etc.
Identify the first pole from the Distribution Transformer and capture its location
information in the GPS instrument. Capture all the attributes of the pole in the GPS
instrument as per the Data Model.
The positional accuracy of the equipment mapped in GIS should be sub-meter.
Capture the OH Line/cable and all equipments installed on that pole details emerging
from the Pole in the GPS instrument as per the Data Model
Ensure to capture cut-point details exactly as per the status on the field.
If there are multiple feeders on that pole, then ensure to capture the feeder details of the
cut-point to which it is connected and its status.
If the network is underground, then there will be feeder pillars instead of pole in the
network. Ensure to capture all the details of the feeder pillar along with circuit details
from the survey.
Confidential
Page
31
Page
32
Confidential
Page
33
Confidential
Page
34
Provision of Infrastructure, H/W, S/W & GIS database access to Vendor for updation
of GIS Network data at BYPL premises
BYPL to provide office Space with Hardware & Software required for the Vendor to
update the GIS Network Data
BYPL to provide training on BYPL Network Updation Methodology for Vendor
Supervisor
BYPL to provide access and required privileges to the Vendor for updating BYPL GIS
Network
Page
35
Confidential
Page
36
Confidential
Page
37
Confidential
Page
38
The minimum no. of onsite resources required for tasks but not limited to the same. The
evaluation shall be done in accordance with minimum resources as mentioned below:
S.No.
1
2
3
4
On site resources
Data Leader cum Quality Check
Data Updation and survey supervisor
Digitization
Field survey
Nos.
1
1
3
6
The qualification and experience of resource shall comply with Vendor Resource
Requirement and Qualification Annexure - 3
The vendor services shall be provided during the working hours as per BSES Yamuna
Power Ltd. office time schedules and/or working time schedule of Field offices and
depending upon the requirements and/or meeting timelines, the same shall be carried out
on off days without any commercial implications
Confidential
Page
39
Category
Marks
50
Data digitization
50
Total
100
Weightage
(A)
Total Task
given
(B)
Task
Completed
within
timeline
Task
completed
beyond
timeline
(C)
(D)
Ratio (E)
Score
Obtainted
1-(D/B)
(E*A)
(B-C)
Data Survey
50
15
14
0.93
46.5
Data
50
20
16
0.80
40.0
Digitisation
Total
Confidential
100
86.5
Page
40
Activity
Time Period
0.5
transformer etc.)
Survey and mapping of left out poles
0.05
Above timeline are required to be met and calculated in accordance to scope as mentioned in this
document. In case of timeline not achievable, bidder has to deploy additional manpower
A Quality Assurance Review (frequency quarterly) of the Delta update will be
scheduled including a meeting with BSES Yamuna & Survey Vendor
Payment Weightage
On deriving marks for each categories based on above mentioned methodology, penalty
clause will be applicable as below:
Score obtained
>90
>80 - <90
>65 - <80
>55 - <65
Less than 55
Confidential
% Payment
100
90
80
75
50
Page
41
Confidential
Page
42
Bidders Data
updation team
Inform location
details of the
changes to be
recorded
Update ArcGIS
database
Go to field
Perform data
validation
Conduct field
inspection and
survey
Finish updates
Confidential
Page
43
Updated feeder configured GIS in Default version (ArcGIS) network & SLD
(AutoCAD)
Map printing
Confidential
Page
44
Mapbook preparation
Delta change & network discrepancy Tracking portal (Deployment & daily updation)
Responsible
Communication
Authority.
BSES Yamuna
1
(O&M/Business/
GIS)
Vendor
copy
GIS Survey
Vendor
change portal
GIS Survey
E-mail / Network
BSES Yamuna
(O&M/Business/
GIS)
E-mail / Network
Change portal
GIS Survey
E-mail / Network
Vendor
Change Portal
GIS Survey
E-mail / Network
Vendor
Change Portal
*Note: The above mentioned timeline is given based on the requirement of BSES Yamuna to
update network change within 2-3 days after carrying out actual field network changes
(Switching Changes, New DT, New substation, Re-conduct ring etc.), same may vary based on
the type of network changes carried out in the field.
Confidential
Page
45
Item.No.
1.1
Description
Survey and Mapping of LT
Unit
Kms
Qty.
Unit Price
Total Price
3000
Item.No.
2.1
Description
Unit
Qty.
Months
36
Unit Price
Total Price
(Location/Attribute/Connectivity)
from field & updation in AutoCAD
(SLD) & Enterprise GIS ArcGIS
(including data configuration).
Asset (Pole, DT & Feeder Pillar)
Stencilling & Network dispute
resolution for the BSES Yamuna
network undergone change.
Development of Delta update
tracking system & publishing work
report on daily basis
Confidential
Page
46
Feature Class
DISTRIBUTION
TRANSFORMER
Field Name
OBJECTID
COMMENTS
COMMISSIONEDDATE
CREATIONUSER
DATECREATED
DATEMODIFIED
DESIGNID
ELECTRICSTATIONNAME
ENABLED
EQUIPMENTCODE
EQUIPMENTID
EQUIPMENTTYPE
EXTERNALSCADAID
FEEDERID
FEEDERID2
FEEDERINFO
FMOPERATINGVOLTAGE
FULLLOADLOSS
GROUP_ID
HVCURRENTRATING
HVVOLTAGE
INSULATIONMEDIUM
KEYNO
KVARATING
LABELTEXT
LASTUSER
LIFESPAN
LOADTAPCHANGERINDICATOR
LVCURRENTRATING
LVVOLTAGE
Confidential
Page
47
Confidential
Page
48
RELGDB.Fuse
ANCILLARYROLE
COMMENTS
COMMISSIONEDDATE
CREATIONUSER
DATECREATED
DATEMODIFIED
DESIGNID
ELECTRICEQUIPMENTID_FK
ENABLED
EQUIPMENTCODE
EQUIPMENTID
EQUIPMENTTYPE
EXTERNALSCADAID
FEEDERID
FEEDERID2
FEEDERINFO
FMOPERATINGVOLTAGE
FUSEBANKOID
FUSECONSTRUCTION
INSULATIONTYPE
Confidential
Page
49
RELGDB.Joint
ENABLED
CREATIONUSER
DATECREATED
Confidential
Page
50
Confidential
Page
51
RELGDB.LTCable
FEEDERID2
FEEDERINFO
MMELECTRICTRACEWEIGHT
FDRMGRNONTRACEABLE
PHASEDESIGNATION
FMOPERATINGVOLTAGE
OPERATINGVOLTAGE
STATIONFACILITYID_FK
CONNECTIONOKINDICATOR
NUMBERCONDUCTORSPERPHASE
OUTOFORDERINDICATOR
Confidential
Page
52
Confidential
Page
53
OBJECTID
ENABLED
CREATIONUSER
DATECREATED
DATEMODIFIED
LASTUSER
SUBTYPECD
MANUFACTUREDYEAR
COMMISSIONDATE
COMMENTS
LABELTEXT
FEEDERID
FEEDERID2
FEEDERINFO
MMELECTRICTRACEWEIGHT
RELGDB.OHConductor
FDRMGRNONTRACEABLE
PHASEDESIGNATION
FMOPERATINGVOLTAGE
STATIONFACILITYID_FK
NUMBERCONDUCTORSPERPHASE
NEUTRALMATERIAL
NEUTRALSIZE
CONDUCTORID
NOMINALVOLTAGE
STRUCTUREEQUIPID_FK
Confidential
Page
54
Confidential
Page
55
Confidential
Page
56
EARTHWIRECURRENTRATING
CONDUCTORMODULUSOFELASTICITY
EARTHWIREMODULUSOFELASTICITY
CONDUCTORLINEAREXPANSIONCOEFF
EARTHCONDUCTORMATERIAL
RELSPECIFICATIONNUMBER
MEASUREDLENGTH
LIFESPAN
SOURCEENDDISTANCE
ASSETID
RECEIVINGENDDISTANCE
CONDUCTORSTRANDINGWIREDIAMETER
EARTHWIRESTRANDINGWIREDIAMETER
CONDUCTOR TYPE
5
RELGDB.Pillar
OBJECTID
CREATIONUSER
DATECREATED
DATEMODIFIED
LASTUSER
ACCURACY
MANUFACTUREDYEAR
COMMISSIONEDDATE
SERIALNUMBER
RELSPECIFICATIONNUMBER
COMMENTS
SUBTYPECD
SYMBOLROTATION
STATIONFACILITYID_FK
NUMBEROFUSEDCIRCUITS
NUMBEROFCABLES
Confidential
Page
57
RELGDB.RingMainUnit
OBJECTID
CREATIONUSER
DATECREATED
DATEMODIFIED
LASTUSER
ACCURACY
MANUFACTUREDYEAR
COMMISSIONEDDATE
SERIALNUMBER
RELSPECIFICATIONNUMBER
Confidential
Page
58
RELGDB.Substation
OBJECTID
CREATIONUSER
DATECREATED
DATEMODIFIED
Confidential
Page
59
Confidential
Page
60
RELGDB.SupportStructure
SYMBOLROTATION
MATERIAL
HEIGHT
LENGTH
FOUNDATIONTYPE
ASSEMBLYTYPE
MAKE
CROSSSECTION
POLENUMBER
STRUCTURELIFESPAN
PAINTINTERVAL
LASPAINTEDDATE
NUMBEROFINSULATORS
CROSSARMTYPE
Confidential
Page
61
RELGDBSWITCH
DATEMODIFIED
LASTUSER
SUBTYPECD
EQUIPMENTID
STATIONFACILITYID_FK
STRUCTUREEQUIPMENTID_FK
FEEDERID
Confidential
Page
62
Confidential
Page
63
Criteria
Field Surveyor
ITI/Diploma with
Qualificatio
relevant
experience of 6
months.
Field Supervisor
GIS Operator
ITI/Diploma in
Diploma/Graduate
engineering
in
with relevant
engineering with
experience of 2
years
of experience.
Role
LT Network Data
& Monitoring
* Submission of
* QC of Field
survey results to
Survey Output
Field Supervisor.
* Updation of
* Any
Field Progress to
miscellaneous
BYPL Team
* Act on the QC
Work
Feedback
Reporting
Structure
Field / Vendor
Office
Office
BYPL Field
Field Supervisor
Enng / BYPL
Backoffice
Monitoring
* QC of GIS
* Update Field
Updation
Input
* Version
* Update Status to
Management
GIS Supervisor
* Updation of
Progress to BYPL
Team
* Act on the QC
Feedback Provided
BYPL Team
Field / Vendor
relevant experience
Provided by
Location
engineering with
Operator
Field Surveyor
* Job Allocation
Diploma/Graduate in
* Training The
* Validation of
GIS Supervisor
by BYPL Team
BYPL Office
GIS Supervisor
BYPL Office
Manager
Confidential
Page
64
Sl. No.
Division Code
Division
BSES YAMUNA POWER LIMITED
EAST CIRCLE
1
2
3
4
5
6
DGN
KWR
JLM
KNR
LNR
MVR
DILSHAD GARDEN
KARAWAL NAGAR
JHILMIL
KRISHANA NAGAR
LAXMI NAGAR
MAYUR VIHAR 1 & 2
VASUNDHARA
7
8
VSE
NNG
ENCLAVE
NAND NAGRI
YVR
YAMUNA VIHAR
10
11
12
13
PHG
CCK
DRG
PNR
PAHAR GANJ
CHANDNI CHOWK
DARYA GANJ
PATEL NAGAR
14
SRD
SHANKAR ROAD
Confidential
Page
65
Annexure 5
List of LT Feeder Network Equipment/Facilities
Fuse (Cutout)
A device in the electric network that opens the circuit at a predetermined current that is
maintained for a predetermined amount of time.
Cable (LTCable)
A medium for transmitting power at 415V from pole to Pole or Pole to Consumer meter / service
point. The conductors are insulated & may be laid underground or overhead.
OH Conductor
A medium (a bare conductor Al, ACSR, AACSR etc) for distributing power at 415V from
DT/pole to pole or Pole to Service point/consumer Meter.
Support Structure/ Feeder Pillar/ Service Pillar
It is a structure which supports electrical distribution equipments/devices. In case of LT feeder
network it carries OH Lines / Cables, Street Lights & temp connection meters. There are various
types of support structure such as I beam, Rail pole etc. very in material, Height and guying
configuration depending on the load requirement.
Switch
A group operated switching device used for breaking and making electrical circuits in LT Feeder
network. These devices are rarely found in LT distribution network. This device also plays a tie
device in case of multi-feed LT Feeder network.
Open Point
Electric device that is used to enable or disable electric current to flow through a network. In LT
feeder network open points are operated to transfer load from one LT feeder to another LT feeder.
Street Light
A luminary/lamp (generally high pressure discharge lamps - mercury vapor/sodium vapor) that
are used to illuminate the Roads & highways. These are supplied from 415V/230V supply
distribution system & installed on dedicated Street Light pole or LV/HV feeder poles.
Annexure 6
Confidential
Page
66
Sample LT SLD
Confidential
Page
67
Annexure 7
Daily Delta change Status Report
Details of Network Change
ivision/
ubDivision
Sr.
No
Network
Location
of
Asset
Activity
Feeder
ID /
Activity
Circuit
Description
Line/
DT
Pole
ID
Cable
Other
Specify
Reported
By
Reported
On
Survey
Date
(Mtr)
Details
Survey
Received
On
SubDi
vision
Loca
Network /
Asset
tion
of
Acti
vity
Confidential
Feede
Activit
r ID /
Circui
Descrip
t ID
tion
OH
DT
Pol
Line/
Other
Cable
Specify
(Mtr)
Reported
By
Updation
Date
Description
Dispute
of Dispute
Date
Divisio
n/
GIS
Data
Repor
Surv
ted
ey
On
Date
Survey
Data
Receive
GIS
Updat
ion
Date
Descr
iption
of
Dispu
te
Di
sp
ute
Da
te
d On
Page 68
Disp
ute
Reso
lutio
n
Date
APPENDIX-I
Confidential
Page 69
And whereas it is a condition of the Contract that the Supplier shall provide a Performance Bank Guarantee for the due and
faithful performance of the entire Contract for a sum equivalent to - % of the Contract Value to the Purchaser on or before
And whereas the Bank under instructions from the Supplier has agreed to guarantee dIe due performance of the Contract.
Now it is agreed as follows:
1. we
(hereinafter referred to as the Bank, which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns) 5hall indemnify and keep indemnified the Purchaser for, and guarantee
and undertake to pay to the Purchaser immediately on written demand, a sum equivalent to % of the Contract Value
as aforesaid at any time upto (day/month/year) without any demur, reservation,
contest, recourse or protest and/or without any reference to the Supplier, against all losses, damages, costs and expenses
that may be caused to or suffered by the Purchaser by reason of any default on the pall of the Supplier in performing and
observing any and allthe terms and conditions of the Contract or breach on the part if the Supplier of terms or conditions of
the Contract.
2.
The demand shall consist only of an original letter issued by Purchaser stating that the Supplier has failed to fulfill
its obligations under the Contract. Such demand made by the Purchaser on the Bank shall be conclusive and binding
notwithstanding any difference or dispute between the Purchaser and the Supplier or any difference or dispute pending
before any Court, Tribunal, Arbitrator or any other authority.
3.
The Bank undertakes not to revoke this guarantee during its currency without previous written consent of the
Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable during the period that
would be taken for satisfactory performance and fulfillment in all respects of the Contract or in the event of any dispute
between the Purchaser and Supplier until the dispute is settled (provided that d1e claim! demand under this guarantee is
lodged /referred during the currency of this guarantee) or till the Purchaser discharges this guarantee whichever is earlier.
4.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee from time to time to extend the time for performance of the Contract by tbe Supplier. The Purchaser
shall have the fullest liberty, without affecting the liability of the Bank under this guarantee, to postpone from time to time the
exercise of any powers vested in them or of any right which they might have against the Supplier, and to exercise the same
at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the
Contract. or any other course or remedy or security available to the Purchaser. The Bank shall not be released of its
obligations under these presents by any exercise by the Purchaser of its liberty with reference: to the matters aforesaid or
any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the
Purchaser or any other indulgence shown by the Purchaser of by any other matter or thing whatsoever which under law
Confidential
Page 70
2013 at
1.
For
2.
No:
Signature
Bank
Name
Power of Attorney
Banker's Seal
Communication Details
Confidential
Page 71
GENERAL INFORMATION
NAME OF COMPANY
POSTAL ADDRESS
NAME
DESIGNATION
MOBILE NO
TELEPHONE NO
NAME
DESIGNATION
MOBILE NO
TELEPHONE NO
46
Confidential
Page 72